Loading...
101518a Agenda PackageHARNETT COUNTY BOARD OF COMMISSIONERS County Administration Building 420 McKinney Parkway Lillington, North Carolina Regular Meeting October 15, 2018 1. Call to order -Chairman Gordon Springle 7:00 pm 2. Pledge of Allegiance and Invocation -Vice Chairman Howard Penny 3. Consider additions and deletions to the published agenda 4. Consent Agenda A. Minutes B. Budget Amendments C. Tax rebates, refunds and releases D. Proclamation Recognizing Dan Honeycutt for his Dedicated Service to Harnett County and its Citizens E. Proclamation Celebrating Harnett County Resident Hubert Edwards on the Occasion of his 100th Birthday F. Harnett County General Services, HARTS, requests approval of the NC Department of Transportation/Public Transportation Division FYl 9 5311 grant agreement in the amount of $488,449 with a county match of$62,768. This grant provides funding for both capital and administrative expenses associated with providing public transportation for the citizens of Harnett County. G. Harnett County General Services/ Airport requests approval of the grant agreement with the NC Department of Transportation/Division of Aviation to provide professional services for the design/permitting of the terminal site improvement and related work to replace the existing terminal at the Harnett Regional Jetport. The County of Hamett will receive a 90% federally funded grant under the State Block Grant Non-Primary Entitlement (NPE) Program with a 10% local match funded by the current budget. H. Harnett County Senior Staff Attorney requests Public Disclosure of Settlement Agreement -Wanda Carolyn Tart v. County of Harnett I. Harnett County Sheriffs Office requests approval to purchase new 9MM weapons for deputies from Craig's Firearm Supply Inc. at a net cost of approximately $36,951. The Sheriffs Office proposes trading-in present weapons (handguns -40 caliber and 9MM) to offset the cost of the new weapons and will use Asset Forfeiture Funds to purchase the new weapons if approved. J. Harnett County Cooperative Extension requests approval to accept $31,603.70 from Chatham County Partnership for Children for the Child Care Resource Core Services Program. This Family Resource Program provides program administration and delivers services and training to childcare centers and childcare homes. Page 1 101518a HCBOC Page 1 K. Hamett County Engineer, Solid Waste Division, requests approval of the Household Hazardous Waste Collection (HHW) contract with the NC Department of Environmental Quality for a grant in the amount of $46,129 to establish a permanent Household Hazardous Waste Collection Site at the Anderson Creek Landfill. There is a local match of $14,720. L. Hamett County Health Director requests approval to increase the following fees: CPT CODE DESCRIPTION RECOMMENDED PRICE 90621 Trumenba $180 90662 Fluzone High Dose $78 90670 Prevnar 13 $210 90674 Flucelvax Quad $49 90681 Rotarix $1 I 6 90698 Pentacel $88 90710 Proquad $225 90732 Pneumovax 23 $105 M. Hamett County Emergency Services, on behalf of Benhaven Emergency Services, requests approval to purchase a new compressor for $$21,387.13 ($19,999.10 plus $1,388.03 sales tax) to replace their 2006 compressor that is no longer operational. If approved, Benhaven Emergency Services will make the purchase out of their Capital Outlay Reserve Fund. N. Hamett County G1S/E9I 1 requests approval of a joint resolution adopting the location of the boundary line between Hamett County and Wake County in accordance with the plat prepared by the North Carolina Geodetic Survey. Staff also requests that the Board direct the Hamett County Tax Administrator to assess parcels, or portions thereof, that have previously been assessed in Wake County but will now be in Hamett County in accordance with the plat prepared by the North Carolina Geodetic Survey and mutually agreed to by this Board and the Wake County Board of Commissioners. 0. Hamett County Parks and Recreation requests consideration of an amendment to the contract between the County of Hamett and the YMCA of the Sandhills to open a YMCA facility in Hamett County. The amendment includes a five-month extension of the 50 percent completion date from April 30, 2019 to September 30, 2019. 5. Special Presentations 6. Period of up to 30 minutes for informal comments allowing 3 minutes for each presentation 7. Appointments 8. Public Hearing -Proposed Zoning Change: Case# PLAN 1808-0001 Landowner/ Applicant: Moses & Melanie Farmer/ Par 5 Development Group, LLC; 2.5 +/-acres; Pin #0518-91- 0268.000; From RA-30 to Commercial Zoning District; Intersection of NC Hwy 27 West & SR# 1238 (Springhill Church Road); Upper Little River Township. Page 2 101518a HCBOC Page 2 9. Public hearing regarding the issuance of Public Finance Authority Assisted Living Revenue Bonds not to exceed $8 ,500,000 -Senter's Memory Care, Jeffrey Poley, Parker Poe Following the public hearing commissioners will consider a resolution regarding the issuance by the Public Finance Authority of its assisted living revenue bonds, in one or more series, in the principal amount not to exceed $8,500,000, for the purpose of financing or refinancing the acquisition and construction of certain assisted living facilities located in the county; and other related matters. 10. Public Hearing -5311 Community Transportation Program application FY 2020 to be submitted to the North Carolina Department of Transportation, Division on Public Transportation. The Section 5311 Program intends to enhance the access of people in non- urbanized areas to health care, shopping, education, employment, public services and recreation. Section 5311 assists in the maintenance, development, improvement and use of public transportation systems in non-urbanized areas. Following the public hearing, staff requests approval of the application and resolution for FY 2020 funding for the HARTS program. Matching funds total $59,343. 11. Harnett County General Service requests approval of the Project Ordinance to demolish the former Benhaven Elementary School's cafeteria/classrooms and renovate the remaining facilities to meet North Carolina Building Codes. Anticipated expenses for the project is $1 ,900,000 with portions of this project funded with the proceeds from the 2017 General Obligation School Bond. 12. Breast Cancer Awareness Campaign, Morgan Sills, American Cancer Society, Inc. 13. County Manager's Report-Paula Stewart, County Manager 14 . New Business 15. Closed Session 16. Adjourn Harnett County Veteran Services Activities -September 2018 Harnett County Public Health Activities -September 2018 Invitations and upcoming meetings Proposed Add-on: The Town of Coats requests assistance in offsetting the tipping fees totaling $9,093 associated with debris disposal from a powerful storm in July 2018. Between July 22 , 2018 and August 21, 2018, the Town of Coats collected and disposed of a total of 303 tons of debris at the County landfill. Page 3 101518a HCBOC Page 3 Agenda Item __ 4 __ -=A=---- HARNETT COUNTY BOARD OF COMMISSIONERS Minutes of Regular Meeting October 1, 2018 The Hamett County Board of Commissioners met in regular session on Monday, October 1, 2018, in the Commissioners Meeting Room, County Administration Building, 420 McKinney Parkway, Lillington, North Carolina. Members present: Staff present: Gordon Springle, Chairman Howard Penny, Vice Chairman Barbara McKoy, Commissioner Joe Miller, Commissioner Abe Elmore, Commissioner Paula Stewart, County Manager Dwight Snow, County Attorney Kimberly Honeycutt, Finance Officer Margaret Regina Wheeler, Clerk Chairman Springle called the meeting to order at 9:00 am. Vice Chairman Penny led the Pledge of Allegiance and invocation. Chairman Springle called for additions and/or deletions to the published agenda. Mrs. Stewart requested the addition of a discussion regarding mosquito control measures. Commissioner Miller moved to approve the agenda as amended. Vice Chairman Penny seconded the motion, which passed unanimously. Vice Chairman Penny moved to approve items on the consent agenda . Commissioner Elmore seconded the motion, which passed unanimously. 1. Tax rebates, refunds and releases (Attachment 1) 2. Hamett County Department of Public Utilities (HCDPU) requested approval of a Memorandum of Agreement between the US Army Garrison (USAF) Fort Bragg and HCDPU to use two existing wastewater basins at the decommissioned Fort Bragg Waste Water Treatment Plant for emergency storage . 3. The Hamett County Sheriffs Office requested permission to accept funding for the second year of a three-year Governor's Highway Safety Grant in the amount of $51,199. Funding for Year 2 is 70% of one deputy position's salary and benefits and other indirect cost. 4. Resolution of the Hamett County Board of Commissioners to Set Hamett County's Next Reappraisal Schedule to January 1, 2021 and to establish a Four Year Reappraisal Cycle. (Attachment 2) October 1, 2018 Regular Meeting Minutes Hamett County Board of Commissioners Page 1 of 3 101518a HCBOC Page 4 Chairman Springle opened the floor for informal comments by the public, allowing up to 3 minutes for each presentation up to 30 minutes. Jerry Rivas of 364 Twin Ponds Road in Sanford addressed the Board. Marty Clayton with Progress Energy also addressed the Board. Mr. Clayton thanked the Harnett County team for their tremendous support throughout Hurricane Florence. Commissioner Miller moved to approve the appointments listed below. Commissioner Elmore seconded the motion that passed unanimously. Local Firefighters Relief Fund Board of Trustees -Spout Springs Emergency Service Eric Hartman (filling Robert Doberstein's seat) and Steven Bond, Sr., (replacing George Williams) were appointed as trustees to the Spout Springs Emergency Service Local Relief Fund Board. Regarding mosquito control measures, Harnett County Health Director John Rouse said Hamett County has received $296,500 in funding from the State, which will allow about one third of the county to be aerial sprayed. He noted it would cost approximately $900,000 to spray the entire county for mosquitos. Mr. Rouse said staff must conduct a mosquito count and then consider population density to determine where to spray. Mr. Rouse said he would need to declare a Public Health Emergency and accept bids for the contract. He also mentioned the possibility of FEMA funding. Interim Harnett County Cooperative Extension Director Bill Stone introduced Selena McKoy as Harnett County's new Horticulture Agent. Ms. McKoy talked about some side effects of spraying for mosquitos on agriculture in the county; mentioning both organic growers and beekeepers. She said typically if something will kill a mosquito, it would also kill a honeybee. The American Mosquito Control Association and the Hamett County Beekeepers Association recommend spraying late in the evening or at night to limit the effects of application on honeybees. Mrs. McKoy said it is important to give beekeepers some forewarning of when the sprays will be applied as well as the areas of application so that they may do some preparation to protect the hives. Staff will communicate and coordinate efforts. Mrs. Stewart noted we are also talking to surrounding counties to see what they are doing. Paula Stewart presented the following report: Harnett County DSS Monthly Report -August 2018 Mr. Stewart noted Probation and Parole are settled into their new office space in Dunn. She noted the entrance to the Ponderosa convenient site has been paved. Last, Mrs. Stewart reported the demolition at Shawtown is proceeding. Under new business, Chairman Springle said the CCCC Board of Trustees has asked if the Board of Commissioners will consider extending Jim Burgin's appointment on the CCCC Board of Trustees. In March 2017, Jim Burgin was appointed to serve a four-year term on the CCCC Board of Trustees expiring June 30, 2021. Commissioner Elmore moved to appoint Mr. Burgin October 1, 2018 Regular Meeting Minutes Harnett County Board of Commissioners Page 2 of 3 101518a HCBOC Page 5 to serve an additional four-year term on the CCCC Board of Trustees, which will expire June 30, 2025. Vice Chairman Penny seconded the motion that passed unanimously. Vice Chairman Penny, on behalf of the Hamett County Soil and Water Board, thanked staff for their efforts during Hurricane Florence. Chairman Springle said farmers are also very appreciative of how responsive the County has been. Vice Chairman Penny moved that the Board go in to closed session to assist in the formulation of plans by the Harnett County Board of Education relating to the emergency response to incidents of school violence. This motion is made pursuant to N .C. General Statute Section 143- 3 l 8. l 1 ( a)(8 ). Commissioner Elmore seconded the motion, which passed unanimously. Commissioner Elmore moved that the Board come out of closed session. Commissioner McKoy seconded the motion that passed unanimously. Commissioner Elmore moved to adjourn the meeting at I 0:26 am. Commissioner Miller seconded the motion, which passed unanimously. Gordon Springle, Chairman Margaret Regina Wheeler, Clerk October 1, 2018 Regular Meeting Minutes Harnett County Board of Commissioners Page 3 of 3 101518a HCBOC Page 6 A 1 1 ALttlVJJ!,J'llj l .l ~ ~~~""'"------~r,-,--. -· -,.....,,_., : ---.,~-~p~~roved Hffio C / 0 -I -{ </ Date 10/01/2018 To: Harnett County Board of Commissioners Re: Consideration of Refund for Taxes, Interest and Penalities for all Muncipalities Duplication S. Keith Faulkner Tax Administrator 0001985208-2018-2018-0000-00 , Type BUS ..-Recei~eci'Anwunt···R~fundAmou.nt-Name -. 491.28 324.09 BLUE TRACK HOLDINGS LLC \ .. ·. ·~-.. .: 101518a HCBOC Page 7 ATTACHMENT2 ~/F :;_~. Harnett ,,=~))1(:··' _c....;o;;.....;u;....;.N.;...,..;.T_Y.;,._ __________________________ _ ~ ~~-· NORT H CARO LIN A RESOLUTION OF THE HARNETT COUNTY BOARD OF COMMISSIONERS TO SET HARNETT COUNTY'S .NEXT REAPPRAISAL SCHEDULE TO JANUARY 1, 2021 AND TO ESTABLISH A FOUR YEAR REAPPRAISAL CYCLE WHEREAS, Harnett County completed and implemented its most recent reappraisal ofreal property on January 1, 2017 , utilizing its own staff and personneJ, and augmenting with contract appraisal staff as need; and WHEREAS, North Carolina General Statute § 105-286(a) requires each county to reappraise all real property every eighth year; and WHEREAS, North Carolina General Statute § 105-286(a)(3) authorizes a county to conduct a reappraisal of real property earlier than required and may designate a new reappraisal cycle that is more frequent than the octennial cycle if the board of commissioners adopts a resolution providing for advancement of the reappraisal ; and WHEREAS, Hamett County desires to conduct a reappraisal of real property earlier than required by North Carolina General Statute § 105-286(a), to be effective January 1, 2021 , and to perform subsequent reappraisals every four years thereafter; and WHEREAS , the reappraisal work will be conducted by the staff of the Harnett County Tax Assessor's Office as part of its program of work each year, or an independent appraisal consultant, or a combination of the two, as deemed necessary and appropriate by the Harnett County Board of Commissioners (hereinafter "Board"); NOW, THEREFORE BE IT RESOLVED by the Hamett County Board of Commissioners that in the annual budget ordinance each fiscal year, the Board shall include in the special reserve fund established for the reappraisal an appropriation for Tax Administration in the amount required for reappraisal work during that fiscal year consistent with a plan established for the reappraisal of real property, as required by North Carolina General Statute§ 153A-150; and BE IT FURTHER RESOLVED, that when the County budget for each s ucceeding fisca l year is in preparation, the Board , with the County Manager and Tax Assessor, shall review the progress of the reappraisal work, and the Board shall appropriate to the special reappraisal reserve fund such funds for reappraisal work during that year as may be necessary to continue the reappraisal work and to assure the completion of the reappraisal work on schedule. Page 1 of 2 strong root s • new growth www.harne tt.org 101518a HCBOC Page 8 BE IT FURTHER RESOLVED that a copy of this resolution be forwarded promptly by the Clerk to the Board to the Department of Revenue as required by North Carolina General Statute § I 05-286(a)(3). Adopted this I st day of October 2018. HARNETT COUNTY BOARD OF COMMISSIONERS Attest: Page 2 of2 www.harnett.org 101518a HCBOC Page 9 Agenda Item __ 4 ...... -.... B ___ __ BUDGET ORDINANCE AMENDMENT BE IT ORDAINED by the Governing Board of the County of Harnett, North Carolina, that the following amendment be made to the annual budget ordinance for the fiscal year ending June 30, 2019; Section 1. To amend the General Fund, Health Department, the appropriations are to be changed as follows: EXPENDITURE AMOUNT AMOUNT CODE NUMBER DESCRIPTION OF CODE INCREASE DECREASE 1105110-544000 Contracted Services $ 393,000.00 REVENUE AMOUNT AMOUNT CODE NUMBER DESCRIPTION OF CODE INCREASE DECREASE 1105110-330310 State Revenues $ 296,505.00 1103900-390990 Fund Balance $ 96,495.00 EXPLANATION: To budget State funds received ($296,S05) and County funds for Mosquito Abatement. Department Head (date) County Manager (D~te) / o -10-nr Section 2. Copies of this budget amendment shall be furnished to the Clerk of the Board, and to the Budget Officer and the Finance Officer for their direction. Adopted th is Margaret Regina Wheeler, Clerk to the Board day of ,2018 Gordon Springle, Chairman Harnett County Board of Commissioners 101518a HCBOC Page 10 Date run: 10/5/2018 2:23:20 PM Data as of: 10/4/2018 7:59:05 PM TR-304 Bill Release Report Report Parameters: Release Date Start: 9/1/2018 Release Date End: 9/30/2018 Tax District: ALL Default Sort-By: Grouping: Bill #,Taxpayer Name,Release Date,Billing Date,Operator ID, Release Amount Release Reason Bill# Taxpayer Name RELEASE REASON: Address change 0000037779-2018-2018-0000-00-REG TGBG PROPERTIES LLC 0000037780-2018-2018-0000-00-REG TGBG PROPERTIES LLC 0000047322-2018-2018-0000-00-REG TGBG PROPERTIES LLC 0000047326-2018-2018-0000-00-REG TGBG PROPERTIES LLC 0000055741-2018-2018-0000-00-REG VAN VRANKIN, BLANCHE Subtotal RELEASE REASON: Adjustment 0000004212-2018-2018-0000-00-REG MASSEY, JERRY LAVORIS 0000011816-2018-2018-0000-00-REG COLLEY, REGINA LEIGH 0000016321-2014-2014-0000-00-REG EMMETT ROAD ASSOCIATES LLC 0000016321-2015-2015-0000-00-REG EMMETT ROAD ASSOCIATES LLC 0000016321-2016-2016-0000-00-REG EMMETI ROAD ASSOCIATES LLC 0000016321-2017-2017-0000-00-REG EMMETT ROAD ASSOCIATES LLC PAGE 1 of 10 Operator ID (Name) 8/11/2018 AMY BAIN 8/11/2018 AMY BAIN 8/11/2018 AMY BAIN 8/11/2018 AMY BAIN 8/11/2018 STEPHANIE WILSON 8/11/2018 MARGARET WRIGHT 8/11/2018 CRYSTAL THOMAS 8/9/2014 MARGARET WRIGHT 8/8/2015 MARGARET WRIGHT 8/6/2016 MARGARET WRIGHT 8/19/2017 MARGARET WRIGHT NCPTS V4 -9/26/2018 9/26/2018 9/26/2018 9/26/2018 9/13/2018 8/31/2018 9/11/2018 9/28/2018 9/28/2018 9/28/2018 9/28/2018 418.33 402.01 395.89 404.22 173.70 837.55 1,368.12 2,126.66 2,175.63 2,175.63 1,985.57 Agenda Item 4-C Release Amount($) 418.33 402.01 395.89 404.22 173.70 1,794.15 614.55 1,368.12 787.67 806.43 806.43 673.29 -. 0.00 0.00 0.00 0.00 0.00 223.00 0.00 1,338.99 1,369.20 1,369.20 1,312.28 101518a HCBOC Page 11 Bill# Taxpayer Name 0000016321-2018-2018-0000-00-REG PROREALESTATE LLC, 0000020373-2018-2018-0000-00-REG SANCHEZ, ALDEGUNDO MERINO 0000022613-2016-2016-0000-00-RE G HARPER, CONNIE RAY 0000022613-2017-2017-0000-00-REG HARPER, CONNIE RAY 0000022807-2018-2018-0000-00-REG AMERSON, QUINTON 0000027110-2018-2018-0000-00-REG VANSTONE, PHILLIP J 0000030095-2018-2018-0000-00-REG LANGDON, MARK E 0000034705-2018-2018-0000-00-REG MCDOUGALD, MALCOLM JR 0000036001-2018-2018-0000-00-REG MCLEAN, FREDERICK A 0000041790-2008-2008-0000-00-REG PAZ, CESAR AUGUSTO 0000041790-2009-2009-0000-00-REG DUNN CITY OF 0000041790-2010-2010-0000-00-REG DUNN CITY OF 0000041790-2011-2011-0000-00-REG DUNN CITY OF 0000041790-2012-2012-0000-00-REG DUNN CITY OF 0000041790-2013-2013-0000-00-REG DUNN CITY OF 0000041790-2014-2014-0000-00-RE G DUNN CITY OF 0000048027-2018-2018-0000-00-REG SHUE,FRANKJOSEPH 0000059328-2018-2018-0000-00-REG STONE, AARON LEWIS 0000060382-2018-2018-0000-00-REG PURCELL, NINA PAGE 2 of 10 Operator ID (Name) 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/6/2016 CRYSTAL THOMAS 8/19/2017 CRYSTAL THOMAS 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/11/2018 CRYSTAL THOMAS 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/3/2008 CRYSTAL THOMAS 8/27/2009 CRYSTAL THOMAS 7/9/2010 CRYSTAL THOMAS 8/5/2011 CRYSTAL THOMAS 7/26/2012 CRYSTAL THOMAS 8/7/2013 CRYSTAL THOMAS 8/9/2014 CRYSTAL THOMAS 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 9/28/2018 9/6/2018 9/11/2018 9/11/2018 8/31/2018 9/26/2018 9/13/2018 8/31/2018 8/31/2018 9/25/2018 9/25/2018 9/25/2018 9/25/2018 9/25/2018 9/25/2018 9/25/2018 9/6/2018 9/25/2018 9/20/2018 -1,985.57 2,895.66 2,635.08 2,701.28 780.52 828.12 426.46 1,179.38 737.85 211.65 237.26 237.26 355.49 375.49 380.21 386.11 655.40 711.24 913.46 Release Amount($) 673.29 1,275.77 796.49 897.49 349.35 110.70 343.72 586.07 179.18 149.77 176.13 176.13 258.36 278.36 281.58 285.61 415.22 245.65 684.76 -. 1,312.28 1,619.89 1,838.59 1,803.79 431.17 717.42 82.74 593.31 558.67 61.88 61.13 61.13 97.13 97.13 98.63 100.50 240.18 465.59 228.70 101518a HCBOC Page 12 Bill# Taxpayer Name 0001306268-2018-2018-0000-00-REG SULLIVAN, HUBERT 0001306275-2018-2018-0000-00-REG PIEKULSKI, MAREK R 0001380577-2018-2018-0000-00-REG JONES, JASON 0001411712-2018-2018-0000-00-REG SOUTHERN LIVING INVESTMENT PROPERTI, ES LLC 0002076730-2018-2018-0000-00-REG VELEZ-ALLEN, MARIA ROSARIO 0002185317-2018-2018-0000-00-REG WILLIAMS, CHRISTINE G 0002254289-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254290-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254291-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254294-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254295-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254296-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254297-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254298-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254299-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254301-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254303-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254304-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254305-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254307-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. PAGE 3 of 10 Operator ID (Name) 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 MARGARET WRIGHT 8/11/2018 APRIL DIAZ 8/11/2018 MARGARET WRIGHT 8/11/2018 KRISTY TAYLOR 8/1112018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/1112018 KRISTY TAYLOR 9/11/2018 9/11/2018 9/19/2018 8/31/2018 9/11/2018 8/31/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 -4,030.59 2,713.97 71.46 1,612.11 46.36 2,119.86 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 Release Amount($) 772.14 574.86 71.46 1,603.35 46.36 1,101.60 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 -. 3,258.45 2,139.11 0.00 8.76 0.00 1,018.26 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 101518a HCBOC Page 13 Bill# Taxpayer Name 0002254308-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT LP. 0002254309-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT LP. 0002254311-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254312-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254313-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254314-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254315-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT L.P. 0002254316-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT LP. 0002254317-2018-2018-0000-00-REG AMERICAN HOMES 4 RENT LP. 0002259847-2018-2018-0000-00-REG SCHMIOT, KYLE DAVID Subtotal RELEASE REASON: Adjustment Release 0000030768-2018-2018-0000-01-PRV BLUEHER, JOHN J Subtotal RELEASE REASON: Assessed In Err 0002259765-2018-2018-0000-00-REG STRICKLAND, ROBERT DENNIS JR 0002260031-2018-2018-0000-00-REG KIMBLE, ALDEN WINFIELD 0002260563-2018-2018-0000-00-REG KRASZEWSKI, ROBERT STANLEY Subtotal RELEASE REASON: Duplication 0001403128-2018-2018-0000-00-REG BROCK, ANTHONY WAYNE 0001985208-2018-2018-0000-00-REG BLUE TRACK HOLDINGS LLC PAGE 4 of 10 Operator ID (Name) 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/11/2018 KRISTY TAYLOR 8/21/2018 APRIL DIAZ 1/22/2018 AMY BAIN 8/21/2018 CRYSTAL THOMAS 8/21/2018 APRIL DIAZ 8/21/2018 DINA BAREFOOT 8/11/2018 CRYSTAL THOMAS 8/11/2018 SHERRY LOCKAMY 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/10/2018 9/12/2018 9/28/2018 9/5/2018 9/6/2018 9/5/2018 9/25/2018 9/24/2018 -11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 10.31 799.11 222.86 143.69 277.43 40.25 491.28 Release Amount($) 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 5.15 17,654.94 799.11 799.11 222.86 143.69 277.43 643.98 30.10 324.09 -0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5.16 0.00 0.00 0.00 0.00 10.15 167.19 101518a HCBOC Page 14 Bill# Taxpayer Name 0002259022-2018-2018-0000-00-REG STAVLEY, WILLIAMS RONALD Subtotal RELEASE REASON: Elderly Exclusion 0000007071-2018-2018-0000-00-REG TYNDALL, JAMES EVANDER 0000013367-2018-2018-0000-00-REG HARRIS, GARNER TED 0000014475-2018-2018-0000-00-REG DENNING, JAMES S 0000050115-2018-2018-0000-00-REG WELLS, BONNIE LOUISE 0000052905-2018-2018-0000-00-REG TART, SAMMY OLIN 0000058722-2018-2018-0000-00-REG SUNDERMAN. LINDA M 0002258338-2018-2018-0000-00-REG WILLIS, CAROLE ELAINE Subtotal RELEASE REASON: Exempt Property 0000009345-2018-2018-0000-00-REG CAMPBELL UNIVERSITY INC 0002248030-2018-2018-0000-00-REG CAPTAINS LANDING PROPERTY OWNERS ASSOC INC Subtotal RELEASE REASON: Full rebate 0002177129-2017-2017-0000-00-REG WEBER, JODY L 0002177129-2018-2018-0000-00-REG WEBER, JODY L 0002255896-2018-2018-0000-00-REG BAGWELL, LILLIE MAE PAGE 5 of 10 Operator ID (Name) 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 KIMBERLY BAKER 8/19/2017 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 9/4/2018 9/25/2018 9/25/2018 9/26/2018 9/25/2018 9/25/2018 9/25/2018 9/25/2018 9/6/2018 9/24/2018 9/20/2018 9/20/2018 9/25/2018 -. 277.20 853.60 1,151.25 1,863.51 583.00 1,727.57 277.98 60.61 1,044.61 166.00 295.24 295.24 21.50 Release Amount($) 277.20 631.39 853.60 1,151.25 1,863.51 583.00 1,727.57 207.98 60.61 6,447.52 974.61 166.00 1,140.61 295.24 295.24 21.50 -. 0.00 0.00 0.00 0.00 0.00 0.00 70.00 0.00 70.00 0.00 0.00 0.00 0.00 101518a HCBOC Page 15 Bill# Taxpayer Name 0002259007-2018-2018-0000-00-REG WILSON. WALTER RICHARD Subtotal RELEASE REASON: Landfill error 0000036595-2013-2013-0000-00-REG MCNEILL, JAMES ODELL 0000036595-2014-2014-0000-00-REG MCNEILL, WILLIAM JOSEPH 0000036595-2015-2015-0000-00-REG MCNEILL, WILLIAM JOSEPH 0000036595-2016-2016-0000-00-REG MCNEILL, WILL 1AM JOSE PH 0000036595-2017-2017-0000-00-REG MCNEILL, WILLIAM JOSEPH 0000036595-2018-2018-0000-00-REG MCNEILL, WILLIAM JOSEPH 0001713467-2018-2018-0000-00-REG COLLEY, REGINA LEIGH Subtotal RELEASE REASON: Listed In Error 0002178178-2018-2018-0000-00-REG RYDER TRUCK RENTAL INC Subtotal RELEASE REASON: Military 0001976168-2018-2018-0000-00-REG CHRISTMAN, VERNON ANTHONY 0002258371-2018-2018-0000-00-REG SPEIGHT. RITA E 0002258372-2018-2018-0000-00-REG SPEIGHT, RITA E 0002258774-2018-2018-0000-00-REG GANTT, FREDERICK LEE 0002259069-2018-2018-0000-00-REG VOLLMER, DAM IAN M 0002259226-2018-2018-0000-00-REG CLERMONT, MATTHEW AARON 0002259302-2018-2018-0000-00-REG COFFEY, SHERRY MARIE PAGE 6 of 10 Operator ID (Name) 8/11/2018 MARGARET WRIGHT 8/7/2013 CRYSTAL THOMAS 8/9/2014 CRYSTAL THOMAS 8/8/2015 CRYSTAL THOMAS 8/6/2016 CRYSTAL THOMAS 8/19/2017 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 CRYSTAL THOMAS 8/11/2018 SHERRY LOCKAMY 8/11/2018 APRIL DIAZ 8/11/2018 APRIL DIAZ 8/11/2018 APRIL DIAZ 8/11/2018 APRIL DIAZ 8/11/2018 APRIL DIAZ 8/21/2018 APRIL DIAZ 8/21/2018 SHANNON AUTRY -. 9/7/2018 12.25 9/11/2018 572.08 9/11/2018 582.80 9/11/2018 582.80 9/11/2018 582.80 9/11/2018 503.11 9/11/2018 503.11 9/11/2018 688.68 9/5/2018 2,911.04 9/13/2018 7.69 9/4/2018 528.36 9/4/2018 46.84 9/27/2018 20.69 9/7/2018 149.21 9/19/2018 7.92 9/5/2018 86.36 Release Amount($) 12.25 624.23 140.00 140.00 140.00 140.00 140.00 140.00 70.00 910.00 2,494.25 2,494.25 7.69 528.36 46.84 20.69 149.21 7.92 86.36 -0.00 432.08 442.80 442.80 442.80 363.11 363.11 618.68 416.79 0.00 0.00 0.00 0.00 0.00 0.00 0.00 101518a HCBOC Page 16 Bill# Taxpayer Name 0002259648-2018-2018-0000-00-REG MCCARROL, SYBIL ANNE 0002260400-2018-2018-0000-00-REG DENKER, CRAIG ALLEN 0002260521-2018-2018-0000-00-REG HORTA, MIGUEL COMAS 0002260744-2018-2018-0000-00-REG MINSHEW, EVAN FRIPP 0002260772-2018-2018-0000-00-REG KIBITLEWSKI, BRIAN B 0002260832-2018-2018-0000-00-REG WEEKS, LUCAS JAMES Subtotal RELEASE REASON: Not in County 0002255728-2018-2018-0000-00-REG DORMAN, JOEY ALEX Subtotal RELEASE REASON: Over Assessment 0002259244-2018-2018-0000-00-REG CARLSON, CONRAD KEITH 0002260570-2018-2018-0000-00-REG HEATH, TODD JAMES Subtotal RELEASE REASON: Over Listed 0001279732-2018-2018-0000-00-REG MULCAHY, RICHARD C Subtotal RELEASE REASON: Ownership change 0000007209-2018-2018-0000-00-REG LIANG, TONG 0000019563-2018-2018-0000-00-REG GILES, SHERRILL W 0000020564-2018-2018-0000-00-REG GRAY, KELLY M 0000030768-2018-2018-0000-00-PRV SEABURG, BRENDAL 0000030768-2018-2018-0000-00-REG SEABURG, BRENDAL 0002256741-2018-2018-0000-00-REG IVEY, BETTY S Subtotal PAGE 7 of 10 Operator ID (Name) 8/21/2018 APRIL DIAZ 8/21/2018 STEPHANIE WILSON 8/21/2018 APRIL DIAZ 8/21/2018 APRIL DIAZ 8/21/2018 DINA BAREFOOT 8/21/2018 APRIL DIAZ 8/11/2018 CRYSTAL THOMAS 8/21/2018 APRIL DIAZ 8/21/2018 APRIL DIAZ 8/11/2018 APRIL DIAZ 8/11/2018 AMY BAIN 8/11/2018 AMY BAIN 8/11/2018 AMY BAIN 1/22/2018 AMY BAIN 8/11/2018 AMY BAIN 8/11/2018 MARGARET WRIGHT 9/28/2018 9/5/2018 9/10/2018 9/27/2018 9/4/2018 9/12/2018 9/6/2018 9/4/2018 9/5/2018 9/4/2018 9/20/2018 9/4/2018 9/21/2018 9/28/2018 9/28/2018 9/6/2018 -361.20 282.42 431.73 165.67 287.89 248.65 619.85 37.35 110.40 39.93 1,718.46 25.29 1,407.48 0.00 799.11 6.14 Release Amount($) 361.20 282.42 431.73 165.67 287.89 248.65 2,624.63 619.85 619.85 33.36 100.60 133.96 29.99 29.99 1,718.46 25.29 1,407.48 799.11 799.11 6.14 4,755.59 -. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 3.99 9.80 9.94 0.00 0.00 0.00 -799.11 0.00 0.00 101518a HCBOC Page 17 Bill# Taxpayer Name RELEASE REASON: Removal of SW Fee 0000030598-2018-2018-0000-00-REG LAYTON CHAPEL BAPTIST CHURCH 0000030611-2018-2018-0000-00-REG LAYTON CHAPEL BAPTIST CHURCH INC, 0000038940-2013-2013-0000-00-REG MURPHY, DAYNA BAYLES 0000038940-2014-2014-0000-00-REG MURPHY, DAYNA BAYLES 0000038940-2015-2015-0000-00-R E G MURPHY, DAYNA BAYLES 0000038940-2016-2016-0000-00-REG MURPHY, DAYNA BAYLES 0000038940-2017-2017-0000-00-REG MURPHY, DAYNA BAYLES 0000038940-2018-2018-0000-00-REG MURPHY, DAYNA BAYLES 0000042702-2018-2018-0000-00-REG PITTMAN, MARILYN 0000055094-2014-2014-0000-00-REG TURLINGTON, FRED 0000055094-2015-2015-0000-00-REG TURLINGTON, FRED 0000055094-2016-2016-0000-00-REG TURLINGTON, FRED 0000055094-2017-2017-0000-00-REG TURLINGTON, FRED 0000055094-2018-2018-0000-00-REG TURLINGTON, FRED 000171017 4-2018-2018-0000-00-REG BAGWELL, LILLIE MAE 0002257560-2018-2018-0000-00-REG WILSON, BERNICE L Subtotal RELEASE REASON: Situs error 0002260156-2018-2018-0000-00-REG SHAW, JOSEPH PAGE 8 of 10 Operator ID (Name) 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/7/2013 MARGARET WRIGHT 8/9/2014 MARGARET WRIGHT 8/8/2015 MARGARET WRIGHT 8/6/2016 MARGARET WRIGHT 8/19/2017 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/9/2014 MARGARET WRIGHT 8/8/2015 MARGARET WRIGHT 8/6/2016 MARGARET WRIGHT 8/19/2017 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/11/2018 MARGARET WRIGHT 8/21/2018 CRYSTAL THOMAS -. 9/6/2018 210.00 9/6/2018 210.00 8/31/2018 963.66 8/31/2018 987.36 8/31/2018 987.36 8/31/2018 996.84 8/31/2018 1,106.21 8/31/2018 1,106.21 8/31/2018 87.00 9/25/2018 684.08 9/25/2018 225.12 9/25/2018 226.15 9/25/2018 236.36 9/25/2018 236.36 9/25/2018 199.00 8/31/2018 220.30 9/7/2018 16.04 Release Amount($) 210.00 70.00 140.00 140.00 140.00 140.00 140.00 140.00 70.00 140.00 140.00 140.00 140.00 140.00 70.00 70.00 2,030.00 16.04 -. 0.00 140.00 823.66 847.36 847.36 856.84 966.21 966.21 17.00 544.08 85.12 86.15 96.36 96.36 129.00 150.30 0.00 101518a HCBOC Page 18 Bill# Taxpayer Name 0002260621-2018-2018-0000-00-REG CLARNO, ROBERT EDWARD Subtotal RELEASE REASON: SMALL UNDERPAYMENT 0000007360-2018-2018-0000-00-REG PRIDGEN, JOY B 0000018518-2018-2018-0000-00-REG FREEMAN PEARLINE AND OTHERS 0000025855-2017-2017-0000-00-REG HUTCHINS, RANDY 0000032640-2017-2017-0000-00-REG MANESS, JOHNNY W JR 0000038598-2018-2018-0000-00-REG WEST, TRACY A 0000041937-2018-2018-0000-00-REG PELHAM, SHIRLEAN 0000048077-2017-2017-0000-00-REG SIGNAL, ANNA 0000049099-2018-2015-0070-00-REG UPCHURCH, JAMES M OOOOOS 1636-2018-2018-0000-00-RE G STRICKLAND, SAMUEL 0000055410-2018-2018-0000-00-REG TYNDALL, JAMES ROBERT 0000059845-2017-2017-0000-00-REG CAMP, JENNIFER MCDONALD 0000059995-2018-2018-0000-00-REG WILLIFORD, PATSY A 0000061187-2018-2018-0000-00-REG LIDDLE, BRENDA 0001570871-2018-2016-0000-00-REG PORTER, ANNIE MAE 0001672695-2009-2009-0000-00-REG HARDIN, VICTORIA ALMA 0002076860-2018-2018-0000-00-REG HAIR, LADEAN MCLAMB 0002092190-2013-2013-0000-00-REG GARCIA, LAURA SUSANA 0002095398-2018-2018-0000-00-REG J & R SALVAGE INC 0002177536-2018-2018-0000-00-REG CHAMPOU, JOYCE ANN PAGE 9 of 10 Operator ID (Name) 8/21/2018 SHANNON AUTRY 8/11/2018 JANNA HIGDON 8/11/2018 KARA DANIELS 8/19/2017 YVONNE MCARTHUR 8/19/2017 KIM BERL Y BAKER 8/11/2018 LOCKBOX DPC 8/11/2018 JANNA HIGDON 8/19/2017 KIMBERLY BAKER 9/20/2018 JANNA HIGDON 8/11/2018 KARA DANIELS 8/11/2018 KARA DANIELS 8/19/2017 KIMBERLY BAKER 8/11/2018 KARA DANIELS 8/11/2018 JANNA HIGDON 4/18/2018 YVONNE MCARTHUR 8/2/2009 AMY BAIN 8/11/2018 KARA DANIELS 7/1/2013 KARA DANIELS 8/11/2018 AMY BAIN 8/11/2018 KIMBERLY BAKER 9/5/2018 9/11/2018 9/10/2018 9/6/2018 9/7/2018 9/24/2018 9/7/2018 9/5/2018 9/21/2018 9/20/2018 9/7/2018 9/28/2018 9/5/2018 9/4/2018 9/20/2018 9/13/2018 9/21/2018 9/5/2018 9/7/2018 9/6/2018 -. 104.70 983.75 44.63 239.74 256.01 917.54 37.91 696.55 54.54 245.95 527.09 1,007.73 75.26 366.10 43.56 5.67 126.21 34.21 4.10 12.32 Release Amount($) 104.70 120.74 0.51 0.10 0.60 0.72 0.20 0.28 0.11 0.01 0.95 0.43 0.19 0.26 0.10 0.37 0.05 0.10 0.22 0.10 0.20 -. 0.00 983.24 44.53 239.14 255.29 917.34 37.63 696.44 54.53 245.00 526.66 1,007.54 75.00 366.00 43.19 5.62 126.11 33.99 4.00 12.12 101518a HCBOC Page 19 Bill# Taxpayer Name 0002251546-2018-2018-0000-00-REG JOHNSON, STEVEN PAUL Subtotal RELEASE REASON: Value Increase 0001709714-2018-2018-0000-00-REG DORMAN, CHARLES MICHAEL Subtotal Total PAGE 10 of 10 Operator ID (Name) 8/11/2018 JANNA HIGDON 8/11/2018 MARGARET WRIGHT -. 9/27/2018 3.33 9/20/2018 293.60 Release Amount($) 0.33 5.83 293.60 293.60 43,754.37 -. 3.00 0.00 101518a HCBOC Page 20 Agenda Item __ 4;..-__ Dc---- PROCLAMATION RECOGNIZING DAN HONEYCUTT FOR HIS DEDICATED SERVICE TO HARNETT COUNTY AND ITS CITIZENS WHEREAS, Dan Curtis Honeycutt Sr. was born on October 19, 1949, the son of Rupert N . and Geraldine S. Honeycutt, and passed away on May 15, 2018 at age 68; and WHEREAS, Dan grew up in Coats and graduated from Coats Union School in 1968 before earning degrees from North Carolina State University in 1972 and Campbell University in 1986;and WHEREAS, in 1972, Dan unexpectedly embarked on a 37-year career in education when he began teaching agriculture at Coats Union School after being recruited by his former principal, J.C. Hawley; and · WHEREAS, during his time at Coats, Dan also served as transportation director and FF A leader, and became the winningest high school softball coach in the State of North Carolina; and '· WHEREAS, Dan taught at Coats until 1985, when he became assistant principal at the newly constructed Triton High School, which brought together studems from Coats, Erwin and Dunn;and WHEREAS, Dan spent two years as principal at Erwin Middle School before returning to Triton in 1992 as principal, and then going to the central office where he became assistant superintendent of Harnett County Schools in 2001, and superintendent in 2005 ; and WHEREAS, Dan retired in 2009, having received numerous awards during his career including the Wachovia Principal of the Year Ward, the Milken Educator Award and the Order of the Longleaf Pine; and WHEREAS, even after retiring from public education, Dan continued to serve his community as a member of the Good Hope Hospital Board and the Central Carolina Community College Board of Trustees, where he worked to help implement the first early college in Hamett County; and WHEREAS, even though he never envisioned a career in education, Dan's proudest accomplishment was his work educating Harnett County's students and encouraging them to do their best and contribute to their communities; and WHEREAS, Dan's greatest strength was being able to see the potential in students and encourage them to reach their potential; and WHEREAS, generations of Harnett County students and citizens are indebted to Dan Honeycutt for his many years of public service -not only for his work as an educator, coach, administrator and leader, but for the example he set as a role model for others to emulate. 101518a HCBOC Page 21 NOW, THEREFORE, BE IT REOLVED that the Harnett County Board of Commissioners expresses their deepest gratitude to Dan Honeycutt for his life and legacy of service to Harnett County and its citizens, and extends condolences to Dan's wife, Teresa Neal Honeycutt, to his sons, Dan Curtis "Curt" Honeycutt Jr. and Lance Neal Honeycutt, and to his mother for their untimely loss . ADOPTED this 15th day of October 2018. HARNETT COUNTY BOARD OF COMMISSIONERS C. Gordon Springle, Chairman Howard Penny, Vice Chairman Abe Elmore Barbara McKoy Joe Miller 101518a HCBOC Page 22 Agenda Item 4-E -------- PROCLAMATION CELEBRATING HARNETT COUNTY RESIDENT HUBERT EDWARDS ON THE OCCASION OF HIS 100th BIRTHDAY WHEREAS, Harnett County resident Hubert Garland Edwards will celebrate his I 001h birthday on October 27, 2018 ; and WHEREAS, Mr. Edwards was born October 27, 1918, on a 300-acre tobacco farm in Beaufort County, N.C., one of 11 brothers and sisters ; and WHEREAS, Mr. Edwards enlisted in the United States Army on September 28, 1939, and was assigne d to the 17th Field Artillery Battalion; and WHEREAS, Mr. Edwards was married in 1941 before going to England to train for the invasion of North Africa; and WHEREAS, Mr. Edwards served 37 months overseas on the front lines of the European theatre during World War II, and participated in seven invasions in seven countries including campaigns in Tunisia, North Africa, Sicily, Naples-Foggia, Rome-Amo, Southern France, the Rhineland and Central Europe; and WHEREAS, Mr. Edwards was discharged from the Army on July 20, 1945 at the rank of sergeant, earning a Silver Star medal and two Bronze Star medals, along with Army Marksmanship Qualification Badges for pistol and rifle; and WHEREAS, following his military service, Mr. Edwards worked for Hamilton Beach as a production manager, and in 1968 was selected as the Beaufort County campaign manager for U.S. Sen. Robert Morgan of Lillington during his campaign for North Carolina Attorney General; and WHEREAS, in recent years, Mr. Edwards has received numerous honors related to his military service including serving as the grand marshal of the Hamett County Veterans Parade in 2013 , and being a guest of honor when his beloved Atlanta Braves played the Florida Marlins at Fort Bragg in 2016; and WHEREAS, Mr. Edwards is a member of the Sanford Senior Dran1a Club in which he has performed in two dinner theaters, and was made a lifetime member of the Western Hamett Lion's Club in 2018; and WHEREAS, Mr. Edwards presently resides in Carolina Lakes where he is a member of First Baptist Church in Sanford, and enjoys cooking ( especially baking), traveling and dancing, as well as speaking and sharing his experiences in front of civic clubs, churches and various other organizations; and WHEREAS, Mr. Edwards has been married to Lynda Edwards for 11 years, and has a daughter, Gail Surles, who also lives in Carolina Lakes with her husband, Jim. 101518a HCBOC Page 23 NOW, THEREFORE, BE IT RESOLVED that the Harnett County Board of Commissioners does hereby recognize and congratulate Mr. Edwards upon the celebration of his 100th birthday and extends its best wishes to him, wishing him continued health and happiness. ADOPTED this 15th day of October, 2018. HARNETT COUNTY BOARD OF COMMISSIONERS C. Gordon Springle, Chairman Howard Penny, Vice Chairman Abe Elmore Barbara McKoy Joe Miller 101518a HCBOC Page 24 Board Meeting Agenda Item Agenda Item 4-F --------- MEETING DATE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: North Carolina Department of Transportation/Public Transportation Division (NCDOT/PTD) "Public Transportation Grant Agreement" 5311 FY2019 REQUESTED BY: Barry A. Blevins REQUEST: General Services Director, Hamett Area Rural Transit System (HARTS) requests the Hamett County Board of Commissioners consider and approve the North Carolina Department of Transportation (NCDOT) FYI 9 5311 grant agreement in the amount of $488,449; total county match is $62,768. The grant provides funding for both capital and administrative expenses associated with providing public transportation for the citizens of Harnett County. Aproved Fiscal Year 2019 budget contains county match. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: \\hcfilea\GSUsers\apeele\M y Documents\TRANSPORTATION\FYI 819\18 .09.20-agenda request 18.10.15 NCDOT 5311 Grant.docx Page I of 2 101518a HCBOC Page 25 NORTH CAROLINA DEPARTMENT OF TRANSPORTATION and COUNTY OF HARNETT PUBLIC TRANSPORTATION GRANT AGREEMENT FOR COMMUNITY TRANSPORTATION RURAL FORMULA GRANT PROGRAM Federal Award Identification Agreement Number: NCDOT Project Number: 19-CT -040 Approved Indirect Cost Rate : 12.25% FAIN Number(s): NC-2017-052-01 CFDA Number: 20.509 DUNS Number: 091565986 Total Amount of Award : $488,449 ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• Federal Funded Programs: D 5303 Metropolitan Planning Grant D 5307 Urbanized Area Formula Grant D 5310 Elderly and Disabled Formula Grant ~ 5311 Community Transportation Rural Formula Grant D 5311 Appalachian Development Transit Assistance Program Grant D 5311f Intercity Bus Grant D 5316 Job Access Reverse Commute Grant D 5317 New Freedom Grant D 5339 Bus and Bus Facility Grant NCDOT PTD Federal Agreement Revised 6/28/2018 Page 1 of 24 101518a HCBOC Page 26 THIS AGREEMENT made this the day of , 20 , (hereinafter referred to as AGREEMENT) by and between the NORTH CAROLINA DEPARTMENT OF TRANSPORTATION (hereinc?u ... ~ ~-.. - agency of the State of North Carolina) and COUNT~ y/ea_5e._ do as the grant recipient hereinafter referred to as 1 -·· Department as "Parties"). do.....te.,.,: 1. Purpose of Agreement rnent", an ()D+-s capacity ither with The purpose of this Agreement is to provide fort ized and small urban public transportation services as dt __ .. _..,.., 111 u 1t! proJect application (hereinafter referred to as "Project") and to state the terms and conditions as to the manner in which the Project will be undertaken and completed. This Agreement contains the entire agreement between the parties and there are no understandings or agreements, verbal or otherwise, regarding this Agreement except as expressly set forth herein. This Agreement is solely for the benefit of the identified parties to the Agreement and is not intended to give any rights, claims, or benefits to third parties or to the public at large. 2. Availability of Funds All terms and conditions of this Agreement are dependent upon, and, subject to the allocation of funds for the purpose set forth in the Agreement and the Agreement shall automatically terminate if funds cease to be available. 3. Period of Performance This Agreement shall commence upon the date of execution with a period of performance for all expenditures that extends from July 1, 2018 to June 30, 2019. Any requests to change the Period of Performance must be made in accordance with the policies and procedures established by the Department or FT A The Subrecipient shall commence, carry on, and complete the approved Project in a sound, economical, and efficient manner. 4. Project Implementation a. Scope of Project. County of Harnett will use funds to support the operation of the transit office. The funding will cover 100% of the salary and benefits of the transit director, asst. transit director and 2 other administrative positions. Funds will also be used to cover expenses for travel, training, office and computer supplies, electricity, water, sewer, phones marketing and promotional material and a portion of the vehicle insurance, and vehicle radio airtime. Harnett County will purchase (3) Raised Roof Vans, side entry, no lift, 12-13 passengers; (1) Minivan/Crossover (Replacement) and building and security surveillance equipment. NCDOT PTO Federal Agreement Revised 6/28/2018 Page 2 of 24 101518a HCBOC Page 27 b. The Subrecipient shall undertake and complete the project in accordance with the procedures, terms, and conditions herein and as included in the related grant application for financial assistance, the terms of which are incorporated by reference. c. Amendment. Any amendment to this Agreement shall be done in writing and in accordance with established policies and procedures and only by mutual consent of the Parties. 5. Cost of Project/Project Budget The total cost of the Project approved by the Department is FOUR HUNDRED EIGHTY EIGHT THOUSAND FOUR HUNDRED FORTY NINE DOLLARS ($488,449) as set forth in the Project Description and Budget, incorporated into this Agreement as Attachment A. The Department shall provide, from Federal and State funds, the percentages of the actual net cost of the Project as indicated below, not in excess of the identified amounts for eligible Administrative, Operating, and Capital expenses. The Subrecipient hereby agrees that it will provide the percentages of the actual net cost of the Project, as indicated below, and any amounts in excess of the Department's maximum (Federal plus State shares) contribution. The net cost is the price paid minus any refunds, rebates, or other items of value received by the Subrecipient which have the effect of reducing the actual cost. Administration Administration Administration Administration WBS Total Federal (80%) State (5%) 36233.50.21.1 $278,449 $222,759 $13,922 Aareement # Capital I Capital I Capital I Capital I WBS Total Federal (80%) State (10%} 36233.50.21.3 $192,000 $153,600 $19,200 AQreement # Capital II Capital II Capital II Capital II WBS Total Federal (80%) State (10%} 36233.50.21.4 $18,000 $14,400 $1,800 Agreement# Project Project Project Project Total Total Total Federal Total State $488,449 $390,759 $34,922 6. Project Expenditures, Payments, and Reimbursement NCDOT PTO Federal Agreement Revised 6/28/2018 Administration Local (15%) $41,768 Capital I Local (10%} $19,200 Capital II Local {10%) $1,800 Project Total Local $62,768 Page 3 of 24 101518a HCBOC Page 28 a. General. The Department, utilizing available state and federal funds, shall reimburse the Subrecipient for allowable costs for work performed under the terms of this Agreement. b. Reimbursement Procedures. The Subrecipient shall submit for reimbursement all eligible costs incurred within the agreement Period of Performance. i. Claims for reimbursement shall be made no more than monthly or less than quarterly, using the State's grant system, Enterprise Business Services (EBS) Partner Application . ii. All requests for reimbursement must be submitted within (30) days following the end of the project's reporting period. Any Subrecipient that fails to submit a request for reimbursement for the first two quarters of agreement fiscal year by January 31 or the last two quarters by July 31 will forfeit its ability to receive reimbursement for those periods . iii. All payments issued by the Department will be on a reimbursable basis unless the Subrecipient requests and the Department approves an advance payment. iv. Supporting documentation for proof of payment may be requested. c . Subrecipient Funds. Prior to reimbursement, the Subrecipient shall provide the Department with proof that the Sub recipient has met its proportionate share of project costs from sources other than FTA or the Department. Any costs for work not eligible for Federal and State participation shall be financed one hundred percent (100%) by the Subrecipient. d. Operating Expenditures. In order to assist in financing the operating costs of the project, the Department shall reimburse the Subrecipient for the lesser of the following when providing operating assistance: i. The balance of unrecovered operating expenditures after deducting all farebox revenue , or ii. The percentage specified in the Approved Project Budget of the allowable total operating expenditures which shall be determined by available funding. e. Travel Expenditures. The Subrecipient shall limit reimbursement for meals, lodging and travel to rates established by the State of North Carolina Travel Policy . Costs incurred by the Subrecipient in excess of these rates shall be borne by the Subrecipient. NCDOT PTO Federal Agreement Revised 6/28/2018 Page4of24 101518a HCBOC Page 29 f. Allowable Costs. Expenditures made by the Subrecipient shall be reimbursed as allowable costs to the extent they meet all of the requirements set forth below. They must be: i. Consistent with the Project Description, plans, specifications, and Project Budget and all other provisions of this Agreement ii. Necessary in order to accomplish the Project iii. Reasonable in amount for the goods or services purchased iv . Actual net costs to the Subrecipient, i.e., the price paid minus any refunds (eg, refundable sales and use taxes pursuant to NCGS 105- 164.14), rebates, or other items of value received by the Subrecipient that have the effect of reducing the cost actually incurred v. Incurred (and be for work performed) within the period of performance and period covered of this Agreement unless specific authorization from the Department to the contrary is received vi. Satisfactorily documented vii. Treated uniformly and consistently under accounting principles and procedures approved or prescribed by the Department g. Excluded Costs. The Subrecipient understands and agrees that, except to the extent the Department determines otherwise in writing, the Department will exclude: i. Any Project cost incurred by the Subrecipient before the period of periormance of the agreement, ii. Any cost that is not included in the latest Approved Project Budget, iii. Any cost for Project property or services received in connection with a third-party contract, sub-agreement, lease, or other arrangement that is required to be, but has not been, concurred in or approved in writing by the Department, and iv. Any cost ineligible for FTA participation as provided by applicable Federal or State laws, regulations, or directives. h. Final Allowability Determination. The subrecipient understands and agrees that payment to the subrecipient on any Project cost does not constitute the Federal or State Government's final decision about whether that cost is allowable and eligible for payment and does not constitute a waiver of any violation by the NCDOT PTD Federal Agreement Revised 6/28/2018 Page 5 of 24 101518a HCBOC Page 30 subrecipient of the terms of this Agreement. The subrecipient acknowledges that the Federal or State Government will not make a final determination about the aflowability and eligibility of any cost until an audit of the Project has been completed. If the Federal or State Government determines that the subrecipient is not entitled to receive any portion of the Federal or State assistance the subrecipient has requested or provided, the Department will notify the Subrecipient in writing, stating its reasons. The Subrecipient agrees that Project closeout will not alter the Subrecipient's responsibility to return any funds due the Federal or State Government as a result of later refunds, corrections, or other transactions; nor will Project closeout alter the Federal or State Government's right to disallow costs and recover funds on the basis of a later audit or other review. Unless prohibited by Federal or State law or regulation, the Federal or State Government may recover any Federal or State assistance funds made available for the Project as necessary to satisfy any outstanding monetary claims that the Federal or State Government may have against the Subrecipient. i. Federal or State Claims, Excess Payments, Disallowed Costs, Including Interest. i. Subrecipient's Responsibility to Pay . Upon notification to the Subrecipient that specific amounts are owed to the Federal or State Government, whether for excess payments of Federal or State assistance, disallowed costs, or funds recovered from third parties or elsewhere , the Subrecipient agrees to remit to the Department promptly the amounts owed, including applicable interest and any penalties and administrative charges within 60 days of notification . ii. Interest Paid to the Department. The Subrecipient agrees to remit to the Department interest owed as determined i n accordance with NCGS § 147-86.23 . iii. Interest and Fees Paid on Federal Funds. For amounts owed by the Subrecipient to the Federal Government, whether for excess payments of Federal assistance , disallowed costs, or funds recovered from third parties or elsewhere, the Subrecipient agrees to remit to the Federal Government promptly the amounts owed, including applicable interest, penalties and administrative charges as established by the Federal Transit Authority Master Agreement with NCDOT . j. De-obligation of Funds. The Subrecipient agrees that the Department may de- obligate unexpended Federal and State funds for grants that are inactive for six months or more. k. Project Closeout. Project closeout occurs when the Department issues the final project payment or acknowledges that the Subrecipient has remitted the proper NCDOT PTO Federal Agreement Revised 6/28/2018 Page 6 of 24 101518a HCBOC Page 31 refund. The Subrecipient agrees that Project closeout by the Department does not invalidate any continuing requirements imposed by this Agreement. 7. Accounting Records a. Establishment and Maintenance of Accounting Records. The Subrecipient shall establish and maintain separate accounts for the public transportation program , either independently or within the existing accounting system. All costs charged to the program shall be in accordance with most current approved Project Budget and shall be reported to the Department in accordance with NCDOT Uniform Public Transportation Accounting System (UPTAS) guide. b. Documentation of Project Costs. All costs charged to the Project, including any approved services performed by the Subrecipient or others, shall be supported by properly executed payrolls, time records, invoices, contracts, or vouchers evidencing in detail the nature and propriety of the charges. 8. Reporting, Record Retention, and Access a. Progress Reports. The Subrecipient shall advise the Department, through EBS, regarding the progress of the Project at a minimum quarterly, and at such time and in such a manner as the Department may require . Such reporting and documentation may include, but not be limited to: operating statistics, equipment usage, meetings , progress reports, and monthly performance reports. The Subrecipient shall collect and submit to the Department such financial statements, data, records, contracts , and other documents related to the Project as may be deemed necessary by the Department. Reports shall include narrative and financial statements of sufficient substance to be in conformance with the reporting requirements of the Department. Progress reports throughout the useful life of the project equipment shall be used , in part, to document utilization of the project equipment. Failure to fully utilize the project equipment in the manner directed by the Department shall constitute a breach of contract, and after written notification by the Department, may result in termination of the Agreement or any such remedy as the Department deems appropriate. b. Failure to comply with grant reporting and compliance guidelines set forth in the NCDOT PTO State Management Plan could result in financial penalties up to and including loss of current and future grant funding . c. Record Retention. The Subrecipient and its third party subrecipients shall retain all records pertaining to this Project for a period of five (5) years from the date of final payment to the Subrecipient, or until all audit exceptions have been resolved, whichever is longer. d. Project Closeout. The Subrecipient agrees that Project closeout does not alter the reporting and record retention requirements of this Agreement. NCOOT PTO Federal Agreement Revised 6/28/2018 Page 7 of 24 101518a HCBOC Page 32 e. State Auditor Oversight. The Subrecipient agrees to audit oversight by the Office of the State Auditor, to provide the Office of the State Auditor with access to accounting records, and to make available any audit work papers in the possession of any auditor of the Subrecipient. f. Financial Reporting and Audit Requirements . In accordance with 09 NCAC 03M.0205, all reports shall be filed with the Department in the format and method specified by the agency no later than three (3) months after the end of the recipient's fiscal year, unless the same information is already required through more frequent reporting . Audit Reports must be provided to the funding agency no later than nine (9) months after the end of the recipient's fiscal year. g. Parts Inventory. Financial audits must address parts inventory management. h. Third Party Loans . Within 30 days of receipt, the Subrecipient shall disclose to the Department any loans received from a local government entity or other entity not party to this agreement. i. Audit Costs. Unless prohibited by law, the costs of audits made in accordance with Title 2 CFR 200, Subpart F "Audit Requirements" are allowable charges to State and Federal awards. The charges may be considered a direct cost or an allocated indirect cost, as determined in accordance with cost principles outlined in Title 2 CFR 200, Subpart E ''Cost Principles." The cost of any audit not conducted in accordance with Title 2 CFR 200 and NCGS§ 159-34 is unallowable and shall not be charged to State or Federal grants. 9. Compliance with Laws and Regulations a. No terms herein shall be construed in a manner that conflicts with the rules and regulations of the Department or with state or federal law. b. The Subrecipient agrees to comply with all applicable state and federal laws and regulations, including titles 09 NCAC 3M and 19A NCAC SB, as amended. 10. Conflicts of Interest Policy The subrecipient agrees to file with the Department a copy of the subrecipient's policy addressing conflicts of interest that may arise involving the subrecipient's management employees and the members of its board of directors or other governing body. The sub recipient's policy shall address situations in which any of these individuals may directly or indirectly benefit, except as the subrecipient's employees or members of its board or other governing body, from the subrecipient's disbursing of State funds, and shall include actions to be taken by the subrecipient or the individual, or both, to avoid conflicts of interest and the appearance of impropriety . The conflicts of interest policy shall be filed with the Department prior to the Department disbursing funds to the subrecipient. NCDOT PTO Federal Agreement Revised 6/28/2018 Page 8 of 24 101518a HCBOC Page 33 Prohibition on Bonus or Commission Payments The Subrecipient affirms that it has not paid and will not pay any bonus or commission to any party to obtain approval of its Federal or State assistance application for the Project. 11. Tax Compliance Certification The Subrecipient shall complete and submit to the Department a sworn written statement pursuant to NCGS 143C-6-23(c), stating that the Subrecipient does not have any overdue tax debts, as defined by GS 105-243.1, at the Federal, State, or local level. The Subrecipient acknowledges that the written statement must be submitted to the Department prior to execution of this Agreement and disbursement of funds. The certification will be incorporated into this Agreement as Attachment B. 12. Assignment a. Unless otherwise authorized in writing by the Department, the Subrecipient shall not assign any portion of the work to be performed under this Agreement, or execute any contract, amendment, or change order thereto, or obligate itself in any manner with any third party with respect to its rights and responsibilities under this Agreement without the prior written concurrence of the Department. b. The Subrecipient agrees to incorporate the terms of this agreement and any applicable State or Federal requirements into written third-party contracts, sub- agreements, and leases, and to take the appropriate measures necessary to ensure that all Project participants comply with applicable Federal and State laws, regulations, and directives affecting their performance, except to the extent the Department determines otherwise in writing. 13. Hold Harmless. Except as prohibited or otherwise limited by law, the Subrecipient agrees to indemnify, save, and hold harmless the Department, the State of North Carolina and the United States of America and its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Subrecipient of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under the Project. 14. Real Property, Equipment, and Supplies. Federal or State Interest. The Subrecipient understands and agrees that the Federal or State Government retains an interest in any real property, equipment, and supplies financed with Federal or State assistance (Project property) until, and to the extent, that the Federal or State Government relinquishes its Federal or State interest in that Project NCDOT PTO Federal Agreement Revised 6/28/2018 Page 9 of24 101518a HCBOC Page 34 property . With respect to any Project property financed with Federal or State assistance under this Agreement, the Subrecipient agrees to comply with the following provisions, except to the extent FTA or the Department determines otherwise in writing : a . Use of Project Property . The Subrecipient agrees to maintain continuing control of the use of Project property. The Subrecipient agrees to use Project property for appropriate Project purposes (which may include joint development purposes that generate program income, both during and after the award period and used to support public transportation activities) for the duration of the useful life of that property, as required by FTA or the Department. Should the Subrecipient unreasonably delay or fail to use Project property during the useful life of that property , the Subrecipient agrees that it may be required to return the entire amount of the Federal and State assistance expended on that property. The Subrecipient further agrees to notify the Department immediately when any Project property is withdrawn from Project use or when any Project property is used in a manner substantially different from the representations the Sub recipient has made in its Application or in the Project Description for this Agreement for the Project. In turn, the Department shall be responsible for notifying FT A. b . Maintenance and Inspection of Vehicles. The Sub recipient shall maintain vehicles at a high level of cleanliness, safety, and mechanical soundness in accordance with the minimum maintenance requirements recommended by the manufacturer and comply with the Department's State Management Plan ("SMP"). The Subrecipient shall register all vehicle maintenance activities into the Department's Asset Management System (AssetWorks) or an electronic version of same. The Department shall conduct frequent inspections to confirm proper maintenance pursuant to this subsection and the SMP. The Subrecipient shall collect and submit to the Department at such time and in such manner as it may require information for the purpose of the Department's Asset Management System (AssetWorks) and the Transit Asset Maintenance ("TAM") Plan . c . Maintenance and Inspection of Facilities and Equipment. The Subrecipient shall maintain any Project facility , including any and all equipment installed into or added on to the facility as part of the Project, in good operating order and at a high level of cleanliness, safety and mechanical soundness in accordance with good facility maintenance and upkeep practices and in accordance with the minimum maintenance requirements recommended by the manufacturer for all equipment installed in or added to the facility as part of the Project. Such maintenance shall be in compliance with applicable Federal and state regulations or directives that may be issued, except to the extent that the Department determines otherwise in writing . The Subrecipient shall document its maintenance program in a written plan. The Department shall conduct inspections as it deems necessary to confirm proper maintenance on the part of the Subrecipient pursuant to this subsection and SMP. Such inspections may or may not be scheduled ahead of time but will be conducted such that they shall not significantly interfere with the ongoing and necessary functions for which the Project was designed . The Subrecipient shall NC DOT PTD Federal Agreement Revised 6/28/2018 Page 10 of 24 101518a HCBOC Page 35 make every effort to accommodate such inspections by the Department in accordance with the Department's desired schedule for such inspections . d. The Subrecipient shall collect and submit to the Department at such time and in such manner as the Department may require information for the purpose of updating the TAM Plan Inventory and any and all other reports the Department deems necessary. The Subrecipient shall also maintain and make available to the Department upon its demand all documents, policies, procedures, purchase orders, bills of sale, internal work orders and similar items that demonstrate the Subrecipient's maintenance of the facility in good operating order and at a high level of cleanliness, safety and mechanical soundness. e. Incidental Use. The Subrecipient agrees that any incidental use of Project property will not exceed that permitted under applicable laws, regulations, and directives. f. Title to Vehicles. The Certificate of Title to all vehicles purchased under the Approved Budget for this Project shall be in the name of the Subrecipient. The Department's Public Transportation Division shall be recorded on the Certificate of Title as first lien-holder. In the event of project termination or breach of contract provisions, the Subrecipient shall, upon written notification by the Department, surrender Project equipment and/or transfer the Certificate(s) of Title for Project equipment to the Department or the Department's designee within 30 days of request. g. Encumbrance of Project Property. The Subrecipient agrees to maintain satisfactory continuing control of Project property as follows: ( 1) Written Transactions. The Subrecipient agrees that it will not execute any transfer of title, lease, lien, pledge, mortgage, encumbrance, third party contract, subagreement, grant anticipation note, alienation, innovative finance arrangement (such as a cross border lease, leveraged lease, or otherwise), or any other obligation pertaining to Project property, that in any way would affect the continuing Federal and State interest in that Project property. (2) Oral Transactions . The Subrecipient agrees that it will not obligate itself in any manner to any third party with respect to Project property. (3) Other Actions. The Subrecipient agrees that it will not take any action adversely affecting the Federal and State interest in or impair the Subrecipient's continuing control of the use of Project property. h. Alternative Use, Transfer, and Disposition of Project Property. The Subrecipient understands and agrees any alternative uses, transfers, or disposition of project property must be approved by the Department and done in accordance with Departmental procedures. NCDOT PTD Federal Agreement Revised 6/28/2018 Page 11 of 24 101518a HCBOC Page 36 i. Insurance Proceeds. If the Subrecipient receives insurance proceeds as a result of damage or destruction to the Project property, the Subrecipient agrees to: (1) Apply those insurance proceeds to the cost of replacing the damaged or destroyed Project property taken out of service, or (2) Return to the Department an amount equal to the remaining Federal and State interest in the damaged or destroyed Project property. j. Misused or Damaged Project Property. If any damage to Project property results from abuse or misuse occurring with the Subrecipient 's knowledge and consent, the Subrecipient agrees to restore the Project property to its original condition or refund the value of the Federal and State interest in that property, as the Department may require. k. Responsibilities after Project Closeout. The Subrecipient agrees that Project closeout by the Department will not change the Subrecipient's Project property management responsibilities, and as may be set forth in subsequent Federal and State laws, regulations, and directives, except to the extent the Department determines otherwise in writing. 15. Insurance The Subrecipient shall be responsible for protecting the state and/or federal financial interest in the facility construction/renovation and equipment purchased under this Agreement throughout the useful life. The Subrecipient shall provide, as frequently and in such manner as the Department may require, written documentation that the facility and equipment are insured against loss in an amount equal to or greater than the state and/or federal share of the real value of the facility or equipment. Failure of the Subrecipient to provide adequate insurance shall be considered a breach of contract and, after notification may result in termination of this Agreement. In addition, other insurance requirements may apply. The Subrecipient agrees to comply with the insurance requirements normally imposed by North Carolina State and local laws, regulations, and ordinances, except to the extent that the Department determines otherwise in writing. 16. Termination a. Either party may terminate the Agreement by providing 60 days written notice to the other party, or as otherwise permitted by law. b. Should the Subrecipient terminate the Agreement without the concurrence of the Department, the Subrecipient shall reimburse the Department one hundred percent (100%) of all costs expended by the Department and associated with the work. 17. Additional Repayment Requirements and Remedies NCDOT PTO Federal Agreement Revised 6/28/2018 Page 12 of 24 101518a HCBOC Page 37 a. The repayment requirements and remedies addressed in this Paragraph are in addition to those repayment requirements and other remedies set forth elsewhere in this Agreement, including the requirements to repay unspent funds . No remedy conferred or reserved by or to the Department is intended to be exclusive of any other available remedy or remedies, but each and every such remedy shall be cumulative and shall be in addition to every other remedy provided for in this Agreement, or now or hereinafter existing at law, in equity, or by statute, and any such right or power may be exercised from time to time and as often as may be deemed expedient. b. If there is a breach of any of the requirements, covenants or agreements in this Agreement (including , without limitation, any reporting requirements), or ifthere are any representations or warranties which are untrue as to a material fact in this Agreement or in relation to the Project (including the performance thereof), the Subrecipient agrees that the Department may require repayment from the Subrecipient of an amount of funds to be determined in the Department's sole discretion but not to exceed the amount of funds the Subrecipient has already received under this Agreement. 18. Civil Rights and Equal Opportunity Under this Agreement, the Subrecipient shall at all times comply with the requirements included as part of this agreement in the Federal Terms and Conditions. 19. Choice of Law and Venue This agreement is to be interpreted according to the laws of the State of North Carolina . The Parties hereby agree that the proper venue for any claims filed as a result of this Agreement shall be the Superior Court of Wake County, North Carolina. 20 . Severability If any provision of the FTA Master Agreement or this Agreement for the Project is determined invalid, the remainder of that Agreement shall not be affected if that remainder would continue to conform to the · requirements of applicable Federal or State laws or regulations . 21. Incorporated Terms and Conditions In addition to the Terms and Conditions contained in this agreement and the terms and conditions included in the grant application, which are hereby incorporated by reference, additional terms and conditions incorporated by reference into this agreement are checked below. ~ Federal Terms and Conditions, Attached NCDOT PTO Federal Agreement Revised 6/28/2018 Page 13 of24 101518a HCBOC Page 38 NCDOT PTO Federal Agreement Revised 6/28/2018 Page 14 of 24 101518a HCBOC Page 39 22. Federal Terms and Conditions State Management Plan . The State Management Plan for Federal and State Transportation Programs and any subsequent amendments or revisions thereto, are herewith incorporated by reference, and are on file with and approved by the Department. Nothing shall be construed under the terms of this Agreement by the Department or the Subrecipient that shall cause any conflict with Department , State, or Federal statutes, rules, or regulations . Allowable Costs. Eligible costs are those costs attributable to and allowed under the FTA program and the provisions of 2 CFR Parts 200 and 1201, "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards." No Federal Government Obligations to Third Parties . The Subrecipient acknowledges and agrees that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Agreement, absent the express written consent by the Federal Government, the Federal Government is not a party to this Agreement and shall not be subject to any obligations or liabilities to the Subrecipient or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Agreement. The Subrecipient agrees to include the above clause in each contract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions . Program Fraud and False or Fraudulent Statements or Related Acts . The Subrecipient acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended , 31 USC§ 3801 et seq. and U.S . DOT regulations , "Program Fraud Civil Remedies," 49 CFR part 31, apply to its actions pertaining to this project. Upon execution of the underlying Agreement, the Subrecipient certifies or affirms the truthfulness and accuracy of any statement it has made, it makes , it may make , or causes to be made, pertaining to the underlying Agreement or the FTA assisted project for which this Agreement work is being performed. In addition to other penalties that may be applicable, the Subrecipient further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification , the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Subrecipient to the extent the Federal Government deems appropriate. The Subrecipient also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 USC chapter 53, the Government reserves the right to impose the penalties of 18 USC § 1001 and 49 USC § 5323(1) on the Subrecipient, to the extent the Federal Government deems appropriate. NCDOT PTD Federa l Agreement Revised 6/28/2018 Page 15 of 24 101518a HCBOC Page 40 The Subrecipient agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions . Access to Records and Reports. a. Record Retention . The Subrecipient will retain, and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the Agreement, including, but not limited to, data, documents, reports, statistics, sub- agreements, leases, subcontracts, arrangements, other third-party agreements of any type, and supporting materials related to those records. c. Access to Records. The Subrecipient agrees to provide sufficient access to FT A and its contractors to inspect and audit records and information related to performance of this Agreement as reasonably may be required. d. Access to the Sites of Performance. The Subrecipient agrees to permit FT A and its contractors access to the sites of performance under this Agreement as reasonably may be required. Federal Changes. The Subrecipient agrees to comply with all applicable federal requirements and federal guidance. All the standards or limits included in this agreement are minimum requirements. The federal requirements and guidance that applied at the time of the award this Agreement may be modified from time to time, and the modifications will apply to the Subrecipient. Civil Rights and Equal Opportunity . Under this Agreement, the Subrecipient shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof. 1. Nondiscrimination. In accordance with Federal transit law at 49 USC § 5332, the Subrecipient agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex, disability, or age. In addition, the Subrecipient agrees to comply with applicable Federal implementing regulations and other implementing requirements FT A may issue. 2. Race, Color. Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 USC§ 2000e et seq., and Federal transit laws at 49 USC§ 5332, the Subrecipient agrees to comply with all applicable equal employment opportunity requirements of U.S . Department of Labor (U.S . DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 CFR chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 USC§ 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 USC§ 2000e note. The Subrecipient agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such NCDOT PTO Federal Agreement Revised 6/28/2018 Page 16 of 24 101518a HCBOC Page 41 action shall include , but not be limited to , the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination ; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Subrecipient agrees to comply with any implementing requirements FTA may issue . 3. Age . In accordance with the Age Discrimination in Employment Act , 29 USC §§ 621634, U.S. Equal Employment Opportunity Commission (U .S. EEOC) regulations, "Age Discrimination in Employment Act," 29 CFR part 1625, the Age Discrimination Act of 1975, as amended, 42 USC§ 6101 et seq ., U.S . Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance," 45 CFR part 90, and Federal transit law at 49 USC § 5332, the Subrecipient agrees to refrain from discrimination against present and prospective employees for reason of age . In addition , the Subrecipient agrees to comply with any implementing requirements FTA may issue. 4. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 USC§ 794, the Americans with Disabilities Act of 1990, as amended, 42 USC§ 12101 et seq ., the Architectural Barriers Act of 1968, as amended , 42 USC§ 4151 et seq ., and Federal transit law at 49 USC§ 5332 , the Subrecipient agrees that it will not discriminate against individuals on the basis of disability. In addition , the Subrecipient agrees to comply with any implementing requirements FT A may issue . Disadvantaged Business Enterprises. It is the policy of the North Carolina Department of Transportation that Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part 26 shall have the equal opportunity to compete fairly for and to participate in the performance of contracts financed in whole or in part by Federal Funds . The Subrecipient is also encouraged to give every opportunity to allow DBE participation in Supplemental Agreements . The Subrecipient, subconsultant , and subcontractor shall not discriminate on the basis of race, religion, color, national origin, age, disability or sex in the performance of this contract. The Subrecipient shall comply with applicable requirements of 49 CFR Part 26 in the award and administration of federally assisted contracts. Failure by the Subrecipient to comply with these requirements is a material breach of this contract , which will result in the termination of this contract or such other remedy, as the Department deems necessary . When payments are made to Disadvantaged Business Enterprise (DBE) Subrecipients, including material suppliers, Subrecipients at all levels (Subrecipient , Subconsultant or Subrecipient) shall provide the Contract Administrator with an accounting of said payments. The accounting shall be listed on the Department's Subrecipient Payment Information Form (Form DBE-IS). In the event the Subrecipient has no DBE participation, the Subrecipient shall indicate this on the Form DBE-IS by entering the word 'None' or the number 'zero' and the form shall be signed. Form DBE-IS may be accessed on the website at: https:/ /apps. dot.state. nc. us/guickfind/forms/Defau It. aspx . A responsible fiscal officer of the payee Subrecipient, subconsultant or Subrecipient who can attest to the date and amounts of the payments shall certify that the accounting is NCDOT PTD Federal Agreement Revised 6/28/2018 Page 17 of24 101518a HCBOC Page 42 correct. A copy of an acceptable report may be obtained from the Department of Transportation. This information shall be submitted as part of the requests for payments made to the Department. Prompt payment provisions. When a subcontractor has performed in accordance with the provisions of his contract, the contractor shall pay to his subcontractor and each subcontractor shall pay to his subcontractor, within seven days of receipt by the contractor or subcontractor of each periodic or final payment, the full amount received for such subcontractor's work and materials based on work completed or service provided under the subcontract NCGS §22C-1. Incorporation of FTA Terms. Provisions of this Agreement include, in part, certain standard terms and conditions required by the U .S. DOT. All contractual provisions required by the U.S. DOT, as set forth in FTA Circular 4220.1, as amended, are incorporated by reference. Anything to the contrary herein notwithstanding, all FTA- mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Subrecipient shall not perform any act, fail to perform any act, or refuse to comply with ·any Department request, which would cause the Department to be in violation of FT A terms and conditions, as referenced in the current FTA Master Agreement shall prevail and be the instrument governing the receipt of Federal assistance from the Federal Transit Administration. Energy Conservation. The Subrecipient agrees to comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Debarment. Suspension, Ineligibility and Voluntary Exclusion . The Subrecipient shall comply and facilitate compliance with U.S. DOT regulations, "Non-procurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. 0MB) "Guidelines to Agencies on Government- wide Debarment and Suspension (Non-procurement)," 2 CFR part 180 . As such, the Subrecipient shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded Agreement and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in ay federally assisted Award. By signing and submitting this Agreement, Subrecipient certifies as follows : NCOOT PTO Federal Agreement Revised 6128/2018 Page 18 of 24 101518a HCBOC Page 43 The certification in this clause is a material representation of fact relied upon by the Department. If it is later determined by the Department that the Subrecipient knowingly rendered an erroneous certification, in addition to remedies available to the Department, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The Subrecipient agrees to comply with the requirements of 2 CFR part 180, subpart C, as supplemented by 2 CFR part 1200, throughout the period of this Agreement. The Subrecipient further agrees to include a provision requiring such compliance in its lower tier covered transactions. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. Lobbying Restrictions. The Subrecipient agrees that neither it nor any third-party participant will use federal assistance to influence any officer or employee of a federal agency, member of Congress or an employee of a member of Congress, or officer or employee of Congress on matters that involve this agreement, including any extension or modification, according to the following: (1) Laws, Regulations, Requirements, and Guidance. This includes: (a) The Byrd Anti-Lobbying Amendment, 31 USC§ 1352, as amended, (b) U.S. DOT regulations, "New Restrictions on Lobbying," 49 CFR part 20, to the extent consistent with 31 USC § 1352, as amended, and (c) Other applicable federal laws, regulations, requirements, and guidance prohibiting the use of federal assistance for any activity concerning legislation or appropriations designed to influence the U.S. Congress or a state legislature, and (2) Exception. If permitted by applicable federal law, regulations, requirements, or guidance, such lobbying activities described above may be undertaken through the subrecipient's proper official channels. The Subrecipient agrees to submit a signed and dated Certification on Lobbying that appears in the attachment. Clean Air Act and Federal Water Pollution Control Act. The Subrecipient agrees: 1) It will not use any violating facilities; 2) It will report the use of facilities placed on or likely to be placed on the U .S. EPA "List of Violating Facilities;" 3) It will report violations of use of prohibited facilities to FT A; and 4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 USC §§ 7401 -7671 q); and the Federal Water Pollution Control Act as amended, (33 USC§§ 1251-1387). NCDOT PTD Federal Agreement Revised 6/28/2018 Page 19 of 24 101518a HCBOC Page 44 Public Transportation Employee Protective Arrangements. The Subrecipient agrees to comply with the following employee protective arrangements of 49 USC§ 5333(b): 1. Sections 5307 and 5339. Under this Agreement or any Amendments thereto that involve public transportation operations that are supported with 49 USC § 5307 or 49 USC § 5339 federal assistance, a certification issued by U.S. DOL is a condition of the Contract. 2. Section 5311 . When the Agreement involves public transportation operations and is supported with federal assistance appropriated or made available for 49 USC § 5311, U.S . DOL will provide a Special Warranty for its Award. The U.S. DOL Special Warranty is a condition of the Agreement. 3. Section 5310. The conditions of 49 USC § 5333(b) do not apply to Subrecipients providing public transportation operations pursuant to 49 USC§ 5310. FTA reserves the right to make case-by-case determinations of the applicability of 49 USC § 5333(b) for all transfers of funding authorized under title 23, United States Code (flex funds), and make other exceptions as it deems appropriate, and, in those instances, any special arrangements required by FTA will be incorporated herein as required. Charter Service . The Subrecipient agrees to comply with 49 USC 5323(d), 5323(r), and 49 CFR part 604, which provides that recipients and subrecipients of FT A assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except as permitted under: 1. Federal transit laws, specifically 49 USC § 5323(d); 2. FTA regulations, "Charter Service ," 49 CFR part 604; 3. Any other federal Charter Service regulations; or 4 . Federal guidance, except as FTA determines otherwise in writing. The Subrecipient agrees that if it engages in a pattern of violations of FT A's Charter Service regulations, FT A may require corrective measures or impose remedies on it. These corrective measures and remedies may include: 1. Barring it or any subcontractor operating public transportation under its Award that has provided prohibited charter service from receiving federal assistance from FT A; 2. Withholding an amount of federal assistance as provided by Appendix D to part 604 of FTA's Charter Service regulations; or 3 . Any other appropriate remedy that may apply. The Subrecipient should also include the substance of this clause in each subcontract that may involve operating public transit services . NCDOT PTO Federal Agreement Revised 6/28/2018 Page 20 of 24 101518a HCBOC Page 45 School Bus Operations. The Subrecipient agrees to comply with 49 USC 5323{f), and 49 CFR part 605, and not engage in school bus operations using federally funded equipment or facilities in competition with private operators of school buses, except as permitted under: 1. Federal transit laws, specifically 49 USC§ 5323(f); 2 . FTA regulations, "School Bus Operations," 49 CFR part 605; 3. Any other Federal School Bus regulations; or 4 . Federal guidance, except as FTA determines otherwise in writing. If Subrecipient violates this School Bus Agreement, FT A may: 1. Bar the Subrecipient from receiving Federal assistance for public transportation; or 2. Require the Subrecipient to take such remedial measures as FTA considers appropriate. When operating exclusive school bus service under an allowable exemption, the contractor may not use federally funded equipment, vehicles, or facilities. The Subrecipient shall include the substance of this clause in each subcontract or purchase under this contract that may operate public transportation services. Substance Abuse Requirements (Recipients of Sections 5307, 5311, and 5339 funds QI!M. The Subrecipient agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR parts 40 and 655, produce any documentation necessary to establish its compliance with part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations or the Department to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR part 655 and review the testing process. The Subrecipient agrees further to submit the Drug and Alcohol Management Information System (DAMIS) reports before February 15 to NCDOT Public Transportation Compliance Office or its designee. 23. Contract Administrators. All notices permitted or required to be given by one Party to the other and all questions about this Agreement from one Party to the other shall be addressed and delivered to the other Party's Contract Administrator. The name, postal address, street address, telephone number, fax number, and email address of the Parties' respective initial Contract Administrators are set out below . Either Party may change the name, postal address, street address, telephone number, fax number, or email address of its Contract Administrator by giving timely written notice to the other Party. NCDOT PTD Federal Agreement Revised 6/28/2018 Page 21 of 24 101518a HCBOC Page 46 For the Department Name: Title: Agency: Email: MSC: Myra Freeman Financial Manager NCDOT/PTD Msfreeman 1@ncdot.gov 1550 Mail Service Center -Raleigh, NC 27699-1550 Physical Address: 1 S. Wilmington St, Rm 542, Transportation Building, Raleigh, NC 27601 Phone: 919-707-4672 Fax: 919-733-2304 For the Subrecipient: Name: Title: Agency : Email : +kr0e:tl :nreCL RurWl :J?aosi± sysr--c~ bb kv ·tns ~bQrn_-etT.or-g Phone : NCDOT PTD Federal Agreement Revised 6/28/2018 Page 22 of 24 101518a HCBOC Page 47 IN WITNESS WHEREOF, this Agreement has been executed by the Department, an agency of the State of North Carolina, and the Subrecipient by and through a duly authorized representative and is effective the date and year first above written. SUBRECIPIENT'S FEDERAL TAX ID NUMBER: SUBRECIPIENT'S FISCAL YEAR END: ATTEST: TITLE: ATTEST: TITLE: NCDOT PTD Federal Agreement Revised 6/28/2018 BY: TITLE: BY: TITLE: COUNTY OF HARNETT 5Lp-lo OD03Cio JUNE 30, 2019 CHAIRPERSON .... . . . . DEPARTMENT OF: : : : : : : ·: ·: · '. · TRANSPORTATION DEPUTY SECRETARY FOR MULTI-MODAL TRANSPORTATION Page 23 of24 ::c C m• :a -ffl• .. zcn ffl -:a ,:, ffl z 101518a HCBOC Page 48 Attachment Certification Regarding Lobbying The Subrecipient certifies, to the best of his or her 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, and 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 Subrecipient 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. 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, U.S . Cod~ .. ~.n.y . . . . person who fails to file the required certification shall be subject to a civil penalty of.ryof l~ · "ttiao · $10,000 and not more than $100,000 for each such failure. Subrecipient's Authorized Representative : Title : Chc{tr ®o of ~ &::osr\ o-6 C.Offi('(\l S'S\crers Date: NCDOT PTD Federal Agreement Revised 6/28/2018 Page 24 of24 101518a HCBOC Page 49 PUBLIC TRANSPORTATION PROGRAM RESOLUTION FY 2019 RESOLUTION Section 5311 (including AOTAP), 5310, 5339, 5307 and applicable State funding, or combination thereof. Applicant seeking pennission to apply for Public Transportation Program funding, enter into agreement with the North Carolina Department of Transportation, provide the necessary assurances and the required local match. AmotionwasmadebyCa¥..,~SS1 9 fH;J:: Abe. ~(vv;o»-e... andsecondedbyVi,e Cka:.,..m~I\ for the adoption of the folfowing resolution. and upon being put to a vote was duly adopted. WHEREAS, Article 28 of Chapter 136 of the North Carolina General StatLftes and the Governor of North Carolina have designated the North Carolina Department of Transportation (NCDOT) as the agency responsible tor admtnistering federal and state public transportation funds; and WHEREAS, the North Carolina Department of Transportation will apply for a grant from the US Departn,ent of Transportation, Federal Transit Administration and receives funds from the North Carolina General Assembly to provide assistance for rural public transportation projects; and WHEREAS, the purpose of these transportation funds is to provide grant monies to local agencies for the provision of rural, small urban. and urban public transportation services consistent with the policy requirements of each fonding source for planning, community and agency involvement, service design, service alternatives, training and conference participation, reporting and other requirements {drug and alcohol testing policy and program. disadvantaged business enterprise program, and fully allocated costs analysis); and WHEREAS, the funds applied for may be Administrative . Operating, Planning , or Capital funds and will have different percentages of federal, state, and local funds . WHEREAS, non-Community Transportation applicants may apply for funding for ··purchase-of-service" projects under the Section 5310 program . WHEREAS. Countv of Hamett hereby assures and certifies that it will provide the required local matching funds: that its staff has the technical capacity to implement and manage the project(s), prepare required reports, obtain required tr~ining, attend meetings and conferences; and agrees to comply with the federal and state statutes, regulations. executive orders. Section 5333 (b) Warranty, and all administrative requirements related to the applications made to and grants received from the Federal Transit Administration, as well as the provisions of Section 1001 ofTitle 18, V. S. C WHEREAS , the applicant has or wiU provide all annual certifications and assurances to the State of North Carolina required for the project; Revised 07-27-2017 101518a HCBOC Page 50 NOW. THEREFORE, be it resolved that the Chairman of Hamett County Board of Commissioners rs hereby authorized to submit grant application (s) for federal and state funding in response to NCDOT's calls for projects, make the necessary assurances and certifications and be empowered to enter into an agreement with the NCDOT to provide rural, small urban, and urban public transportation services. I Margaret Regina Wheeler. Clerk to the Board of Commissioners do hereby certify that the above is a true and correct copy of an excerpt from the minutes of a meeting of the Harnett County Board of Commissioners duly held on the __ll, i4'i day of Oc.:bzbe c . 2017. ;./J \J .r-1 • 1! 1 J • _ i),, A Yll~~~ ~ ~-~__k_ -------signatufl, of Certif;ing ~= ' ',_) •l'Jofe ~at the authorized official, certifying official, and notQTY public should be three separate individuals. Seal Subsclibed and swam to me (date} ~Jnlxc_/Jq__,__P.:Qi r1 Affix Notnry Seal Here --~::~t-o, 1atl, .. i'v\ f ~------ Notari -r:ubl,c • -~~Qn1}[£Uyi_fillDLL ~-; ·. r', _eiLL '7 <: ~ Li l \ I n ~fan . {0;: J, 'J Sid (p Prmted Name and Address J ' My commission expires (cfete) lili: [J)Q.Q__ __ _ 2 Revised 07-27-2017 101518a HCBOC Page 51 PROGRAM SUMMARY SHEET REQUIREMENTS 5311 Rural Form ula FEDERAL Adm inistration, Operating, Capital , Planning •· ...... --i:--.. This guidance for all subrecipients receiving capital, administration , and operating PRINCIPLE assistance to support public transportation in rural areas (areas with populations of Jess than 50,000). To be eligible , transit providers must have a signed resolution from the County Commissioners of each county served, designating them as the 5311 recipient in thei r jurisdiction in order to be eligible to apply for funds. Starting in FY 2018, these resolutions ELIGIBLE are updated on a 5-year basis . The resolution is part of the grant application process . SUBRECIPIENTS North Carolina's coordinated approach to service delivery allows a single applicant w ithin each designated service area. General public transportation activities in rural North Carolina (areas outside urbanized area boundaries) are the focus of this funding . The goal of Section 5311 program is to enhance the overall mobility of people living in rural areas , therefore, projects may include transportation to or from rural areas. Service must be open and promoted to the general ELIGIBLE SERVICE public, however, a rural transit provider may design its Section 5311 funded services to maximize use by members of the general public who are transportation-disadvantaged. and SERVICE AREA Transportation disadvantaged people include seniors , people with disabilities, and low- income individuals. Providers receiving both 5311 and 5307 funds must have a method of allocating costs between the two programs . PTD suggests Subrecipients have sufficient funds to operate and maintain the NC DOT FINANCIAL funded program for at least three months without incoming revenue from grants. CAPACITY Subrecipients must have fiscal control and accounting procedures sufficient to permit the and MANAGEMENT tracking and reporting of grant funds. Any funds borrowed from a parent organization or governmental organization must be reported to NCDOT within 15 days. Subrecipients that expend more than $500,000 in federal funds from all sources (including AUDIT REPORTS federal funds provided through NCDOT) in a year must subm it the annual single audit and FINANCIAL required by 09 NCAC 03M and evidence of resolution of findings related to the transit STATEMENTS program to NCDOT. The value of a bus or van purchased must be considered when determining whether a Subrecipient meets the threshold for a single audit. Subrecipients will title the equipment and NCDOT Public Transportation D ivision be named VEHICLE TITLES first lien holder. When the project equipment has been replaced , NCDOT will release the lien. Useful life standards are maintained in NCDOT's Transit Asset Management (TAM) Tier II Sponsored Plan . This inventory is updated on an annual basis. INSURANCE Subrecipients will maintain insurance as defined in the procedures. Subrec ipients will maintain project equipment at a high level of cleanliness, safety, and MAINTENANCE mechanical soundness. An 80 percent on-time performance standard for eouipment and 1 101518a HCBOC Page 52 PROGRAM SUMMARY SHEET REQUIREMENTS wheelchair lifts has been set. All maintenance activities are entered into Trapeze EAM and performance is monitored . FTA and state funded facilities require a written maintenance plan and annual submission of the maintenance performed . PTD discourages incidental uses of real property unless it can generate additional revenues for the transit system or, at a reasonable cost. enhances system ridership . Prior INCIDENTAL USE written approval is required for incidental uses of real property which must be compatible with the original purposes of the contract. Incidental uses, such as meal delivery, are allowed if they do not interfere with the public transit service and cover the costs of the uses. Nutrition programs must cover the ooeratina costs attributable to meal delivery. NCDOT Public Transportation Division requires quarterly and year end reports. Program PROGRAM status reports are also required with each claim submitted . Failure to submit reports on REPORTING AND time will result in a reduction in the Rural 011erating Assistagce Program (ROAP). NCDOT Public Transportation Division maintains all procedures required for oversight. These expectations, the State Management Plan, funding applications and Certifications OVERSIGHT and Assurances must be followed to maintain good standing for future funding. Failure to submit reQorts on time will result in a reduction in the Rural Oeerating Assistance Program f ROAP}. Section 5311 Circular -C 9040 .1G: Award Management Requirements 5010.1 E: 09 NCAC03M Third Party Contracting Guidance 4220.1 F NCDOT's Business Guide REFERENCES Federal Transit Administration Annual Certifications and Assurances and Agreements Additional Terms & Conditions in the agreement State Management Plan PTO 5311 application overview and program material UPDATES/REVISIONS Original Date : 4/9/2018 Last Amended Date: 2 101518a HCBOC Page 53 PROGRAM SUMMARY SHEET REQUIREMENTS 3 101518a HCBOC Page 54 APPENDIX A NORTH CAROLINA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION DIVISION PROJECT NUMBER: 19-CT-040 APPROVED BUDGET SUMMARY EFFECTIVE DATE 7/1/2018 PROJECT SPONSOR: COUNTY OF HARNETI PROJECT DESCRIPTION FY2019 COMMUNITY TRANSPORTATION PROGRAM I. TOTAL PROJECT EXPENDITURES DEPARTMENT -4521 ADMINISTRATION - PERIOD OF PERFORMANCE JULY 01, 2018 · JUNE 30, 2019 DEPARTMENT· 4523 CAPITAL I -ROLLING STOCK PERIOD OF PERFORMANCE JULY 01 , 2018 -JUNE 30, 2019 DEPARTMENT· 4523 CAPITAL 11 • SUPPORT EQUIP AND FACILITIES PERIOD OF PERFORMANCE JULY 01, 2018 -JUNE 30 , 2019 II . TOTAL PROJECT FUNDING ADMINISTRATION -36233 .50.21.1 AGREEMENT# CAPITAL I -ROLLING STOCK 36233 .50.21.3 AGREEMENT# CAPITAL II -SUPPORT EQUIP & FACILI 36233 .50.21.4 AGREEMENT# TOTAL 36233 .50.21 .1 36233.50.21 .3 36233.50.21.4 TOTAL FEDERAL 100% 80% $278,449 $222 ,759 TOTAL FEDERAL 100% 80% $192,000 $153 ,600 TOTAL FEDERAL 100% 80% $18 ,000 $14,400 $488,449 $390 ,759 $278,449 $192,000 $18 ,000 STATE LOCAL 5% 15% $13,922 $41,768 STATE LOCAL 10% 10% $19 ,200 $19 ,200 STATE LOCAL 10% 10% $1,800 $1,800 $34,922 $62,768 101518a HCBOC Page 55 NORTH CAROLINA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION DIVISION APPROVED PROJECT BUDGET PROJECT : 19-CT-040 SPONSOR: COUNTY OF HARNETT WBS: 36233.50.21.1 DEPARTMENT 4521 -ADMINISTRATION TITLE -OBJECT G121 SALARIES AND WAGES -FULL TIME G127 SALARIES AND WAGES -LONGEVITY G181 Social Sec. Contrib . G183 Hosp. Ins. Contrib . G185 Unemp. Comp. Contrib G186 Workers Comp Cont. G197 Drug & Alcohol Test G212 Uniforms G261 Office Sup & Mat. G311 Travel G312 Travel Subsis. G321 Telephone Service G325 Postage G331 Electricity G333 Natural Gas G334 Water G335 Sewer G341 Printing & Reprod G371 Mrktng .Paid Adv G372 Promotional Items G391 Legal Advertising G395 Training-Employ Edu. G431 Lease Reproduct Eq G433 Lease Communicate Eq G441 Maint Cont-Commun Eq G452 Insurance-Vehicles G481 Central Services G491 Dues and Subscript G 182 Retirement Contrib. G291 Computer Supplies TOTAL ADMINSTRATION Approved Admin Budget APPROVED BUDGET 131,219 533 10,079 29,688 658 5,014 2,000 6,301 4,000 2,500 2,500 2,000 300 4,500 2,000 700 600 1,000 5,509 1,377 600 3,500 0 10,200 0 18,589 17,847 800 11,935 2,500 $278,449 Page 2 of 5 101518a HCBOC Page 56 NORTH CAROLINA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION DIVISION APPROVED PROJECT BUDGET SALARY AND WAGE DETAIL PROJECT: 19-CT-040 SPONSOR: COUNTY OF HARNEIT SQNO 01 02 03 04 POSITION NO % -------------------H·--------or:r>r~ 4521 oeJECT eODE ur------· TRANSIT SERV. MGR . 01 100% TRANSIT SERV. ASST. 01 100% ADMIN SUPP. SPECIALIST 01 100% DATNADMIN SUPP. SPEC. 01 100% TOTAL -OBJECT CODE 121 DEPT. 4521 OBJECT CODE 125 TOTAL -OBJECT CODE 125 DEPT. 4521 OBJECT CODE 126 TOTAL -OBJECT CODE 126 TOTAL DEPT. 4521 SALARIES AND WAGES Approved Salary and Wage Detail FTE RATE ·---------------- $ 41,588 $ 26,823 $ 37,262 $ 25,546 $ BUDGET ·-·-----------------· $ 41,588 $ 26,823 $ 37,262 $ 25,546 $ 131,219 $ $ $ $ $ $ $ $ $ $ $ $ $ 131,219 3 of 5 101518a HCBOC Page 57 PROJECT: SPONSOR: WBS : NORTH CAROLINA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION DIVISION APPROVED PROJECT BUDGET 19-CT-040 COUNTY OF HARNETT 36233.50.21 .3 DEPARTMENT 4523-CAPITAL I ROLLING STOCK ----·------------p~----------------------------·~-------------------·---------------------------------------------------- OBJECT -TITLE G545 G571 TOTAL CAPITAL I High-top vehicle(R) Mini-Van Repl. DEPARTMENT 4523 -CAPITAL II SUPPORT EQUIP AND FACILITIES ---------------------------------------••••M••••••• WBS: 36233 .50.21.4 OBJECT -TITLE G586 TOT AL CAPITAL II Build Secur/Surv Eq Approved Capital Budget APPROVED BUDGET 162,000 30,000 $192,000 APPROVED BUDGET 18,000 $18,000 Page4 of 5 101518a HCBOC Page 58 Approved Capital Budget Page 5 of 5 101518a HCBOC Page 59 Board Meeting Agenda Item Agenda Item __ 4 __ -_G ___ _ MEETING DATE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Harnett Regional Jetport (HRJ) Grant Agreement for Terminal Site Improvements. REQUESTED BY: Barry A. Blevins REQUEST: The Director of General Services/ Airport requests the Hamett County Board of Commissioners consider and approve the North Carolina Department of Transportation/Division of Aviation grant agreement to provide professional services for the design/permitting of the terminal site improvements and related work to replace the existing terminal at the Hamett Regional Jetport. The County of Hamett will receive 90% federally funded grant under the State Block Grant Non-Primary Entitlement (NPE) Program. Hamett County's local match is a 10% contribution which is funded by the current budget. The grant agreement requires a resolution by the Hamett County Board of Commissioners to appropriate 10% of the total estimated project cost. A project ordinance was approved on March 20, 2017, by the Board of Commissioners. The total project cost is $134,759. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: C: \U sers\gwhee ler\Ap pData \Local\Microsoft \ Windows\INetCache\C on te nt. Outlook\ TPTE Q CI, Y\ 18. 09 .25 -A g enda Request T erminal S it e Improvements 101518.docx Pa ge I of 2 101518a HCBOC Page 60 BLOCK GRANT AGREEMENT NON PRIMARY ENTITLEMENT FUNDING ST ATE AID TO AIRPORTS BLOCK GRANT BETWEEN THEN. C. DEPARTMENT OF TRANSPORTATION, AN AGENCY OF THE STATE OF NORTH CAROLINA AND COUNTY OF HARNETT THIS AGREEMENT made and entered into this the Do AIRPORT: HARNETTREGIONAL PROJECT NO: 36237.25.17.1 ________ , 20 ___ , by and between nc + ' • - 0 s "Department") and the the NORTH CAROLINA DEPARTMENT OF TRANSPO COUNTY OF HARNETT, the owners of the BARNET, Dc~.:te_ fter referred to as "Sponsor"). WHEREAS , Chapter 63 of the North Carolina Gener: it to administer a program of State Aid to Airports, subject to the limitations stated in that C11u.1---. 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 Modernization and Reform Act of 2012; and WHEREAS, the Department has approved a grant of funds to the Sponsor under the State Block Grant Program Non Primary Entitlement funds . NOW THEREFORE, the Department and the Sponsor do hereby mutually agree as follows : 1) That the approved scope of this project shall consist of: TERMINAL SITE IMPROVEMENTS 2) That the Grant of funds shall include maximum funding obligations for federal funds which shall be: State Block Grant NPE Program: $121,283 (not to exceed 90% of the final total costs) 3) That the funding obligations referenced in (2) above shall be the maximum obligations based on the final cost of eligible work items in the approved project, as certified by the Sponsor 4) That the Sponsor shall promptly undertake the Project and complete all work on the Project no later than JULY 1, 2019, unless a written extension of time is granted by the Department. DOA FORM (12/10) 101518a HCBOC Page 61 5) That all work performed on the Project shall conform to the approved scope of work referenced in this Agreement. Any amendments or modifications to the approved scope of work, approved grant amounts, or this Agreement shall not be authorized by the Department unless they are contained in a written modification to this Agreement and fully executed by both the Sponsor and the Department. 6) Debarment and Suspension : The Grantee agrees to comply, and assures the compliance by each of its third party contractors and subrecipients at any tier, with the provisions of Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6101 note , and U.S. DOT regulations on Debarment and Suspension at 49 C.F.R. Part 29. 7) The Sponsor certifies that it has adhered to all applicable laws, regulations, and procedures in the application for and Sponsor's approval of this Grant. 8) For a material breach of this Agreement or the Sponsor's Assurances , the Sponsor shall be liable to the Department for the return of all grant monies received. 9) The Sponsor agrees to adhere to the standards and procedures contained in the State Aid to Airports Program Guidance Handbook , unless the Department issues a written waiver to the contrary. 10) The Sponsor agrees to adhere to and be bound by the Grant Assurances of the Federal Aviation Administration, said Grant Assurances contained in Appendix I of this Grant Agreement. Further, the Sponsor agrees that it shall be responsible to the Federal Aviation Administration , or its designated agent, for enforcement of such Grant Assurances including any penalties, sanctions , or other actions which may be legally enforceable for lack of compliance with said Grant Assurances. 11) The Sponsor agrees to comply with the "Sponsor Assurances" contained as part of this Agreement. 12) N .C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone with a contract with the State, or from any person seeking to do business with the State . By execution of any response in this grant agreement, you attest, for your entire organization and its employees or agents that you are not aware that any such gift has been offered, accepted , or promised by any employees of your organization. DOA FORM (12 /10) Page 2 of 14 101518a HCBOC Page 62 IN WITNESS WHEREOF, THE PARTIES HERETO EXECUTED THIS GRANT AGREEMENT THE DAY AND YEAR FIRST WRITTEN ABOVE: NORTH CAROLINA DEPARTMENT OF TRANSPORTATION: NCDOTSEAL BY: ------------------- Deputy Secretary of Multi-Modal Transportation ATTEST: --------~·-..-· _. ·,-·~·-· ,,_..· ·~·-· ·~·~·- SIGNED : ---~:C.--'-r-:i ·~:>·--. >-::i-.. : % tn m-,s C, SPONSOR: mz SPONSOR SEAL TITLE: _{:_\\"---Cl=->'"'-----'l (___.M~CU1.c....,.__,___~~~-· ............. . & • • • • I . . . . . . . .. . . . ATTEST: -----------.. ....... .. . . . ' . " o • l. • " I • • • I I • • t • I ~ o • f STATE OF NORTH CAROLINA, COUNTY OF----------------------- !,---------------' a Notary Public in and for the State aforesaid , do hereby certify that ---------------------personally came before me this day and acknowledged that he is ______________ ofthe ________________________ _ (Title) (Sponsor} (hereinafter referred to as "Sponsor"), and by authority duly given and as an act of said Sponsor, the foregoing instrument was signed by him, attested by ________________________ of the Sponsor , and the (Name and Title) Seal of the Sponsor affixed hereto. WITNESS my hand and Notarial Seal , this the ____ day of ____________ , 20 __ . • • f •••• • I \ \ • I . . -~·.·.··.·.·. _________________ __...~ -·--. Notary Public (Signature) My Commission expires:------------SEAL DOA FORM (12/10) Page 3 of 14 ' . ... . . . .. . .. . ' ~ . .. .. . . . . ' I ,o & I ~ • I I I .. I I • \ ... ~ . ~ ~ . . z en ffl -:D t:) ffl z :en m-:a C, 1ft z 101518a HCBOC Page 63 RESOLUTION A motion was made by-----------------------------and seconded by (Name and Title) -------------------------for the adoption of the following resolution, and upon (Name and Title) being put to a vote was duly accepted : WHEREAS, a Grant in the amount of$121.283 has been approved by the Department based on total estimated cost of$134,759; and WHEREAS, an amount equal to or greater than ten percent (10%) of the total estimated project cost has been appropriated by the Sponsor for this Project. NOW THEREFORE , BE AND IT IS RESOLVED THAT THE---------------- (Title) of the Sponsor be and he hereby is authorized and empowered to enter into a Grant Agreement with the Department, thereby binding the Sponsor to the fulfillment of its obligation incurred under this Grant Agreement or any mutually agreed upon modification thereof. I,-------------------------------------' of the (Name and Title) ------------------------------------do hereby certify that (Sponsor) the above is a true and correct copy of an excerpt from the minutes of the ---------------------------------------of a meeting (Sponsor) duly and regularly held on the ____ day of _________ , 20 __ _ This, the ___ day of ________________ , 20 __ _ SPONSOR SEAL DOA FORM (12/10) Page 4 of 14 101518a HCBOC Page 64 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 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 concurrence 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 Grant 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. Page 5 of 14 101518a HCBOC Page 65 SECTION B: SPONSOR'S ASSURANCES: PROJECT ADMINISTRATION B-1 . The Airport shall comply with all requirements of the State Aid to Aitports Program Guidance Handbook. B-2 . It is the policy of this State, to encourage and promote participation by disadvantaged minority owned and women owned businesses (MBE and WBE) in contracts let by the Department pursuant to GS 136-28.4 for the planning , design, preconstruction , construction, alteration, or maintenance of State transportation infrastructure construction, and in the procurement of materials for these projects. All State agencies , institutions, and political subdivisions shall cooperate with the Department of Transportation and among themselves in all efforts to conduct outreach and to encourage and promote the use of disadvantaged minority owned and women owned businesses in these contracts. This is designed to ensure minority MBEs and WBEs have maximum opportunity to participate in performance of NCDOT contracts let using state funding . The sponsor assures and certifies with respect to this grant that they will pursue these requirement s as stipulated by the Department in the advertising , award and administration of all contracts , and require the same for all contractors , sub recipient or subcontractors. MBE\WBE program is governed by G.S. 136-28.4 and administered in accordance with Title 19A Chapter 02 SubChapter D Section .1101 -.1112 ofNorth Carolina Administrative Code 09A NCAC 02D.l 101). B-3. The Sponsor shall submit draft plans and specifications , or approved alternate , for the project for review by the Department 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 "Project Concurrence and Notice to Proceed" form (AV- CONCURJ A V-503) for undertaking the project. All plans (and alternate) shall be supported by engineer's report. A list of deliverable(s) from the Sponsor to the Department is as follows : Planning Projects 1. Interim Planning Submittals -All Airport Layout Plan Sheets, Reports , Projections, Construction Cost Estimate, drawings , sketches and all other pertinent infonnation -electronic copy: PDF format. Paper copy, if requested : bond copy -true half-size. 2. Final Submittal -All Airport Layout Plan Sheets , Reports, Projections, Construction Cost Estimate, drawings , sketches and all other pertinent infonnation -electronic copies: PDF fonnat and AutoCAD or MicroStation format -Paper copy: bond-true half-size for plan sheets / sketches Construction Projects a. All reports , projections -PDF Format. Any element of the documents shall be delivered in its original electronic fonnat (i .e. MS Word , Excel, AutoCAD ... ) ifrequested by the Department b . Sketches and drawings -electronic copies: PDF format and AutoCAD or Micro Station fonnat -Paper copy: bond -true half-size for plan sheets / sketches. Page 6 of 14 101518a HCBOC Page 66 I . Interim Design Submittals (i.e. 30%, 60%, 90% .... ) -Plan Sheets, Technical Specifications, Itemized Construction Cost Estimate and Engineers Report -electronic copy: PDF format. Paper copy, if requested: bond true half-size for plan sheets . 2. 100 % Design and Issue for Bid Submittals -Plan Sheets , Technical Specifications , Itemized Construction Cost Estimate, Engineer's Report, and Bid Tab -Any element of the documents shall be delivered in electronic format (i.e. MS Excel and PDF format) and AutoCAD or MicroStation format and Paper copy : bond-true half-size for plan sheets . 3. As-built / Record Drawings a . Contract Documents (Plan and Detail Sheets , Technical Specifications) -electronic copies: PDF format and AutoCAD or MicroStation format and Paper copy: bond-true half-size for plan sheets . b . Technical Specifications -electronic copies : MS Word File and PDF format c . Final Engineers Report -electronic copies : PDF format unless otherwise requested. B-4. Bids will be taken in accordance with N. C. General Statute 143-129 . Following bid opening or final contract negotiations , the Sponsor shall submit the "Project Concurrence and Notice to Proceed" (AV-CONCUR/ A V-503) request along with the bid tabulations to the Department for review. The Department will take action on the request including the approval or disapproval of the Sponsor's Employment of specific contractors within ten ( I 0) days ofreceipt. Approval will be communicated via a Contract Goal Requirements Letter sent directly to the Sponsor. B-5. 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-6. The Sponsor shall not commence construction or award construction contracts on the project until a written "Project Concurrence and Notice to Proceed" (AV-CONCUR/AV-503) is co-signed by the Sponsor's Representative and the Department or alternate written approval is provided by the Department. B-7. The Sponsor shall submit quarterly status reports (AV-STATUS /AV-502) to the Department, unless otherwise instructed, and will immediately notify the Department of any significant problems which are encountered in the completion of the project. B-8. The Sponsor shall notify the Department of any significant meetings or in spections involving the Sponsor , his contractor(s), consultant(s), and/or federal funding agencies concerning Project. B-9. The Sponsor shall notify the Department within thirty (30) days of completion of all work performed under this agreement for the purpose of final acceptance inspection and completion of audit requirements by the Department. Page 7 of 14 101518a HCBOC Page 67 B-10. The Sponsor has full responsibility for assuring the completed Project meets the requirements of the Department and appropriate federal funding agencies. The Sponsor further certifies that all local, state, and federal requirements for the conduct of this Project shall be met. B-11. It is the policy of the Department not to award contracts to contractors who have been removed from the Department's list of pre-qualified bidders without subsequent reinstatement. Therefore, no State funds will be provided for any work performed by the contractor(s), or sub-contractor(s) which had been removed from the Department's list of pre-qualified bidders without subsequent reinstatement as of the date of the signing of the construction contract. It shall be the responsibility of Sponsor to insure that only properly qualified contractors are given construction contracts for work. B-12. The provisions of this section related to United States Department of Transportation (US DOT) Order 1050.2A, Title 49 Code of Federal Regulations (CFR) part 21, 23 United States Code (U .S.C.) 140 and 23 CFR part 200 (or 49 CFR 303, 49 U.S.C . 5332 or 49 U.S.C . 47123) are applicable to all North Carolina Department of Transportation (NCDOT) contracts and to all related subcontracts, material supply, engineering, architectural and other service contracts, regardless of dollar amount. Any Federal provision that is specifically required not specifically set forth is hereby incorporated by reference. NCDOT Title VI Assurance (1050.2A. Appendices A & E) i. 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 Acts and the Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S. Department ofTransportation, Federal Highway Administration (FHWA), 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 Acts and the Regulations, 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 Subcontractors, 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 Acts and the Regulations relative to Nondiscrimination 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 Recipient or the FHW A to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the Page 8 of 14 101518a HCBOC Page 68 exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the Recipient or the FHW A , 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 Recipient will impose such contract sanctions as it or the FHW A 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 FHW A 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. 11 . 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 U .S.C. § 2000d et seq ., 78 stat. 252), (prohibits discrimination on the basis of race , color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Federal-Aid Highway Act of 1973, (23 U .S .C. § 324 et seq .), (prohibits discrimination on the basis of sex); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; • The Age Discrimination Act of 1975 , as amended, (42 U .S .C. § 6101 et seq .), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 , (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (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); Page 9 of 14 101518a HCBOC Page 69 • Titles II and III of the Americans with Disabilities Act , which 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 (42 U .S .C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38 ; • The Federal Aviation Administration's Nondiscrimination statute (49 U .S.C . ~ 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 , which 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 . at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended , which prohibits you from discriminating because of sex in education programs or activities (20 U.S .C . 1681 et seq). NCDOT Title VI Nondiscrimination Program (23 CFR 200.5(v)) The North Carolina Department of Transportation (NCDOT) has assured the US DOT that, as a condition to receiving federal financial assistance, NCDOT will comply with Title VI of the Civil Rights Act of 1964 and all requirements imposed by Title 49 CFR part 21 and related nondiscrimination authorities to ensure that no person shall, on the ground of race , color , national origin , limited English proficiency , income-level, sex, age , or disability, (or religion , where applicable) be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any programs , activities , or services conducted or funded by NCDOT. Contractors and other organizations under contract or agreement with NCDOT must also comply with Title VI and related authorities, therefore: 1. During the performance of this contract or agreement, contractors (e.g., subcontractors, consultants, vendors , prime contractors) are responsible for complying with NCDOT's Title VI Program. Contractors are not required to prepare or submit Title VI Programs . (USDOJ Title VI Legal Manual, VI(F)) ii . Subrecipients (e.g . cities , counties, LGAs , MPO/RPOs) may be required to prepare and submit a Title VI Program to NCDOT , which may include Title VI Nondiscrimination Assurances and/or agreements . Subrecipients must also ensure that their contractors and subrecipients comply with Title VI. (23 CFR 200.9(b)(7)) conntractors and subrecipients comply with Title VI. (23 CFR 200.9(b)(7)) iii. lf reviewed or investigated by NCDOT , the contractor or subrecipient agrees to take affirmative action to correct any deficiencies found within a reasonable time period, not to exceed 90 calendar days, unless additional time is granted by NCDOT . (23 CFR 200.9(b)(l 5)) Page 10 of 14 101518a HCBOC Page 70 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 Grant. All records and documentation in support of the Project costs must be identifiable as relating to the Project and must be acceptable costs only. Acceptable costs are defined as those costs which are acceptable under "Federal Acquisition Regulations 1-31 .6, 48 CFR (OMC Circular A-87)". Acceptable items of work are those referenced in the State Aid to Aimorts Program Guidance Handbook and North Carolina General Statutes. The Sponsor's accounting procedures which were established for work as set out in this Agreement must be reviewed and accepted by the Department prior to the final execution of this Agreement and payment of State funds , except for Sponsor reporting under 0MB Circular A-133 . C-2 . The Sponsor and his contractor(s) and/or consultant(s) shall permit free access to its accounts and records by official representatives of the State of North Carolina . Furthermore, the Sponsor and contractor(s) and/or consultant(s) shall maintain all pertinent records and documentation for a period of not less than five (5) years from the date of final payment. C-3 . In accordance with The Compliance Supplement (Supplement) is based on the requirements of the 1996 Amendments 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 Airport shall arrange for an independent financial and compliance audit of its fiscal operations. The Airport shall furnish the Department with a copy of the independent audit report within thirty {30) days of completion of the report, but not later than nine (9) months after the Airports fiscal year ends. The Airport shall maintain all books, documents, papers, accounting records, and such other evidence as may be appropriate to substantiate costs incurred under this Agreement. Further, the Airport shall make such materials available at its office at all reasonable times during the contract period, and for five (5) years from the date of final payment under this agreement, for inspection and audit by the Department 's Fiscal Section C-4 . Payment of the funds obligated under this Grant Agreement shall be made in accordance with the following schedule, unless otherwise authorized by the Department: A. Payments from NCDOT to the Sponsor are made on a reimbursement basis . The Sponsor must pay all contractors/vendors prior to or within 3 business days of receipt of the Department's reimbursement. B. Payments will be made on the basis of progress payments which may be requested by the Sponsor as costs are incurred, but not more frequently than monthly. Progress payments will be made provided the following requirements have been met.: (1) The Grant Agreement has been executed and a Project Concurrence (AV-CONCUR/AV-503) issued . (2) The Project has received an appropriate environmental finding . Page 11 of 14 101518a HCBOC Page 71 (3) The Sponsor has submitted a Proposed Project Budget (AV-BUDGET /AV-504) accurately reflecting costs to date. The initial and revised AV-BUDGET/AV-504 shall be approved by the Department. With each AV-BUDGET/AV-504 , the Sponsor shall provide the following documentation: a) Scope of Services for the project, Consultant Fee -Man-hours Breakdown by task with hourly rates , Breakdown of Sub-consultant and / or Vendor Cost , Schedule of Deliverables, Estimated Construction Cost, Plan Sheet List b) Actual Bidding Cost (once a project is bid)-Bid Tabulation / Bid Schedule, Recommendation for Award . (4) Additional information shall be provided as requested. (5) The Sponsor has submitted an executed Interim Payment Request (AV-PAY/AV-505) accurately reflecting costs incurred to date. (6) The Sponsor has complied with all applicable conditions of the State Aid to Airports Program Guidance Handbook C. The submission of progress payments is expected to parallel the value of work actually completed and co s ts incurred. At such point the Sponsor has requested payments equaling l 00% of the State Grant, it is expected that the approved Project will be 100% complete . D. Upon receipt of I 00% of the State Grant, the Sponsor will promptly complete Project acceptance and submit the Project Completion and Final Payment Request (AV-FINAL/AV-506). C-5 . If after the acceptance of the Project by the Department, the final State share of approved eligible items is less than the amount of State funds actually di sbursed for the Project, the Sponsor shall reimburse the Department in an amount equal to the difference between the amount of State funds actually disbursed and the final State share of the final , audited, approved eligible Project costs within thirty (30) days of notification by the Department of the amount due. C-6. If after the acceptance of the Project by the Department, the final State share of approved eligible Project costs shall be more than the amount of State funds obligated for the Project, the Sponsor may make application to the Department for a corresponding increase which will be considered for funding in ac cordance with their relative priority versus other applications for available State funds. C-7 . Under certain conditions, projects originally involving only state and local funds may subsequently be eligible for reimbursement from federal funding agencies. In such cases, the Sponsor shall notify the Department of its intent to apply for federal reimbursement and shall keep the Department informed of the status of such application. In the event federal funds are obtained for all or a portion of the Project, the Sponsor shall refund to the Department an amount equal to the difference between State funds originally disbursed for the work item(s) subsequently receiving federal funds and the final State share of the costs of the affected item(s) of work. Reimbursement will be made within ninety (90) days of the date of the final execution of the FAA Grant Agreement affecting the work elements in the approved Project. Page 12 of 14 101518a HCBOC Page 72 C-8 . For the purpose of calculating the State share of the Project, federal funds are defined as funds provided by an agency of the federal government for the specific purpose of undertaking the Project, including Block Grant funds administered by the Department. SECTION D: SPONSOR'S ASSURANCES: REAL PROPERTY ACQUISITION D-1 . The acquisition of land , buildings, and other real property involving the use of State Airport Aid funds shall be in compliance with the provisions of this Section. D-2. The Sponsor shall depict each parcel to be acquired on an airport property map containing the identity of the parcel and its metes and bounds . D-3. The acquisition cost of each parcel, building, or other real property acquired with State financial assistance shall be based on the fair market value of the property as determined by an appraisal process acceptable to the Department. D-4. For each parcel or building with an estimated cost of$100,000 or less, fair market value shall be established by a single original appraisal and a review appraisal. For complex acquisitions, fair market value shall be established by two original appraisals and one review appraisal. D-5 . All original and review appraisals shall be conducted by qualified appraisers who have no financial or other interest in the property to be acquired. D-6. The fair market value of a parcel will be established by the review appraiser based upon the information contained in the original appraisal or appraisals. D-7. No negotiation for property acquisition shall be commenced between the Sponsor and the property O\mer until the fair market value of the property has been established . Initial negotiations shall be based upon the fair market value. D-8. Negotiated values above the fair market value shall not be eligible for State funds unless , prior to the final agreement for acquisition, the Sponsor has received the concurrence of the Department for paying such negotiated values in lieu of the appraised fair market value. D-9. Sponsors who adhere to the federal "Uniform Guidelines for the Acquisition of Property" shall be deemed to have conformed to the Department's guidelines, except that Paragraph 8 above shall also be applicable under such acquisitions. D-10 . In the event the Project is a low value , non-complex acquisition, the Department, at its option , may accept the original appraisal without the review appraisal. In such cases, all other provisions of this Section shall apply . Page 13 of 14 101518a HCBOC Page 73 D-11. Failure to follow the requirements of this Section shall disqualify the property from State participation for any parcel which has not been acquired in accordance with such standards . SECTION E: Sponsor's Acknowledgement of Executive Order 24. issued by Governor Perdue, and N.C. G.S.§ 133-32 E-1 Sponsor acknowledges and agrees that it is unlawful for any vendor or contractor ( i.e. architect, bidder, contractor, construction manager, design professional, engineer, landlord, offeror, seller, subcontractor, supplier, or vendor), to make gifts or to give favors to any State employee of the Governor's Cabinet Agencies (i.e., Administration, Commerce, Correction, Crime Control and Public Safety, Cultural Resources, Environment and Natural Resources, Health and Human Services, Juvenile Justice and Delinquency Prevention, Revenue , Transportation, and the Office of the Governor). This prohibition covers those vendors and contractors who: ( 1) have a contract with a governmental agency; or (2) have performed under such a contract within the past year ; or (3) anticipate bidding on such a contract in the future. For additional information regarding the specific requirements and exemptions, vendors and contractors are encouraged to review Executive Order 24 and G.S. Sec . 133-32. Revised 5/3/18 Page 14 of 14 101518a HCBOC Page 74 FAA il'M~?l'tt-* Airports A. General. ASSURANCES Airport Sponsors l. 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. Airport Sponsor Assurances 312014 Page I of 20 101518a HCBOC Page 75 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 25, 30, 32, 33, and 34 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 Airport Revenue so long as the airport is used as an airport. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It 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 project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis-Bacon Act -40 U.S.C. 276(a), 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 Title 42 U.S.C. 4601, et seg.12 f National Historic Preservation Act of 1966-Section 106-16 U.S.C. 470(f).1 g. Archeological and Historic Preservation Act of 1974 -16 U.S.C. 469 through 469c.1 h. Native Americans Grave Repatriation Act -25 U.S.C. Section 3001, et seq. 1. Clean Air Act, P.L. 90-148, as amended. J. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 -Section 102(a) -42 U .S.C. 40 l 2a.1 l. Title 49, U.S.C., Section 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., 78 stat. 252) (prohibits discrimination on the basis ofrace, 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 -42 U .S.C. 4151, et seq.1 s. Power plant and Industrial Fuel Use Act of 1978 -Section 403-2 U.S.C. 83 73 .1 t. Contract Work Hours and Safety Standards Act -40 U.S.C. 327, et seg.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 seg.1 w. Wild and Scenic Rivers Act, P .L. 90-542, as amended. x. SingleAuditActofl984-31 U.S.C. 7501,etseq.2 y. Drug-Free Workplace Act of 1988 -41 U.S.C. 702 through 706. Airport Sponsor Assurances 3/2014 Page 2 of 20 101518a HCBOC Page 76 z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub . L. 109-282, as amended by section 6202 of Pub. L. 110-252). Executive Orders a. Executive Order 11246 -Equal Employment Opportunity 1 b. Executive Order 11990 -Protection of Wetlands c. Executive Order 11998 -Flood Plain Management d. Executive Order 12372 -Intergovernmental Review of Federal Programs e. Executive Order 12699 -Seismic Safety of Federal and Federally Assisted New Building Construction 1 f. Executive Order 12898 -Environmental Justice Federal Regulations a. 2 CFR Part 180 -0MB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). b. 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. [0MB Circular A-87 Cost Principles Applicable to Grants and Contracts with State and Local Governments, and 0MB Circular A-133 -Audits of States, Local Governments, and Non-Profit Organizations]. 4' 5' 6 c. 2 CFR Part 1200-Nonprocurement Suspension and Debarment d. 14 CFR Part 13 -Investigative and Enforcement Procedures14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. e. 14 CFR Part 150 -Airport noise compatibility planning. f. 28 CFR Part 35-Discrimination on the Basis of Disability in State and Local Government Services. g. 28 CFR § 50 .3 -U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. h. 29 CFR Part 1 -Procedures for predetermination of wage rates. 1 1. 29 CFR Part 3 -Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States.1 J. 29 CFR Part 5 -Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non-construction contracts subject to the Contract Work Hours and Safety Standards Act).1 k . 41 CFR Part 60 -Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).' 1. 49 CFR Part 18 -Uniform administrative requirements for grants and cooperative agreements to state and local govemments.3 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. Airport Sponsor Assurances 3/2 014 Page 3 ofZO 101518a HCBOC Page 77 p. 49 CFR Part 24 -Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs. i 2 q. 49 CFR Part 26 -Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. r. 49 CFR Part 27 -Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from 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 -Governrnentwide Requirements for Drug-Free Workplace (Financial Assistance) v. 49 CFR Part 37 -Transportation Services for Individuals with Disabilities (ADA). w. 49 CFR Part 41 -Seismic safety of Federal and federally assisted or regulated new building construction. 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. 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 49 CFR Part 18 and 2 CFR Part 200 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. 4 On December 26, 2013 at 78 FR 78590, the Office of Management and Budget (0MB) issued the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards in 2 CFR Part 200. 2 CFR Part 200 replaces and combines the former Uniform Administrative Requirements for Grants (0MB Circular A-102 and Circular A-110 or2 CFR Part 215 or Circular) as well as the Cost Principles (Circulars A-21 or 2 CFR part 220; Circular A-87 or 2 CFR part 225; and A-122, 2 CFR part 230). Additionally it replaces Circular A-133 guidance on the Single Annual Audit. In accordance with 2 CFR section 200.110, the standards set forth in Part 200 which affect administration of Federal awards issued by Federal agencies become effective once implemented by Federal agencies or when any future amendment to this Part becomes final. Federal agencies, including the Department of Transportation, must implement the policies and procedures applicable to Federal awards by promulgating a regulation to be effective by December 26, 2014 unless different provisions are required by statute or approved by 0MB. Airport Sponsor Assurances 3/2014 Page 4 of 20 101518a HCBOC Page 78 5 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for determining the eligibility of specific types of expenses. 6 Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits. 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 representa6ve 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. 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. Air]Jort Sponsor Assurances 3/2014 Page 5 of20 101518a HCBOC Page 79 b . 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 insure that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure 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 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. 13 6 of Public Law 112-95 and the sponsor assurances. Airport Sponsor Assurances 3/2014 Page 6 of20 101518a HCBOC Page 80 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. 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 i,n Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44 706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and Airport Sponsor Assurances 3/2014 Page 7 of20 101518a HCBOC Page 81 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, in accordance with the Davis-Bacon Act, as amended ( 40 U.S.C. 276a-276a-5), 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 oflabor (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 Section 47112 of Title 49, United States Code. 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, Airport Sponsor Assurances 3/2014 Page 8 of20 101518a HCBOC Page 82 specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. 1t 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 umestricted 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 , Airp ort Sponsor As surances 3/2014 Page 9 o f20 101518a HCBOC Page 83 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- I) 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 airmen 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 establislunent 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 Airport Sponsor Asswances 3/2014 Page 10 of20 101518a HCBOC Page 84 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- I) 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. 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. 1. 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. Ail"]lort Sponsor Assurances 3/2014 Page 11 of20 101518a HCBOC Page 85 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 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 Airport Sponsor Assurances 3/2014 Page 12 of20 101518a HCBOC Page 86 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 l, 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 Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 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 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 Section 47107 of Title 49, United States Code. 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 Airport Sponsor Assurances 3/2014 Page 13 of20 101518a HCBOC Page 87 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 govenunent 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 Govenunent 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. 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, or rights in buildings of the sponsor 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. It will keep up to date at all times an 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 Airport Sponsor Assurances 3/20 l 4 Page 14 of20 101518a HCBOC Page 88 roads), including all proposed extensions and reductions of existing airport facilities; 3) the location of all existing and proposed nonaviation 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. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made 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 replacement thereof) to a site acceptable to the Secretary and all costs ofrestoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities 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. 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, creed, color, national origin, sex, age, or disability be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in any 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§§ 21.23 (b) and 21.23 ( e) of 49 CFR § 21, 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 l) 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. Airport Sponsor Assurances 3/20 J 4 Page 15 of20 101518a HCBOC Page 89 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 (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin 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 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, creed, sex, age, or handicap as a Airl)Ort Sponsor Assurances 3/2014 Page 16 of20 101518a HCBOC Page 90 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 ofreal 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 ail 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, (I) 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 Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid 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, ( 1) upon application to the Secretary, be reinvested or transferred to another Airport Sponsor Assurances 3/2014 Page 17 of20 101518a HCBOC Page 91 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 Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid 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. It will award each contract, or sub-contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 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 the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for AIP projects, dated (the latest approved version as of this grant offer) and included in this grant, and in accordance Airport Sponsor Assurances 312014 Page 18 of20 101518a HCBOC Page 92 with applicable state policies, standards, and specifications approved by the Secretary. 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 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 ofrace, 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 DBE and 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 enforcement under 18 U.S.C. l 001 and/or the Program Fraud Civil Remedies Act of 1936 (31 U.S.C. 3801). 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. Airport Sponsor Assurnnces 3/2014 Page 19 of20 101518a HCBOC Page 93 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) 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- I) 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 I 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. Airport Sponsor Assurances 3/2014 Page 20 of20 101518a HCBOC Page 94 Special Conditions Sponsor Type of Project Special Conditions Type 1 Airport Multi-year Grants/ MULTI-YEAR GRANTS-LETTER OF AGREEMENT: The maximum Phased Projects obligation for the current fiscal year stated in Condition 1 of this grant agreement may be increased by the additional amounts, if any, added by the FAA letter to the Sponsor discussed in the subparagraph below, but may not exceed the United States' share of the total estimated cost of completion, except as provided in 49 USC§ 47108{b). Under 49 USC§ 47108, as amended, and at the Sponsor's request, the FAA commits the United States to obligate an additional amount to this project for FY-[Enter Fiscal Year] pursuant to 49 USC§ 47114 and subject to the restrictions on the use of such apportionments imposed on FAA by current or future statute or regulation . It is further understood by the Sponsor and the FAA that this commitment does not in itself obligate, preclude, nor restrict the FAA in the use of any funds made available for discretionary use to further aid the Sponsor in meeting the cost of this project under the terms of this grant agreement and limitations of the law. The exact amount of this commitment will be established for each fiscal year by the FAA in a letter to the Sponsor stating the current maximum obligation for this project. This letter will be issued to the Sponsor by the FAA when such computation and obligation can be made in FY [Enter Fiscal Year} The Sponsor and the FAA agree that upon its issuance, this letter will be considered incorporated by reference into this grant agreement. Airport ARFF and SRE : ARFF and SRE EQUIPMENT AND VEHICLES: The Sponsor agrees that it Equipment will: Acquisition 1) house and maintain the equipment in a state of operational readiness on and for the airport; 2) provide the necessary staffing and training to maintain and operate the vehicle and equipment; 3) restrict the vehicle to on-airport use only; 4) restrict the vehicle to the use for which it was intended; and 5) amend the Airport Emergency Plan and/or Snow and Ice Control Plan to reflect the acquisition of the vehicle and equipment. Airport Equipment [Choose the situation below that applies) Replacement EQUIPMENT OR VEHICLE REPLACEMENT: The Sponsor agrees that it will such as ARFF and SRE use the proceeds from the trade-in or sale of equipment being replaced by this project to reduce the total project costs . 1 Sponsor types include Airport Sponsor (Public and Private), Airport Sponsor (Private Only), Noise, and State or Local Government March 27, 2014 Page 1 101518a HCBOC Page 95 Special Conditions Sponsor Type of Project Special Conditions Type 1 EQUIPMENT OR VEHICLE REPLACEMENT: The Sponsor agrees that it will use the Fair Market Value of equipment being replaced by this project to reduce the total project costs. EQUIPMENT OR VEHICLE REPLACEMENT: The Sponsor and the FAA agree that the Fair Market Value of equipment being replaced by this project is less than $5,000, and that reimbursement to the FAA for the value of the replaced equipment to reduce the total project costs Airport ARFF Equipment-Off-OFF-AIRPORT STORAGE OF ARFF VEHICLE : The Sponsor agrees that it Airport Storage will : 1) house and maintain the vehicle in a state of operational readiness for the airport; 2) provide the necessary staffing and training to maintain and operate the vehicle; 3) restrict the vehicle to airport use only; 4) amend the Airport Emergency Plan to reflect the acquisition of the vehicle; 5) within 60 days, execute an agreement with local government including the above provisions and a provision that violation of agreement could require repayment of grant funding; and 6) submit a copy of the executed agreement to the FAA . Airport AWOS AUTOMATED WEATHER OBSERVING SYSTEMS (AWOS}: The Sponsor agrees that it will : 1) within 60 calendar days of grant acceptance, establish a Memorandum of Agreement (MOA) with the FAA; 2) develop an Operations Maintenance Manual to more specifically describe the operational, maintenance, and documentation requirements for the AWOS; 3) within 60 calendar days of installation, take the necessary actions to initiate the AWOS commissioning by the FAA; and 4) provide for the installation, commissioning, continuous operation, and maintenance of any Non-Federal AWOS funded under this grant for the useful life of the equipment. The Sponsor further understands that the FAA will not take over the ownership, operation, or maintenance of any Sponsor-acquired equipment. Airport ALP & AIP Funded AIRPORT LAYOUT PLAN: The Sponsor understands and agrees to Construction update the Airport layout Plan to reflect the construction to standards satisfactory to the FAA and submit it in final form to the FAA . It is further mutually agreed that the reasonable cost of developing said Airport Layout Plan Map is an allowable cost within the scope of this project. March 27, 2014 Page 2 101518a HCBOC Page 96 Special Conditions Sponsor Type of Project Special Conditions Type 1 Airport Lighting -Operation LIGHTING: The Sponsor must operate and maintain the lighting system and Maintenance during the useful life of the system in accordance with applicable FAA standards . Airport Temporary NAVAIDS TEMPORARY NAVAIDS: The Sponsor agrees that [Enter Type of Equipment} equipment is being acquired for temporary use to minimize disruptions to the airp<?rt during construction. The Sponsor further agrees that upon construction completion of this project or at the point when this equipment is no longer needed for its intended use (but no later than the construction completion of the project), that the Sponsor will house this equipment in an interior enclosure . The Sponsor further agrees to make this equipment available, without cost, to be transferred to another airport or as directed by the FAA . Airport Construction on land NOTICE TO PROCEED -PROPERTY INTEREST AC!JUIRED: The Sponsor not yet acquired/ understands and agrees that the FAA authorization for the Sponsor to Good Title issue a notice to proceed with construction work will not be given until the Sponsor has adequately certified that good title will be acquired on the land on which construction is to be performed . Airport Construction on land TITLE EVIDENCE: The Sponsor understands and agrees that the FAA will not yet acquired/ not make nor be obligated to make any payments involving Parcel(s} Good Title [Enter parcel number(s) and other land identifying information] until title evidence has been submitted to, and found satisfactory by the FAA, subject to no liens, encumbrances, reservations or exceptions which in the opinion of the FAA might create an undue risk or interference with the use and operation of the airport. Airport DBE Plan DBE PLAN: The Sponsor understands and agrees that the FAA will not make nor be obligated to make any payments on this grant until the Sponsor has received approval of its DBE Plan from the FAA Office of Civil Rights . Airport Environmental ENVIRONMENTAL: The environmental approval for this project was issued on [Enter Approval Date] This project includes the following mitigation measures : [Enter Mitigation Measures] The Sponsor understands and agrees to complete the above-listed mitigation measures to standards satisfactory to the FAA . It is further mutually agreed that the reasonable cost of completing these mitigation measures is an allowable cost within the scope of this project. Airport EMAS EMAS BLOCK PRE-PURCHASE: The Sponsor understands that it may request reimbursement for payment made by the Sponsor to the EMAS March 27, 2014 Page 3 101518a HCBOC Page 97 Special Conditions Sponsor Type of Project Special Conditions Type 1 manufacturer for up to 90% of the cost of EMAS block manufacturing costs of EMAS blocks that rema i n in the manufacturer's care, custody and control provided that the Sponsor has provided a certification to the FAA as to quantity and condition of the EMAS blocks. The remaining payment may be made after delivery to the Sponsor's location and acceptance by the Sponsor. Airport Equipment EQUIPMENT ACQUISITION: The Sponsor understands and agrees that any equipment acquired through this grant is considered a facility as that term is used in the Grant Assurances . Further, the equipment must be only operated by the Sponsor. The Sponsor agrees that it will maintain the equipment and use it exclusively at the airport for airport purposes. Airport Equipment -Friction FRICTION MEASURING DEVICES: The Sponsor agrees that it will properly Measuring Device calibrate, operate, and maintain the friction measuring equipment. The friction measuring equipment and tow vehicle (if applicable) must not be used for any other purpose other than for conducting friction measuring tests on airport pavement surf aces and directly related activities . Airport NAVAIDS-ILS INSTRUMENT LANDING SYSTEM AND ASSOCIATED EQUIPMENT IN PROJECT : The Sponsor agrees that it will : Note that in general, 1) Prior to commissioning, assure the equipment meets the FAA's Category I ILS are no standards; and longer being installed . 2) Remove, relocate, lower, mark, or light each obstruction to obtain a Instead, RNAV clear approach as indicated in the 14 CFR part 77 aeronautical surveys . approaches provide equivalent approach minima. Installation of a new ILS must follow the ILS policy and must have APP-1 approval. Airport Fence -Wildlife WILDLIFE FENCE: The Sponsor understands that the fence is being installed to prevent wildlife from entering the airfield . The Sponsor agrees that it will maintain the integrity of the fence for its useful life, but no less than 20 years from the date of the grant was issued . The Sponsor understands that maintenance of the fence includes repair of damage to the fence or gates due to any purpose . Airport Land -Revise Exhibit UPDATE APPROVED EXHIBIT "A" PROPERTY MAP FOR LAND IN PROJECT: "A" Property Map The Sponsor understands and agrees to update the Exhibit "A" Property Map to standards satisfactory to the FAA and submit it i n final form to the FAA . It is further mutually agreed that the reasonable cost of developing said Exhibit "A" Property Map is an allowable cost within the scope of this project. Airport Land acquisition -FUTURE DEVELOPMENT LAND: The Sponsor agrees to perform the March 27, 2014 Page4 101518a HCBOC Page 98 Special Conditions Sponsor Type of Project Special Conditions Type 1 Future land airport development which requires this land acquisition within [Enter Number of Years (20 or less)) years of this grant agreement, and further agrees not to dispose of the land by sale or lease without prior consent and approval of the FAA. In the event the land is not used within [Enter Number of Years] for the purpose for which it was acquired , the Sponsor will refund the Federal share of acquisition cost or the current fair market value of the land , whichever is greater. Airport Master Plan -COORDINATION: The Sponsor agrees to coordinate this master planning Coordination study with the metropolitan planning organizations, other local planning agencies, and with the State Airport System Plan prepared by the State's Department of Transportation and consider any pertinent information, data, projections, and forecasts which are currently available or as will become available. The Sponsor agrees to consider any State Clearinghouse comments and to furn ish a copy of the final report to the State's Department of Transportation. Airport-New runway, new COORDINATION: The Sponsor has made available to (or will make Medium or airport, or major available to) and has provided (or will provide) upon request to the Large Hub extension -metropolitan planning organization, if any, in the area in which the Only Coordination airport is located, a copy of the proposed airport layout plan or ALP amendment to depict the project and a copy of any airport master plan in which the project is described or dep icted . Airport NAVAIDS-AIRPORT-OWNED VISUAL OR ELECTRONIC NAVIGATION AIDS IN Operations and PROJECT: The Sponsor agrees that it will : maintenance 1) Provide for the continuous operation and maintenance of any navigational aid funded under this grant agreement during the useful life of the equipment; 2) Prior to commissioning, assure the equipment meets the FAA's standards; and 3) Remove, relocate, lower, mark, or light each obstruction to obtain a clear approach as indicated in the 14 CFR part 77 aeronautical survey . Airport New or Replacement SITE SELECTION: The Sponsor understands and agrees that the Project Airport cannot proceed beyond the site selection study until the Sponsor has received formal approval from the FAA to proceed . Airport Non-AIP Utility UTILITIES PRORATION: For purposes of computing the United States' Proration share of the allowable project costs, the allowable cost of the [Enter Utility Name) included in the project must not exceed [Enter Percent (Numerica I Value)] percent. Airport Utility Relocation UTILITY RELOCATION IN PROJECT: The Sponsor understands and agrees that: 1) the United States will not participate in the cost of any utility relocation unless and until the Sponsor has submitted evidence March 27, 2014 Page 5 101518a HCBOC Page 99 Special Conditions Sponsor Type of Project Special Conditions Type 1 Airport Airport March 27, 2014 satisfactory to the FAA that the Sponsor is legally responsible for payment of such costs; 2} FAA participation is limited to those utilities located on-airport or off- airport only where the Sponsor has an easement for the utility; and 3) the utilities exclusively serve the Airport; Obstruction Removal OBSTRUCTION REMOVAL: The Sponsor agrees to clear Parcel(s} [Enter Parcel Numbers], as shown on Exhibit "A" Property Map, of the following obstructions; [Enter All Obstructions] prior to final payment under the project . The Sponsor also agrees that it will not erect, nor permit the erection of any permanent structures or obstructions on the airport except those required for aids to air navigation or those which have been specifically approved by the FAA. Pavement PAVEMENT MAINTENANCE MANAGEMENT PROGRAM: The Sponsor agrees that it will implement an effective airport pavement maintenance management program as required by Grant Assurance Pavement Preventive Management. The Sponsor agrees that it will use the program for the useful life of any pavement constructed, reconstructed, or repaired with federal financial assistance at the airport. The Sponsor further agrees that the program will 1 . follow FAA Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," for specific guidelines and procedures for maintaining airport pavements, establishing an effective maintenance program, specific types of distress and its probable cause, inspection guidelines, and recommended methods of repair; 2. detail the procedures to be followed to assure that proper pavement maintenance, both preventive and repair, is performed; 3. include a Pavement Inventory, Inspection Schedule, Record Keeping, Information Retrieval, and Reference, meeting the following requirements: a. Pavement Inventory. The following must be depicted in an appropriate form and level of detail: 1) location of all runways, taxiways, and aprons; 2) dimensions; 3) type of pavement, and; 4) year of construction or most recent major rehabilitation. b. Inspection Schedule. 1) Detailed Inspection . A detailed inspection must be performed at least once a year . If a history of recorded pavement deterioration is available, i.e., Pavement Condition Index (PCI) survey as set forth in the Advisory Circular 150/5380-6, the frequency of inspections may be Page 6 101518a HCBOC Page 100 Special Conditions Sponsor Type of Project Special Conditions Type 1 extended to three years. 2} Drive-By Inspection. A drive-by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition . For drive-by inspections, the date of inspection and any maintenance performed must be recorded. 4. Record Keeping. Complete information on the findings of all detailed inspections and on the maintenance performed must be recorded and kept on file for a minimum of five years. The type of distress, location, and remedial action, scheduled or performed, must be documented . The minimum information is: a. inspection date; b. location; c. distress types; and d. maintenance scheduled or performed . 5. Information Retrieval System . The Sponsor must be able to retrieve the information and records produced by the pavement survey to provide a report to the FAA as may be required . Airport Pavement Exceeding PROJECTS WHICH CONTAIN PAVING WORK IN EXCESS OF S2501000: $250,000 The Sponsor agrees to: a) Furnish a construction management program to the FAA prior to the start of construction which details the measures and procedures to be used to comply with the quality control provisions of the construction contract, including, but not limited to, all quality control provisions and tests required by the Federal specifications . The program must include as a minimum: (1) The name of the person representing the Sponsor who has overall responsibility for contract administration for the project and the authority to take necessary actions to comply with the contract. (2) Names of testing laboratories and consulting engineer firms with quality control responsibilities on the project, together with a description of the services to be provided . (3} Procedures for determining that the testing laboratories meet the requirements of the American Society of Testing and Materials standards on laboratory evaluation referenced in the contract specifications (D 3666, C 1077). (4) Qualifications of engineering supervision and construction inspection personnel. (5) A listing of all tests required by the contract specifications, including the type and frequency of tests to be taken, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. March 27, 2014 Page 7 101518a HCBOC Page 101 Special Conditions Sponsor Type of Project Special Conditions Type 1 (6} Procedures for ensuring that the tests are taken in accordance with the program, that they are documented daily, and that the proper corrective actions, where necessary, are undertaken. b) Submit at completion of the project, a final test and quality control report documenting the results of all tests performed, highlighting those tests that failed or that did not meet the applicable test standard. The report must include the pay reductions applied and the reasons for accepting any out-of- tolerance material. An interim test and quality control report must be submitted, if requested by the FAA . c} Failure to provide a complete report as described in paragraph b, or failure to perform such tests, will, absent any compelling justification; result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction will be at the discretion of the FAA and will be based on the type or types of required tests not performed or not documented and will be commensurate with the proportion of applicable pavement with respect to the total pavement constructed under the grant agreement. d} The FAA, at its discretion, reserves the right to conduct independent tests and to reduce grant payments accordingly if such independent tests determine that sponsor test results are inaccurate. Airport-No State Highway STATE HIGHWAY SPECIFICATIONS: The Sponsor agrees that because primary Specifications -State highway specifications will be used for airfield pavement Pavement construction instead of FAA standard specifications, it will not seek AIP grant funds for the rehabilitation or reconstruction of airfield pavement included in this grant agreement for a period of 10 years after construction is completed unless the FAA determines that the rehabilitation or reconstruction is required for safety reasons, per 49 USC§ 47114(d) (S) {A). Airport Pavement MAINTENANCE PROJECT LIFE: The Sponsor agrees that pavement maintenance grant grant maintenance is limited to those aircraft pavements that are in sufficiently sound condition that they do not warrant more extensive work, such as reconstruction or overlays in the immediate or near future. The Sponsor further agrees that AIP funding for the pavements maintained under this project will not be requested for more substantial type rehabilitation (more substantial than periodic maintenance) for a S- year period following the completion of this project unless the FAA determines that the rehabilitation or reconstruction is required for safety reasons. Airport RPZ Acquisition PROTECTION OF RUNWAY PROTECTION ZONE: The Sponsor agrees to March 27, 2014 Page 8 101518a HCBOC Page 102 Special Conditions Sponsor Type of ProJect Special Conditions Type 1 prevent the erection or creation of any structure, place of public assembly, or other use in the runway protection zone, as depicted on the Exhibit "A": Property Map, except for NAVAIDS that are fixed by their functional purposes or any other structure permitted by the FAA. The Sponsor further agrees that any existing structures or uses within the Runway Protection Zone will be cleared or discontinued by the Sponsor unless approved by the FAA. Airport RPZ Acquisition PROTECTION OF RUNWAY PROTECTION ZONE: The Sponsor agrees to take any and all steps necessary to ensure that the owner of the land within the designated Runway Protection Zone will not build any structure in the Runway Protection Zone that is an airport hazard or which might create glare or misleading lights or lead to the construction of residences, fuel handling and storage facilities, smoke generating activities, or places of public assembly, such as churches, schools, office buildings, shopping centers, and stadiums. Airport RPZ Future ACQUISITION OF THE RUNWAY PROTECTION ZONE: Future Interest in Acquisition the Runway Protection Zone: The Sponsor agrees that it will acquire [Enter the Fee Title or Easement) in the Runway Protection Zones for runways that presently are not under its control within [Enter Number of Years] years of this Grant Agreement. The Sponsor further agrees to prevent the erection or creation of any structure or place of public assembly in the Runway Protection Zone, except for NAVAIDS that are fixed by their functional purposes or any other structure approved by the FAA . The Sponsor further agrees that any existing structures or uses within the Runway Protection Zone will be cleared or discontinued by the Sponsor unless approved by the FAA. Airport -Not Discretionary Funds in SMALL AIRPORT FUND: The source of this grant may include funding a a large or project large or project from the Small Airport Fund . medium hub Airport VALE equipment LOW EMISSION SYSTEMS: The Sponsor agrees that vehicles and equipment included in this grant: 1) will be maintained and used at the airport for which they were purchased; 2) will not be transferred, relocated, or used at another airport without the advance consent of the FAA; 3) will be clearly labeled using the FAA-designed VALE program emblem; 4} will be replaced, at the Sponsor's own cost, any disabled or seriously damaged vehicle or equipment at any time during its useful life, with an equivalent vehicle or unit that produces an equal or lower level of emissions for the useful life of the vehicle or equipment, or life of Airport Emission Reduction Credits, whichever is longer. The Sponsor further agrees that it will maintain annual records on March 27, 2014 Page 9 101518a HCBOC Page 103 Special Conditions Sponsor Type of Project Special Conditions Type 1 individual vehicles and equipment, project expenditures, cost effectiveness, and emission reductions. Airport VALE Recharging RECHARGING SYSTEM VALE-USE AND OPERATION REQUIREMENTS: System The Sponsor understands that it is obligated to earn emissions credits from the state air quality agency on a yearly basis for the use of this recharging system and the use of electric ground support equipment at the airport. The Sponsor understands and agrees that the Sponsor may be obligated to repay to the FAA some or all of the federal share of the recharging project if Sponsor does not earn the emissions credits that the Sponsor estimated in the project application. Airport or Building Allowable BUILDING AIP PRORATION: For purposes of computing the United Noise Costs {Prorate) States' share of the allowable project costs of the project, the allowable cost of the [Enter Name of Work Item] included in the project must not exceed (Enter Percent (Numerical Value) percent of the actual cost of the entire building. Airport or Noise land ACQUISITION OF NOISE LAND: The Sponsor agrees that as part of the Noise land acquisition in this project, it will prepare or update a Noise Land Inventory Map and Reuse Plan to standards satisfactory to the FAA and submit said documentation in final form to the FAA. It is further mutually agreed that the reasonable cost of developing or updating a Noise Land Inventory Map and Disposal Plan is an allowable cost within the scope of this project. Airport or Noise -Annual ANNUAL NOISE REPORT: As a condition of this Airport Improvement Noise Report Noise Program (AIP} grant, the Sponsor agrees to provide to the FAA, an annual report of funds expended and actions associated with this grant within 90 days following the end of each Federal fiscal year the grant remains open. The report must provide the following information: 1) Total noise grant funds expended during the fiscal year. 2) Amount of funds expended by Program Element(s) as identified in the Sponsor's Noise Compatibility Program (NCP). 3) Number of parcels mitigated by DNL contour and Program Element as identified in the Sponsor's NCP. 4) Total number of people impacted by the Sponsor's NCP (by DNL contour) and total number of people mitigated during the fiscal year by DNL contour and Program Element as identified in the Sponsor's NCP. 5) A graphic (map) depicting DNL contours and the location of mitigation action as defined by the Program Element(s} of the Sponsor's NCP, including a list by address for mitigation actions shown on the map. 6) A written plan outlining actions being planned for the next year based on the Sponsor's priorities and the NCP. 7) Other information as required by the FAA. March 27, 2014 Page 10 101518a HCBOC Page 104 Special Conditions Sponsor Type of ProJect Special Condrtrons Type 1 All Sponsor Plans and PLANS AND SPECIFICATIONS PRIOR TO BIDDING: The Sponsor agrees Types Specifications that it will submit plans and specifications for FAA review and approval prior to advertising for bids. All Sponsor Plans and PLANS & SPECIFICATIONS APPROVAL BASED UPON CERTIFICATION: Types Specifications Types Certification The FAA and the Sponsor agree that the FAA approval Certification of the Sponsor's Plans and Specification is based primarily upon the Sponsor's certification to carry out the project in accordance with policies, standards, and specifications approved by the FAA . The Sponsor understands that: l}The Sponsor's certification does not relieve the Sponsor of the requirement to obtain prior FAA approval for modifications to any AIP standards or to notify the FAA of any limitations to competition within the project; 2)The FAA's acceptance of a Sponsor's certification does not limit the FAA from reviewing appropriate project documentation for the purpose of validating the certification statements; 3) if the FAA determines that the Sponsor has not complied with their certification statements, the FAA will review the associated project costs to determine whether such costs are allowable under AIP. All Sponsor Grants Based on GRANTS ISSUED ON ESTIMATES: The Sponsor understands and agrees Types Estimates that this Grant Offer is made and accepted based on estimates for [Enter Project Name]; and the parties agree that within [Enter Number of Days] days from the date of acceptance of this Grant Offer, the Sponsor will receive bids for [Enter Project Being Bid] contained within the grant description. If, after the Sponsor has received bids, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000.00 or five percent (5%), whichever is greater based on the actual bid prices received, the FAA can issue a letter to the Sponsor unilaterally reducing the maximum obligation. The Sponsor understands that amendment calculations will then be limited by this reduced maximum obligation . All Sponsor Consultant Contract CONSULTANT CONTRACT AND COST ANALYSIS: The Sponsor Types Cost Analysis understands and agrees that no reimbursement will be made on the consultant contract portion of this grant until the FAA has received the consultant contract, the Sponsor's analysis of costs, and the independent fee estimate . All Sponsor Design-Only Grants DESIGN GRANT: This grant agreement is being issued in order to Types complete the design of the project. The Sponsor understands and agrees that within 2 years after the design is completed that the Sponsor will accept, subject to the availability of the amount of federal funding identified in the Airport Capital Improvement Plan (ACIP}, a grant to complete the construction of the project in order to provide a useful March 27, 2014 Page 11 101518a HCBOC Page 105 Special Conditions Sponsor Type of Project Special Conditions Type 1 and useable unit of work. The Sponsor also understands that if the FAA has provided federal funding to complete the design for the project, and the Sponsor has not completed the design within four (4) years from the execution of this grant agreement, the FAA may suspend or terminate grants related to the design. All Sponsor Force account FORCE ACCOUNT: The Sponsor agrees that proposals to accomplish Types construction or engineering with the Sponsor's own personnel must receive approval from the FAA prior to Sponsor incurring costs and that no reimbursement payments will be made on that portion of this grant until the Sponsor has received FAA approval for the force account information. All Sponsor Land Acquisition -PROGRAM INCOME AND REVENUE FROM REAL PROPERTY: The Types Revenue and Program Sponsor understands that all program income produced from real Income property purchased in part with Federal funds in this grant received while the grant is open will be deducted from the total cost of that project for determining the net costs on which the maximum United States' obligation will be based . The Sponsor further agrees that once the grant is closed, all net revenues produced from real property purchased in part with Federal funds in this grant must be used on the airport for airport planning, development, or operating expenses. This income may not be used for the Sponsor's matching share of any grant. The Sponsor's fiscal and accounting records must clearly identify actual sources and uses of these funds . All Sponsor Land acquisition -UNIFORM RELOCATION ACT: The Sponsor understands and agrees that Types Relocation all acquisition of real property under this project will be in accordance with the 49 Code of Federal Regulations Part 24, Uniform Relocation Assistance And Real Property Acquisition For Federal And Federally Assisted Programs . All Sponsor Noise -mitigation INELIGIBILITY OF PREVIOUSLY INSULATED STRUCTURES: The Sponsor Types understands and agrees that AIP funds may only be applied to noise insulate structures under 14 Code of Federal Regulations Part 150 one single time and that no structures in this grant have been previously noise insulated using AIP funds. All Sponsor Noise Mitigation -NOISE PROJECTS ON PRIVATELY OWNED PROPERTY: The Sponsor Types Private Land understands and agrees that no payment will be made under the terms of this Grant Agreement for work accomplished on privately owned land until the Sponsor submits the agreement with the owner of the property required by the Grant Assurance Number 5: Preserving Rights and Powers, and the FAA has determined that the agreement is satisfactory. As a minimum, the agreement with the private owner must contain the following provisions: March 27, 2014 Page 12 101518a HCBOC Page 106 Special Conditions Sponsor Type of Project Special Conditions Type i 1) The property owner must inspect and approve or disapprove the work on the project during and after completion of the measures as the FAA or Sponsor reasonably requests. 2) The property owner is responsible for maintenance and operation of the items installed, purchased , or. Neither the FAA nor the Sponsor bears any responsibility for the maintenance, operation, or replacement of these items. 3} If the Sponsor transfers Federal funds for the noise compatibility measures to a private property owner or agent, the property owner must agree to keep records and make those records available to the FAA and the Sponsor about the amount of funds received and the disposition of the funds. 4) The property owner's right to sue for adverse noise impacts will be abrogated if the property owner deliberately or willfully reduces the effectiveness of the noise compatibility measures during the useful life of such measures. This obligation will remain in effect throughout the useful life of the noise compatibility measures, but not to exceed 20 years from the date of the Sponsor's acceptance of federal aid for the project. All Sponsor Non AIP work in NON-AIP WORK IN APPLICATION: The Sponsor understands and agrees Types project that: 1) the Project Application includes the planning and/or construction of [Enter Non-Grant Work) that is not being funded with any Federal funding in this project; 2) although the Sponsor has estimated a total project cost of $(Enter Total Project Amount), the total allowable cost for purposes of determining federal participation will not exceed $(Enter Maximum Federal Amount}; 3) it must maintain separate cost records for the AIP and non-AIP work; 4) all cost records must be made available for inspection and audit by the FAA; 5) within [Enter Number of Days] days of accept_ance of this Offer, the Sponsor will submit a revised Program Statement/cost estimate to the FAA depicting the AIP and non-AIP costs and a revised cost estimate depicting only AIP project costs; 6) the Sponsor understands that all non-AIP work is the sole March 27, 2014 Page 13 101518a HCBOC Page 107 Special Conditions Sponsor Type of Project Special Conditions Type 1 responsibility of the Sponsor; and 7} the amount of allowable cost that will be used for purposes of determining an increase in the maximum obligation of the United States will not exceed $[Enter Maximum Federal Amount], which is the total allowable cost for purposes of determining federal participation in of this special condition . All Sponsor Planning Scope of PRELIMINARY SCOPE OF WORK: This Grant is made and accepted Types Work Types upon the basis of a preliminary scope of work. The parties agree that within 30 days from the date of acceptance of this Grant Offer, the Sponsor will furnish a final scope of work to the FAA and that no work will commence, nor will there be any contract signed for accomplishment of such work, until the final scope of work has been approved by the FAA . The Sponsor and the FAA further agree that any refere nee to the scope of work made in the Grant Offer or in the project application is i n respect to the final scope of work. Airport-Non-Fuel farms FUELING SYSTEM -USE AND OPERATION REQUIREMENTS: This project primary includes the installation of a new aviation fuel system . All revenue generated by this fueling system must be used for the operation and maintenance of the Airport in accordance with the grant assurances . The fueling system established under this grant, will be operated solely by the Sponsor and/or the Sponsor's employees . The Sponsor is further obligated to operate and maintain the fueling system for the 20-year grant expected life, including meeting all local, state, and federal regulations related to the fuel system. Airport -Non-Revenue Producing REVENUE PRODUCING PROJECT: The Sponsor agrees and understands primary Project that the Sponsor has certified to the FAA that it has made adequate provisions for financing its airside needs. Further, the Sponsor agrees it will not seek AIP discretionary grant funds for the airs i de needs of the airport for the three fiscal years following the fiscal year in which this grant is issued . All revenue generated by this project must be used for the operation and maintenance of the Airport in accordance with the grant assurances. Airport-All Projects -PRIVATELY OWNED AIRPORTS: The Sponsor understands and agrees that Privately-Obligated Land the portion of airport dedicated for airport use as shown on the approved Owned Exhibit "A" Airport Property Map dated [Enter MM/DD/YYYY) of Exhibit "A") must not be sold, exchanged, the title encumbered, or its use changed to a non-airport use without the written consent of the FAA. The Sponsor further understands and agrees that the portion of the airport NOT dedicated to airport use, but financially contributing to the overall viability of the airport (as shown on Exhibit "A" Airport Property Map} must continue to support the operation of the airport for a period March 27, 2014 Page 14 101518a HCBOC Page 108 Special Conditions Sponsor Type of Project Specia I Condit ions Type 1 of [Enter Number of Years (Minimum 10 Years)] years from the date of this grant. Airport Land Acquisition LAND ACQUISITION: The Sponsor agrees that no payments will be made on the grant until the Sponsor has presented evidence to the FAA that it has recorded the grant agreement, including the grant assurances in the public land records of the county courthouse. The Sponsor understands and agrees that recording the grant agreement legally enforces these requirements, encumbrances and restrictions on the obligated land. March 27, 2014 Page 15 101518a HCBOC Page 109 Special Conditions Sponsor Type of Project Special Conditions Type 1 State and/or local government March 27, 2014 Noise Mitigation - Land use Compatibility COMPATIBLE LAND USE PLANNING AND PROJECTS: The Sponsor agrees and understands that: 1) It will achieve, to the maximum extent possible, compatible land uses consistent with Federal land use compatibility criteria in Title 14, Code of Federal Regulations, Part 150, and those compatible land uses will be maintained; 2) It will provide, in the case of a planning grant, a land use plan that - (a) Is reasonably consistent with the goal of reducing existing non-compatible land uses and preventing the introduction of additional non-compatible land uses; (b) Addresses ways to achieve and maintain compatible land uses, including zoning, building codes, and any other land use compatibility measures identified under Title 49, United States Code§ 47504(a)(2), that are within the authority of the Sponsor to implement; (c) Uses noise contours provided by the airport operator that are consistent with airport operation and planning, including any noise abatement measures adopted by the airport operator as a part of its own noise mitigation efforts; (e) Does not duplicate, and is not inconsistent with, the airport operator's noise compatibility measures for the same area; and (f) Has been approved jointly by the airport owner or operator and the Sponsor. 3) It will make provision to implement, or has implemented, those elements of the plan ineligible for Federal financial assistance. Page 16 101518a HCBOC Page 110 FAA Airports Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 12/31/2015 View the most current versions of these ACs and any associated changes at: http ://www.faa .gov/airports/resources/advisory circulars NUMBER TITLE 70/7460-1 L Obstruction Marking and Lighting 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-6B Airport Master Plans Changes 1 -2 150/5070-7 The Airport System Planning Process Change 1 150/5100-13B Development of State Standards for Nonprimary Airports 150/5200-28E Notices to Airmen (NOT AMS) for Airport Operators 150/5200-30C Airport Winter Safety And Operations Change 1 150/5200-31 C Airport Emergency Plan Changes 1 -2 150/5210-5D Painting, Marking, and Lighting of Vehicles Used on an Airport 1 50/5210-7D Aircraft Rescue and Fire Fighting Communications 150/5210-13C Airport Water Rescue Plans and Equipment 150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools and Clothing 150/5210-15A Aircraft Rescue and Firefighting Station Building Design 150/5210-1 BA Systems for Interactive Training of Airport Personnel FM Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 12/31 /2015 ARP Page 1 of 5 101518a HCBOC Page 111 NUMBER TITLE 150/5210-19A Driver's Enhanced Vision System (DEVS) Ground Vehicle Operations on Airports 150/5220-10 E Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles 150/5220-160 Automated Weather Observing Systems (AWOS) for Non-Federal Applications 150/5220-1 ?B Aircraft Rescue and Fire Fighting (ARFF) Training Facilities 150/5220-1 BA Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-20A Airport Snow and Ice Control Equipment 150/5220-21 C Aircraft Boarding Equipment 150/5220-22B Engineered Materials Arresting Systems (EMAS) for Aircraft Overruns 150/5220-23 Frangible Connections 150/5220-24 Foreign Object Debris Detection Equipment 150/5220-25 Airport Avian Radar Systems 150/5220-26, Airport Ground Vehicle Automatic Dependent Surveillance -Broadcast (ADS-B) Change 1 Out Squitter Equipment 150/5300-?B FAA Policy on Facility Relocations Occasioned by Airport Improvements of Changes 150/5300-13A, Airport Design Change 1 150/5300-14C Design of Aircraft Deicing Facilities 150/5300-16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150/5300-1 ?C Standards for Using Remote Sensing Technologies in Airport Surveys 150/5300-1 BC Survey and Data Standards for Submission of Aeronautical Data Using Airports GIS 150/5320-5D Airport Drainage Design 150/5320-6E Airport Pavement Design and Evaluation 150/5320-12C, Measurement, Construction, and Maintenance of Skid Resistant Airport Changes 1 -8 Pavement Surfaces FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 12/31/2015 ARP Page 2 of 5 101518a HCBOC Page 112 NUMBER TITLE 150/5320-15A Management of Airport Industrial Waste 150/5235-48 Runway Length Requirements for Airport Design 150/5335-5C Standardized Method of Reporting Airport Pavement Strength -PCN 150/5340-1 L Standards for Airport Markings 150/5340-5D Segmented Circle Airport Marker System 150/5340-1 SF Standards for Airport Sign Systems 150/5340-26C Maintenance of Airport Visual Aid Facilities 150/5340-30H Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting 150/5345-58 Circuit Selector Switch 150/5345-?F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10 H Specification for Constant Current Regulators and Regulator Monitors 150/5345-12 F Specification for Airport and Heliport Beacons 150/5345-138 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26D FAA Specification For L-823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAPI) Systems 150/5345-39D Specification for L-853, Runway and Taxiway Retro reflective Markers 150/5345-42H Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 150/5345-43G Specification for Obstruction Lighting Equipment 150/5345-44K Specification for Runway and Taxiway Signs 150/5345-45C Low-Impact Resistant (LIR) Structures 150/5345-46D Specification for Runway and Taxiway Light Fixtures FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Proje cts Updated 12/31/2015 ARP Page 3 of 5 101518a HCBOC Page 113 NUMBER TITLE 150/5345-47C Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345-49C Specification L-854 , Radio Control Equipment 150/5345-508 Specification for Portable Runway and Taxiway Lights 150/5345-51 8 Specification for Discharge-Type Flashing Light Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) 150/5345-53D Airport Lighting Equipment Certification Program 150/5345-548 Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345-55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345-568 Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-12F Airport Signing and Graphics 150/5360-13 Planning and Design Guidelines for Airport Terminal Facilities Change 1 150/5360-14 Access to Airports By Individuals With Disabilities 150/5370-2F Operational Safety on Airports During Construction 150/5370-1 OG Standards for Specifying Construction of Airports 150/5370-11 8 Use of Nondestructive Testing in the Evaluation of Airport Pavements 150/5370-13A Off-Peak Construction of Airport Pavements Using Hot-Mix Asphalt 150/5370-158 Airside Applications for Artificial Turf 150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete) Airfield Pavements 150/5370-17 Airside Use of Heated Pavement Systems 150/5380-6C Guidelines and Procedures for Maintenance of Airport Pavements 150/5380-9 Guidelines and Procedures for Measuring Airfield Pavement Roughness 150/5390-2C Heliport Design FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated 12/31/2015 ARP Page 4 of 5 101518a HCBOC Page 114 NUMBER TITLE 150/5395-1 A Seaplane Bases THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated : 12/31/2015 NUMBER TITLE 150/5100-14E, Architectural , Engineering, and Plann ing Consultant Services for Airport Grant Change 1 Projects 150/5100-17, Land Acquisition and Relocation Assistance for Airport Improvement Program Changes 1 -6 Assisted Projects 150/5300-15A Use of Value Engineering for Engineering Design of A irports Grant Projects 150/5320-1 7 A Airfield Pavement Surface Evaluation and Rating (PASER) Manuals 150/5370-128 Quality Control of Construction for Airport Grant Projects 150/5380-6C Guidelines and Procedures for Maintenance of Airport Pavements 150/5380-78 Airport Pavement Management Program 150/5380-9 Guidel ines and Procedures for Measuring Airfield Pavement Roughness FAA Adv isory Circulars Required for Use in AI P Funde d and PFC Approved P rojects Updated 12/31/2015 ARP Page 5 of 5 101518a HCBOC Page 115 0 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 0MB Control Number. The 0MB 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, complet i ng and reviewing the coltection 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 the Federal Aviation Administration at: 800 Independence Ave. SW, Washington, DC 20591, Attn : Information Collection Clearance Officer, ASP-110 . FAA Form 5100-129 101518a HCBOC Page 116 _., U.S. Department of Transportation t""~ Federal Aviation Administration 0MB CONTROL NUMBER: 2120-0569 EXPIRATION DATE : 8/31/2019 Construction Project Final Acceptance Airport Improvement Program Sponsor Certification Sponsor: Harne-t+ C..Ou.n-h-( ~oord o+ tc>('()rn·1ss'too-exs Airport: r\o.rn-t:.-+-+ 1?e3,ono\ Je+-por+ ProjectNumber: 3Lca31. a15. 11. I Description of Work: 1erM.-,V\et. \ S ·,te. :r:..rnp"<ouerv1.f•\.+ 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 "Yes " represents sponsor acknowledgment 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 (~Assurance). lj2fves D No D NIA 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 15015370-2). ~ 0No 0NtA 3. All acceptance tests specified in the project specifications were or will be performed and documented. (AC 150/5370-12). ~ 0No 0NtA FM Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 1 of 3 101518a HCBOC Page 117 4. Sponsor has taken or will take appropriate corrective action for any test result outside of alfow_;9le tolerances (AC 150/5370-12). 0'Yes D No ON/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). ~s 0No ON/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 w ith Equal Employment Opportunity or Disadvantaged Business Enterprise requirements (41 CFR Chapter 60 and 49 CFR part 26). ~s 0No ON/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 re~ir~ents as required by FAA and U.S. Department of Labor (29 CFR Part 5). ~es 0No ON/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 _c~ercially useful function (49 CFR §26.55). Wes 0No O NIA 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 (g¢er 5100 .38); ~es O No ON/A 10. The project was or will be accomplished without material deviations, changes , or modifications from apJ?roved plans and specifications, except as approved by the FAA (Order 5100 .38). ~ 0No ON/A FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 2 of 3 101518a HCBOC Page 118 11 . The construction of all buildings have complied or will comply with the se ismic construction requirements of 49 CFR § 41 .120 . [Difu D No D 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. Pr.Yre and retain as-built plans (Order 5100 .38). ~es D No ON/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_7performance end date . (49 USC§ 47107 and Order 5100.38 ). [g'Yes D No D 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 H C ·"'-L 12 oC\ d of C. o<YYY)·,ss, onesS Name of Sponsor: Qrne-t+ 0Ur ITv/ D r Name of Sponsor's Authorized Official: GOfdZ>() S(Xiaje Title of Sponsor's Authorized Official : C,.hD._\y-Mlt() ... .. . . . ... Signature of Sponsor's Authorized Official : -------------------..:~- I declare under penalty of perjury that the foregoing is true and correct. I understand that kn·o~/n~li,r~n~-.' .' .' 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. FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 3 of 3 101518a HCBOC Page 119 0 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 0MB Control Number. The 0MB 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 the Federal Aviation Administration at: 800 Independence Ave . SW, Washington, DC 20591 , Attn : Information Collection Clearance Officer, ASP-110 . FAA Form 5100-130 101518a HCBOC Page 120 ., U .S. Department of Transportation ~e,' Federal Aviation Administration 0MB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Drug-Free Workplace Airport Improvement Program Sponsor Certification Sponsor:Harne++ Ccun-kJ 13oard of C.orn(Y')i .5'516¥1-ef.S Airport: Hornet+ K-e_qlonD. \ J-€ + po.,.+ Project Number: 6 U> J "3 I. d S , 11, I Description of Work : l-€..r ~\(\{l \ 5 ·, te.I. rv.. P'fO\J eVVl-Cl'\ -\-5 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 (NIA}, 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 emp~es for violation of such prohibition (2 CFR § 182.205). uY'es D No D NIA 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 . !2f Yes D No D NIA FAA Form 5100-130 (1/17 ) SUPERSEDES PREVIOUS EDITION Page 1 of 3 101518a HCBOC Page 121 3. Each employee to be engaged in the performance of the work has been or will be given a copy of the ~ement required within item 1 above prior to commencement of project (2 CFR § 182 .210). ~Yes O No O NIA 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 . ref Yes O No O NIA 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 , inclu_rg position title of the employee , to the FAA (2 CFR § 182 .300). ~es ONo ON/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 w ith 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 requ irements of the Rehabilitation Act of 1973, as amended ; and b. Require such employee to part icipate 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 . C!'Yes O No O NIA 7 . A good faith effort will be made , on a continuous basis , to maintain a drug-free workplace through impl~ntation of items 1 through 6 above (2 CFR § 182.200). [g'Yes O No O NIA Site(s) of performance of work (2 CFR § 182.230): Location 1 Name of Location : Hor-ne++t(e~c(\Df\Q.\ ~-e+-po,4- Address : lo\':J f+tr por+~Ou(\. <c_ru.).l(\, l)C.., d~ 33'1 Location 2 (if applicable) Name of Location : Address : Location 3 (if applicable) Name of Location: Address : FAA Form 5100-130 (1/17) SUPERSEDES PREVIOUS EDITION Page 2 of 3 101518a HCBOC Page 122 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 NameofSponsor: Har0e.-t+ tounh(Toor-d o-P Name of Sponsor's Authorized Official : t:l()('d()l')..5{)r:-1f'l~/e, Title of Sponsor's Authorized Official : CJ'1£)1°\ r Ml.Xr\ Signature of Sponsor's Authorized Official : -----------------....,...L~ 1 declare under penalty of perjury that the foregoing is true and correct. I understand that knowingty ~i,ti · · · · 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 . FAA Form 5100-130 (1/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 :r: en m-:a c:, mz 101518a HCBOC Page 123 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 0MB Control Number. The 0MB Control Number for this information collect ion is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for rev iewing 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 4 7105 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 the Federal Aviation Administration at: 800 Independence Ave. SW, Washington , DC 20591 , Attn : Information Collection Clearance Officer, ASP-110 . FAA Form 5100-131 101518a HCBOC Page 124 ·"' U.S. Department ofTransportation ~ Federal Aviation Administration 0MB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Equipment and Construction Contracts Airport Improvement Sponsor Certification Sponsor:Harf\e++ C.CX,h')tlt--eco-rd o+ C..or<Y'()iS~tcners Airport: J-k)rne4-+ '12eq \ D l\a l Je+ por + Project Number: '3l_p d\ ~#. ct:)1 \"1 , \ Description of Work: T~rrv(\ l"\C\ l -s ·, te.. Imo,ove..rvteJ\-t~ 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 (NIA), 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, award~ and administering procurement contracts (2 CFR § 200.318). ~es DNo ON/A FAA Form 5100-131 (1/17) SUPERSEDES PREVIOUS EDITION Page 1 of 4 101518a HCBOC Page 125 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). ~s O No ON/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 . ~es O No O NIA 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)). 0'Yes O No O NIA 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. ~s ONo ON/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/isting of evaluation factors along with relative importance of the factors. ~es O No O NIA 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, 6Wendix II). !ii(Yes O No O N/A FAA Form 5100-131 (1/17) SUPERSEDES PREVIOUS EDITION Page 2 of 4 101518a HCBOC Page 126 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 / Life cycle costing is a factor in selecting the lowest responsive bidder. 10"Yes O No O 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)) ~s DNo ON/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) ~s DNo ON/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). ~s DNo ON/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). ~ ONo ON/A FAA Form 5100-131 (1/17) SUPERSEDES PREVIOUS EDITION Page 3 of 4 101518a HCBOC Page 127 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 assis~ projects (2 CFR parts 180 and 1200). efves O No O NIA 14. Contracts exceeding the simplified acquisition threshold (currently $150 ,000) include or will include provisions, as applicable , that address the following : a . Construction and equipment installation contracts -a bid guarantee of 5%, a performance bond of 100%, and a payment bond of 100% (2 CFR § 200 .325); b. Construction and equipment installation contracts -requirements of the Contract Work Hours and Safety Standards Act (40 USC 3701-3708 , Sections 103 and 107); c . Restrictions on Lobbying and Influencing (2 CFR part 200, Appendix II); d. Conditions 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 e. All 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. ¢e's O No D 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 H ,.. -· ~-A· c\ o+ Cof'<)rr\\ss·, ol\t.TS Name of Sponsor: ().r ne ++ \.J.,JV..n~ J,...Ll{.,,lf Name of Sponsor's Authorized Official : bordO(') "::>(),.\'f°l~\-e Title of Sponsor 's Authorized Official :thC.t \ r f'I\.£) f\ 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 . FAA Form 5100-131 (1/17) SUPERSEDES PREVIOUS EDITION Page4 of4 101518a HCBOC Page 128 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 0MB Control Number. The 0MB 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 the Federal Aviation Administration at: 800 Independence Ave . SW, Washington , DC 20591 , Attn : Information Collection Clearance Officer, ASP-110 . FM Form 5100-132 101518a HCBOC Page 129 •"' U.S. Department of Transportation '{"ei,, Federal Aviation Administration 0MB CONTROL NUMBER: 2120-0569 EXPIRATION DATE : 8/31/2019 Project Plans and Specifications Airport Improvement Program Sponsor Certification Sponsor:HorneH-C.OM-h.J ·~()Of'd o+ C.ornrni ss·1 OYle fS Airport )-\-Dr t\-€ 4-t '1? e~ \OY)Cl \ j e-\-pD, t Project Number: 3lod°31. a~,\ l, l Description of Work:-re, {'(\\ M \ ~-, tL 1 M. pro\/ e Me..~,-s 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 (NIA), 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 pare nth es is. 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 appr~ by the Federal Aviation Administration (FAA} (14 USC§ 47105). !E'Yes O No O NIA 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). ~s O No ON/A FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 1 of 3 101518a HCBOC Page 130 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). rn<es O No ON/A 4. Development and features that are ineligible or unallowable for AIP funding have been or will be omitt~from the plans and specifications (FAA Order 5100.38 , par. 3-43). ~es O No ON/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). ~s O No ON/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). ~ DNo ON/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 rom qualifying during the solicitation period (2 CFR §319(d)). 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)). 0°"Yes O No O NIA 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). 10'1'es O No O NIA 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)). ~ ONo ON/A 11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR §41 .120. (FAA0rder5100.38d , par. 3-92) ¢."s D No ON/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. ~ ONo ON/A FM Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 2 of 3 101518a HCBOC Page 131 b. Snow Removal Equipment as contained in AC 150/5220-20. ~es D No D N/A c . Airc7'ft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220-10. ~Yes D No D N/A 13. For construction activ ities within or near aircraft operational areas(AOA): a . The Sponsor has or will prepare a construction safety and phasing plan (CS PP) conforming to Advisory Circular 150/5370-2. b. Compliance with CSPP safety provisions has been or will be incorporated into the plans and specifications as a contractor requirement. c . Sponsor will not initiate work until receiving FAA's concurrence with the CSPP (FAA Order / 5100 .38 , Par. 5-29). [}(Yes D No D 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 ~C §47110(b)(1) and FAA Order 5100.38d , par. 3-100). MYes D No D 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: Hnr 0e H-Qour'l~ 13oa.f'c\ 0-t C..ON"Y,)\ ss °\ ooe. 10 Name of Sponsor's Authorized Official : Gar-dOf'\ 'S(),\(\(!}-e Title of Sponsor 's Authorized Official : (j'\a_·\ r 1\/\Ct.V\ Signature of Sponsor's Authorized Official : --------------~·--:a· ~· . " . i i .... ~. m• I declare under penalty of perjury that the foregoing is true and correct. I understand 1~i:lt }<~ • higl~ran c 1 willfully providing false information to the federal government is a violation of 18 USC§· 100, (Fal~e' Statements) and could subject me to fines , imprisonment, or both. FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 101518a HCBOC Page 132 U.S . Department of Transportation Federal Aviation Administration FAA Form 5100-133, Real Property Acquisition - Airport Improvement Program Sponsor Certification Paperwork Reduction Act Burden Statement A federal agency may not conduct or sponsor, arid 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 Papeiwork Reduction Act unless that collection of information displays a currently valid OMS Control Number. The OMS 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 the Federal Aviation Administration at: 800 Independence Ave. SW, Washington , DC 20591 , Attn: Information Collection Clearance Officer, ASP-110. FAA Form 5100-133 101518a HCBOC Page 133 ·~ U.S. Department of Transportation ~ Federal Aviation Administration 0MB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Real Property Acquisition Airport Improvement Program Sponsor Certification Sponsor: Ho.rn-et+ C..Ou.n+y 13oa~d c+ C-c('(")m\SS{ one v-S Airport: rt()rrte-++ )<f0}0f)(l \ je+-por+ Project Number : 3 tp d ~I, d'S, rl' } Description of Work: ---i:e_,M_.\'llct\ s·t+e :Lu._-pt OJ€ M-f i\.-t.:s 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. DYes ONo ~A 2 . If defects and/or encumbrances exist in the t itle that adversely impact the sponsor's intended use of property in the project. they have been or will be extinguished , mod ified, or subordinated . OYes ONo ~ 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 conJins no provisions that prevent full compliance with the grant agreement. D Yes D No [!NIA FAA Form 5100-133 (1/17) SUPERSEDES PREVIOUS EDITION Page 1 of 3 101518a HCBOC Page 134 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 . / DYes DNo ~/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 ls used for purposes compatible with noise levels associat1 with operation of the airport. DYes DNo riNtA 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 rejt-ict the establishment of future obstructions . DYes DNo csfNtA 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 JPpraisers during inspections . 0Yes DNo ~/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 Feder~viation Administration (FAA) for review. DYes DNo ~/A 9. A written offer to acquire each parcel was or will be presented to the property owner for not less than the approved amrt of just compensation . DYes DNo ~/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 dornents for settlements included in the project files . DYes DNo CT°NIA FAA Form 5100-133 (1/17) SUPERSEDES PREVIOUS EDITION Page 2 of3 101518a HCBOC Page 135 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 . 0Yes 0No ~/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. / OYes ONo lefNJA 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 accordan,-.with the Uniform Act. 0 Yes O No rg'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: )-\.Qrnett C.Wfli-'\} ·-eioo,d. o+ <20ff'<Y)i56i D{}-efS Name of Sponsor's Authorized Official: Chorc\Q f> ~\v\.g le .. Title of Sponsor's Authorized Official: C"-.ll.\'{ \\AC{'(\_ ... ~ . . . . . a I I 1 0 0 • .............. • • I O f I • • • • • f • r I ... Signature of Sponsor's Designated Official Representative: ----------··---··-. .. . . .. 0 I • 0 0 I t 0 0 0 0 I I ........ 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 . FAA Form 5100 -133 (1/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 101518a HCBOC Page 136 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 0MB Control Number. The 0MB 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 the Federal Aviation Administration at: 800 Independence Ave. SW, Washington , DC 20591, Attn: Information Collection Clearance Officer, ASP-110 . FAA Form 5100-134 101518a HCBOC Page 137 ., U.S. Department of Transportation ~ Federal Aviation Administration 0MB CONTROL NUMBER 2120-0569 EXPIRATION DATE: 8/31/2019 Selection of Consultants Airport Improvement Program Sponsor Certification Sponsor: Har(\~++ C1,..,\f'rT\.\ t:;>00:rd ()~ QoM~S~\O){\e_rs Airport: ~t n-e-+t --g-eq\OV\Q\ Je-+ pC)(-+ Project Number : '3LD-;}, 61' d. $ 1 Yl. ) Description of Work:\-€,M.\M )S.1-\-e .:UUfn.:)Je1\A.€ ~-ts- 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 FM 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 issueyrising out of their procurement actions (2 CFR § 200.318(k)). rR'Yes D No D NIA 2. Sponsor procurement actions ensure or will ensure full and open competition that does not undulvt.mit competition (2 CFR § 200 .319). [D'Yes D No D NIA 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- qua1ifications (RFQ) from competing for the advertised services (2 CFR § 200.319). ~ DNo ON/A FAA Form 5100-134 (2/17) SUPERSEDES PREVIOUS EDITION Page 1 of 3 101518a HCBOC Page 138 4. The advertisement describes or will describe specific project statements-of-work that provide cleaJ:,detail of required services without unduly restricting competition (2 CFR § 200.319). f1Yes D No D 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 y Identifies all evaluation criteria and relative importance (2 CFR § 200.320( d) ). ~es DNo ON/A 6 . Sponsor has based or will base selection on qualifications , experience , and disadvantaged bus in~ enterprise participation with price not being a selection factor (2 CFR § 200.320(d)). ID es D No D 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 assis~ projects (2 CFR §180 .300). Q'Yes D No O NIA 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). efves O No O NIA 9. Sponsor has negotiated or will negotiate a fair and reasonable fee with the firm they select as mos~alified for the services identified in the RFQ (2 CFR § 200 .323). ~es ONo ON/A 10. The Sponsor's contract identifies or will identify costs associated with ineligible work separately from ¥s associated with elig ible work (2 CFR § 200.302). si{es O No D NIA 11 . Sponsor as prepared or will prepare a record of negotiations detailing the history of the ent action, rationale for contract type and basis for contract fees (2 CFR §200.31 B(i)). ONo ON/A 12 . Sponsor as incorporated or will incorporate mandatory contact provisions in the consultant contra for AIP-assisted work (49 U.S.C. Chapter 471 and 2 CFR part 200 Appendix II) es 0No D NIA FM Form 5100-134 (2/17) SUPERSEDES PREVIOUS EDITION Page 2 of 3 101518a HCBOC Page 139 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 .3180)); b. A ceiling price that the consultant exceeds at their risk (2 CFR §200. 3180)); 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 §200.3180)). !i(Yes O No D NIA 14 . Sponsor is not using or will not use the prohibited cost-plus-percentage-of-cost (CPPC) contract met~ (2 CFR § 200 .323(d)). i0'Yes O No O NIA 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: Hor-n-e# C.cLlffh.f1Sco,d o+ ecro<Y\°l'SS\ Od\€,S Name of Sponsor's Authorized Official: b-to,d Of\ S9,, (\.Cj \-e_, Title of Sponsor's Authorized Official: ~\ r N\Otn_ Signature of Sponsor's Authorized Official: ------------------'"""!Ii"'""' I declare under penalty of perjury that the foregoing is true and correct. I understand that knov.1~~h1. ~ · willfully providing false information to the federal government is a violation of 18 USC § 1001 tFalse • · Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-134 (2/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 101518a HCBOC Page 140 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 0MB Control Number. The 0MB 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 the Federal Aviation Administration at: 800 Independence Ave . SW, Washington , DC 20591 , Attn: Information Collection Clearance Officer, ASP-110. FAA Form 5100-135 101518a HCBOC Page 141 ~" U .S . Department of Transportation ,..-_, Federal Aviation Administration 0MB CONTROL NUMBER: 2120-0569 EXPIRATION DATE : 8/31/2019 Certification and Disclosure Regarding Potential Conflicts of Interest Airport Improvement Program Sponsor Certification Sponsor: t-\ct,ne+-l-CouJ')tt/ '°BDDrd o.f Corn mi S45\ one.rs Airport: ttDff\€44-K-f~~}CTY\0-.\ ~+ Project Number: QlQ d°'5t . ~I r1. \ Description of Work: °lerM\~"\(X..\ c:s·tte. ~pfOUQrfV\.--ev....ts 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 se lected , provide support information explain ing 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-rec ipient 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 § 200.31 B(c)). To the extent permitted by state or local law or regulations , such standards of conduct prov ide 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 cont~ors or their agents. Mves D No FAA Form 5 100-135 (2/17) SUPE RSEDES PREVI OUS ED IT ION Page 1 of 2 101518a HCBOC Page 142 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)). ct(es D 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). o<:s D 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 NameofSponsor:Ht\rne-\+ CQ\,lJ\~ 13ca.f'~ O+ wrn<Y)\88lner-..S Name of Sponsor's Authorized Official: ~ C)(""c\ 0£'\ ~\ ""5 k Title of Sponsor's Authorized Official : (:)\~\' MO. f\ ....... ...... . . . . . . . . ... ---.. 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. FAA Form 5100-135 (2/17) SUPERSEDES PREVI OUS ED ITION Page 2 of 2 z en m- 21 ,:, mz 101518a HCBOC Page 143 Board Meeting Agenda Item Agenda Item __ 4;;...-..;;H;;:;.__...,; M EETING DATE : October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Wanda Carolyn Tart v. County of Harnett (Order Approving Compromise Settlement Agreement) REQUESTED BY: Monica Langdon Jackson, Senior County Staff Attorney REQUEST: Disclosure of Settlement A greement pur suant to Section 143-218 .11 (a)(3) of the North C arolina General Statutes. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: C :\Users\g wh ee le r\AppData\Local\M icroso ft\ W in dows\JN etCache\Content. Outlook\TPTEQC L V\ag en dafonn. W . Tart Se ttl e men t Di sclos u re.do cx Page I of2 101518a HCBOC Page 144 NC Industrial Comm 9/25/2018 11:47:40 AM PAGE 2/002 Fax Server NORTII CAROLINA INDUSTRIAL COMMISSION I.C. NO. 1 7-791887 , WANDA C. TART, Employee, Plafnl1ff v. COUNTY OF HARNE1T, Self- Insured Employer, Defendant. Admfnfstered by: York Rfsk Services. ORDER APPROVING COMPROMISE SETnEMENT AGREEMENT BY: ANTHONY L. LUCAS, Special Deputy Commissioner FILED: 09/25/18 A duly executed oompromise settlement agreement was received in the office of the undersigned for consideration on September 21, 2018 . APPEARANCES Plaint iff: Brent Adams & Associates , At torneys at Law Dunn, NC; Sheila W. Chavis appearing Facsimile: 910-892-0652 Defendants: Brewer Defense Group, Attorneys at Law Raleigh, NC; Joy H. Brewer appearing Facsimile: 919-926-116 l Afler giving due consideration to all matters involved in this case in accordance with Chapter97 of the North Carolina General Statutes and Commission Rules, and upon the parties' stated or implied representaiion that an medical reports have been submitted with the agreement to the Commission as required by Rule 11 NCAC 23A .0 502(bXl), the compromise settlement agreement is deemed bythe Commission to be fair and just , and in the best interests of all parties . Furthermore, the interests of all parties and of any person, including a health benefit plan, who paid medical expenses of the plaintiffhave been set forth in the settlement agreement and have been considered . It further appears that the agreement contains a finding that the positions of all parties to ibe agreement are .reasonable as to the payment of medical expenses. The agreement is incolpOrated herein by reference and is approved in the amount of SIS,000.00. Compliance with the terms of ibe agreement shall discharge defendants from further liability under the Workers' Compensation Act by reason of the injury giving rise to this claim. An attorney's fee of $3,750.00is approved for plaintiff's counsel to be dedu cted from theswn due plaintiff and paid directly to the attorney. Defendants shall pay the costs. It is noted, however, that this Order does not purport to approve, resolve or addr~ any issue or matter over which the Industrial Commission has no jurisdiction, whetheror not such issue or matte.r is referred to in the compromise settlement agreemeni executed by the parties in this action. $l1ati ~a~~ Fomr l&r: R~oort v;>::in R1:>.:eipt of !~Js Or~er. ~!4-- <.:re :.:1a l I )~nrt~' ( \';•:m~is~~,'11t'1 101518a HCBOC Page 145 Board Meeting Agenda Item Agenda Item 4-1 --'--.;;....;--~;.:; MEETING DATE: October 1, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Purchase of Weapons REQUESTED BY : Sheriff Coats REQUEST: The Harnett County Sheriffs Office request permission to purchase new 9MM weapons for Deputies. The present w~ons(handguns)(40 Caliber and 9mm) have fired at least a thousand rounds and some of the weapons have fired several thousand rounds during training. We are standardizing our weapons to all 9mm. We ask permission to trade in our present weapons to include handguns and other weapons to offset the cost of the new weapons. After the trade in of weapons, the net cost of purchasing the weapons will be approximately $ 36,951.00. The Sheriffs Office will use Asset Fo~iture Funds to purchase the weapons. The Sheriffs Office request permission to trade in our present 40 caliber ammunition for new 9 mm ammunition. The ammunition will be traded , dollar for dollar, at no additional cost. Attached are informal bids that we requested on weapons that we request to be traded in for new weapons. Attachment 1, 2 and 3 will be informal quotes received from three vendors. We are requesting to Purchase the Glock weapons and traded in our old weapons from Craig's Firearms Supply Inc ., they have the highest quote for the trade in weapons. Sovereign Guns: American Gun: Craig's Firearm $45,180.00 $11,117.00 $47,335.00 We request to purchase 25 Weapons from Lawmen's which are under NC State Contract. See attachment 4. C:\Users\gmcneill\Desktop\Weapon Purchase\W eapons Purchase agenda.docx 1 of2 Page 101518a HCBOC Page 146 0564-2018 , us am 1 ti{ a ,-Cr-.ug's Firearm Supply lne. Poli<,e Di~--tributor 5620 Concord Pkwy S., Concord, NC 28027 Phone 980-258-0444/0445 -Fax 980-258-0453 8761 Chapman Highway, Knoxville, TN 37920 Phone 865-573-4567 -Fax 865-573-0820 tonyl@craigsfirearms.com TO: LT JOSH CHRISTENSEN _ _;;;;_~..;;..;;:.;:.,;._;;;.:..;.;...;;;.;;;,~~;;;;;.;.;;-PHONE: 910-624-2332 AGENCY: HARNETT CO. S. 0. -----------EMAi L: jchristensen@harnett.org DA TE: 08/29/18 ____ _;;..;;....;:..,:.;.._;_,;;. ___ _ Quote will be honored for __ 6""-'0'--_ days. PA1750302AB UPG2250702 UPN2250702 UPN22250702 UPG1750702 UPN17C50202 UWPP USPGFDXD9 MINl-14S-B RPC4-40 GLOCK GEN 5 G17, AMGLO BOLD NIGHT SIGHTS, 3 LE MAGAZINES, BACKSTRAP/BEAVERTAIL KIT, GUN $428.50 LOCK, BORE BRUSH/ROD, CASE LESS TRADE OF THE FOLLOWING USED GLOCK GEN 4 G22, GLOCK NIGHT SIGHTS , 3 MAGS USED GLOCK GEN 3 G22, GLOCK NIGHT SIGHTS, 3 MAGS USED GEN 2 GLOCK G22 , GNS, 3 MAGS EACH USED GEN 4 G17 , GNS, 3 MAGS EACH USED G17C , 3 MAGS EACH USED WALTHER PPS M2, 9MM, 3 MAGS USED SPRINGFIELD XD , 9MM, FULL-SIZE, NIGHT SIGHTS 3 MAGS USED RUGER MINl-14, .223 REM, BLUED, SYNTHETIC USED RUGER PC4 CARBINE, .40 S&W, PARKERIZED, SYNTHETIC -$260.00 -$260.00 -$260.00 -$270.00 -$280.00 -$230.00 -$275.00 -$185.00 -$225.00 170 60 88 2 1 15 1 1 6 10 $72,845.00 -$15,600.00 -$22 ,880.00 -$520.00 -$270.00 -$4,200.00 -$230.00 -$275.00 -$1,110.00 -$2,250.00 TOTAL $25,510.00 Please call with any questions about this quote. Thank you, * Govt agency prices do not include sales tax or FETwhere applicable * Prices are due and payable NET 30 days for each invoice Tony Lardo NC Law Enforcement Sales CELL 865-388-6337 * Trade-In pistols must be in good, serviceable working order • Deductions made if trade-ins are damagedor not as specified • Trade-In or exchange pistols must be complete with 3 magazines, working sights, in original box, unless otherwise noted. • Trade-In or exchange pistols must be turned in within 30 days after receipt of new Glock pistols, unless other arrangements have been made and approved 101518a HCBOC Page 147 James Lanier From: Sent: To: Subject: Attachments: Sovereign Guns <sovereignguns@gmail.com> Saturday, September 01, 2018 11:20 AM James Lanier Re: Harnett County gun list Harnettjpg I Thanks for the opportunity to bid on this lot. My total cash offer for the Hamett county gun list comes to $45,180. I have attached my work sheet with the price per gun. Thanks Kiran On Fri, Aug 31, 2018 at 11 :06 AM, James Lanier wrote: I have attached a list of firearms that Hamett County Sheriff's Office is going to sell. If you are interested in placing a bid, please respond with a price for each type of gun along with a total value that your store would give for the entire lot of guns. Please call me if you have any questions about the firearms. Lt. James Lanier Crime Scene Investigation & Evidence Supervisor Special Response Team AR-15 Armorer I Certified Glock Armorer / Benelli Armorer Hamett County Sheriff Office 175 Bain St. Lillington, NC 27546 1 101518a HCBOC Page 148 Harnett County Guns to be Sold 60 USED GLOCK GEN 4 G22, GLOCK NIGHT SIGHTS, 3 MAGS Z '1 D 88 USED GLOCK GEN 3 G22, GLOCK NIGHT SIGHTS, 3 MAGS 2.1, 0 2 USED GEN 2 GLOCK G22, GNS, 3 MAGS EACH Z q-D 1 USED GEN 4 G17, GNS, 3 MAGS EACH J l/-V 15 USED GEN 3 Gl 7C, 3 MAGS EACH > 4 0 1 USED WALTHER PPS M2, 9MM, 3 MAGS 200 1 USED SPRINGFIELD XO, 9MM, FULL-SIZE, NIGHT SIGHTS, 3 MAGS ·z O 0 6 USED RUGER MINl-14, .223 REM, BLUED, SYNTHETIC '.Jo 0 10 USED RUGER PC4 CARBINE, .40 S&W, PARKERIZED, SYNTHETIC '3 0 0 101518a HCBOC Page 149 James Lanier From: Sent: To: Subject: Mrs Bashi rah < americangun@centurylink.net> Tuesday, September 04, 2018 5 :18 PM James Lanier American Gun bid for HCSO Firearms Hey, bud . I spoke to D.R. this afternoon. He didn't give me a breakdown of price per gun, but authorized me to enter a cash bid on the lot in the amount of $11,117. I hope you can work with this number. It's all I've got. R. Nance General Manager American Gun & Pawn, LLC (910) 814-3113 1 101518a HCBOC Page 150 SALES QUOTE SQ-281356 I 6/14/2018 3319 Anvil Place Raleigh , NC 27603 Ph : 919.779.6141 800 Clanton Road , Ste T Charlotte, NC 28217 Ph: 704.494.7575 4961 Broad River Rd. Ste B Columbia , SC 29212 Ph: 803.798 .2253 11111111111111111 IIIII IIIII IIIII IIII IIII Customer I HARNETT CO SHERIFF OFFICE ATTN: ACCOUNTS PAYABLE PO BOX 399 LILLINGTON NC 27546 Tel: ( 910) 893-0108 Fax: (910)893-6450 Account HARNET Quotation SQ -281356 L Item / Model. / Brand Description Contact I Terms NET 15 PO # 1 S-Wl l810 / 0221 88872224 I S-W M&P9 SHIELD M2.0, NTS , NS 2 BLA4 10563BKR / 648018219764 / BLA SERPA CQC MATTE S&W M&P SHIELD RH 3 G-GB8213 / 768574109160 / G-G MAG/CUFF CASE,PADDLE ,BLK LEATHER ,RH 4 DES01 4 PCX7ZO / 792695316305 / DES DIE HARD ANKLE RIG M&P SHIELD 9/40 BK RH 5 SH SH IPPING/HANDLING **PLEASE VERIFY THAT THE PART NUMB ERS AND DESCRIPTIONS ARE CORRECT BEFORE SUBMITTING YOUR ORDER. **RESTOCKI NG FEES MAY APPLY TO RETURNED ITEMS. **FREIGHT WILL BE ADDED TO ALL INVO I CES. **PRICES QUOTED ARE BASED ON PAYMENT BY CHECK OR CASH. **QUOTE IS GOOD FOR 30 DAYS. Due Date 6/29/2018 Reference JEFFERIES Qt)/ 25 25 25 3 l Tax Detai1s NCCTTY7.00 $800.899 Ship To I HARNETT CO SHERIFF OFFICE 175 BAIN STREET LILLINGTON NC 2754 6 Account Rep Schedul.e Date VALENTINA SAWVEL 6/14/2018 Ship VIA Page Printed Price UM $367 .00 EA $38.99 EA $37 .99 EA $63 .99 EA $149.95 EA Taxabl.e Total. Tax Exempt Total. Bal.a nce 1 Discount % $0.00 $0 . 00 $0.00 $0.00 $0.00 8/2/2018 11: 19 : 49AM Amount $9,175.00 $974 .75 $949. 75 $1 91. 97 $149. 95 $11,441.42 $800.90 $0.00 $1 2 ,2 42.32 $12,242.32 101518a HCBOC Page 151 Board Meeting Agenda Item Agenda Item 4-J ------------ MEETING DATE : October 15, 2018 TO : HARN ETT COUNTY BOARD OF COMMISSIONERS SUBJECT : Request Approval to accept $31,603.70 from Chatham Co. Partnership For Children REQUESTED BY: Bill Stone, Interim County Extension Director REQUEST: Harnett County Cooperative Extension request approval to accept $31 ,603.70 from Chatham County Partnership for Children -LS 19-063 Child Care Resource -Core Services Program. This Family Resource Program provides program administration and delivers services and trainings to child care centers and child care homes . ··---------·---------...-... ~----.. ------.... ___ ,. ____ _ FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: C:\Use rsl swi ll ia rn s1Des kto p\County fo rrn s\agendafo rrn2 0 I 8.docx I of2 Pa ge 101518a HCBOC Page 152 Contract# 3289204013 CFDA # 93.575 Contract# 3289204013 COUNTY OF HARNETI Core Services This contract is hereby entered into by and between Chatham County Partnership for Children, hereinafter referred to as (CCPC), and the County of Harnett (the "Contractor") (referred to collectively as the "Parties"}. The Contractor's federal tax identification number is 56-6000306. 1. Contract Documents: This contract consists of the following documents which are incorporated herein by reference: ( 1) This Contract Cover (2) The General Terms and Conditions (Attachment A) (3) Scope of Work (Attachment B) (4) The Line Item Budget and The Line Item Budget Narrative (Attachment C} (5) State Grant Certification -No Overdue Tax Debts (Attachment D) (6) Federal Certifications (Attachment E) (7) IRS Tax Exemption Verification Form (Annual) (Attachment F} (8) Conflict of Interest Verification (Annual} (Attachment G} (9) State Certification (Attachment H) (10)Data Sharing Agreement (Attachment I} Incorporated By Reference The following documents are reference materials and are available by going to the following website , Open Window http://dhhsopenwindow.nc.gov/index.aspx?pid=doc Refere nceDoc uments . (1) Travel : Policies Governing Travel Related Expenses for Contractors (2) Notice of Certain Reporting and Audit Requirements (3) General Statutes G.S. 143C6 NonState Entities Receiving State Funds (4) Subchapter 03M Uniform Administration of State Grants In addition the manual is available from your Council Management Agency and provides fiscal reporting requirements . (1) NC CCR&R Council Fiscal Policies and Procedures These documents constitute the entire agreement between the Parties and supersede all prior oral or written statements or agreements . 2. Precedence Among Contract Documents: In the event of a conflict between or among the terms of the Contract Documents , the terms in the Contract Document with the highest relative precedence shall prevail. The order of precedence shall be the order of documents as listed in the contract document section (Paragraph 1, above), with the first-listed document having the highest precedence and the last-listed document having the lowest precedence . If there are multiple Contract Amendments, the most recent amendment shall have the highest precedence and the oldest amendment shall have the lowest precedence. 3. Effective Period: This contract shall be effective on July 1, 2018 and shall terminate on June 30, 2019 for CORE Services, with the option to extend, if mutually agreed upon, through a written amendment as provided for in the General Terms and Conditions as described in Attachment A. NCDHHS GCT1007 (Contract) (General) (Rev . 11.01.15) 101518a HCBOC Page 153 4. Contractor's Duties: Contract# 3289204013 COUNTY OF HARNETI Core Services The Contractor shall provide the services as described in the Scope of Work in Attachment B and in accordance with the approved budget in Attachment C. Key personnel in this contract are defined as the Contractor's CEO /Executive Director, Chief Financial Officer, and CCR&R Director . CCPC will be notified in the event that there are any key personnel changes. 5. Duties of Chatham County Partnership for Children: CCPC shall pay the Contractor in the manner and in the amounts specified in the Contract Documents. The total amount paid by CCPC to the Contractor under this contract shall not exceed $31,603.70. This amount consists of $0 in State Funds , $0 in Local Funds, $0 in Other funds and $31,603.70 in Federal Funds. The total contract amount is $31,603.70 . 6. Conflict of Interest Policy : This is a financial assistance contract; therefore , the Contractor shall file with CCPC, a copy of the Contractor 's policy addressing conflicts of interest that may arise involving the Contractor 's management of employees and the members of its board of directors or other governing body. The policy shall address situations in which any of these individuals may directly or indirectly benefit, except as the Contractor's employees or members of its board or other governing body, from the Contractor's disbursing of CCPC funds and shall include actions to be taken by the Contractor or the individual, or both to avoid conflicts of interest and the appearance of impropriety. The policy shall be filed before CCPC may disburse the grant funds, as referenced in Attachment G. (N.C.G.S. 143C-6-23(b) (2007)) 7. Statement of No Overdue Tax Debts: Contractor's sworn written statement pursuant to N.C.G.S. 143C-6-23(c), stating that the Contractor does not have any overdue tax debts, as defined by G.S. 105-243.1 , at the federal , state , or local level , is attached as Attachment D. Contractor acknowledges that the written statement must be filed before CCPC may disburse the grant funds. 8. Reversion of Unexpended Funds: Any unexpended grant funds shall revert to CCPC upon termination of this Contract. 9. Grants: The Contractor has the responsibility to ensure that all sub-contractors, if any , provide all information necessary to permit the Contractor to comply with the standards set forth in this contract. 10. Reporting Requirements: CCPC has determined that this is a contract for financial assistance , and therefore is sub ject to the reporting requirements of N.C . General Statute 143C-6.23. If a non-governmental grantee receives $500,000.00 in combined or more funds from all state agencies, it must continue to submit a single or program-specific audit prepared and completed in accordance with Generally Accepted Government Auditing Standards, also known as a Yellow Book audit , to RMAM at NCGrantsReporting@dhhs.nc.gov within 9 months of the grantee 's fiscal year end . OCOEE encourages all of its non-governmental grantees that receive funds from other state agencies or DHHS divisions to contact their assigned contract monitor(s) to determine if year-end reports must be submitted for those particular grants/awards. The Regional Lead Agencies and Local CCR&R agencies must submit their audit report within 9 months of organization's year end to CCPC . Note : An A-133 audit may be substituted for the yellow book audit. Be sure to check the State Auditor's website at www.ncaudi to r.net for updated information and forms . NCDHHS GCT1007 (Contract) (Ge neral ) (Rev. 11 .01 .15) 101518a HCBOC Page 154 11. Payment Provisions: Contract# 32 89204013 COUNTY OF HARNETT Core Services Upon execution of this contract , the Contractor may request and, upon approval by CCPC , receive an advance of no more than one month 's operating expenses if approved by CCPC . The advance is limited to the amount to be expended within the one-month period. Monthly reimbursements shall be made based on actual expenditures made in accordance with the approved budget on file with both parties and reported on the monthly financial status report (FSR) submitted by the Contractor. The original FSR report shall be submitted to the Contract Administrator of CCPC . CCPC will analyze the cash needs of the Contractor no less often than every three months. If CCPC determines that the advance exceeds the financial needs of the Contractor based on actual monthly expenditures , the excess advance will be reduced from a subsequent month 's expenditure reimbursement. Any unexpended funds advanced to the Contractor must be returned or settled no later than the June FSR due date for the year. If the expenditures reported on the June FSR are not sufficient to cover the advance , a check representing the difference must be attached to the June FSR. CCPC must receive this report and check no later than with the July due date for the June FSR. The Contractor shall have up to 15 days for completion and submission of the final FSR report related to this contract period. CCPC shall have no obligation for payments based on FSR reports submitted later than 30 days after termination or expiration of the contract period. If this contract is terminated prior to the end of the contract period , the Contractor is required to settle or return any funds advanced within 30 days of the termination date. All payments are contingent upon fund availability. Financial Status Reports are due the 10th calendar day of each month. Payment shall be made in accordance with the Contra ct Documents as described in the Scope of Work , Attachment B. 12. Contract Administrators: All notices permitted or required to be given by one Party to the other and all questions about the contract from one Party to the other shall be addressed and delivered to the other Party 's Contract Administrator. The name , post office address , street address , telephone number, fax number , and email address of the Parties' respective initial Contract Administrators are set out below. Either Party may change the name , post office address, street address , telephone number , fax number, or email address of its Contract Administrator by giving timely written notice to the other Party. For CCPC : IF DELIVERED BY US POSTAL SERVICE IF DELIVERED BY ANY OTHER MEANS Ms. Genevieve Megginson , Executive Director Ms . Genevieve Megginson, Exec ut ive Director Chatham County Partnership for Children Chatham County Partnership for Children PO Box 637 220 Chatham Business Drive Pittsboro , NC 27312 Pittsboro , NC 27312 Telephone: (919) 542-7449 Fax : (919) 542-0238 Email: genevieve@.chanthamkids .org NCD HHS GCT1 007 (Contract) (Ge neral) (Rev. 11 .01 .15) 101518a HCBOC Page 155 For the Contractor : IF DELIVERED BY US POSTAL SERVICE Bill Stone, Interim Extension Director County of Harnett 126 Alexander Dr ., Suite 300 Lillington , NC 27546 Telephone : 910-893-7530 Fax : 910-893-3195 13. Supplementation of Expenditure of Public Funds : IF DELIVERED BY ANY OTHER MEANS Bill Stone, Interim Extension Director CO'JJmtw<nffttmatHt 1~~~efl>r.?$1.fit~OO bin~Wh .~2~~~6 Telephone: 910-893-7530 Fax : 910-893-3195 Contract# 3289204013 COUNTY OF HARNED Core Services The Contractor assures that funds received pursuant to this contract shall be used only to supplement, not to supplant , the total amount of federal, state and local public funds that the Contractor otherwise expends for CORE Child Care Resource and Referral services and related programs. Funds received under this contract shall be used to provide additional public funding for such services ; the funds shall not be used to reduce the Contractor's total expenditure of other public funds for such services. 14. Disbursements: As a condition of this Contract, the Contractor acknowledges and agrees to make disbursements in accordance with the following requirements : a. Implement adequate intern al controls over disbursements ; b. Pre-audit all vouchers presented for payment to determine : • Validity and accuracy of payment • Payment due date • Adequacy of documentation supporting payment • Legality of disbursement c. Assure adequate control of signature stamps/plates; d. Assure adequate control of negotiab le instruments ; and e. Implement procedures to ensure that account balance is so lvent and reconcile the account monthly. 15. Outsourcing to Other Countries : The Contractor certifies that it has identified to CCPC all jobs related to the Contract that have been outsourced to other countries , if any. Contractor further agrees that it will not outsource any such jobs during the term of this Contract without providing notice to and receiving prior written approval from CCPC. 16. CCPC Reports : The Contractor shall submit to CCPC, reports that describe mid-year progress and a final report that details success and /or failure to achieve outcomes as described in Attachment B, Scope of work. Mid-year reports are due to CCPC no later than thirty (30) calendar days after contract mid-point. The Final Report is due no later than 30 calendar days after the cont ract termination date. 17. Federal Certifications : Individuals and Organizations receiving federal funds must ensure compliance with certain certifications required by federal laws and regulations . The contractor is hereby complying with Certifications regarding Nondiscrimination , Drug- Free Workplace Requirements , En vironmenta l Tobacco Smoke, Debarment, Suspension , Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions , and Lobbying. These assurances and certifications are accompanied by a signature page and can be found in the Providers Managed Documents section of DHHS Open Window. The signature page is to be signed by the contractor's authorized representative . 18. Performance Monitoring/Quality Assurance Plan NC DHHS GCT1007 (Contract) (General) (Rev. 11 .0 1.15) Bil ~ Ccu1 12D Lill n 101518a HCBOC Page 156 CCPC Duties: Contr act# 3289204 013 COU NTY OF HARNE TT Core Servi ces CCPC shall monitor, evaluate and provide guidance and direction to Subrecipient in the conduct of Approved Services performed under this Agreement. CCPC has the responsibility to determine whether Subrecipient has spent funds in accordance with applicable laws, regulations , including the federal audit requirements and agreements and shall monitor the activities of Subrecipient to ensure that Subrecipient has met such requirements. CCPC may require Subrecipient to take correction action if deficiencies are found . Programmatic Reporting Requirements: CCPC personnel will monitor contractors annually for compliance with programmatic and fiscal requirements through desk audit reviews and/or site visits. If the Contractor is deemed out of compliance , technical assistance will be provided , which may include completion of a corrective action plan . Failure to comply with programmatic and fiscal requirements may result in termination of the contract. CCPC personnel will also monitor contractors to ensure that the required reports and invoices/financial status reports (FSR) are submitted accurately and timely. The Contract Administrator will review semi-annual and annual reports to monitor program outputs, outcomes , and deliverables , in addition to conducting calls with Contractor on a quarterly basis, or as needed. 19. Other Requirements: Federal Funding Accountability and Transparency Act (FFATA) As required by the Federal Funding Accountability and Transparency Act (FFATA), prime awardees of individual Federal grants that are equal to or greater than $25,000 and awarded on or after October 1, 2010, are required to report on data related to executive compensation and associated first-tier sub-grants of $25 ,000 or more . Therefore , the contractor shall complete the enclosed form "Federal Fund ing Accountability and Transparency Act (FFATA) Data Report ing Requirement "Subawardee Information" and return with the signed contract. Contract Number: 3289204013 Contractor: Federal Award Name: COUNTY OF HARNETT CCDF State Fiscal Year: 2019 1. Sub-recipient name (which must match registered name in DUNS) COU NTY OF HARNETT 1. Sub-recipients DUNS number 091565986 (see§ 200.32 Data Universal Numbering System (DUNS) number) 2. Federal Award Identification Number (FAIN) G 1801 NC CCDF 3. Federal Award Date (see § 07/01 /2018 200.39 Federal award date) NCDHHS GCT 1007 (Co nt ract) (G enera l) (Rev. 11.01 .15) 101518a HCBOC Page 157 4. Sub-award Period of Performance Start and End Date 5. Amount of Federal Funds Obligated by this action 6. Total Amount of Federal Funds Obligated to the sub-recipient 7. Total Amount of the Federal Award 8. Federal award project description , as required to be responsive to the Federal Funding Accountability and Transparency Act (FFATA) 9. Name of Federal awarding agency, pass-through entity, and contact information for awarding official 10 . CFDA Number and Name; the pass-through entity must identify the dollar amount made available under each Federal award and the CFDA number at the time of disbursement 11 . Identification of whether the award is R&D 12. Indirect cost rate for the Federal award (including if the de minimis rate is charqed) July 1, 2018 -June 30, 2019 $31,603.70 $31,603.70 $214,461,452 Child Care Development Fund Federal DHHS Office Administration for Children and Families NC DHHS /DCDEE 820 South Boylan Avenue Raleigh , NC 27603 919-527-6500 CFDA# 93.575 Child Care Development Fund No 10% De minim is Contr act# 328920 4013 COUNTY OF HAR NETI Core Services This contract is in compliance with the Federal Office of Management and Budget (0MB) CFR Title 2 Part 200 . Follow the link below (or paste into your browser) for additional information: http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title02/2cfr200 main 02.tpl Signatures follow on the next page NC DHH S GC T1 007 (C ontract) (Genera l) (Rev. 11.01.15) 101518a HCBOC Page 158 20. Signature Warranty: Contract# 3289204013 COUNTY OF HARNETT Core Services The undersigned represent and warrant that the y are authorized to bind their principals to the terms of this agreement. In Witness Whereof, the Contractor and CCPC ha ve executed this contract in duplicate or iginals , with one original being retained by each party . County of Harnett Signature PG.u.Jc._ t. 6rt~l .,JGJ~ Pr in ted Name TH~INST RUMENTHASBEEN ltREAUDITED IN THE MANNER REQUIRED BYTH LO CALGOVERNMENTBUDGE T AN F SC C T OL ACT Chatham County Partnership for Children Signature Printed Name NCDHH S GCT1007 (Contract) (General) (Rev. 11 .01 .15) Date Jo-?--!( Date ~Jeri( to ~e ~ vd Title Date Ti tle 101518a HCBOC Page 159 Attachment A Contract #3289204013 County of Harnett GENERAL TERMS AND CONDITIONS Relationships of the Parties Independent Contractor: The Contractor is and shall be deemed to be an independent contractor in the performance of this contract and as such shall be wholly responsible for the work to be performed and for the supervision of its employees . The Contractor represents that it has , or shall secure at its own expense , all personnel required in performing the services under this agreement. Such employees shall not be emp loyees of, or have any individual contractual relationship with , Chatham County Partnership for Children . Subcontracting : The Contractor shall not subcontract any of the work contemplated under this contract without prior written approval from Chatham County Partnership for Children . Any approved subcontract shall be subject to all conditions of this contract. Onl y the subcontractors specified in the contract documents are to be considered approved upon award of the contract. Chatham County Partnership for Children shal l not be ob ligated to pay for any work performed by an y unapproved subcontractor. The Contractor shall be responsible for the performance of all of its subcontractors . Assignment: No assignment of the Contractor's obligations or the Contractor's right to rece ive payment hereunder shall be permitted. However, upon written request approved by the issuing purchasing authority , the Chatham County Partnership for Children may: (a ) Forward the Contractor's payment check directly to any person or entity designated by the Contractor , or (b ) Include any person or ent ity designated by Contractor as a joint payee on the Contractor's payment check . In no event shall such approval and action ob ligate Chatham County Partnership for Children to anyone other than the Contractor and the Contractor shall remain responsible for fulfillment of all contract obligations . Beneficiaries: Except as herein specifically provided otherwise , this contract shall inure to the benefit of and be binding upon the parties hereto and their respective successors. It is expressly understood and agreed that the enforcement of the terms and conditions of this contract, and all rights of action relating to suc h enforcement , shall be strictly reserved to Chatham County Partnership for Children and the named Contractor. Nothing contained in this document shall give or allow any claim or right of action whatsoever by any other third person . It is the express intention of Chatham County Partnership for Children and Contractor tha t any such person or entity , other than Chatham Co unty Partnership for Children or the Contractor , receiving services or benefits und er this contract shall be deemed an incidental benefi ci ary only. Indemnity and Insurance Indemnification : The Contractor agrees to indemn ify and hold harmless Chatham County Partnership for Children , Child Care Resources Inc., the State of North Carolina , and an y of their officers, agents and employees , from any claims of third parties arising out of any act or omission of the Contractor in connection with the performance of this contract to the extent perm itted by law. Default and Termination Termination Without Cause: Chatham County Partnership for Children may terminate this contract without cause by giving 30 days written notice to the Contractor. Termination for Cause: If, through any cause , the Contractor shall fail to fulfill its obligations under this contract in a timely and proper manner, Chatham County Partnership for Children shall have the right to term inate this contract by giv ing written notice to the Contractor and specifying the effective date thereof. In that event , all finished or unfinished deliverable items prepared by the Contractor under this contract shall , at the option of Chatham County Partnership for Children, become its property and the Contractor shall be ent itled to receive just and equ itable compensation for any satisfactory work completed on such materials, minus any payment or compensat ion previously made . Notwithstanding the foregoing provision , the Contractor shall not be relieved of liability to Chatham County Partnership for Ch ildren for damages sustained by Chatham County Partnership for Children by virtue of the Contractor's breach of this agreement, and Chatham County Partnership for Children may withhold any payment due the Contractor for the purpose of setoff until such tim e as the exact amount of damages due Chatham County Partnership for Children from such breach can be determined. In case of default by the Contractor, without limiting any other remedies for breach available to it , Chatham County Partnership for Children may procure the contract services from other sources and hold the Contractor responsible for any excess cost occasioned thereby . The filing of a petition for bankruptcy by the Contractor shall be an act of default under this contract. Waiver of Default: Waiver by Chatham County Partnership for Children of any default or breach in compliance with the terms of this contract by the Contractor shall not be deemed a waiver of any subsequent default or breach and shall not be construed to be modifi cation of the terms of this contract unless stated to be such in w riting , signed by an authorized representative of Chatham County Partnership for NCD H HS T C101 O (Gen eral Terms and Conditions) (Loca l Gove rnm ent) (Rev . 11 .01 .15) 101518a HCBOC Page 160 Children and the Contractor and attached to the contract. Availability of Funds: The parties to this contract agree and understand that the payment of the sums specified in this contract is dependent and contingent upon and subject to the appropriation , allocation , and availability of funds for this purpose to Chatham County Partnership for Children . Force Majeure: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by any act of war, hostile foreign action, nuclear explosion , riot , strikes , civil insurrection , earthquake, hurricane , tornado , or other catastrophic natural event or act of God . Survival of Promises: All promises, requirements, terms , conditions , provisions , representations , guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation. Intellectual Property Rights Copyrights and Ownership of Deliverables : All deliverable items produced pursuant to this contract are the exclusive property of OCOEE. The Contractor shall not assert a claim of copyright or other property interest in such deliverables. Compliance with Applicable Laws Compliance with Laws: The Contractor shall comply with all laws , ordinances, codes , rules , regulations, and licensing requirements that are applicable to the conduct of its business , including those of federal , state , and local agencies having jurisdiction and/or authority. Equal Employment Opportunity: The Contractor shall comply with all federal and State laws relating to equal employment opportunity. Health Insurance Portability and Accountability Act (HIPAA): The Contractor agrees that, if Chatham County Partnership for Children determines that some or all of the activities w ithin the scope of this contract are subject to the Health Insurance Portability and Accountability Act of 1996, P.L. 104-91, as amended ("HIPAA"), or its implementing regulations , it will comply with the HIPAA requirements and will execute such agreements and practices as Chatham County Partnership for Children may require to ensure compliance. Confidentiality Attachment A Contract #3289204013 County of Harnett Confidentiality: Any information, data , instruments , documents, studies or reports given to or prepared or assembled by the Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the pr ior written approval of Chatham County Partnership for Children . The Contractor acknowledges that in receiving , storing , processing or otherwise dealing with any confidential information it will safeguard and not further disclose the information except as otherwise provided in this contract. Data Security : The Contractor shall adopt and apply data security standards and procedures that comply with all app licable federal , state , and local laws , regulations , and rules. Duty to Report: The Contractor shall report a suspected or confirmed security breach to Chatham County Partnersh ip for Children's Contract Administrator within twenty-four (24) hours after the breach is first discovered , provided that the Contractor shall report a breach involving Social Security Administration data or Internal Revenue Service data within one (1) hour after the breach is first discovered . During the performance of this contract, the contractor is to notify Chatham County Partnership for Children contract administrator of any contact by the federal Office for Civil Rights (OCR) received by the contractor. Cost Borne by Contractor: If any applicable federal, state, or local law, regulation , or rule requires Chatham County Partnership for Children or the Contractor to give affected persons written notice of a security breach arising out of the Contractor's performance under this contract, the Contractor shall bear the cost of the notice . Oversight Access to Persons and Records: The State Auditor shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions in accordance with General Statute 147-64.7. Additionally, as the State funding authority , the Department of Health and Human Services shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions . Record Retention: Records shall not be destroyed , purged or disposed of without the express written consent of Chatham County Partnership for Children . State basic records retention policy requires all grant records to be retained for a minimum of five years or until all audit exceptions have been resolved , whichever is longer. If the contract is subject to Federal policy and regulations , record retention may be longer than five years . Records must be retained for a period of three NCDHHS TC1010 (General Term s and Conditions) (Loca l Governmen t) (Rev. 11 .01 .15) 101518a HCBOC Page 161 years following submission of the final Federal Financial Status Report, if applicable, or three years following the submission of a revised final Federal Financial Status Report . Also , if any litigation, claim , negotiation, audit, disallowance action , or other action involving this Contract has been started before expiration of the five- year retention period described above, the records must be retained until completion of the action and resolution of all issues which arise from it , or until the end of the regular five-year period described above, whichever is later. The record retention period for Temporary Assistance for Needy Families (TANF) and MEDICAID and Medical Assistance grants and programs must be retained for a minimum of ten years. Miscellaneous Choice of Law: The validity of this contract and any of its terms or provisions, as well as the rights and duties of the parties to this contract, are governed by the laws of North Carolina. The Contractor, by signing this contract, agrees and submits, solely for matters concerning this Contract, to the exclusive jurisdiction of the courts of North Carolina and agrees, solely for such purpose, that the exclusive venue for any legal proceedings shall be Chatham County, North Carolina. The place of this contract and all transactions and agreements relating to it , and their situs and forum, shall be Chatham County , North Carolina , where all matters, whether sounding in contract or tort , relating to the validity , construction , interpretation , and enforcement shall be determined . Amendment: This contract may not be amended orally or by performance. Any amendment must be made in written form and executed by duly authorized representatives of Chatham County Partnership for Children and the Contractor. The Purchase and Contract Divisions of the NC Department of Administration and the NC Department of Health and Human Services shall give prior approval to any amendment to a contract awarded through Chatham County Partnership for Children . Severability: In the event that a court of competent jurisdiction holds that a provision or requirement of this contract violates any applicable law, each such provision or requirement shall continue to be enforced to the extent it is not in violation of law or is not otherwise unenforceable and all other provisions and requirements of this contract shall remain in full force and effect. Attachment A Contract #3289204013 County of Harnett Headings: The Section and Paragraph headings in these General Terms and Conditions are not material parts of the agreement and should not be used to construe the meaning thereof. Gender and Number: Masculine pronouns shall be read to include feminine pronouns and the singular of any word or phrase shall be read to include the plural and vice versa. Time of the Essence: Time is of the essence in the performance of this contract. Key Personnel: The Contractor shall not replace any of the key personnel assigned to the performance of this contract without the prior written approval of Chatham County Partnership for Children . The term "key personnel" includes any and all persons identified as such in the contract documents and any other persons subsequently identified as key personnel by the written agreement of the parties . Care of Property: The Contractor agrees that it shall be responsible for the proper custody and care of any property furnished to it for use in connection with the performance of this contract and will reimburse Chatham County Partnership for Children for loss of, or damage to , such property. At the termination of this contract, the Contractor shall contact Chatham County Partnership for Children for instructions as to the disposition of such property and shall comply with these instructions . Travel Expenses: Reimbursement to the Contractor for travel mileage, meals , lodging and other travel expenses incurred in the performance of this contra ct shall not exceed the rates published in the applicable State rules or approved local government travel policy. International travel shall not be reimbursed under this contract. Sales/Use Tax Refunds: If eligible, the Contractor and all subcontractors shall: (a) ask the North Carolina Department of Revenue for a refund of all sales and use taxes paid by them in the performance of this contract , pursuant to G .S. 105-164.14 ; and (b) exclude all refundable sales and use taxes from all reportable expenditures before the expenses are entered in their reimbursement reports. Advertising : The Contractor shall not use the award of this contract as a part of any news release or commercial advertising . NCDHH S T C101 O (G eneral T erms and Conditions) (Lo ca l Governm ent) (R ev . 11 .01 .15) 101518a HCBOC Page 162 Attachment B Contract # 328920 40 13 Coun ty o f Hamett Core Services FY2019 Scope of Work Core Services Local CCR&R Agency Commitment As the Local CCR&R Agency under contract to Chatham County Partnership for Children to provide North Carolina Division of Child Development and Early Education (NCDCDEE) -funded CCR&R Core Services in Region 13, the Contractor, County of Harnett, commits to ensuring the successful delivery of these services and attainment of project goals, outcomes and outputs within its local community and commits to work with other local CCR&R agencies across Region 13. In addition, Contractor agrees to support the success of all additional NC OCOEE-funded CCR&R services including, but not limited to, the Infant/Toddler Enhancement Project and the Promoting Healthy Social Behaviors in Child Care Settings Project. Contractor agrees to: 1. regularly attend semi-annual meetings convened by the Regional Lead CCR&R Agency and leadership development/program area specific meetings as convened; 2. meet fill county specific goals as agreed upon and specified in the Regional Lead CCR&R Agency's final R&R Council-approved contract for FY19 (regardless of the actual Contractor's specified use of CCR&R Core Service funds as approved by the Regional Lead CCR&R Agency); 3. provide information to the Regional Lead CCR&R Agency regarding the county's progress toward goal attainment; 4. provide county data on service delivery to its Regional Lead CCR&R Agency on a timely basis as required by the Regional Lead CCR&R Agency and the CCR&R Council; 5. submit Financial Status Report by the fifth (10th ) of the month, unless otherwise requested by Chatham County Partnership for Children; 6. submit a line item budget and a plan for the distribution of resources within the county(ies); 7. adhere to statewide core services and special initiatives delivery protocols and expectations, as developed; 8. coordinate with other entities providing CCR&R, child and family services in region; 9. attend semi-annual meetings of local Smart Start Partnership Executive Directors and Resource and Referral Executive Directors within its region; 10. supervise all Core Service staff as required to ensure successful program outputs and outcomes; and 11. notify the Regional Lead CCR&R Agency within one week of a change in key CCR&R staff to ensure continued communication between the local agency and the lead agency as well as the NC CCR&R Council and DCDEE. FY2019 Core Services Scope of Work Page 1 101518a HCBOC Page 163 Attachment B Contract # 3289204013 County of Hamett Core Services Contractor also agrees to work cooperatively within their county and across the region to help ensure successful statewide and regional outcomes and outputs with respect to the following statewide goals: 1. Consumer education and referral and public awareness materials are available and offered in the two most commonly used languages .* 2 . Consumer education counseling provided meets the NC CCR&R Consumer Education standards.* 3. Professional development and technical assistance are provided in the two most commonly used languages in each community. 4. Appropriate professional development for child care providers is available throughout the counties served . 5 . Technical assistance is available throughout the counties served for all levels identified in Core Services, including mandatory technical assistance . 6. Appropriate data is collected and quality assurance measures are in place . 7 . Customer satisfaction is regularly assessed and changes are made based on customer assessment. 8. Information required by the Regional Lead CCR&R Agency pertaining to Core Services in the Contractor's service delivery area is compiled and forwarded to the Regional Lead CCR&R agency on a periodic basis as specified by the Regional Lead CCR&R Agency and/or the CCR&R Council. 9 . Contractors participating in a Regional Consumer Education and Referral Hub for Consumer Education and Referral services shall enter into a Memorandum of Underst anding with the Regional Lead CCR&R Agency, outlining the responsibilities of both the contractor and the Regional Lead . 10. Ensure that 50% of CCR&R staff providing professional development, coaching, mentoring or technical assistance in Harnett County will be endorsed with e ither the Professional Development and/or Technical Assistance Endorsement. Contractor further agrees to meet expected Core Service performance requirements/ standards as well as outcomes and outputs for Professional Development and Technical Assistance (the outcomes and outputs identified below are defined as minimum and are to be met at the county level unless otherwise specified). If the Contractor is located in a CCR&R Region that has transitioned to a Regional Consumer Education and Referral Hub, the Contractor agrees to support the Lead Agency's efforts in meeting the Consumer Education & Referral outputs and outcomes as indicated below. Performance Requirements 1. Provide consumer education services to 190 unduplicated households*, including 160 unduplicated households with preschool children and 30 unduplicated households* FY2019 Core Services Scope of Work Page 2 101518a HCBOC Page 164 Attachment B Contract # 3289204013 Coun ty of Hamett Core Services with school-age children in Harnett County. *Households with all adults presently working. 2. Provide on-site technical assistance services to 24 unduplicated preschool classrooms and 5 unduplicated school-age classrooms for a total of 29 classrooms to increase the quality of child care services and to support the professional development needs of child care providers in Harnett County. 3. Provide professional development trainings including, but not limited to: Beyond Band- Aids ; Ready, Set, Go; NC Foundations for Early Learning and Development; Inclusion/Working with Children with Special Needs; Cultural Competence; Partnering with Parents : Preventing Child Abuse and Neglect; and Emergency Preparedness; and trainings on Child Care and Development Fund health and safety topics (i .e., Medication administration; appropriate precautions in transporting children; building and physical premises safety; handling and storage of hazardous materials and the appropriate disposal of bio-contaminants; prevention and control of infectious diseases, including immunizations; prevention of and response to emergencies due to food and allergic reactions; prevention of shaken baby syndrome and abusive head trauma and child maltreatment; and prevention of SIDS and use of safe sleeping practices} to at least 229 unduplicated child care providers in Harnett County. 4. Provide CEU trainings to 11 unduplicated child care providers in Harnett County. 5. Report the number of referral requests for children with special need s.* 6. Survey at least 20% of all customers (CER*, PD and TA} in each county served to determine their satisfaction with services. Non-respondents will be replaced to ensure that data represe nts 20% of customers served. For child care referral services, 20% is non-inclusive of on-line referral s. Core Service Outcomes 1. By June 30, 2019, at least 85% of households receiving child care referrals through consumer education will demonstrate understanding th e importance of obtaining high quality child care by enrolling their child(ren} in 3, 4 or 5 star rated licensed care. 2. By June 30, 2019, 80% of family child care homes who receive start-up technical assistance and elect to become licensed will achieve 3-stars or higher within 9 month s of receiving a temporary license . 3 . By June 30, 2019, 90% of child care centers who receive start-up technical assistance and elect to become licen se d will achieve 3 -s tars or higher within 9 months of rece iving a temporary license . 4. By June 30, 2019, 85% of training participants surveyed will report feeling confident in their ability to apply the knowledge and skills gained through training. Data is analyzed for participants endorsing a 4 or 5 on a Likert sca l e usi ng a 5 point Likert Scale. FY2019 Core Se rvices Scope of Work Page 3 101518a HCBOC Page 165 Attac hm ent B Contract # 3289204 013 C ounty of Harnett Core Serv ices 5. By June 30, 2019, 85% of technical assistance recipients surveyed will report feeling confident in their ability to apply the knowledge and skills gained through technical assistance . Data is analyzed for participants endorsing a 4 or 5 on a Likert scale using a 5 point Likert Scale. Performance Standards The contractor shall: 1. Submit semi-annual and annual reports outlining progress on programmatic outputs and outcomes, due 10/15/18, 12/15/18, 4/15/19 and 7 /15/19, respectively. 2. Ensure consistent and equitable delivery of all services in accordance with North Carolina Child Care Resource & Referral Council best practices guidelines and policies. 3. Comply with state, federal, and Child Care and Development Fund regulations. 4. Provide Corrective Action Training and Technical Assistance as requested by the Division. 5 . Enter all licensed child care programs into NACCRRAware. * 6. Ensure that all family consumer education staff are trained in the Division's course{s) on serving and supporting families experiencing homelessness.* 7 . Upon request, share with the NC CCR&R Council/Division, and the public where relevant, any data and/or analysis collected/conducted during the contract period that pertains to child care supply/demand and/or emerging trends in early care and education and school-age care. 8. Ensure professional development trainings include relevant, current, and research - based information, including best practices in adult learning, and that CEU trainings meet the International Association for Continuing Education and Training's {IACET) standards or are issued by a Local Education Agency or an accredited institution of higher education. 9. Utilize best practices and research -based information in the delivery of services. 10. Collaborate with local and statewide partners, including the Division, to meet the needs of the child care workforce and to plan for the technical assistance and training needs of providers . 11. Collect data on critical services/activities, including supply/demand for child care services per Child Care Development Regulation, and report said data in annual report. 12. For all program activities, track and report the following data: a. The age, gender, race/ethnicity of the participant as well as the county and Child Care Resource and Referral Region in which they work. b. The program setting wherein technical assistance was provided {Family Child Care Home or Center-based), the number of unduplicated providers receiving technical FY2019 Core Service s Scope of Work Page 4 101518a HCBOC Page 166 Attachment B Co ntract # 32892040 13 Count y of Harnett Core Serv ices assistance within those settings, and the type of technical assistance provided (e.g ., Health & Safety, Infant/toddler, etc.). c. The number of unduplicated training participants by job title (e .g., Director, Lead Teacher, Program Coordinator). d . The number of children served by training participants working in direct service programs by child age group (Birth-three, three-five, five and older). e. The number of children referred through consumer education services. * f. Other data as requested by the NC CCR&R Council/Division. 13. Ensure Child Care and Development Fund required consumer education materials are available in each Child Care Resource & Referral region and all county Division of Social Services offices, per North Carolina's statewide consumer education plan as specified by the Division and the CCDF Coordinator. Contact should be made quarterly (via mail, phone, email or in-person) with all DSS agencies in the region to ensure that sufficient quantity is available.* 14. Provide additional support and resources to the child care workforce as needed and as directed by the NC CCR&R Council/Division. 15. Collect and analyze data from learning event reviews to assess training needs, training quality, and training effectiveness, including pre/post survey results . 16. Conduct periodic data analysis to identify supply and demand issues, examine service comprehensiveness and examine service quality. NACCRRAware will be used to deliver consumer education services.* 17 . Conduct public awareness in Harnett County around the supply and demand of child care for children from birth to 12 years, the availability of services, and/or the impact of child care on the community as a whole. Reporting On a quarterly basis (10/15/18, 12/15/18, 4/15/19 and 7/15/19) the contractor will submit to its Regional Lead Agency the Process Measures Report and Outcome Measures Report on Consumer Education*, Technical Assistance and Professional Development services indicating the progress made in each county and across the region on the outputs/process measures and overall goals. If Contractor did not meet FY18 consumer education performance targets, Contractor will submit first and third quarter reports (by October 31, 2018 and April 30, 2019) for consumer education*. If Contractor failed to meet performance targets in FY18 for professional development or technical assistance, Contractor will submit data reports on these service areas after the first and third quarters as well. Additionally, Contractor will provide other data to their Regional Lead Agency as requested for the counties served. FY2019 Core Services Scope of Work Page 5 101518a HCBOC Page 167 Attachment B Contrac t # 3289204013 County of Hamett Core Services Contractor agrees to: (1) verify that NACCRRAware is being used, and used correctly, to collect and report consumer education output and outcomes data;* (2) verify that all other data is being collected according to approved standards; (3) review the accuracy of data prior to submitting it to their Lead Agency; (4) analyze data and use it to provide feedback within its counties served and to monitor progress toward goals; (5) request and secure technical assistance from its Regional Lead CCR&R Agency as needed and identified by Contractor's data analysis of its progress toward contracted goal and outcomes. *Only applies to Contractors who deliver Consumer Education services. FY2019 Core Services Scope of Work Page 6 101518a HCBOC Page 168 Contractor Budget Worksheet. SFY 18-19 Column A Category Contract Number: 3289204013 Contractor: Harnett County Pro ram Name : Core Column B Line Item Staff $ ColumnC Amount 19,819.34 1,788.00 nmmm erFTE sheet er FTE sheet Column D Narrative -·---------- 2 . E ui ment a. Communication b . Office c. IT d . Assistive T echnoto e. Other 3. Travel a. Contractor Staff b . Board Member E nse 4. Utilitie s a. Gas/Electric/Water b . Tele one c.Other 5 . Re air and Maintenance 6. Staff Develo ment 7. Media/Communications a . Advertisin ._ ___ _,b. Audiovisual 6. Rent Presentations.Mu/timedia,etc. c . Lo cs d Promotional Items e . Publications f. Public Service Announcement and · Ads TV, Radio Presentations . Re rints i.'Websites and Web Materials ·. Other a .Office S ace b . E ui ent c. Furniture d . Vehicles e .Other 9. Professional Services a . Le al b . IT c. Accountin d . Pa rot/ e. Securit C1 . Contracts and Grants sub ect to Ovemead C2. Contracts & Grants not &ub ect to o ve mead D. Indirect Cost E. Total Bud eted Ex end/lures 3,548.30 s 2,575.00 500.00 $ 500.00 7 123.30 $ 2 873.06 3 1,603.70 Page 1 of 2 101518a HCBOC Page 169 Contract FTE Worksheet Pro;ect Hie: CORE Aoencv Name: Hamett Ccuntv Proaosed Con1ract Period 7/1/2018-6130/2019 Percent of Annua1nmge llmo-Wor1u:d Worker's Unemploym Other Total Annual Annual Salary Ben<1fllsx % Total Salary Personnel Position (Title) and Employee Puc: .. ntofTI,.. Compensa ent H<!alth Fringe Fringe X % of Time of Time and fringe for TolAII Annual onlh1s Wotktdonlhi1 Name FTE (s) Salary$ Activity Ac:tlvil~ Retirement L~e FICA tion Oental Insurance Vision Insurance Benefits Benefrt.s Worked Worked FTE Proeram 5pec,a1,st !Vacant, Working 10.S Monltis, 20 Hours per week) 0.50 $16,017.34 100.00% $1,203.00 $236.00 S1,439.00 $16,017.34 $1,439.00 $17,456.34 Proeram SpecialiSI (Karrie McDonald, Working S Months. 10 Houn pet Wf':rk) 0.25 $3,802.00 100.00% S291.00 $58.00 S349.00 $3,802.00 $349.00 $4,151.00 0.00% $0.00 so.co S0.00 SO.CO 0.00% $0.00 $0.00 $0.00 $0.00 0.00% SO.OD $0.00 S0.00 SO.DO 0.00% SO.DO SO.DO SO.OD SO.DO 0.00% SO.DO $0.00 $0.00 $0.00 0.00% $0.00 $0.00 $0.00 $0.00 0.00% so.co $0.00 $0.00 $0.00 0.00% so.co so.co SO.OD $0.00 0.00% so.co SO.OD SO.OD $0.00 0.00% so.co $0.00 $0.00 SO.OD 0.00% $0.00 $0.00 $0.00 $0.00 0.00% $0.00 $0.00 $0.00 $0.00 0.00% $0.00 $0.00 so.co SO.OD 0.00% SO.DO $0.00 $0.00 SO.OD 0.00% $0.00 S0.00 $0.00 so.co 0.00% $0.00 SO.OD $0.00 SO.OD 0.00% $0.00 SO.OD so.co $0.00 0.00% SO.DO $0.00 so.co $0.00 0.00% SO.OD $0.00 so.co so.co 0.00% $0.00 $0.00 SO.DO $0.00 0.00% $0.00 $0,00 $0.00 SO.DO 0.00% $0.00 $0.00 SO.DO $0.00 0.00% $0.00 $0.00 SO.OD $0.00 0.00% $0.00 $0.00 $0.00 $0.00 0.00% $0.00 $0.00 SO.OD $0.00 0.00% $0.00 $0.00 $0.00 $0.00 0.00% SD.DO $0.00 $0.00 $0.00 0.00% $0.00 $0.00 SD.OD $0.00 TOTALS 0.75 19,819 $0,00 $0.00 $1,494.00 $294.00 SO.OD SD.OD $0.00 $0.00 $0.00 $1,788.00 $19,819.34 $1,788.00 $21,607.34 101518a HCBOC Page 170 September 5, 2018 To: State Agency Head and Chief Fiscal Officer Certification: Cooperative Extension 126 Alexander Drive , Suite 300 Lilling ton , NC 27546 Phone : 910-89 3-7 530 Fax : 9 10-893-7539 www.harnett .org We certify that the County of Harnett does not have any overdue tax debts , as defined by N .C.G .S. I 05-243 .1, at the federal , State, or local level. We further understand that any perso n who makes a false statement in violation of N.C.G.S. I43C-6-23(c) is guilty of a criminal offense punishable as provided by N.C.G.S.) 143C-I 0-1 b. Sworn Statement: Gordon Springle, Board Chair and Paula Stewart, County Manager, being duly sworn, say that .;.,~a~; Chair and County Manager, respectively, of County of Hamett of Lillington in the State ofNorth:Qac the foregoing certification is true, accurate and complete to the best of our kno w led ge and was • · by us. We also acknowledge and understand that any mi suse of State fund s will be reported to th~ a authorities for further action. Board Chair Q ... ..J.."' L9o tL ... r County Manager 10 ... J ·-1& Sworn to and subscribed before me on the day of the date of said certification. (Notary Signature and Seal) My Commission Expires: <cJo~Q If'~ ;.e If there are any questions, please co nt act the state agency that provided yo ur grant. If needed, you may contact the North Carolina Office of State Budget and Management: NCGrants@osbm .nc.gov-(9 I 9)807-4 795 1 G .S. 105-243.1 defines : Overdue tax debt. -Any part of a tax debt that remains unpaid 90 days or more after the notice of final assessment was mailed to the taxpayer. The term does not include a tax debt, however, if the taxpayer entered into an installment agreement for the tax debt under G.S. 105-237 within 90 days after the notice of final assessment was mailed and has not failed to make any payments due under the installment agreement." Hamett County Government commit themselves to pos itive action to secure equal opportunity regardless of race, color, creed, national origin, rel igio n, sex , age, or disability. In addition, the two Uni versities welcome all persons without reg ard to sexual orientation . ] 101518a HCBOC Page 171 FEDERAL CERTIFICATIONS The undersigned states that: 1. He or she is the duly authorized representative of the Contractor named below ; 2. He or she is authorized to make , and does hereby make , the following certifications on behalf of the Contractor, as set out herein : a. The Certification Regarding Nondiscrimination; b. The Certification Regarding Drug-Free Workplace Requirements ; c. The Certification Regarding Environmental Tobacco Smoke ; d. The Certification Regarding Debarment, Suspension , Inelig ibility and Voluntary Exclusion Lower Tier Co vered Transactions ; and e. The Certification Regarding Lobbying ; 3. He or she has completed the Certification Regarding Drug-Free Workplace Requirements by providing the addresses at which the contract work will be performed; 4 . [Check the applicable statement] [ ] He or she has completed the attached Disclosure Of Lobbying Activities because the Contractor has made, or has an agreement to make , a payment to a lobbying entity 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 a covered Federal action; OR J He or she has not completed the attached Disclosure Of Lobbying Activities because the Contractor has not made , and has no agreement to make , any payment to any lobbying entity for influencing or attempting to influence any officer or employee of any agency, any Member of Congress , any officer or employee of Congress , or any employee of a Member of Congress in connect ion with a covered Federal action . 5. The Contractor shall requi re its subcontractors , if any, to make the same certifications and disclosure. Date [This Certification Must be Signed by the Same Individual Who Signed the Proposal Execution Page] I. Certification Regarding Nondiscrimination The Contractor certifies that it will comply with all Federal statutes relating to nondiscrimination . These include but are not limited to: (a) Tit le VI of the Civil Rights Act of 1964 (P .L. 88-352) which prohibits discrimination on the basis of race , color or national origin ; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C . §§1681 -1683, and 1685-1686), which prohibits discrimination on the basis of sex ; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C . §794), which prohibits discrimination on the basis of handicaps ; (d) the Age Discrimination Act of 1975 , as amended (42 U.S.C. §§6101 -6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P .L. 92-255), as amended, re lating to nondiscrimination on the basis of drug abuse ; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention , Treatment and Rehabilitation Act of 1970 (P.L. 91-616 ), as amended , relating to nondiscrimination on the basis of alcohol abuse or alcoholism ; (g ) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq .), as amended , relating to nondiscrim ination in the sale , rental or financing of housing ; (h) the Food Stamp Act and USDA policy , which prohibit d isc rimination on the basis of religion and political beliefs ; and (i) the requirements of any other nondiscrimination statutes which may apply to this Agreement. 101518a HCBOC Page 172 II. Certification Regarding Drug-Free Workplace Requirements 1. The Contractor certifies that it will provide a drug-free workplace by: a. Publishing a statement notifying employees that the unlawful manufacture , distribution , dispensing, possession or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that w ill be taken against employees for violation of such prohibition ; b. Establishing a drug-free awareness program to inform employees about: i. The dangers of drug abuse in the workplace ; ii. The Contractor's policy of maintain ing a drug-free workplace; iii. Any available drug counseling , rehabilitation, and employee assistance programs; and iv . The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace ; c . Making it a requirement that each employee be engaged in the performance of the agreement be given a copy of the statement required by paragraph (a); d. Notifying the employee in the statement required by paragraph (a) that , as a condition of employment under the agreement, the employee will: i. Abide by the terms of the statement; and ii. Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after such conviction; e. Notifying the Department within ten days after receiving notice under subparagraph (d)(ii) from an employee or otherwise receiving actual notice of such convict ion; f. Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(ii), with respect to any employee who is so convicted: i. Taking appropriate personnel action against such an employee, up to and including termination; or ii. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal , State , or local health , law enforcement, or other appropriate agency ; and g. Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f). 2 . The sites for the performance of work done in connection with the specific agreement are listed below (list all sites ; add additional pages if necessary): Address City,State ,ZipCode l-dli'}8<ft>n) NC ot1'54--lp Street City, State , Zip Code 101518a HCBOC Page 173 3. Contractor will inform the Department of any additional sites for performance of work under this agreement. 4. False certification or violation of the certification may be grounds for suspension of payment, suspension or termination of grants , or government-wide Federal suspension or debarment. 45 C .F .R. 82 .510 . Ill. Certification Regarding Environmental Tobacco Smoke Public Law 103-227, Part C-Environmental Tobacco Smoke, also known as the Pro-Chi ldren Act of 1994 (Act), requires that smoking not be permitted in any portion of any indoor facility owned or leased or contracted for by an entity and used routinely or regularly for the provision of health, day care, education, or library services to children under the age of 18 , if the services are funded by Federal programs either directly or through State or local governments, by Federal grant, contract, loan, or loan guarantee. The law does not apply to children's services provided in private residences, facilities funded solely by Medicare or Medicaid funds, and portions of facilities used for inpatient drug or alcohol treatment. Failure to comply with the provisions of the law may result in the imposition of a civil monetary penalty of up to $1 ,000.00 per day and/or the imposition of an administrative compliance order on the responsible entity . The Contractor certifies that it will comply with the requirements of the Act. The Contractor further agrees that it will require the language of this certification be included in any subawards that contain provisions for children's services and that all subgrantees shall certify accordingly. IV. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions Instructions [The phrase "prospective lower tier participant" means the Contractor.] I . By signing and submitting this document, the prospective lower tier participant is providing the certificat ion set out below. 2. The certification in this clause is a material representation of the fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification , in addition to other remedies available to the Federal Government, the department or agency with which this transaction originate may pursue availab le remedies, including suspension and/or debarment. 3. The prospective lower tier participant will provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances . 4. The terms "covered transaction," "debarred ," "suspended," "ineligible," "lower tier cove red transaction ," "participant," "person ," "primary covered transaction ," "principal ," "proposa l," and "vol un tarily excluded ," as used in this clause , have the meanings set out in the Definitions and Coverage sections of rules impl ementing Executive Order 12549, 45 CFR Part 76. You may contact the person to whom this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter any lower tier covered transaction with a person who is debarred , suspended, determined ineligible or voluntarily excluded from participation in this covered transaction unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this document that it will include the clause titled "Certification Regarding Debarment, Suspension , Ineligibility and Voluntary Exclusion--Lower Tier Covered Transaction ," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible , or voluntarily excluded from covered transaction , unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the e ligib ility o f it s prin cipals . Each participant may, but is not required to , check th e Non procurement List. 101518a HCBOC Page 174 8. Nothing contained in the foregoing shall be construed to requ ire establishment of a system of records in order to render in good faith the certification required by th is clause . The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized in paragraph 5 of these instructions , if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended , debarred , ineligible, or voluntarily excluded from participation in this transaction , in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies , including suspension, and/or debarment. Certification 1. The prospective lower tier participant certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended , proposed for debarment, declared ineligible , or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. V. Certification Regarding Lobbying The Contractor certifies, to the best of his or her knowledge and belief, that: I. 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 any 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, 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 Federally funded contract, grant, loan , or cooperative agreement, the undersigned shall complete and submit Standard Form SF-LLL , "Disclosure of Lobbying Activities ," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award document for subawards at all tiers (including subcontracts , subgrants, and contracts under grants , loans, and cooperative agreements) who receive federal funds of $100 ,000.00 or more 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 , 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 .00 and not more than $100 ,000.00 for each such failure. VI. Disclosure Of Lobbying Activities Instructions This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient , at the initiation or receipt of a covered Federal action , or a material change to a previous filing , pursuant to title 31 U.S .C. section 1352 . The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action. Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 101518a HCBOC Page 175 I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action . 2. Identify the status of the covered Federal action . 3. Identify the appropriate classification of this report. If th is is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city , state and zip code of the reporting entity . Include Congressional District, if known . Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or sub- award recipient. Identify the tier of the subawardee, e .g., the first subawardee of the prime is the 1st tier . Subawards include but are not limited to subcontracts, subgrants and contract awards under grants . 5. If the organization filing the report in Item 4 checks "Subawardee", then enter the full name , address , city , state and zip code of the prime Federal recipient. Include Congressional District , if known . 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name , if known . For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (Item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans , and Joan commitments. 8. Enter the most appropriate Federal Identifying number avai lable for the Federal action identified in Item 1 (e.g ., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant , or loan award number, the application/proposal control number assigned by the Federal agency). Include p refixes , e.g., "RFP-DE-90-001 ." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in Item 4 or 5. l 0. (a) Enter the full name, address , city, state and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services , and include full address if different from 1 O(a). Enter Last Name, First Name and Middle Initial (Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply . If this is a material change report , enter the cumulative amount of payment made or planned to be made . 12. Check the appropriate boxes. Check all boxes that apply . If payment is made through an in-kind contribution, specify the nature and value of the in -kind payment. 13 . Check the appropriate boxes. Check all boxes that apply. If other , specify nature. 14 . Provide a specific and detailed description of the services that the lobbyist has performed, or will be expected to perform , and the date(s) of any services rendered . Include all preparatory and related activity, not just time spent in actual contact with Federal officia ls. Identify the Federal official(s) or employee(s) contacted or the officer(s), employee(s), or Member(s) of Congress that were contacted . 15 . Check whether or not a SF-LLL-A Continuation Sheet(s) is attached . 16. The certifying official shall sign and date the form, print his/her name, title, and telephone number. 101518a HCBOC Page 176 Public reporting burden for this collection of informatio n is estimated to average 30 minutes per response , including time for reviewing instructions , searching existing data sources, gathering and maintaining the data needed , and complet ing and revie wing the collection of information . Send comments regarding the burden estimate or any other aspect of th is collection of information , including suggestions for reducing this burden , to the Office of Management and Budqet, Paperwork Reduction Project (0348-0046), Washinqton , D. C. 20503 101518a HCBOC Page 177 1 . D D D D D D 4 . D D Disclosure Of Lobbying Activities (Approved by 0MB 0344-0046) Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract D a. Bid/offer/application D a. initial filing b. grant D b. Initial Award D b. material change C. cooperat ive agreement D C . Post-Award d . loan For Material Change Only: e. loan guarantee f . loan insurance Year Quarter Date Of Last Report: Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier (if known) Congressional District (if known) Congressional District (if known) 6 . Federal DepartmenUAgency: 7. Federal Program Name/Description: CFDA Number (if applicable) 8 . Federal Action Number (if known) 9 . Award Amount (if known) $ 10 . a . Name and Address of lobbying Entity b. Individuals Performing Services (including address if (if individual, last name, first name, Ml): different from No. 10a.) (last name, first name, Ml): (attach Continuation Sheet(s) SF-LLL-A. if necessary) (attach Continuation Sheet(s) SF-LLL-A, if necessary) 11. Amount of Payment (check all that apply): 13. Type of Payment (check all that apply): $ actual planned D a . retainer D b. one-time fee 12. Form of Payment (check all that apply): D C. commission D d . contingent fee D a. cash D e . deferred D b. In-kind; specify: Nature D f. other; specify : Value 14. Brief Description of Services Performed or to be Performed and Date(s) of Services, including officer(s), employee(s), or Member(s) contacted, for Payment Indicated in Item 11 (a ttach Continuation Sheet(s) SF-LLL -A. if necessary): 15. Conti nuation Sheet(s) SF-lll-A attached: D Yes D No 16. Information requested through this form is authorized by Signature: title 31 U . S. C. section 1352 . This disclosure of lobbying activities is a material representation of fact upon which Print Name : reliance was placed by the tier above when this transacti on was made or entered into. This disclosure is requ ired Title : pursuant to 31 U. S. C. 1352. This information will be reported to the Congress semi-annually and will be Telephone No: Date: available for public inspection . Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10 ,000 and not more than $100,000 for each such failure. Federal Use Only Authorized for local Reproduction Standard Form -LLL 101518a HCBOC Page 178 IRS Tax Exemption Verification Form (Annual) We, the undersigned entity, hereby testify that the 501 (c) (3) status is on file with the North Carolina Department of Health and Human Services and is still in effect. Name of Agency Ctuo:bf o+ ±fttvoe-44- Chairman, Executive Director, or other Authorized Official Sworn to and subscribed before me, this ___ day of _____ , __ . Notary Public My Commission expires : _______ _ NCDHHS NP1021 IR S Ve r ification (Rev. 4/11) 101518a HCBOC Page 179 Conflict of Interest Verification (Annual) We, the undersigned entity, hereby testify that our Organization 's Conflict of Interest Acknowledgement and Policy adopted by the Board of Directors/Trustees or other governing body , is on file with the North Carol ina Department of Health and Human Services (DHHS ). If any changes are made to the Conflict of Interest Policy, we will submit a new Conflict of Interest Acknowledgment and Policy to the Department (DHHS ). NCDHHS COIV101 5 Co nfl ict of Interest Ver ification (9 .19 .13 ) 101518a HCBOC Page 180 State Certifications Contractor Certifications Required by North Carolina Law Instructions: The person who signs this document s hould read the text of the statutes and Executive Order listed below and consult with counsel and other knowledgeable persons before signing. The text of each No11h Carolina General Statutes and of the Executive Order can be found on line at: • Article 2 of Chapter 64 : http ://www.ncga.state.nc.us/EnactcdLegislation/Statutes/PDf /BvA1ticlc/Chapter 64/Article 2.pdf • G . S. 133-32: http://www.ncga.statc.nc.us/gascripts/statutcs/statutelookup.pl ?statute= 133 -32 • Executive Order No. 24 (Perdue, Gov., Oct. I , 2009): http://www.ethicscommission.nc.go v/library/pdfs/Laws/J-:024.pdf • G .S . I 05-164.S(b ): http ://www.ncga.state.nc .u s/EnactedLegisla ti on /Statutes/PDF/BySection/Chaptcr I 05/GS I 05 -164.8.pdf • G.S. 143-48.5: http ://www.ncga.state.nc.us/EnactedLegislation /Statutes/HTML/BySection/Chapter 14 3/GS 143-48.5.html • G .S. 143-59.1: http ://www.ncga.state.nc.u s/EnactedLcgislati on /Statutes/PDF/BySection/Chaptcr 143 /GS 143-59. I .pdf • G .S. 14 3 -59.2: http ://www.ncga.state.nc. us/EnactedLegi s lation /Statut es/l'DF/BySection/Chapter 14 3/GS 14 3-59.2.pdf • G .S. 143-133 .3: http ://www.ncga.state.nc.us/Enacted Legi slation/Statutes/l lTML/BySection/C hapter 143/GS 143 -133 .3 .html • G .S. 143B-l 39.6C: http://www.ncga.state.nc.us/E nacted Legislati on/Statutes/PDF/BySection/Chapter 14313/GS I 43B-I 39.6C.pdf (I ) Certifications Pursuant to G.S. 133-32 and Executive Order No. 24 (Perdue, Gov., Oct. 1, 2009), the undersigned hereby certifies that the Contractor named below is in comp liance with , and has not vio lated, the provisions of country" as set forth in G.S. 143-59.l(c)(2) after December 31, 2001 but the United States is not the principal market for the public trading of the stock of the corporation incorporated in the tax haven country. either said statute or Executive Order. (2) Pursuant to G.S. 143-48.5 and G.S. 143-133.3, the undersigned hereby certifies that the Contractor named below, and the Contractor's subcontractors, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal £-Verify system." E- Verify System Link: www.uscis.gov (3) Pursuant to G.S. 143-59.l(b), the unders igned hereby certifies that the Contractor named below is not an "ineligible Contractor" as set forth in G.S. 143-59.1 (a) because: (a) Neither the Contractor nor any of its affiliates has refused to co ll ect the use tax levied under Article 5 (4) Pursuant to G.S. 143-59.2(b), the undersigned hereby certifies that none of the Contractor's officers, directors, or owners (if the Contractor is an unincorporated business entity) has been convicted of any violation of Chapter 78A of the General Statutes or the Securities Act of 1933 or the Securities Exchange Act of 1934 within 10 years immediately prior to the date of the bid so li citation. (5) Pursuant to G.S. 143B-139.6C , the undersigned hereby c e rtifies that the Contractor will not use a former employee, as defined by G.S. l43B- l39.6C(d)(2), of the North Carolina Department of Health and Human Services in t h e administration of a contract with the Department in violation of G .S. l 43B-l 39.6C and that a violation of that statute shall of Chapter I 05 of the General Statutes on its sales void the Agreement. delivered to North Carolina when the sales met (6 ) The undersigned hereby certifies further that: one or more of the conditions of G.S. 105 - 164.S(b); and (a) He or s he is a dul y authorized representative of t he (b) [check one of the fo ll owing boxes] Contractor named below; (b) He or she is authorized to make, and does hereby make, the foregoing certifications on behalf of the Contractor; and D Neither the Contractor nor any of its affiliates has incorporated or reincorporated in a "tax h aven country" as set forth in G .S. l 43- 59. l ( c)(2) after December 31, 2001 ; or D The Contractor or one of its affiliates has incorporated or reincorporated in a "tax haven Contractor 's Name: Contractor's Authorized Agent: Signature PG, . J 0.-f:.He.. J G.Y ( c) He or she understands that any person who knowingly submits a fa lse certification in response to the requirements of G.S. 143-59. land -59.2 s hall be gui lty of a C lass I fe lony. Date /Or 3 -t 8 __.._=-=-;"F-__.:_.c..:...1<-L-=>.~...,,._,.___-A-~-Title C..00,d:3 Mc. ,,.0.), r Signature j....:4...D,~l..Wt.4+--l-'-~~""'---"'-V--P~"-=-4.£-----Date lO -~ .. J.S. ~~~'H-L-'-=---\A..<-1-1~-'--Title ~ I e~ k :he {A e Boa ;J Witness: nt signs this certification and should si gn and date thi s doc ument immediate ly th ereafter. Co ntracto r Ce rtifi cati ons Requi red by North Ca rolina Law (Rev. 8/2 016) Page I of I 101518a HCBOC Page 181 Data Sharing Agreement Attachment J -Data Sharing Contract #3289204013 COUNTY OF HARNETI This Agreement expresses the mutual intent of County of Harnett as the Local CCR&R Agency (hereinafter known as the Con tractor) and Chatham County Partnership for Children to share data for all the counties in Region 13 upon request according to the following terms and purposes. Data Use and Restrictions CCR&R data provided from the Contractor to Chatham County Partnership for Children will only be used for: (1) providing monitoring for quality control of data ; (2) reporting aggregated data regarding the status of child care supply, demand, gaps, needs and resources; (3) reporting to the NC Division of Child Development on deliverables; (4) assessing the effectiveness of the CCR&R delivery system; (5) sharing with any CCR&R Council Management Agency to do any of the above things on a statewide level. CCR&R data provided from the Contractor to Chatham County Partners hip for Children will NOT be used to: ( l) report individualized data about any person or organization receiving or providing services; (2) solicit from or mail to any person or organization identified in the data; (3) give away any information provided in the data for purposes other than those outlined above; ( 4) sell any information provided in the data; and (5) populate a database for any commercial and/or income generating purpose and/or to be used to provide direct services. Confidentiality All parties agree to comply strictly with any and all applicable laws and regulati ons concerning the confidentiality of s hared data. Ownership of the Data Not w ith standing this Agreement, any and all data and intellectual prope1ty authored or invented by the Contractor or its Employees s hall be owned by the Contractor. Any and all data and intellectual property authored and invented by an R&R Subcontractor agency and shared with the Contractor shall be owned by the originating R&R s ubcontractor agency. Security & Storage Data will be delivered using a secure method. Any computer, file server, or other electronic processing devi se to which the information is transferred must be phys ically secure from unauthorized usage and must be e lectronically secure from unauthorized access or intrusion. Data will be stored in electronic form by Chatham County Partnership for Children in a password-protected location . The files will be kept in a lo cation that is not available to the public or other professional s outside of Chatham County Partners hip for Children. fL.i~ I< Sl--c... )c.,K e Qy_.,j,\/ Ma. '1 '\)e o'l Signature Title I LGunb{ of t+@t:r~ /o-~-ti Agency/Organization Date ' (Certification signature should be same as Contract signature.) 101518a HCBOC Page 182 ~~:--, Harnett COUNTY Cooperative Extension 126 Alexander Drive. Suite 300 Lillington . NC 27546 Phone. 910-893-7530 Fax: 910-893-7 539 www.harnett.org Letter from Board President/Chairperson Identifying Individuals as Authorized to Sign Contracts I, ~O I' j ~ J ~ hi , Board President/Chairperson of H"~~L+ to =:y = ~ J ~o WIIM ; SS ; 0 V} e i"( [Agon ,y/0,g'";,.,; •• ·, legal nam,J hereb y identify the following indiv idual(s) who is (are) authorized to sign Contracts for the organization named above: Printed Name T itle 2. Bd ( sfvn~ :C"ni-etiM Cou~ Ex+.ensiOt\ D,Yed-cY- Coury ti l'O.r{,t Qff; 'c e..-3 K , moo gj ttt! oey (l,v.,--tt- 4 . --------------- Signature * hidicate if y ou are th e Board President or Chairpers on 101518a HCBOC Page 183 Harnett _.._._.,.....COUNTY ......_ __ i...,;;~ NORTH CAROLINA Letter from Board President/Chairperson Identifying Individuals as Authorized to Sign Financial Status Reports Cooperative Extension 126 Alexander Drive, Suite 300 Lillington, NC 27546 Phone: 910-893-7530 Fax: 910-893-7539 www.harnettorg I, & or-J O '3 5 P" L ~ / e , Board President/Chairperson of HH_,..a.lf-lA ............ e _.__'t........_'t____,,,C.....,.o'-"u.e>o<...:.....!V''i'--'-"'#-y---+-/J->-'(l....,.~~if'-'l,J~ol+-W:;---,C.,..,,.o ....... tt1~v1.1'1-f./-tos-sL..L..~ ~~ization, s legal name] here b y identify the following individual(s) who is (are) authorized to sign Financial Status Reports for the organization/agency named above: Printed Name Title Signature 1. .Pa u.ltl slewa<-1-lfttrtl:'.) M.a.nOj ev R.......t.. ~~u-1-" 2. /Di. II &ne.. ~!il Co. !;'ft, J)11edw-~ 1 J<imhcl ~ ~ c.uir Coun~ Fl 'rwxt offi'l_«__y~-=----=-""-=l-,-L----"- 4. Signature * Title 101518a HCBOC Page 184 Agency Name: Project Name: Project Name: Project Name: FSR Electronic Submission Form Ll>tAn{i of ftttmi{l--Coope< ~v~ f;~.en~icn Chil~ (Afe ~.t,St)~ce_s, Ure Contract #: 32 <8920'-fOl.3 &n1fce.7 Contract #: ------- Contract #: ------- We, the undersigned, agree to the conditions stated below to be able to submit the Financial Status Report (FSR) electronically. 1. This letter will be signed by the Contract Administrator, which states that the email form of FSR submission is acceptable . The signature will be held on file. 2. The email will be sent from the Contract Administrator. This shows that the FSR has been approved by the Contract Administrator and that the Grantee takes ownership of the electronic FSR. 3. The Grantee agrees to accept responsibili ty to get the email to the Gran tor Agency by the due date (the 101h of each month). If email is not working, then a signed hard copy will need it to be delivered by the due date. 4. Any corrections to the FSR will need to be made by the Grantee and res ubmitted using the same methodology. If applicable: I, the Contract Administrator, hereby grant 6 hdfD1\ {/l/) l(/ OJy\~ ftd.rn,ni s+m.:H Vf__ ft--s&f, permission to email the FSRs to the Grantor. (T itl e) Contract Admmistrator 101518a HCBOC Page 185 CERTIFICATION OF ELIGIBILITY Under the Iran Divestment Act Pursuant to G.S. 147-86.59, any person identified as engaging in investment activities in Iran, determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S. 147-86.58, is ineligible to contract with the State of North Carolina or any political subdivision of the State. The Iran Divestment Act of 2015, G.S . 147-86.55 et seq.* requires that each vendor, prior to contracting with the State certify, and the undersigned on behalf of the Vendor does hereby certify, to the following: 1. that the vendor is not identified on the Final Divestment List of entities that the State Treasurer has determined engages in investment activities in Iran; 2 . that the vendor shall not utilize on any contract with the State agency any subcontractor that is identified on the Final Divestment List; and 3 . that the undersigned is authorized by the Vendor to make th is Certification . Vendor: By: Plv..rlc.AL>iC<J a Y Signature /,o, }--1,I Dat e Printed The State Tr eas u rer 's Fi n al Dives tm ent Li st can b e fo und o n the Sta t e Tr ea surer's we b site at the address: b..\:!.Qs ://www.nctreasurer.c om/inside-t h e-department/OpenGovernment/Pages/l ran -Div estm ent-Act-Resources.aspx and wi ll b e updated ever y 180 da ys. Fo r qu es tio ns abo ut the Depa r tm en t of State Tr easurer's Iran Divestm e nt Pol icy, p lease contact M ery l Murtagh at M eryl.Mur t agh @nctreasure r .com o r (9 19) 8 14-385 2. * Note: En acted by Se ssion Law 20 15-118 as G.S. 143(-55 et seq., but h as been ren u mbere d for codification at the di rection of th e Revise r of Statutes. 101518a HCBOC Page 186 Federal Funding Accountability and Transparency Act (FFATA) Data Reporting Requirement NC DHHS, Division of Child Development and Early Education Sub -awardee Information A. Exemptions from Reporting 1. Entities are exempted from the entire FFATA reporting requirement if any of the following are true : • The entity has a gross income, from all sources, of less than $300,000 in the previous tax year • The entity is an individual • If the required reporting would disclose classified information 2. Entities who are not exempted entirely from FFATA reporting may be exempted from the requirement to provide executive compensation data. This executive compensation data is required ONLY if both below are true: • More than 80% of the entity's gross revenues are from the federal government and those revenues are more than $25 million in the preceding fiscal year • Compensation information is not already available through reporting to the U.S. Securities and Exchange Commission By signing below, I state that the entity listed below is exempt from: The entire FFATA reporting requirement: _ as the entity's gross income is less than $300,000 in the previous tax year. _ as the entity is an individual. _ as the reporting would disclose classified information. ONLY the executive compen sa tion data reporting: Vas at least one of the bulleted items in item number 2 above is not true . Signature: ~t---LS-k'-' 'y. e-¥ Na me: ....:.~ ........... L;......,\ 6~l=l'-'-'.&~~\ ...... U:><=..+k----Title : W 4rc., rt:: C.o~"':\:) Entity : --""'l9:!<......:W''-=---'-L~---=-+--__..o:f'-+-· -M~V .:........:..(\{;-=-*',..___ _______ _ jV\ "''' 'J-J Date : /,0 ,3::;~ B. Reporting 1. FFATA Data required by all entities which receive federal funding {e xc ept those exempted above) per the reporting requirements of the Federal Funding Accountability and Transparency Act {FFATA). Entity's (; . ,) "'J"> J) Jfa-1. Legal Name: c_;~y 01_ ({4/rf'lr _ Active SAM reg is tration record i s attach ed t2j /f5£[; q <j / An active registration with SAM i s required Entity's DUNS Number (go to www.sam.gov for m ore info about SAM) Page 1 of 2 Contract Number 3)¥1 }()~0/3 Entity's Parent DUNS Nbr (if applicable) Feder al Fundi ng Accountability And Transpare ncy Act (FFATA) Data Repo rting Requirements -Sub-awardee Information 101518a HCBOC Page 187 Entity's Location Street address : f ;J-f /1h.ac4C ,(}.,. \w;f" ,02) Street address: ________ _ ~~~~~~Zip +4 '-1~1f >,*'I/ ~~~~~~Zip+4 2. Executive Compensation Data for the entity's five most highly compensated officers (unless exempted above): Title Name Total Compensation 1 . 2. 3. 4. 5 . C. Performance Location Under Award if different from entity's location identified in Item B above: D. Address: Address: City /St/Zip: City/St/Zip: Congressional Congressional District/County: District/County: Address: Address : City /St/Zip : City/St/Zip : Cong re ssiona l Congressional District/County: Di strict/County: Addre ss : Address: City/St/Zip: City/St/Zip: Congressional Congressional District/County: District/County: Certification: Please provide the name and title of the appropriate individual who is authorized to attest to the accuracy of the information provided above : Print Name: __ 1?..L.......C..i-=---\ \'--->_io~M.....-=--------Title : I A-f.or't/Y\ C( 0 Signature: ~~ Date: Cf/ 'I//~ t , Question and Submission -Please Contact: Sonya V . Beatty Page 2 of 2 NC DCDEE Budget Officer 820 S. Boylan, Raleigh, North Carolina 27603 eMail : sonya.beatty@dhhs.nc.gov Fede ral Funding Accountability And T r anspa rency Act (FFATA) Data Reporti ng Requirements -Sub-awardee Information 101518a HCBOC Page 188 DIVISION OF CHILD DEVELOPMENT AND EARLY EDUCATION GENERAL CONTRACTOR'S UPDATE CONTRACT PERIOD(S): JULY 1, 2018-JUNE 30, 2019 Please complete this form in its entirety so that contact information inc luded in your contract and payment addresses are correct. All contracts are contingent upon the availability of funds . 1. Agency's Legal Name County of Harnett 2. Federal Tax ID Number 56-6000-306 3. DUNS Number 091565986 4. Agency Type X Public Private NIP Private F/P 5. What is your Agency's currently approved 10% -- indirect cost rate and when does it expire? Approved Rate (%) Expiration Date 6 . Agency Executive Director/President Bill Stone 7. Agency Board Chairperson Pauline Calloway 8. Address -Street 126 Alexander Drive, Suite 300 9. Address -Post Office Box 10. Address -Town, 9-digit Zip (must include 9 Lillington, NC 27546 digits) 11. Area Code and Phone Number 910-893-7530 12. Fax Number (include area code) 910-893-7 539 13. Person authorized to complete monthly Fiscal Bill Stone, bill stone@ncsu .edu . Report Form (FSR). Must include the person's telephone number and eMail address. 910-893-7530 14. Person Authorized to Bind Contract and Title Bill Stone , Interim County Extension Director 15. Name and working title of the person completing Bill Stone, bill stone@ncsu.edu this form. Must include telephone number and eMail address. 910-893-7530 I hereby certify that the information provided above is correct. Agency EljjeP.{JJ-Title OCOE E Updated January 2016 101518a HCBOC Page 189 Memorandum of Understanding (MOU) By and between C hatham Co unty Partnership for Children & County of Hamett The purpose of this Memorandum of Understanding is to define the responsibilities of each agency regarding the delivery of Consumer Education and Referral Services in North Carolina Child Care Resource & Referral Region 13 during FY2018-19. I. The Lead CCR&R Agency (Chatham Co unty Partnership for Children) agrees to: A. Provide Consumer Education and Referral (CER) services for clients in Region 13 , including chi ld care referrals, consumer education, and printed educational materials. B. Supervise and ensure the qua li ty of regional CER services. C. Employ two part-time referral coordinators and provide back-up staff as needed to ensure callers are served within one business day. D. Provide CER clients with information on the local partner agencies in the client's county. E. Complete c lient follow-up surveys as required by the NC CCR&R Council. F. Maintain the NACCRRAware database, to include entering, updating, checking the accuracy of, and deleting client, provider and community data . G. Send client data and referral numbers to the local agency monthly, according to the Region 13 Consumer Education and Referral Policies. H. Complete and submit CER reports to the NC CCR&R Counc il as requested. I. Distribute Child Care Search marketing materials throughout the region to community agencies and businesses. VI. The Local CCR&R Agency (County of Harnett) agrees to: A. Refrain from providing child care referral s or recommendations to families seeking child care options, but instead refer them to Child Care Search; B. Ensure that all agency staff are well-informed about Child Care Search services and h ow to refer families seeking child care; C. Report to CER staff any provider updates that the local agency is aware of, such as facility closure, direc tor change, location change, etc. D. Promote Child Care Search at community meetings and events E. Notify CER staff about local events where they can participate in outreach to families; F. Provide the Chi ld Care Search phone number and web link in a prominent place on the agency's website; G. Conduct public awareness activities about child care and analysis of child care supply and demand issues in the local community. Chatham County Partnership for Children Genevieve Megginson Executive Director Date County of Harnett Name: Pc .... 1 c.. I<.... &vJU+- Title: Cov. "'7-:> _h<.r, ~,u- / O ,. };yJ 3 Date 101518a HCBOC Page 190 501(C)(3) Status Annual Verification We, the undersigned entity, hereby testify that the undersigned entity's 501 (c) status is on file with the North Carolina Department of Health and Human Services, Division of Child Development is still in effect. Name of Agency Chairman, Executive Director, or other Authorized Official DHHS (IRS Verification) Rev . 02/13 Page 1 of 1 DCD.0150 101518a HCBOC Page 191 Agenda Item 4-K --.;;....;;:.=...--.: Board Meeting Agenda Item MEETING DA TE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: (HHW) Anderson Creek Household Hazardous Waste Collection REQUESTED BY: Amanda Bader, Director Engineering/Solid Waste REQUEST: Request the approval of the attached Household Hazardous Waste Collection (HHW) contract for a grant of $46,129 from the State of North Carolina with a match of $14,720 for establishing a permanent Household Hazard Waste Collection Site (HHW) at the Anderson Creek Landfill. The grant proposal was approved at the July 1, 2018 meeting. This is the associated contract. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: U :\My Docum en ts\age ndaform201 8.docx Page I of I 101518a HCBOC Page 192 STATE OF NORTH CAROLINA COUNTY OF WAKE GRANT CONTRACT NO. 7562 GRANTEE'S FEDERAL IDENTIFICATION NUMBER : **·***0306 North Carolina Department of Environmental Quality Financial Assistance Agreement This financial assistance agreement is hereby made and entered into this 151 day of July, 2018 , by and between the NORTH CAROLINA DEPARTMENT OF ENVIRONMENTAL QUALITY (the "Department") and COUNTY OF HARNETT (the "Grantee"1). 1. Audit and Other Reporting Requirements of the Local Government Commission. If subject to the audit and other reporting requirements of the Local Government Commission pursuant to Article 3 of Chapter 159 of the North Carolina General Statutes (Local Government Budget and Fiscal Control Act), the Grantee understands and agrees that the terms , conditions , restrictions and requirements hereinafter set forth shall only apply to the extent not inconsistent with , or superseded by, the audit and other reporting requirements of the Local Government Commission . 2. Contract Documents. The agreement between the parties consists of this document (the "Contract Cover") and its attachments, which are identified by name as follows : a. State's General Terms and Conditions (Attachment A) b. Department's Request for Proposals ("RFP ") (Attachment B) c. Grantee's Response to RFP , including scope of work, line item budget , budget narrative and , if applicable , indirect cost documentation (hereinafter referred to generally as the "Award Proposal") (Attachment C) d. Notice of Certain Reporting and Audit Requirements (Attachment D) Together, these documents (the "Contract Documents ") constitute the entire agreement between the parties (the "Agreement "), superseding all prior oral or written statements or agreements . Modifications to this Contract Cover or to any other Contract Document may only be made through written amendments processed by the Department's Financial Services Div ision. Any such written amendment must be duly executed by an authorized rep resentative of each party . 3. Precedence Among Contract Documents . In the event of a conflict or inconsistency between or among the Contract Documents , the document with the highest relative precedence shall prevail. This Contract Cover shall have the highest precedence . The order of precedence thereafter shall be determined by the order of documents listed in § 1 above , with the fi rst-listed document having the second-highest precedence and the last-listed document having the lowest precedence . If there are multiple contract amendments , the most recent amendment has the highest precedence and the oldest amendment has the lowest precedence. 4. Contract Period. This Agreement shall be effective from July 1, 2018 to June 30, 2019 , inclusive of those dates. 5. Grantee's Duties. As a condition of the grant award , the Grantee agrees to : a. Undertake and deliver the grant award project , plan or services as described in the Award Proposal (Attachment C), adhering to all budgetary provisions set out therein throughout the course of performance , as well as meeting the Other General Terms and Conditions of the Department's RFP (Attachment B). b. Ensure that all award funds are expended in a manner consistent with the purposes for which they were awarded, as described more fully in the attached Cont ract Documents . 1 The contract documents attached hereto may at times use alternati ve terms to describe the Grantee. Such terms might include , but are not necessarily limited to, the following (in comm on or proper form ): "recipient ," "applicant," or "participant." Page 1 of 5 101518a HCBOC Page 193 GRANT CONTRACT NO. 7562 c. Comply with the requirements of 09 NCAC 03M .0101, et seq. (Uniform Administration of State Awards of Financial Assistance), including , but not limited to , those provisions relating to audit oversight, access to records, and availability of audit work papers in the possession of any auditor of any recipient of State funding. d. Comply with the applicable provisions of Attachment D, Notice of Certain Reporting and Audit Requirements . e. Maintain all records related to this Agreement (i) for a period of six (6) years following the date on which this Agreement expires or terminates, or (ii) until all audit exceptions have been reso lved, whichever is longer. f. Comply with all laws, ordinances, codes, rules, regulations , and licensing requirements applicable to its performance hereunder and/or the conduct of its business generally, including those of Federal , State, and local agencies having jurisdiction and/or authority . g. Obtain written approval from the Department's Contract Administrator (see§ 13 below) prior to making any subaward or subgrant not already described in the Award Proposal. h. Ensure that the terms , conditions , restrict ions and requirements of this Contract Cover, including those incorporated by reference to other Contract Documents and/or applicable law , are made applicable to , and binding upon, any subgrantee who rece ives as a subaward or subgrant any port ion of the award funds made available to the Grantee hereunder. i. Take reasonable measures to ensure that any subgrantee (i) complies with the terms , con ditions, restrictions and requirements set forth in this Contract Cover, including those incorporated by reference to other Contract Documents and/or applicable law, and (ii) provides such information in its possession as may be necessary for the Grantee to comply with such terms, conditions , restrictions and requirements . 6. Department's Duties. The Department shall pay the Grantee in the manner and amounts specified below and in accordance with the approved budget set forth in the Award Proposal. 7. Total Award Amount. The total amount of award funds paid by the Department to the Grantee under this Agreement shall not exceed FORTY-SIX THOUSAND ONE HUNDRED TWENTY-NINE DOLLARS ($46,129.00) (the "Total Award Amount"). This amount consists of: Fundin Source CFDA No. North Carolina General Assembl N/A Account Godin Information : Dollars GL Company GL Account GL Center $46,129 .00 1602 536961 6760 Grantee Matching Information : ] a. There are no matching requirements from the Grantee . ] b. There are no matching requirements from the Grantee ; however, the Grantee has committed the following match to this project: In -Kind $ Cash $ Cash and In-Kind $ Other / Specify : $ Page 2 of 5 101518a HCBOC Page 194 GRANT CONTRACT NO . 7562 [ X ] c. The Grantee 's matching requirement is $14,720.00 , which shal l cons ist of : In-Kind $ X Cash $14 ,720 .00 Cash and In-Kind $ Other I Specify : $ [ J d. The Grantee is committing to an additional $0 to complete the project or services described in the Award Proposal. Based on the figures above , the total contract amount is $60,849.00 . 8. Invoice and Payment. The award funds shall be disbursed to the Grantee in accordance with the following provisions : a. The Grantee shall submit invoices to the Department 's Contract Administrator at least quarterly. The fina l invoice must be received by the Department within forty-five (45) days following the date on which termination or expiration of this Agreement becomes effective . Amended or corrected invoices must be received by the Department 's Financial Services Division within six (6) months of such date . Any invoice received thereafter shall be returned without action. b. The Department shall reimburse the Grantee for actual allowable expenditures, with the Department retaining a minimum of ten percent (10%) of the Total Award Amount until all grant-related activities are completed and all reports/deliverables are received and accepted by the Department. As used herein , "allowable expenditures " are expenditures associated with work conducted to meet performance obligations under this Agreement, provided such work is carried out in a manner consistent with the Award Proposal. The Department may withhold payment on invoices when performance goals and expectations have not been met or when the manner of performance is inconsistent with Attachment C. 9. Grantee's Fiscal Year. The Grantee represents that its fiscal year is from July 1 to June 30. 10. Availability of Funds. The Grantee understa nds and agrees that payment of the sums specified herein shall be subject to , and contingent upon , the allocation and appropriation of funds to the Department for the purposes described in this Agreement. 11. Reversion of Unexpended Funds. The Grantee understands and agrees that any unexpended grant funds shall revert to the Department upon termination of this Agreement. 12. Supplantation of Expenditure of Public Funds. The Grantee understands and agrees that funds received pursuant to this Agreement shall be used only to supplement , not to supplant , the total amount of Federal , State and local public funding that the Grantee would otherwise expend to carry out the project or services described in the Award Proposal. 13. Contract Administrators. Each party shall submit notices , questions and correspondence related to this Agreement to the other party's Contract Administrator. The contact information for each party 's Contract Administrator is set out below. Either party may change its Contract Administrator and/or the associated contact information by giving timely written notice to the other party . Grantee Contract Administrator Deoartment's Contract Administrator Amanda Bader, County Engineer Mike Greene Harnett County Solid Waste North Carolina Department of Environmental Quality , Division of Environmental Assistance and Customer Service Post Office Box 2773 1639 Mail Service Center Lillington NC 27546 Raleigh NC 27699-1639 Telephone : (910) 814-6004 Telephone : (919) 707-8137 Fax: (910) 814-4041 Fax : (919) 707-8137 Email : abader(a)harnett .ora Email: mike .areenetmncde nr .aov Page 3 of 5 101518a HCBOC Page 195 GRANT CONTRACT NO. 7562 14. Assignment. The Grantee may not assign its obligations or its rights to receive payment hereunder . 15. Procurement. The Grantee understands and agrees that all procurement activities undertaken in connection with this Agreement shall be subject to the following provisions : a. None of the work or services to be performed under this Agreement involving the specialized skill or expertise of the Grantee shall be contracted without prior written approval from the Department. b. In the event the Grantee or any subrecipient of the Grantee contracts for any of the work to be performed hereunder , the Grantee shall not be relieved of any duties or responsibilities herein set forth . c. The Grantee shall not contract with any vendor who is restricted from contracting with the State of North Carolina pursuant to N.C.G .S. §§ 143-133.3 , 143-59.1 , 143-59 .2 or 147 .86 .60. 16. Subawards. The Grantee understands and agrees that any subaward or subgrant of any portion of the financial assistance provided hereunder shall not relieve the Grantee of any duties or responsibilities herein set forth . 17. Title VI and Other Nondiscrimination Requirements. Throughout the course of its performance hereunder, the Grantee shall comply with all applicable State and Federal laws , regulations , executive orders and policies relating to nondiscrimination , including, but not limited to : Title VI of the Civil Rights Act of 1964, as amended; Civil Rights Restoration Act of 1987, as amended; Section 504 of the Rehabilitation Act of 1973, as amended ; Age Discrimination Act of 1975, as amended ; Titles II and Ill of the Americans with Disabilities Act of 1990, as amended ; Title IX of the Education Amendments of 1972, as amended ; Part Ill of Executive Order No . 11246 (September 24 , 1965), as amended ; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 . In accordance with the above laws and their implementing regulat ions, the Grantee agrees to ensure that no person in the United States is , on the basis of race , color , national origin , sex, age or disability, excluded from participation in, denied the benefits of, or subjected to discrim ination under any program or activity for which the Grantee recei ves Federal assistance . For purposes of this provision , "program or activity " shall have the meaning ascribed to that term under Federal law (see 42 U.S.C.S. § 2000d-4a). The Grantee understands and acknowledges that , in addition to itself, any lower-tier recipient of the financial assistance provided hereunder must also comply with the requirements of this section . Accordingly , the Grantee agrees to include a similar provision in any financial assistance agreement made with any lower-tier recipient of such assistance . 18. E-Verify. To the extent applicable , the Grantee represents that it and each ·of its subgrantees , contractors and/or subcontractors performing work pursuant to , or in association with , this Agreement are in compliance with Article 2 of Chapter 64 of the North Carolina General Statutes, including, in particular, the requirement that certain employers verify the work authorization of newly hired employees using the Fed eral E-Ver ify system. Page 4 of 5 101518a HCBOC Page 196 GRANT CONTRACT NO. 7562 19. Termination by Mutual Consent. This Agreement may be term inated by mutual consent of the parties , provided the consent is documented in writing and duly executed by an authorized representative of each party . 20. Survival. Any provision contained in this or any other Contract Document that contemplates performance or observance subsequent to the termination or expiration of this Agreement shall survive the termination or exp iration hereof and continue in full force and effect. 21. Signature Warranty. The undersigned represent and warrant that they are authorized to bind their principals to the terms and conditions of this Contract Cover and the Agreement generally , including those incorporated by reference to applicable law. IN WITNESS WHEREOF , the Grantee and the Department execute this Agreement in two (2) originals , one (1) to be retained by the Grantee and one ( 1) to be retained by the Department , the day and year first above written . COUNTY OF HARNETT By _____________ _ Grantee 's Signature Printed Name and Title Organization NORTH CAROLINA DEPARTMENT 9Y iign ] ENVIRONMENTAL QUALITY , ...... ___ ....:.;H..,;;e_r_e_,_ By ______________ _ Signature of Department Head or Authorized Agent Tommy Kirby, Purchasing Director Printed Name and Title Financial Services Division, Purchasing and Contracts Section Division/Section ORIGINAL Pag e 5 of 5 101518a HCBOC Page 197 GRANT CONTRACT NO. 7562 ATTACHMENT A General Terms and Conditions Governmental Entities DEFINITIONS Unless indicated otherwise from the context , the following terms shall have the following meanings in this Contract. All definitions are from 9 NCAC 3M.0102 unless otherwise noted. If the rule or statute that is the source of the definition is changed by the adopting authority , the change shall be incorporated herein. (1) "Agency" (as used in the context of the definitions below) means and includes every public office , public officer or official (State or local , elected or appointed), institution, board , commission, bureau , council , department, authority or other unit of government of the State or of any county, unit, special district or other political sub-agency of government. For other purposes in this Contract , "Agency" means the entity identified as one of the parties hereto. (2) "Audit" means an examination of records or financial accounts to verify their accuracy. (3) "Certification of Compliance" means a report provided by the Agency to the Office of the State Auditor that states that the Grantee has met the reporting requirements established by this Subchapter and included a statement of certification by the Agency and copies of the submitted grantee reporting package. (4) "Compliance Supplement" refers to the North Carolina State Compliance Supplement, maintained by the State and Local Government Finance Agency within the North Carolina Department of State Treasurer that has been developed in cooperation with agencies to assist the local auditor in identifying program compliance requirements and audit procedures for testing those requirements. (5) "Contract" means a legal instrument that is used to reflect a relationship between the agency, grantee , and sub-grantee. (6) "Fiscal Year" means the annual operating year of the non-State entity. (7 ) "Financial Assistance" means assistance that non- State entities receive or administer in the form of grants, loans , loan guarantees, property (including donated surplus property), cooperative agreements , interest subsidies , insurance, food commodities , direct appropriations , and other assistance. Financial assistance does not include amounts received as reimbursement for services rendered to individuals for Medicare and Medicaid patient services. (8) "Financial Statemen t" means a report providing financial statistics relative to a given part of an organization's operations or status. (9) "Grant" means financial assistance provided by an agency, grantee , or sub-grantee to carry out activities whereby the grantor anticipates no programmatic involvement with the grantee or sub-grantee during the performance of the grant. (10) "Grantee " has the meaning in G.S. 143C-6-23(a)(2): a non-State entity that receives a grant of State funds from a State agency , department , or institution but does not include any non-State entity subject to the audit and other reporting requirements of the Local Government Commission. For other purposes in this Contract, "Grantee" shall mean the entity identified as one of the parties hereto. For purposes of this contract , Grantee also includes other State agencies such as universities. (11) "Grantor'' means an entity that provides resources , generally financial , to another entity in order to achieve a specified goal or objective. (12) "Non-State Entity" has the meaning in N.C.G .S. 143C- 1-1 (d)(18): A firm , corporation, partnership, association , county , unit of local government, public authority , or any other person , organization, group , or governmental entity that is not a State agency, department, or institution. (13) "Public Authority" has the meaning in N.C.G.S. 159- 7(10): A municipal corporation that is not a unit of local government or a local governmental authority, board, commission, council, or agency that (i) is not a municipal corporation , (ii) is not subject of the State Budget Act , and (iii) operates on an area , regional, or multiunit basis , and the budgeting and accounting systems of which are not fully a part of the budgeting and accounting systems of a unit of local government. (14) "Single Audit" means an audit that includes an examination of an organization's financial statements , internal controls , and compliance with the requirements of Federal or State awards. (15) "Special Appropriation" means a legislative act authorizing the expenditure of a designated amount of public funds for a specific purpose . (16) "State Funds" means any funds appropriated by the North Carolina General Assembly or collected by the State of North Carolina . State funds include federal financial assistance received by the State and transferred or disbursed to non-State entities. Both Federal and State funds maintain their identity as they are sub-granted to other organizations. Pursuant to N.C.G.S. 143C-6-23(a)(1), the terms "State grant funds" and "State grants" do not include any payment made by the Medicaid program, the Teachers' and State Employees ' Comprehensive Major Medical Plan , or other similar medical programs . (17) "Sub-grantee" has the meaning in G.S. 143C-6- 23(a)(4): a non -State entity that receives a grant of State funds from a grantee or from another sub-grantee but does not include any non-State entity subject to the audit and other reporting requirements of the Local Government Commission. 101518a HCBOC Page 198 (18) "Un it of Local Government has the meaning in G.S. 159-7(b)(15): A municipal corporation that has the power to levy taxes , including a consolidated city- county as defined by G.S. 160B-2(1), and all boards , agencies , commissions , authorities , and institutions thereof that are not municipal corporations. Relationships of the Parties Independent Contractor: The Grantee is and shall be deemed to be an independent contractor in the performance of this Contract and as such sha ll be who ll y responsible for the work to be performed and for the supervision of its employees. The Grantee represents that it has , or shall secure at its own expense, all personnel required in performing the services under this agreement. Such employees shall not be employees of, or have any individual contractual relationship with , the Agency. Subcontracting: To subcontract work to be performed under this contract which involves the specialized skill or expertise of the Grantee or his employees , the Grantee first obtains prior approval of the Agency Contract Administrator. In the event the Grantee subcontracts for any or all of the services or activities covered by this contract: (a) the Grantee is not relieved of any of the duties and responsibilities provided in this contract; (b) the subcontractor agrees to abide by the standards contained herein or to provide such information as to allow the Grantee to comply with these standards , and ; (c) the subcontractor agrees to allow state and federa l au thori zed representatives access to any records pertinent to its role as a subcontractor. Sub-g rantees : The Grantee has the re sponsibility to ensure that all sub -grantees, if any, provide all information necessary to permit the Grantee to comply with the standards set forth in this Contract. Assignment: The Grantee may not assign the Grantee's obligations or the Grantee's right to receive payment hereunder. However, upon Grantee 's written req uest approved by the issuing purchasing authority, the Agency may: (a) Forward the Grantee's payment check (s) directly to any person or entity designated by the Grantee, or (b) Include any person or entity designated by Grantee as a joint payee on the Grantee's payment check(s). Such approval and action does not obligate the State to anyone other than the Grantee and the Grantee remains responsible for fulfi llment of all contract ob ligations . Beneficiaries: Except as herein specifically provided otherwise , this Contract inures to the benefit of and is binding upon the parties hereto and thei r respective successors. It is expressly understood and agreed that the enforcement of the terms and conditions of this Contract , and all rights of action relating to such enforcement , are strictly reserved to the Agency and the named Grantee . Nothing contained in this document shall give or allow any claim or right of action whatsoever by any other third person. It is the express intention of the Agency and Grantee that any GRANT CONTRACT NO. 7562 ATTACHMENT A third person receiving services or benefits under this Contract is an incidental beneficiary only. Indemnity Indemnification: In the event of a claim against either party by a third party arising out of this contract, the party whose actions gave rise to the claim is responsible for the defense of th e claim and any re sulting liability , provided that a party may not waive the other party's sovereign immunity or simi lar defen ses. The parties agree to consult with each other over the appropriate handling of a claim and , in the event they cannot agree, to consult with the Office of the Attorney General. Insurance: During the term of the contract, the Grantee at its sole cost and expense provides commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a min imum the Grantee provides and maintains the following coverag~ and limits: (a) Worker's Compensation: The Grantee provides and maintains Worker's Compensation insurance as required by the laws of Nort h Caro lina , as well as employer's liability coverage with minimum limits of $500 ,000 .00 , coveri ng all of Grantee's employees who are engaged in any work under this contract. If any work is sublet , the Grantee requires th e subgrantee to provide the same coverage for any of his employees engaged in any work under th is contract. (b) Commercia l Gene ral Liability: General Liability Coverage on a Compre hens ive Broad Form on an occurrence basis in the minimum amount of $1 ,000,000 .00 Comb ined Sin gle Li mit. (Defense cost shall be in excess of the li mit of liabi lity.) (c) Automobile: Automobi le Liability Insurance , to include liability coverage , cover ing all owned , hired and non-owned vehicles used in performance of the contract. The minimum combined sing le limit is $500 ,000.00 bodily injury and property damage ; $500 ,000.00 uninsured /under insured motorist; and $25,000.00 medical payment. Providing and maintaining adequate insurance coverage is a material obligation of the Grantee and is of the essence of this contract. The Grantee may meet its requirements of maintaining specified coverage and limits by demonstrating to the Agency that there is in force insurance with equivalent coverage and limits that will offer at least the same protection to the Agency . Grantee obtains insurance that meets all laws of the State of North Carolina. Grantee obtains coverage from companies that are author ized to provide such coverage and that are author iz ed by the Commissioner of Insurance to do business in North Caro lina. The Grantee complies at 101518a HCBOC Page 199 all times with the terms of such insurance policies , and all requirements of the insurer under any such insurance policies , except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the Grantee do not limit the Grantee's liability and obligations under the contract. Default and Termination Termination by Mutual Consent: Either party may terminate this agreement upon sixty (60) days notice in writing from the other party. In that event , all finished or unfinished documents and other materials , at the option of the Agency , be submitted to the Agency. If the contract is terminated as provided herein , the Grantee is paid in an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the Grantee covered by th is agreement; for costs of work performed by subcontractors for the Grantee provided that such subcontracts have been approved as provided herein; or for each full day of services performed where compensation is based on each full day of services performed , less payment of compensation previously made. The Grantee repays to the Agency any compensation the Grantee has received which is in excess of the payment to which he is entitled herein. Termination for Cause: If, through any cause , the Grantee fails to fulfill in timely and proper manner the obligations under this agreement , the Agency thereupon has the right to terminate this contract by giving written notice to the Grantee of such termination and specifying the reason thereof and the effective date thereof. In that event, all finished or unfinished documents , data, studies , surveys, drawings , maps, models , photographs , and reports prepared by the Grantee, at the option of the Agency , be submitted to the Agency , and the Grantee is entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials . The Grantee is not relieved of liability to the Agency for damages sustained by the Agency by virtue of any breach of this agreement, and the Agency may withhold payment to the Grantee for the purpose of set off until such time as the exact amount of damages due the Agency from such breach can be determined. Waiver of Default: Waiver by the Agency of any default or breach in compliance with the terms of this Contract by the Grantee is not a waiver of any subsequent default or breach and is not a modification of the terms of this Contract unless stated to be such in writing , signed by an authorized representative of the Agency and the Grantee and attached to the contract. Availability of Funds: The parties to this Contract agree and understand that the payment of the sums specified in th is Contract is dependent and cont ingent upon and subject to the appropriation , allocation , and availability of funds for this purpose to the Agency. GRANT CONTRACT NO. 7562 ATTACHMENT A Force Majeure : Neither party is in default of its obligations hereunder if it is prevented from performing such obligations by any act of war , hostile foreign action, nuclear explosion, riot, strikes , civil insurrection , earthquake , hurricane , tornado , or other catastrophic natural event or act of God. Survival of Promises : All promises , requirements, terms , conditions , provisions, representations, guarantees , and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation. Intellectual Property Rights Copyrights and Ownership of Deliverables: Any and all copyrights resulting from work under this agreement shall belong to the Grantee. The Grantee hereby grants to the North Carolina Department of Environmental Quality a royalty-free, non-exclusive, paid-up license to use, publish and distribute results of work under this agreement for North Carolina State Government purposes only. Compliance with Applicable Laws Compliance with Laws: The Grantee understands and agrees that it is subject to compliance with all laws , ordinances , codes , rules , regulations , and licensing requirement s that are applicable to the conduct of its business , including those of federal , state , and local agencies having jurisdiction and /or authority. Equal Employment Opportunity: The Grantee understands and agrees that it is subject to compliance with all Federal and State laws relating to equal employment opportunity. Confidentiality Confidentiality: As authorized by law, the Grantee keeps confidential any information , data , instruments , documents , studies or reports given to or prepared or assembled by the Grantee under this agreement and does not divulge or make them available to any individual or organization without the prior written approval of the Agency. The Grantee acknowledges that in receiving , storing , processing or otherwise dealing with any confidential information it will safeguard and not further disclose the information except as otherwise provided in this Contract or without the prior written approval of the Agency. Oversight Access to Persons and Records: The State Auditor and the using agency 's internal auditors shall have access to persons and records as a result of all contracts or grants entered into by State agenc ies or political subdivisions in accordance with General Statute 147-64.7 and Session law 2010-194 , Section 21 (i.e., the State Audito rs and internal auditors may audit the records of the contractor during the term of the contract to ver ify accounts and data affecting fees or performance). The Contractor shall retain all re cords for a period of six (6) years 101518a HCBOC Page 200 following completion of the contract or until any audits begun during this period are completed and findings resolved , whichever is later. Record Retention : The Grantee may not destroy , purge or dispose of records without the express written consent of the Agency. State basic records retention policy requires all grant records to be retained for a minimum of six (6) years or until all audit exceptions have been resolved , whichever is longer . If the contract is subject to Federal pol icy and regulations , record retention may be longer than six (6) years since records must be retained for a period of three years following submission of the final Federal Financia l Status Report , if applicable , or three years following the submission of a revised final Federal Financial Status Report. Also , if any litigation , claim , negotiation , audit, disallowance action , or other action involving this Contract has started before expiration of the six (6) year retention period described above, the records must be retained until completion of the action and resolution of all issues which arise from it , or until the end of the regular six (6) year period described above , whichever is later. Time Records: The GRANTEE will maintain records of the time and effort of each employee receiving compensation from this contract , in accordance with the appropriate 0MB circular. Miscellaneous Choice of Law: The validity of thi s Contract and any of its terms or provisions, as well as the rights and duties of the part ies to this Contract, are governed by the laws of North Carolina. The Grantee , by signing this Contract , agrees and submits , solely for matters concerning th is Contract, to the exclusive ju risd iction of the courts of North Carolina and agrees, solely for such purpose, that the exclusive venue for any legal proceedings shall be Wake County, North Carolina . The place of th is Contract and all transactions and agreements relating to it , and their situs and forum , shall be Wake County, North Carolina, where all matters, whether sounding in contract or tort , relating to the va lidity, construction, interpretation , and enforcement shall be determined. Amendment: This Contract may not be amended orally or by performance. Any amendment mu st be made in written form and executed by duly authorized representatives of the Agency and the Grantee. Severability: In the event that a court of competent jurisdiction holds that a provision or requirement of this Contract violates any applicable law, each such provision or requirement sha ll continue to be enforced to the extent it is not in violation of law or is not otherwise unenforceable and all other provisions and requirements of this Contract shall remain in full fo rce and effect. Headings: The Section and Paragraph headings in these General Terms and Conditions are not material parts of the agreement and should not be used to construe the meaning thereof. GRANT CONTRACT NO. 7562 ATIACHMENTA Time of the Essence: Time is of the essence in the performance of this Contract. Care of Property: The Grantee agrees that it is responsible for the proper custody and care of any State owned property furnished him for use in connection with the performance of his contract and will reimburse the State for its loss or damage. Ownership of equipment purchased under this contract rests with the Agency. Upon approval of the Agency Contract Administrator , such equipment may be retained by the Grantee for the time the Grantee continues to provide services begun under this contract. Travel Expenses: All travel, lodging , and subsistence costs are included in the contract total and no additional payments will be made in excess of the contract amount indicated in above . Contractor must adhere to the travel , lodging and subsistence rates established in the Budget Manual for the State of North Carolina. Sales/Use Tax Refunds: If eligible , the Grantee and all sub- grantees shall: (a) ask the North Carolina Department of Revenue for a refund of all sales and use taxes paid by them in the performa nce of this Contract, pursuant to G.S. 105-164.14 ; and (b) exclude all refundable sales and use taxes from all reportable expenditures before the expenses are entered in their reimbursement reports. Advertising: The Grantee may not use the award of this Contract as a part of any news release or commercia l advertising . Recycled Paper: The Grantee ensures that all publications produced as a result of this contract are printed double-sided on recycled paper. Sovereign Immunity: The Agency does not waive its sovereign immunity by entering into this contract and fully retains all immu nities and defenses provided by law with respect to any action based on this contract. Gratuities , Kickbacks or Contingency Fee(s): The parties certify and warrant that no gratuities , kickbacks or contingency fee(s) are paid in connection with this cont ra ct, nor are any fees , commissions, gifts or other conside rations made contingent upon the award of this con tra ct. Lobbying : The Grantee certifies that it (a) has neither used nor will use any appropriated funds for payments to lobbyist ; (b) will disclose the name, address , payment details, and purpose of any agreement with lobby ists whom the Grantee or its sub-tier contractor(s) or sub-grantee(s) will pay with profits or non-appropriated funds on or after December 22 , 1989 ; and (c) will file quarterly updates about the use of lobb yists if material changes occur in their use. 101518a HCBOC Page 201 By Executive Order 24, issued by Governor Perdue, and N.C . G.S.§ 133-32: It is unlawful for any vendor or contractor ( i.e . architect , bidder, contractor, construction manager, design professional , engineer, landlord , offeror , seller, subcontractor, supplier, or vendor), to make gifts or to give favors to any State employee of the Governor's Cabinet Agencies (i.e., Administration , Commerce , Correction , Crime Control and Public Safety , Natural and Cultural Resources , Environmental Quality , Health and Human Services, Juvenile Justice and Delinquency Prevention , Revenue , Transportation, and the Office of the Governor). This prohibition covers those vendors and contractors who: (1) have a contract with a governmental agency ; or (2) have performed under such a contract within the past year; or (3 ) anticipate bidding on such a contract in the future. For additional information regarding the specific requirements and exemptions , vendors and contrac tors are encouraged to review Executive Order 24 and G.S . Sec. 133-32. Executive Order 24 also encouraged and invited other State Agencies to implement the requirements and prohibitions of the Executive Order to their agencies. Vendors and contractors should contact other State Agencies to determine if those agencies have adopted Exe cutive Order 24 ." GRANT CONTRACT NO. 7562 ATTA CHM ENT A 101518a HCBOC Page 202 GRANT CONTRACT NO. 7562 ATIACHMENTB 2018 Community Waste Reduction and Recycling Grant Program REQUEST FOR PROPOSALS N.C. Department of Environmental Quality Division of Environmental Assistance and Customer Service The purpose of this grant program is to assist local governments with the implementation, expansion, and improvement of waste reduction and recycling programs in North Carolina. The Division of Environmental Assistance and Customer Service (DEACS) administers the Community Waste Reduction and Recycling Grant program through the Solid Waste Management Outreach Program. With the release of this Request for Proposals (RFP), DEACS is seeking proposals that request grant funding to help initiate or expand public waste reduction programs within the state. Applicants should carefully read this entire RFP prior to submitting a proposal. Proposals must be received by DEACS by 5:00 p.m. on Friday, February 16, 2018. Please address any questions about this grant program to Joseph Fitzpatrick at (919) 707-8121 , joseph .fitzpatrick@ ncdenr.gov . Community Waste Reduction and Recycling Grant Program Parameters: The 2018 Community Waste Reduction and Recycling (CWRAR) Grant Program seeks to fund projects that help communities build lasting capacity to divert materials from the waste stream and / or that increase public awareness of waste reduction and recycling. There are three categories of CWRAR Grants for 2018: Standard Project Grants, Priority Project Grants, and Special Large Priority Project Grants . Different level s of grant funding are available for each project category. See the Ava ilable Funding section of this document for more information. Standard Project Grants: Standard Project Grants support a wide range of projects that increase and/ or enhance public waste reduction and recycling. The following list provides examples of Standard Projects: • Projects that demonstrate the potential to significantly increase a community 's overall divers ion of material s from the solid waste stream ; • Projects that improve recy cling program efficiency and / or cost effectiveness while s upporting increase d waste reduction ; • Projects that increase the divers ion of material s that are banned from di sposal in North Carolina; • Projects that implement education and outreach efforts that will grow public awareness about waste reduction and recy cling services and/ or that work to decrease contamination; • Projects that implement new curbs ide recycling programs or that help transition an exis ting curbsi de recycling program from collection usi ng bins or blue-bags to a cart-bas ed collection system ; • Projects that implement or expand public school recycling programs. If seeking funding for public school recyc ling, please see additional provisions for public s chool recycling projects in the Special Requirements sec tion of this document; • Projects that increase the efficiency or effectiveness of public electronics recycling programs . If seeking funding for electronics recycling, please see additional provi sion s for electronics recycling projects in the Special Requirem ents section of thi s document. Priority Project Grants: Priority Project Grants s upport investments in public recycling program areas that have been determined by the state recyclin g prog ram to be of p articular importance to growing and expanding efficient and effective waste reduction and recycling services throughout North Carolina. -co ntinued o n n ext page - 101518a HCBOC Page 203 GRANT CONTRACT NO. 7562 ATTACHMENT B Proposals that seek funding for the following Priority Projects are strongly encouraged: • Projects that create or expand away-from-home recycling opportunities such as recycling infrastructure for parks , sports fields , streetscape / pedestrian recycling, and/ or recycling at public venues. If seeking funding for away-from-home recycling, please see additional provisions for away-from-home recycling projects in the Special Requirements section of this document; • Projects that implement or expand public curbside recycling service in unincorporated areas ; • Projects that implement or support Hub and Spoke Recycling Systems that consolidate commingled recyclable materials for bulk transfer to a Materials Recovery Facility (MRF); • Projects that implement or expand recycling programs to collect and manage food waste from residential or commercial sources. Special Large Priority Project Grant for Household Hazardous Waste Programs: With funding assistance from the Division of Waste Management Mercury Switch Program as provided by NCGS l 30A-3 I0.54 and as amended by Session Law 2017-57, DEA CS is offering a limited number of Special Large Priority Project Grants to support the implementation or expansion of permanent Household Hazardous Waste (HHW) Collection Programs. The number of Special Large Priority Project Grants that are funded will depend on the final availability of funds from the Mercury Switch Program and the number of fundable applications received. The goal of the Special Large Priority Project Grant is to increase citizen access to HHW services through the implementation of new permanent HHW Programs or through the expansion of the operating hours of existing permanent HHW Programs. To qualify for a Special Large Priority Project grant, a newly established permanent HHW program must be open to collect HHW from the public at least four (4) separate days during any given Fiscal Year. For communities operating an existing HHW program to qualify, the HHW program must add a new location or it must significantly increase the number of days or hours of operation at the existing facility. Available Funding: Grant Award Amounts: • Standard Project: Applicants are eligible for a Standard Project grant award of up to $20,000. • Priority Project: Applicants are eligible for a Priority Project grant award of up to $30,000. • Special Large Priority Project: Applicants are eligible for a Special Large Priority Project grant award of up to $70,000. Communities preparing proposals for a 2018 CWRAR Grant are strongly encouraged to contact a DEA CS Local Government Assistance Team staff member to discuss potential grant projects prior to submitting a grant proposal. Local Government Team members are available to provide technical assistance and advice on grant projects. A listing of team member contact information and areas of individual expertise is available on this web site https://d e g.nc.gov /conservation/recycling/nc-recyc ling-contacts . Please see the section of this document titled "Use of Grant Funds" for specific infonnation about allowable uses of grant fund s. Cash Match Requirement: Required Cash Match: CWRAR grant winners must provide a cash match equal to or exceeding 20 percent of the requested grant funding. For example, a grantee under thi s program requesting $20,000 in grant funding from DEA CS must show a minimum expenditure of $4,000 of local funds on the project. To meet the cash match requirement, a minimum of one ( 1) local dollar mus t be s pent for every five (5) dollars of grant funding awarded. 2 101518a HCBOC Page 204 GRANT CONTRACT NO. 7562 ATTACHMENT B Calculating Cash Match: To determine the necessary cash match for any grant project, first determine the total budget associated with the project and then use the following equation: total project budget+ 6 = required cash match. The difference between the total project budget and the required cash match equals the maximum possible grant award. Distributions from the $2 per ton Solid Waste Di sposal Tax may be used to cover cash match requirements. In-kind contributions will not be accepted in lieu of cash match. Grant Project Planning: Available funding is limited and it is anticipated that the 2018 CWRAR Grant Round will be highly competitive. For this reason, it is important that project seeking grant funding be well thought out and well planned, and that applicants follow the instructions in this RFP when preparing proposals by providing all information as outlined in the section addressing Required Proposal Fonnat. Proposa ls that seek grant funds for the replacement of existing equipment will be scored substantially lower than projects that implement new recycling services or projects that expand existing recycling services. Use of Grant Funds: Examples of approved uses of CWRAR Grant funds include site development costs, construction of facilities to handle recyclable materials, equipment purchases, equipment installation costs, key recycling program components, public awareness programs and material s that support public education such as signs or brochures. Examples of activities for which CWRAR Grant funds MAY NOT be used include employee salaries, land acquisition costs, administrative expenses s uch as overhead , utility costs, studies or work performed by consultants, contracted collection costs, and I or payment for other contracted recycling services such as payment to a vendor for operating a household hazardous waste collection event. If you have questions about eligible uses of grant funds , please contact Joseph Fitzpatrick at (919) 707-8 121 or joseph.fitz patrick@ ncdenr.gov for more information. Eligible Entities: • Counties, municipalities, councils of governments and solid waste authorities in North Carolina are eligible to apply for funding from the CWRAR Grant Program. • Applicants with an open CWRAR Grant contract from an earlier grant cycle mu st have invoiced for 90% of eligible grant funds by the proposal due-date (February 16 , 2018) to be considered for grant funding during thi s new grant cycle. Applicants that have completed and closed previous CWRAR Grant projects may s ubmit another proposal under this grant round. Proposals will not be accepted from applicants with an open CWRAR Grant from cycles prior to 2017 . • Federal and state agencies are not eligible for funding through this grant program. • Public universities, community colleges and private colleges and univers ities are not eligible for funding through this grant program. • Not-for-profit entities are not eligible for funding through this grant program; however, these entities are eligible for funding through the Recycling Business Development Grant Round. For more information about Recycling Business Development Grants, please contact Wendy Worley at (919) 707-8136 or wendy.worley@ nc d enr.gov. • Public school systems and individual public schools are not eligible to apply directly for funding through this grant program. However, local governments (counties or municipalities) may ap ply for funding to support public school recycling projects. If a county or municipality seeks funding for a public school recycling project, the local government will be responsible for making purchases associated with the grant project and will receive grant proceeds when seeking reimbursement. 3 101518a HCBOC Page 205 GRANT CONTRACT NO . 7562 ATTACHMENT B Additional requirements a lso apply for projects seeking grant support for public school recycling projects -see Special Requirements section below. Conditions on Submittals: • ONLY ONE PROPOSAL PER ELIGIBLE ENTITY WILL BE ACCEPTED . Grant proposals may combine funding requests for multiple types of projects into one proposal. For example, a grant proposal seeking funding for away-from-home recycling receptacles plus an investment in some other public recycling program element unrelated to away-from-home recycling would be considered. If combining different grant project elements into one proposal, the available funding limits still apply and total request may not exceed the grant award amounts noted in the Available Funding section of this document. • Multi-party initiatives such as joint projects involving two or more local governments where each local government contributes towards project funding are strongly encouraged. Any group participating in a regional or multi-party project proposal may not submit additional proposals. • All applicants selected for funding will undergo a compliance review to ensure that they do not have an outstanding Notice of Violation (NOY) related to North Carolina solid waste statutes and rules . Any outstanding NO Vs must be corrected to the satisfaction of the N.C. Divi s ion of Waste Management (DWM) prior to any grant being awarded. Applicants with outstanding NO Vs are responsible for providing DEA CS with information from DWM indicating that the community is in compliance and that the NOVs have been corrected before a grant contract can be initiated. • Applications will not be accepted from local governments that have not submitted the required Solid Waste and Materials Management Annual Report for the most recent fiscal year. • As a condition of grant award DEA CS may work with applicants to revise initially submitted proposals before entering into a grant contract. Initial proposals must be received by the due date. Changes to proposals may include adjustments to project scope, project budget, project timeline and / or other elements of the proposal. Any changes to initial proposals mu st be approved by DEA CS and the applicant and the resu ltant Final CWRAR Proposal will become an attachment to the grant contract. • The annual CWRAR Grant cycle typically receives funding reque st s that exceed available funds. However, it is a priority for DEACS to support as many qualifying projects as possible. After close examination of funding requests and s ubject to agreement with the applicant, DEA CS may award grant amounts lower than the original request. For any amount awarded, grantees must still provide the required cash match as explained in the Cash Match Requirement section. General Requirements: General requirements for all appli cants: • Usage ofN.C. Solid Waste Disposal Tax proceeds: Solid Waste Disposal Tax proceeds are distributed to eligible local governments on a quarterly basis by the Department of Revenue. According to § 105-187 .63, these fund s mus t be used by a city or county sole ly for solid waste management programs and services. CWRAR Grant applicants must certify in writing that all di s posal tax proceeds are used only for the purpose of providing solid waste and recycling services. In addition to this written certification, applicants should describe how disposal tax funds are utilized and whether proceeds will be used to s upply matching funds. • Public Building Recycling Services: CWRAR Grants will not be awarded to applicants that do not have recycling services for cans, bottles and paper available at their government buildings. As part of the grant proposal, all applicants must indicate that employees in the key government buildings operated by the applicant h ave reasonable access to recyclin g services and are able and encouraged to recyc le materials generated in the course of government business. Please include a li st of the materials collected for recycling at these facilities. • Mercury Product Recycling: § l 30A-3 l 0.60 requires that any public agency using stat e funds for the construction or operation or public buildings sh all establ ish a program for the collection and 4 101518a HCBOC Page 206 GRANT CONTRACT NO. 7562 ATIACHMENTB recycling of all spent fluorescent lights and thermostats that contain mercury generated in public buildings. As part of the grant proposal , all applicants must indicate that they have a program in place for the collection of fluorescent lights and mercury thermostats from their public buildings. If the applicant does not have a program in place for the collection of these materials, then as a precondition of any grant award the applicant must initiate such services. For more information about these requirements and/ or for assistance implementing a mercury products recycling program please contact Joseph Fitzpatrick at 919-707-8121, joseph.fitzpatrick@ncdenr.gov. Special Requirements: Applicants seeking funding for public school recycling, away-from-home recycling and/or electronics recycling MUST address the following Special Requirement(s) in their submitted proposal. • Special Requirements for Public School Recycling Projects : As stated in the section addressing Eligible Entities, only counties, municipalities, councils of governments and solid waste authorities in North Carolina are eligible to apply for CWRAR Grant funding. Proposals seeking funding for public school recycling projects must come from one of these entities. Public school systems and or individual schools may not apply directly for CWRAR Grant funding. Applicants seeking funding for public school recycling projects must provide the supplemental information outlined below to ensure that all necessary school recycling program elements are addressed and to help demonstrate project planning. This is a competitive grant program and projects that institute or expand a system- wide school recycling program will compete better than projects that only serve an individual school. Eligible grant projects may seek funding for equipment (such as bins and roll carts) and/or education materials. As with other CWRAR projects, administrative expenses, staff salaries and contract collection costs are not eligible for grant funding nor can they be used as matching funds. If a public school system will be contributing funds towards the implementation of a recycling grant project, these funds shou ld be paid to the Eligible Entity that will be the state grantee in order to ensure that the state grantee makes the purchases associated with the grant project. All purchases associated with a grant project must be made by the grantee. Purchases made directl y by a public school system shall not be eligible for reimbursement. Please contact Mindy Love at 919-707-8127, mindy .lo ve@ncdenr.gov for information or assistance with public school re cycli ng projects. School Recycling Supplemental Requirements : o Describe the existing school recycling program (if any) that is available in the school system associated with the grant project. The de sc ription should includ e the following items: • Indicate whether recycling service is available to all schools within the district or only to certain schools within the district. • If recyclin g collection presently exists or if this project implements a new school recycling service, then please indicate the recycl ing service provider (e.g. indicate whether the collection of recyclables is provided by public school system employees, by a spec ific local government, or through a contracted or third-party service provider). • Provide a list of the recyclable material s accepted by the program and indicate how the material s are to be collected (single stream, dual stream, source separated). • Indicate where the recyclables are going after they are collected (provide the name of the materials proce ssor). o Li st all of the public agencies and/or departments that collaborate to assist with or operate the school recycling program and list the role of each entity. Examples could include the local educational authority (school di strict), municipal and/or county solid waste management departments. Ideall y, a holi stic sc hool system recycling program should include cooperation between the community 's public recycling program and the public school system. 5 101518a HCBOC Page 207 GRANT CONTRACT NO. 7562 ATTACHMENT B o If a system-wide school recycling program is in place, explain if and how this grant will expand recycling throughout the school system and note whether this grant project is part of a phased plan . o A designated recycling contact should be established for each school facility participating in the recycling program. Examples of designated contacts might include school facility manager, head custodian, the faculty coordinator or leader of a group or club, the principal , or school administrator. Please provide a list of schools to be served by this project and the designated recycling contact for each school including the name and title of the designated contact. o Indicate the locations where recycling containers are or will be placed at the school facilities (e.g. classrooms, cafeterias, hallways, athletic fields , administrative offices, library, copy rooms, etc.). o Indicate who will be responsible for emptying the recycling containers (e.g. custodian/ cleaning staff, teachers, students, student groups, etc.). o Provide a plan for promoting recycling within the schools impacted by the grant project as well as a plan for educating staff and students about the program. • Electronics Recycling Projects: Any community seeking grant funds related to an electronics recycling related project mus t indicate in their proposal whether the local government has ever received funds distributed from the State's Electronics Management Program. For more information on eligibility for Electronics Management Program Funds see this web s ite: http://deq.nc.gov/about/divisions/waste-management/solid-waste-section/electronics- management/nc-local-governments-info-page. If the local government has received Electronics Management Fund distributions in the past, then the applicant must include information in its proposal about how those funds have been used and about how the community intends to use the funds that will be distributed in February 2018 and February 201 9. Successful county applicants seeking grant funds to support an electronics recycling re lated project that have not previously been eligible for distributions from the State 's Electronics Management Program will be required to become eligible for Electronics Management Funds on or before December 3 I, 2018 as a precondition of receipt of CWRAR Grant fund s . Successful municipal applicants seeking grant funds to sup port an electronics recycling related project that have not previously been eli g ible for di stributions from the State 's Electronics Management Program must decide whether or not to make themselves eligible for Electronics Management Funds prior to the December 31 , 2018 eligibility deadline. This deci sion should be made in consultation with the county where the municipality is located and should be based on how the distribution of funds can best serve the advancement of electronics recycling within the community. If it is determined that the municipality should seek Electronics Management Funds, the municipality should take action to become eligible for funds on or before December 31, 2018. • Away-From-Home Recycling Projects: Grant funds for away-from-home Recycling projects can only be use d for recycling related purchases and cannot be used to pay for the purchase of away- from-home receptacles for the collection of waste (garbage). If a proposal includes the purchase of away-from-home receptacles that collect BOTH waste and recyclable s, then the standard cash matching fund requirement will be adjusted so that the applicant (grantee) covers the full cost of the waste portion of the container with their matching funds. For example, if a community seeks to purchase a combo waste/ recycling station that has one s lot for garbage and one for recyclables and the receptacle costs $1 ,000 then the applicant will be expected to provide a cash match equal to one half of the purchase price, or $500. If seeking funding for an away-from-home recycling project, then please indicate in the Special Requirements section of the proposal whether any of the 6 101518a HCBOC Page 208 I GRANT CONTRACT NO . 7562 ATIACHMENTB equipment to be purchased will be used to collect waste materials that are intended to be disposed of in a landfill. In addition, applicants for away-from-home related grant projects are strongly encouraged to specify which particular recycling receptacles are being considered for purchase as a part of their proposal. For assistance with and guidance on the selection ofrecycling receptacles please contact Mindy Love at 919-707-8127 or mindy.love@ncdenr.gov. Grant Project Period/ Funding Period: Successful grant applicants will be required to enter into a grant contract with the Department of Environmental Quality. The resultant grant contract period is intended to align with the local government fi s cal year, and will generally have a one (I) year contract long term. Grantees must expend funds within the year-long contract period unless the grant contract end date is extended by written agreement between the applicant and the N.C. Department of Environmental Quality (DEQ). Extensions are possible but not guaranteed. It is anticipated that grant contracts resulting from this grant cycle will begin on July I, 2018 and end on June 30 , 2019. All purchases associated with grant funds must be made within the grant contract period. Any purchased made prior to the start of the grant contract or after the end date of the grant contract will not be eligible for reimbursement. Proposal Due Date: Proposals MUST be received by DEA CS by 5:00 p.m. on Friday, February 16, 2018. Any proposals received after the deadline will not be considered . Local governments requiring board approval to apply for grant funds should plan to procure that approval before the submittal deadline. How to Submit Proposals: One electronic copy of the proposal mu st be submitted by email to joseph.fitzpatri ck@ ncdenr.gov. Receipt of all acceptable proposals will be acknowledged by e -mail. Please submit electronic versions of proposals as Microsoft Word (preferred) or Adobe (PDF) files. If submittal of an electronic version of a grant proposal presents a hards hip, please contact Joseph Fitzpatrick to discuss submittal options. Proposals must be received by 5:00 p.m. on Friday, February 16, 2018. Proposals not received by 5:00 p.m. on Friday, February 16, 2018 will not be accepted. Required Proposal Format: The following outline indicates what applicants must include in their proposal for their application to be considered complete. Proposals th at fail to provide all of the required information or that fail to follow the following format may not compete well and may not be considered for funding. • Project Title • Applicant Contact Information: to include the followin g: ../ Name and title of main contact ../ Organization ../ Address ../ Phone number ../ Fax number ../ E-mail address • Date of Proposal Submittal : thi s should be the dat e the proposal is submitted to D EA CS • General Requirements: (see section on General Requirements for more information) ../ Written s tatement certifying that Solid Waste Di sposal Tax Procee ds are used only for solid waste management purposes and a description of how proceeds are used . ../ Written statement indicating that the applicant has re cycling service s for cans, bottles and paper ava ilable at the key government buildings and a li st of the materials collected . 7 101518a HCBOC Page 209 GRANT CONTRACT NO. 7562 ATTACHMENT B ./ Written statement indicating that the applicant has established a program for the collection and recycling of fluorescent lights and mercury containing thermostats from pub I ic buildings owned by the applicant. • Project Description: Provide a description of the grant project and please include the following information in the project description: ./ Description and quantities of items to be purchased with grant funds; ./ Description of the anticipated life of service for the items or materials to be purchased with grant funds (estimate how lon g the project will continue to serve the community); ./ An estimate of the number of households or businesses that will be impacted by or have access to the recycling services associated with the proposed project; ./ An estimate of the waste reduction impact of the proposed project ; and ./ A description of whether the grant project will create a new service, enhance or expand an existing service, or support an existing recycling service without expanding that service. • Special Requirements: Proposals for school recycling, e lectronics recycling or away-from-home recycling must include additional information as stipulated in the Special Requirements section. • Project Timeline: Bulleted li st showing project milestones and general implementation dates. Timeline must begin on or after July 1, 2018 and project must be complete by June 30, 2019. • Project Budget: to include the following: ./ Itemized list of intended expenditures and estimated costs; ./ Amount of funds requested from the state and amount of matching funds to be provided by the applicant (see Cash Match Requirements); ./ If the grant project is not a Priority Project Grant, the state grant award cannot exceed $20,000; ./ Please submit the Project Budget in a table following the example s hown below: Sample Project Budget State Grant Award Applicant Cash Match Project Total Re cycling Carts for Commercial Recycling Program (100 carts@ $55 each) $4,583 $ 917 $5,500 Labels for Carts and Signs for Recycling Sites $ 343 $ 69 $ 412 Program Brochures (Design and Printing) $ 209 $41 $ 250 Total $5,135 $1,027 $6,162 * Note about Project Budgets: state and local sales taxes are not reimbursable expenditures and s hould not be included as part of grant budgets. Grant Selection Process: Through a blind evaluation process, a selection committee w ill use the pre-established Award Criteria identified below to rank proposals and make award decisions. The review process is expected to be comp leted and preliminary award announcements should be made by April 20 18 . Award Criteria: Applicants are encouraged to consider the following Award Criteria as they develop their grant proposals. A total of I 00 points is available. I. Innovation / Creativity (0-5 points): Is the project innovative? Does the project address a new waste stream or material, create a new recycling service, or take an approach not seen in North Carolina? Does the project set a strong example for other communities to replicate? 2. Advancement of Public Recycling Service (0-10 points): Does the project implement a new recycling service in the appli cant community? Does the project bring a new aspect of recycling to an area or region of the state? Does the project implement a new program or service that is proven to be effective in another community or region of the state? 8 101518a HCBOC Page 210 GRANT CONTRACT NO. 7562 ATTACHMENT B 3. Planning (0-20 points): Did the Project Description include all necessary elements as outlined in the Required Proposal Format? Is the proposal well thought out, well researched and backed by valid facts and assumptions? 4. Consistency with Best Management Practices (0-15 points): Is the project consistent with recycling industry Best Management Practices (BMPs) and I or does the project involve the adoption or expansion of an industry BMP? Recognized BMPs may include the collection of commingled materials, collection using carts, the use of compacting equipment for collection vehicles, and / or the use of equipment and / or practices proven to reduce contamination and maximize diversion in other communities. 5 . Impact on the Waste Stream (0-15 points): Will the project contribute substantially toward reduction of the local waste stream or will it substantially increase tonnage recovered through recycling services? 6. Efficiency/ Cost-effectiveness (0-10 points): Will the project improve the efficiency or cost- effectiveness of the local waste reduction program? Does the project increase the efficiency or effectiveness of an existing recycling service? Does the project reduce the operating cost of a current recycling service or does it adopt practices proven to be cost effective in other communities? 7. Sustainability/ Commitment (0-10 points): Will the project be ongoing and sustained in subsequent annual budgets? Does the project have the support of the governing body? Does the project make investments that will continue to serve the community for years to come? 8. Joint Effort (0 or 5 points): One party proposals will receive zero (0) points; multi-party proposals (involving cash match from all participants) will receive five (5) points. 9. Priority Project * (0-10 points): Is the project seeking funding for a Priority Project Grant or a Special Large Priority Project Grant, and to what extent does the project support investments targeted in one of the Priority Project Grant categories? If A Proposal is Selected for Fu nding: DEACS anticipates that applicants selected to receive grant funding will be notified by the end of April 2018. DEACS will notify the applicant with a formal offer by e-mail. The applicant must accept or decline the offer. The following will occur once the offer of grant funding is accepted : • DEACS will conduct a compliance review with the Division of Waste Management (this may occur before offer is accepted). • When DEA CS requires revisions to the initially submitted proposal as a condition of grant award , DEACS and the applicant must both agree on the revisions to the proposal and the applica nt must approve any changes and accept the offered grant in writing. The Final Proposal will become an attachment to the grant contract. Applicants who fail meet this requirement will not be awarded funding. • Successful applicants will be required to register with the state 's e-procurement sys tem using the same address provided in the applicant 's proposal. To register in the state's e-procurement sy stem please visit the following link: http ://eprocurement.nc.go v/. • DEA CS will submit a request through the DEQ contract processing system for a grant contract. Grantee s must act to execute the resultant grant contract without excessive delay . NOTE: Successful applicants that make purchases before a grant contract is signed by both DEQ and the grant recipient will not be reimbursed. Other General Terms and Conditions: All grantees are s ubject to the following terms and conditions. Mo st of the se terms and conditions will be outlined in the grant contract. • Publications: all documents and publications ass ociated with a grant contract s hould be printed on recycled paper containing at least 30 percent post-cons umer content. 9 101518a HCBOC Page 211 GRANT CONTRACT NO. 7562 ATTACHMENT B • Final reports: a draft final report is required to be submitted to DEA CS at least 30 days prior to the contract end date and a final report is required to be submitted by the contract end date. Final reports and drafts should be submitted electronically. All applicants are strongly encouraged to visit the following web site to review the final reporting format and guidelines: https://deq.nc.gov/conservation/recycling/local-government-recycling-assistance/grant-programs . Applicants and grantees without internet access should contact Joseph Fitzpatrick at (919) 707-812 I to receive a copy of the Final Report Guidelines. • Extensions/ Amendments: no-cost time extensions are possible but not guaranteed for grant contracts. Grantees seeking no-cost time extensions should submit a request for a time extension at least sixty (60) days prior to the contract end date. The request for extension must indicate how long the grantee is seeking to extend the project and the reason that the extension is being requested (i.e., why the project cannot be completed on time). Any request for an extension must include a new timeline wi th revised project milestones and should also include a revised project budget if budget changes are also being requested. DEA CS reserves the right to decline any request for extension or amendment that is not initiated at least sixty (60) days prior to the contract end date. • Reimbursement: distribution ofDEACS grant funds is on a reimbursement basis. Requests for reimbursement can only be made after the grantee has completed purchases associated with the grant project. Reimbursement requests must be subm itted on letterhead , must include copies of invoices, and must include proof that the grantee has made payment. Proof of payment may include copies of canceled checks or other financial reports showing that funds were spent. State and local sales taxes are not reimbursable, may not be counted towards expenditure requirements, and should be excluded from reimbursement requests. The amount of actual grant payments may be prorated for projects and I or project elements that come in under budget. • Final 10 Percent of Funds: DEA CS will continue to reimburse grantees until 90 percent of the grant award amount has been expended. The final IO percent of grant funds wi ll be held until an acceptable final report has been received by DEACS. The final report must be received and approved prior to the end date of the contract. All final requests for reimbursement must be received within 45 days of the contract end-date or a ll remaining grant funds will be forfeited. A Final Word on Grant Writing: Proposals may receive low scores or even be rejected because appli cants fail to follow the instructions outlined in this document. Applicants stand a better chance of success if they .in clude all of the required components of a proposal and if they follow the Required Proposal Format. Project Descriptions should be clear, concise, and should demonstrate thoughtful planning. Poorly prepared proposals create uncertainty about the project goals and intended results . C lear details will provide grant proposal reviewers confidence about the v iability and feasibility of a proposal. Applicants with questions are encouraged to contact DEA CS for more information. 10 101518a HCBOC Page 212 , Harnett COUNTY NORlll CAROLINA February 13, 2018 Mr. Joseph Fitzpatrick Division of Environmental Assistance and Outreach Engineering and Solid Waste P.O. Box 2773 900 South 9th Street Lillington, NC 27546 North Carolina Department of Environment and Natural Resources 1639 Mail Service Center, Raleigh, NC 27699-1639 RE : 2018 Community Waste Reduction and Recycling Grants Household Hazardous Waste Collection at Anderson Creek Landfill Dear Joseph and Selection Committee: GRANT CONTRACT NO. 7562 ATTACHMENT C 910-814-6156 910-814-8263 fax www .harnett.org We are pleased to submit a proposal for the 2018 Community Waste Reduction and Recycling Grants. Harnett County would like to establish a permanent Household Hazardous Recycling Collection Site at the Anderson Creek Landfill. Project Title: Anderson Creek Household Hazardous Waste Collection Applicant Contact Information: Harnett County Solid Waste Amanda Bader, PE, County Engineer P.O. Box 2773 Lillington, NC 27546 Phone No. 910-814-6004 Fax No. 910-814-4041 Harnett County Tax ID: XXXXX0306 Date of Proposal Submittal: February 13, 2018 General Requirements: Attachments 1, 2 and 3 . Written statement certifying that only NC Solid Waste Disposal Tax Proceeds are used only for solid waste management purposes and a description of how proceeds are used (Attachment 1). Written statement indicating that the applicant has recycling services available at the key government buildings and a list of materials collected (Attachment 2). Written statement indicating that the applicant has a recycling program for spent fluorescent bulbs and thermostats containing mercury generated from public buildings (Attachment 3). Project Description: Harnett County is seeking a Special Large Priority Grant for our Household Hazardous Waste Program. We held our first temporary HHW Event in 2012 . It started as an annual event in Lillington. We kept the event In Lillington In 2013 and 2014 . We had two events at the Dunn Erwin Landfill, one in 2015 and one in 2016. Two events were held at the Anderson Creek landfill in 2017. Our best participation by far has been at Anderson Creek. NCDA partners with us at all of our events for pesticide disposal. strong roots • new growth 101518a HCBOC Page 213 Mr. Fitzpatrick Page 2 G RANT CONTRAC T NO. 7562 ATTAC HMENT C The western portion of Harnett County is a rapidly growing community and has a strong military presence. When these citizens are deployed or relocating, they want to know how to safely and properly dispose of HHW . This is our most common citizen 's inquiry. We typically ask them to store until our next event; donate finishes to Habitat for Humanity; or dispose of batteries and CFL's at Lowes . By establlshing a permanent HHW collection Site, we can establish collection days on the first Wednesday of the month and fill our container untll we have enough material to mobilize our HHW vendor. Currently, with two events per year, we are incurring about $8,000 in mobilization costs plus energy surcharge fees whether or not we fill the vendor's truck. Since the addition of the convenience site at Ponderosa where cooking oil, motor oil, and anti-freeze are collected, citizens are looking for more environmentally responsible ways to disposal of materials. These special waste programs have been very successful. A 2015 Community Waste Reduction and Recycling Grant funded the Ponderosa site. We are requesting infrastructure to place a Chemical Storage Building at the convenience center at the Anderson Creek landfill. A 20 ft x 40 ft carport will be used for collecting and sorting materials on the days of the events. Storm drainage improvements are needed for spill containment. Drainage from the proposed site flows to an open ended, rusted, metal pipe. We are requesting funds to replace the metal pipe with an 18" HOPE box and grate. The grate will be placed on top of the upturned 18" pipe . An 18" HOPE cap will be used to seal the grate and upturned pipe on the days of collection. We are requesting funds for the electrical service to the building and signage . Project Timeline: The following schedule assumes a start date of July 1, 2018. • April 13-14, 2018 : Begin training of personnel for HHW collection . • July l, 2018 : Submit permit for permanent HHW collection site. • October 1, 2018 : Submit purchase order for HHW Building. • November 1, 2018: Install storm drainage improvements . • January l , 2019 : Install HHW building with electrical. • April 1, 2019: Begin holding Household Hazardous Waste Events the first Wednesday of every month. • June 30, 2019: Submit Grant Final report to DEACS Grant Tlmellne: • April l , 2019: Begin holding Household Hazardous Waste Events the first Wednesday of every month. • June 30, 2019: Submit Grant Final report to DEACS strong ro ots • new grow th 101518a HCBOC Page 214 Mr. Fitzpatrick Page3 Project Budget: Description HHW Storage Building w/state approval option. 1-20 ft. x 40 ft . canopy Electrical for the panel in the HHW building Storm Drainage/Spill Containment Improvements Slgnage Total State Grant Award $30,144 $3,448 $2,700 $9,337 $500 $46,129 Applicant cash Match $6,028 $700 $500 $6,992 $500 $14,720 GRANT CONTRACT NO. 7562 ATTACHMENT C Project Total $36,172 $4,148 $3,200 $16,329 $1,000 $60,849 We appreciate your cons i deration and look forward to responding to any questions or comments you may have. Sincerely, Amanda L. Bader, PE County Engineer Attachment 1: NC Solid Waste Disposal Tax Proceeds Certification Attachment 2: Government Building Recycling Services Certification Attachment 3: Government Buildings Fluorescent Bulb Certification Attachment 4: Site Improvements Exhibit Attachment 5: Cost Estimates for Materials and Work to be Performed strong roots • new growth 101518a HCBOC Page 215 Harnett 'COUNTY · H CAROLINA February 15, 2018 Mr. Joseph Fitzpatrick Attachmen t 1 Division of Environmental Assistance and Outreach Engineering and Solid Waste P.O. Box 2773 900 South 9 1h Street Lillington, NC 27546 North Carol ina Department of Environment and Natural Resources 1639 Mail Service Center, Raleigh , NC 27699-1639 RE: 2018 Community Waste Reduction and Recycling Grants NC Solid Waste Disposal Tax Dear Joseph: GRANT CO NTRACT NO . 7562 ATTACHMENT C 910-814-6156 www.harnett.org This letter is to certify that NC Solid Waste Disposal Tax proceeds are used only for solid waste management purposes. The funds are placed in our solid waste enterprise fund and are used to fund leachate management, special waste and recycling programs and for operation costs for landfills and convenience centers. Sincerely, Amanda L. Bader, PE County Engineer strong roots • new growth 101518a HCBOC Page 216 Harnett COUNTY NORTH CAROLI NA February 15, 2018 Mr. Joseph Fitzpatrick Attachment 2 Division of Environmental Assistance and Outreach Engineering and Solid Waste P.O. Box 2773 900 South 9th Street Lillington, NC 27546 North Carolina Department of Environment and Natural Resources 1639 Mail Service Center, Raleigh, NC 27699-1639 RE: 2018 Community Waste Reduction and Recycl ing Grants Government Building Recycling Certification Dear Joseph : G RANT CON TRACT NO . 75 62 ATTACHMENT C 910-814-6156 910-814-8263 fax www.harnett.org This letter is to certify that recycling services are at key governmental buildings. Employees are given reasonable access to rec:ycling services and are able and encouraged to recycle materials generated in the course of business . We contract with Waste Industries to provide this service. In the past year, we have focused on the placement of twin bins in shared spaces such as lobbies and conference rooms to increase recycling. Sincerely, Amanda L. Bader, PE County E"ngineer strong roots • new growth 101518a HCBOC Page 217 Harnett COUNTY NOR TH CAROLIN A February 15, 2018 Mr. Joseph Fitzpatrick Attachment 3 Division of Environmental Assistance and Outreach Engineering and Solid Waste P.O. Box 2773 900 South 9th Street Lillington , NC 27546 North Carolina Department of Environment and Natural Resources 1639 Mail Service Center, Raleigh, NC 27699-1639 RE : 2015 Community Waste Reduction and Recycling Grants Government Building Fluorescent Bulbs Dear Joseph: GRANT CON TRAC T N O. 756 2 ATTACH MENT C 910-814-6156 www.harnett.org Spent fluorescent lights and thermostats that conta in mercury are stored at 200 McKinney Parkway, Lillington, NC. They are collected for recycling at our annual Household Hazardous Waste Collection day. Sincerely, Amanda L. Bader, PE County Engineer strong roots • new growth 101518a HCBOC Page 218 )( j i' i' I RECYCLING· ~ X b ~SD GRANT CONTRACT NO. 7562 ATTACHMENT C AND£RS0N CRfEK LANDFILL CONVENIENCE CENTER \_ NEW 18" HDPt, ..... DONATION BOX ---11---11~ I HHW STORAGE CONTAINER ""'-NEW 18" GRATE & FRAME WITH 18" CAP FOR COLLECTION DAYS 101518a HCBOC Page 219 ~ U.S. CHEMICAL ~ 111ra1e ® 2/9/2018 Revised: 2/12/2018 Harnett County, NC Ms . AMANDA BADER PO B0X940 LILLINGTON, NC 27546 RE: uses Quote No . 0004628 Dear Ms. Bader: Thank you for the opportunity to offer a proposal for your chemical storage needs . GRANT CONTRACT NO. 7562 ATTACHMENT C 1806 River Street WIikesboro, NC 28697 Phone: (800) 233 -1480 Phone:(336)990-0601 Fax: (336)-990-0076 Emal~ lnfo@luschemlcalstorage.com www.uschemlcalstorage.com US Chemical Storage has been manufacturing chemical storage structures in Wilkesboro, North Carolina for over 15 years . Our dedicated wor kforce and strict quality control combine to provide superb value t o our customers. The following proposal is based upon your specifications and is conceived to provide an efficient solution to your storage requ irements. After order placement we will provide you wit h an approval drawing for review detailing you r project. Only after you review and sign the drawing wlll we begin fabrication of your equipme nt. Our customer service team will guide you through the entire process and is always available to provide informatio n and assistance in working with approval authorities. We will contact you in a few days to review this proposal and answer any quest ions or concerns you m ay have. Pleas e contact us in the meantime should you require any further information. Thank you for the opportunity to work with you on this project . Sincerely, PATRICK HARRIS Technical Sales Eng ineer Direct: (336) 990-0668 pharris@uschemicalstorage.com 02/12/2018 US CS Quote:0004628 Page 1 101518a HCBOC Page 220 ~ U.S. CHEMICAL ~ 111ra11 ® QUOTE : 0004628 BUILDING QUOTATION PREPARED FOR: Ms. AMANDA BADER Harnett County, NC PO B0X940 LILLINGTON, NC 27546 DL2408 NONFR 24X8X8 33DRUM FM Full Storage: Bldg Weight: 7,464 Lbs Snow Load: 40 PSF Sump Capacity: 683 Gallons Wind Load: 90 MPH Exp. C Floor Load: 500 PSF Seismic: Category: C Drum Capacity: 33 Standard Features GRANT CONTRACT NO. 7562 ATTACHMENT C 1806 River Street WIikesboro, NC 28697 Phone: (800) 233-1480 Phone: (336) 990-0601 Fax: (336)·990-0076 Emal~ info@uschemicalstorage.com www.uschemicalstorage.com Date: 2/9/2018 The steel used to fabricate the model quoted here is the highest grade American made steel and is free from rough edges, kinks and sharp bends. Our manufacturing does not reduce the strength of the steel to a value less than intended by the UL design . Our manufacturing is done precisely and in a neat fashion and all bends are made by controlled means to ensure uniformity and strength . Our welding procedures are in accordance with the American Welding Society and meet standards set forth by the ASTM, and all welds are sufficient In size and shape to accommodate UL listed wall designs. Actual Exterior: 24' x 8' x 8'4" Actual Interior: 23'3" x 7'3" x 7'2" Locker Construction: Non-Combustible weatherproof construction with welded exterior 12-gauge steel panels and 10-gauge sump for maximum durability and strength. Wall studs are 3-1/2" by 2" for superior strength, manufactured from 12 gauge steel and producing a 3-1/2" wall cavity ready to accept standard insulation if required. Continuously welded roof and sump sections provide added rigidity in transit and use. 02/12/2018 uses Quote: 0004628 Page2 101518a HCBOC Page 221 ~U.S. CHEMICAL 111raae® GRANT CONTRACT NO. 7562 ATTACHMENT C 1806 River Street Wilkesboro, NC 28697 Phone: (800) 233-1480 Phone: (336) 990-0601 Fax: (336)·990-0076 Emalt lnfo@uschemlcalstorage.com www.uschemicalstonage.com Roof /Ceiling: Noncombustible weatherproof construction same as building walls. Continuously welded 12-gauge steel roof permanently attached to building. Equipped with rain shield over door. Spill Containment Sump Construction: Built in 7" deep leak tight secondary containment sump surpasses FM spill containment requirements. Heavy-duty construction utilizes 10-gauge steel for superior structural support. Removable galvanized steel floor grating rated SOOpsf for heavy drum/pallet loads. Structural steel floor supports are easily removed for clean up of spills within the sump. Building Base: Open channel construction for under-sump inspection. Steel C-channels and hold down brackets provided for ease of offloading and securing to site. Attains seismic and wind load anchoring. Static Grounding System: Three (3) Interior grounding lugs, one (1) exterior static grounding connection and one (1) galvanized steel grounding rod for prevention of explosive sparking hazards. Ventilation: Gravity Air Flow Vents in both high and low positions, with weatherproof galvanized steel frame and louvers to provide adequate air flow and natural draft. Interior screened openings prevent pest entry. Signage: Permanent D.O.T . metal flip placard with rust proof aluminum holder and stainless steel clips. One (1) pressure sensitive NFPA 704 Hazard Rating sign on door. Certifications: Factory Mutual (FM) Approval label affixed. Building Finish: After an extensive cleani ng process the interior and exterior surfaces are protected with a high solids alkyd universal metal primer (primer) and a high solid acrylic alkyd enamel top coat providing proven interior chemical resistance. Accessories (may increase exterior dimensions) Color Choices BLEACHED BONE, WHITE, DOVE GRAY, BARBER GREEN, or AZTEC BROWN Electrical Panel -Qty 1 UL LISTED, SINGLE PHASE, 3 WIRE, 120/240V 100 AMP 8 SPACE LOAD CENTER (NEMA 3R). RAINPROOF AND SLEET-(ICE) RESISTANT-OUTDOOR ENCLOSURES ARE INTENDED FOR USE OUTDOORS TO PROTECT THE ENCLOSED EQUIPMENT AGAINST RAIN AND MEET THE REQUIREMENTS OF UNDERWRITERS' LABORATORIES, INC., PUBLICATION NO. UL 508, APPLYING TO "RAINPROOF ENCLOSURES." OTHER ELECTRICAL CONFIGURATIONS AVAILABLE, ADDITIONAL COSTS MAY APPLY. 02/12/2018 uses Quote: 0004628 Page 3 101518a HCBOC Page 222 ~ U.S. CHEMICAL ~ 111r111(it Ory Chemical Fire Suppression -Qty 1 GRANT CON TRACT NO. 7562 ATTACHMENT C 1806 River Street WIikesboro, NC 28697 Phone: (800) 233-1480 Phone: (336) 990-0601 Fa,c : (336)·990-0076 Emal~ info@uschemicalstorage.com www.usd1emlcalstor1ge.com UL, ULC LISTED AND FM APPROVED PRE-ENGINEERED DRY CHEMICAL FIRE SUPPRESSION SYSTEM FOR CLASS A,B AND C FIRES. EQUIPPED WITH MEANS FOR REMOTE ANNUNCIATION. SYSTEM INCLUDES FUSIBLE LINK DETECTION FOR AUTOMATIC ACTUATION , MANUAL PULL STATION, AND NOZZLE(S) FOR TOTAL FLOODING APPLICATION . AGENT STORAGE LOCATED ON BUILDING EXTERIOR IN WEATHERPROOF ENCLOSURE. AUDIBLE ALARM INCLUDED WITH SYSTEM . SYSTEM IS DELIVERED UNARMED AND MUST BE ARMED AND CERTIFIED BY A LICENSED REP. Air Inlet -Qty 3 AIR INLET VENT TO PROVIDE NATURAL VENTILATION . VENT IS EQUIPPED WITH AN EXTERIOR LOUVER AND AN INTERIOR SCREEN TO PREVENT PEST ENTRY. 2 Ft. LED Strip Light -Qty 3 LED LOW PROFILE, CEILING OR WALL MOUNT, 2FT NOMINAL LENGTH STRIP LIGHT. UL 1598A, 844, 1598, & 8750; CUL LISTED. CLASS 1, DIV 2, GROUPS A, B, C, & D. CLASS 2, DIV 2, GROUPS F & G. NEMA 4X. DESIGNED FOR USE IN HAZARDOUS LOCATIONS AND WHERE MOISTURE, DIRT, DUST, CORROSION AND VIBRATION MAY BE PRESENT. ALUMINUM BODY W/ GRAY EPOXY FINISH ; T-ONE PIECE, NEOPRENE GASKET AND DIFFUSED POLYCARBONATE LENS. 120-277/1, 50 OR 60HZ. 3737 LUMENS, 40 WATTS XP Exhaust Fan -Qty 1 EXPLOSION PROOF EXHAUST FAN CONSISTING OF ONE (1) UL LISTED, CLASS I, DIVISION 1, GROUP C AND D TOTALLY ENCLOSED MOTOR (llSVAC, 4.SA, 60HZ, 1-PHASE) WITH NON-STATIC TWELVE-INCH (12) DIAMETER CAST ALUMINUM FAN BLADE. EXTERNAL HOUSING CONSTRUCTED OF 18 GA STEEL, EPOXY-COATED OUTSIDE . EXHAUST INTAKE VENTS LOCATED WITHIN TWELVE INCHES (12) OF THE FLOOR. ACTIVATED BY AN EXTERIOR UL LISTED FAN SWITCH . EXTERIOR EXHAUST FAN PORT OPENING EQUIPPED WITH SHUTTER ASSEMBLY AND SCREEN . MECHANICAL VENT IS SIZED TO ALLOW FOR A MINIMUM OF 6 AIR CHANGES PER HOUR. Stainless Steel Shelving -Qty 36 STAINLESS STEEL SUMP SHELVING : ADJUSTABLE 16" LEAKPROOF STAINLESS STEEL SHELVING FORMED ANO WELDED FROM HEAVY GAUGE STEEL WITH A 2" LIP AROUND THE ENTIRE SHELF. SHELVING LENGTHS ARE APPROXIMATE AND MAY VARY DUE TO SPACE LIMITATIONS. PRICE IS PER LINEAR FOOT. CL/DL PARTITION WALL 6'-8' -Qty 2 INTERIOR SEPERATION WALL FOR CL MODELS (6 1 -8' NOMINAL). NON-FIRERATED WALL CONSTRUCTION, SEPERATION WALL EXTENDS FROM SUMP BASE TO CEILING . Door· Qty 3 54"W X 8011 H 12 GAUGE STEEL DOOR. HEAVY-DUTY HARDWARE INCLUDES 3-POINT LOCKING SYSTEM WITH KEYED MALLEABLE IRON DOOR HANDLE. INTERIOR SAFETY RELEASE LEVER. EXTERIOR DOOR HOLD OPEN. 02/12/2018 uses Quote: 0004628 Page4 101518a HCBOC Page 223 Qtv. of Units: 1 Subtotal: $36,172.00 Freight Estimate• FREIGHT NOT INCLUDED. ADDED TO INVOICE Total Price: $36,172.00 All prices here in are quoted In US Dollars Expiration: This Quotation Expires 30 DAYS from date of issue. GRANT CONTRACT NO. 7562 ATTACHMENT C 1806 River Street Wilkesboro, NC 28697 Phone: (800} 233·1480 Phone: (336) 990-0601 Fax: (336)-990--0076 Emal~ lnfo@u~hemlcalstorage.com www.uschemlcalstor.age.com Estimated Lead Time: 8-10 WEEKS Actual Lead time may vary based upon factory load at time of order. Payment Terms: 50% Deposit Due at Order and Prior to Beginning of Lead Time, 50% Balance Due Net 30 From Date of Shipment. A 1% discount will be allowed for final payments received and deposited within 15 days of shipment. A 1% penalty per month will be applied to balances past 30 days. Signature PO # (Customer is responsible to check with appropriate agencies to determine ifony third party or local approvals ore necessary. This order does not Include tax, offloading anchoring, arming .of dry chemical fire suppress/an, electricol/w ater connections or permits. This order is subject to US Chem leaf Storage LL C 's term s a n d ca n d itio n s w h le h a re lo ca t e d In ya u r b u i Id in g m an u a I w h ic h ca n b e do w n lo a de d fro m .h.!!J1.://www.uschemicalstora 9 e .com /c om ~any1terms -and-cond itions .html. Projected lead time may vary and w II/ be updated at time of order. Custom er is responsible for offloading and positioning of their building on site .) •freight is an estlm ate only, we w ii/attempt to honora freight quote but con not guarantee rates. Ac curate freight prices will be a va ila b le pf/Or to a ctu a Id eliv e ry . At on y tim e customer m a y arrange for their own freight. 02/12/2018 uses Quote: 0004628 Pages 101518a HCBOC Page 224 ~ U.8. CHEMICAL ~ 111r111G GRANT CONTRACT NO. 7562 ATTACHMENT C 1806 River Street Wll kesboro, NC 28697 Phone: (800) 233-1480 Phone: (336) 990-0601 Fax: (336)-990-0076 Em•lt info@uschemicalstorage.com www.uschemlcabtorage.com Optional Components (Additional to Subtotal and Total Price Listed Above) State Approval-NC Qty 1 ........ 0ptlonal, please add $6,395.00 to total price STATE APPROVAL-NORTH CAROLINA REVIEW, DESIGN AND/OR INSPECTION AS REQUIRED BY THE STATE . THIS PROCESS WILL ADD SEVERAL WEEKS TO THE OVERALL CONSTRUCTION TIME DUE TO REQUIRED REVIEW AND INSPECTIONS. US CHEMICAL STORAGE WILL PROVIDE AN UPDATED OVERALL PROJECT LEAD-TIME CONSIDERING THIS APPROVAL AND CONSTRUCTION TIME AT THE POINT OF ORDER . lifting Lugs Qty 1 ........ 0ptlonal, please add $469.00 to total price (4) 1" FLAT BAR X 4" WIDE HOT ROLLED STEEL WITH 11/4" HOLE FOR CHAIN. Shrink Wrap Qty 1 ........ 0ptional, please add $2,298.00 to total price 7 MIL SHRINK WRAP APPLIED TO BUILDING PRIOR TO SHIPMENT TO PROECT FROM MINOR DIRT, ROAD SALT AND OTHER ACCUMULATED RESIDUE THAT MAY BE ENCOUNTERED DURING SHIPMENT. 02/12/2018 uses Quote: 0004628 Page6 101518a HCBOC Page 225 Electrical Solutions Of NC INC . 902 Friendly Rd Dunn, NC 28334 (910) 892-2452 electricalsolutionsnc@gmail.com Name / Address Anderson Creek Landfill Description Install a 100 amp service from scale house to new conex (UP TO 100') Install Conduit underground to run circuit through Install 100 amp fusible disconnect on outside of conex Permit will need to be issued for doing worlc Price for work stated above GRANT CONTRACT NO. 7562 ATTACHMENT C Estimate Date Estimate# 2/15/2018 1599 Project Qty Cost Total 3,200.00 3,200.00 Total $3,200.00 Customer Signature 101518a HCBOC Page 226 RL T & Associates, Inc. 111 Tasha Lane Fuquay-Varina, NC 27526 Name/ Address Hamett County Solid Waste P0Box2773 Lillington, NC 27526 ' Description Location: Anderson Creek Landfill Saw cut asphalt Install 200 If of 18" double wall plastic pipe with a l B" grate and frame. Pour a 4'x4 ' concrete slab around the grate and frame. Install a metal cap over frame and grate that is moveable . Patch asphalt Mobilization Saw cut asphalt Provide and fastall 200 If of l B" DWPP Basin grate and frame Backfill and grade to drain to basin 4'x4 ' concrete slab Cap old existing pipe Asphalt patch Phone# Fax# 919-552-4489 919-552-9600 Qty Page 1 GRANT CONTRACT NO. 7562 ATTAC HMENT C Proposal Date Proposal # 2/13/2018 1198 P.O. No . Terms Cost Total 500.00 SOO.OOT 77S.OO 775.00T 7,250.00 7,2SO.OOT 1,675.00 1,675.00T 650 .00 650.00T 600.00 600.00T 400.00 400.00T 3,420.00 3,420.00T Total 101518a HCBOC Page 227 RL T & Associates, Inc. 111 Tasha Lane Fuquay-Varina. NC 27526 Name I Addreaa Hamett County Solid Waste P0Box2773 Lillington, NC 27S26 Description All material is guaranteed to be as specified and the above work to be perfonned in accordance with the drawings and specifications submitted for above work and completed in a substantial workmanlike manner. With the payments to be made as follows : Due within l S Days of Receipt of Invoice. ..Exclusions: Testing. Unsu itable Soil/Rock/Materials & Permits unless specifically noted in above description. Note: This Proposal may be withdrawn by us if not accepted within 15 Days. Any Alteration or deviation from above specifications Involving elttJ'II cost, will be executed only upon written orders and will become an extra charge over and above the estimated. Womnen's Compensation and Public Liability Insurance on above work to be taken out by: RL T Construction and/or RI.. T and Associates. Acceptance of Proposal: The above prices, specifications and conditions are satisfactory and are hereby accepted. You arc authori?.ed to do woit as specified. Payment will be made as outlined above. Accounts over 1 S days will incur a monthly service charge of 1.S% ••••••••••0 ••1bis proposal is valid for J 5 days. Hamett Co 7.0% Phone# Fax# 919-SS2-4489 919-SS2·9600 Qty Page2 GRANT CONTRACT NO. 7562 ATTACHMENT C Proposal Date Propoaal# 2/13/2018 1198 P.O.No. Terms Co.t Total 7.00o..4 1,068.90 Total $16,338.90 101518a HCBOC Page 228 GRANT CONTRACT NO. 7562 ATTACHMENT D Notice of Certain Reporting and ~udit Requirements A recipient or subrecipient shall comply with the all rules and reporting requirements established by statute or administrative rules found in 09 NCAC Subchapter 3M. For convenience , the requirements of 09 NCAC Subchapter 3M .0205 are set forth in this Attachment. Reporting Thresholds. There are three reporting thresholds established for recipients and subrecipients receiving State awards of financial assistance. The reporting thresholds are : (1) Less than $25 ,000 - A recipient or subrecipient that receives , hold , uses , or expends State financial assistance in an amount less than twenty-five thousand dollars ($25,000) within its fiscal year must comply with the reporting requirements established by this Subchapter including: (A) A certification that State financial assistance received or held was used for the purposes for which it was awarded ; and (8) An accounting of all State financial assistance received , held , used , or expended. (2) $25,000 up to $500,000 -A recipient or subrecipient that receives, holds uses , or expends State financial assistance in an amount of at least twenty-five thousand ($25,000) but less than five hundred thousand dollars ($500 ,000) within its fiscal year must comply with the reporting requirements established by this Subchapter including: (A) A certification that State financial assistance received or held was used for the purposes for which it was awarded ; and (8) An accounting of all State financial assistance received , held , used , or expended. (C) A description of activities and accomplishments undertaken by the recipient , including reporting on any performance measures established in the contract. (3) Greater than $500 ,000 - A recipient or subrecipient that receives, holds , uses , or expends State financial assistance in the amount equal to or greater than five hundred thousand dollars ($500,000) within its fiscal year must comply with the reporting requirements established by this Subchapter including : (A) A certification that State financial assistance received or held was used for the purposes for which it was awarded; and (8) An accounting of all State financial assistance received , held , used, or expended. (C) A description of activities and accomplishments undertaken by the recipient , including reporting on any performance measures established in the contract. (D) A single or program-specific audit prepared and completed in accordance with Generally Accepted Government Auditing Standards , also known as the Yellow Book. Other Provisions: 1. All reports shall be filed with the disbursing agency in the format and method specified by the agency no later than three (3) months after the end of the recipient's fiscal year , unless the same information is already required through more frequent reporting. Audits must be provided to the funding agency no later than nine (9) months after the end of the recipient's fiscal year. 2. Unless prohibited by law, the costs of audits made in accordance with the provisions of 09 NCAC 03M .0205 shall be allowable charges to State and Federal awards. The charges may be considered a direct cost or an allocated indirect cost, as determined in accordance with cost principles outlined in the Code of Federal Regulations , 2CFR Part 200. The cost of any audit not conducted in accordance with this Subchapter shall not be charged to State awards. 3. Notwithstanding the provisions of 09 NCAC 03M .0205 , a recipient may satisfy the reporting requirements of Part (3)(0) of this Rule by submitting a copy of the report required under the federal law with respect to the same funds . 4. Agency-established reporting requirements to meet the standards set forth in this Subchapter shall be specified in each recipient's contract. 101518a HCBOC Page 229 Agenda Item -~4--L=---- Board Meeting Agenda Item MEETING DATE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS REQUESTED BY: Jol REQUEST: At the October 2, 2018 meeting, the Board of Health approved to increase the following fees: CPTCODE 90621 90662 90670 90674 90681 90698 90710 90732 DESCRIPTION Trumenba Fluzone High Dose Prevnar 13 Flucelvax Quad Rotarix Pentacel Proquad Pneumovax 23 RECOMMENDED PRICE $180 $78 $210 $49 $116 $88 $225 $105 They also approved a new vaccine to be offered at the Health Department. 90750 Shingrix $182 Your approval of this request is appreciated. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: \\hcfileb\ht hshare\admin\Fileshare\1-Excel\BOH PAT FEE INC-NEW FEES-BOC Requests\BOH 100218\BOC Age nda Form Vacc in es 0920 18 10011 8 .docx Page I of I 101518a HCBOC Page 230 Agenda Item _ ___...;4:....-~M-=---- Board Meeting Agenda Item MEETING DA TE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Benhaven Emergency Services request permission to purchase a compressor. REQUESTED BY: Jimmy Riddle, Emergency Services Director REQUEST: Benhaven Emergency Services is requesting permission to purchase a compressor to replace their 2006 compressor that is no longer operational which is used to fill their cascade system at the station, on the rescue truck and the scba bottles. They will replace it with a Legacy 13 Vertecon 13CFM 6KPSI 1 OHP from Safe Air Systems in the amount of $21,387.13 ($19,999.10 + $1,388 .03 sales tax). It will have a five year compressor block warranty and a 2 year warranty on the rest of the system. The Benhaven Emergency Services Board of Directors approved this purchase on October 1, 2018. The funds will be taken from their Capital Outlay Reserve Fund. See attached request letter and quote from Benhaven Emergency Services. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: C:\User s\bstancil\Desktop\agendaform2018.docx Page I of I 101518a HCBOC Page 231 ..... EIE I IE October 2, 2018 Mr. Jimmy Riddle Emergency Services Director Harnett County 1005 Edwards Brother Drive Lillington, NC 27546 Dear Mr. Jimmy Riddle: During the last 90 days we have experienced issues with our compressor that fills our cascade system at the station, on the rescue truck and the scba bottles. We have contacted our Bauer service center who came out and evaluated our system . The results were that the system was put on line on January 16, 2006 and the system was timing out and overheating due to normal wear and tear due to the age of the system. It was also due to the system being a 5 CFM system which is typical suited for a dive shop operation. The option for our system is to do what they call a top end rebuilt to the compressor. The cost of the rebuilt was $4,169.12 with a 90 workmanship warranty. The situation was discussed with the board equipment committee and then with the full board on October 1, 2018. The board discussed the age of the system, cost of repair, warranty and chances of failure of the repair and other components not replaced during the repair. The board reached the conclusion that it was not economically feasible to repair an almost 13 year old system with little warranty and no guaranty on how long it would last. They also considered the fact that the system was undersized for our use and we would go from a 5 CFM system to a 13 CFM system. Based on the above information we are requesting to spend $19,999.10 of funds not in our current budget to replace our compressor. It will have a five year compressor block warranty and a 2 year warranty on the rest of the system. We will be able to make the purchase out of our Capital Outlay Reserve fund . Thank you for your consideration on this matter. Sincerely, <@,4~ RA (Andy) Thomas, Chief P. 0. Box 301 • Olivia, NC 28368 4023 NC HWY. 87 N. • Sanford, NC 27332 • Phone : 919-499-9511 • Fax : 919-498-0188 101518a HCBOC Page 232 210 Labrador Drive Randleman, NC 27317 www.safeairsystems.com toll free 800.424.8633 BILL TO: Quote SHIP TO: info@safeairsystems.com phone 336.674.0749 fax 336.674.3688 QUOTE# 0166156 Date: 7/24/2018 Customer Number: 0000084 BENHAVEN EMERGENCY SERVICES PO BOX 301 BENHAVEN EMERGENCY SERVICES 4023 HWY 87 NORTH OLIVIA, NC 28368 SANFORD, NC 27332 Confirm To: ANDY THOMAS, CHIEF PO#: Qtv. Item .. 5 YEAR BAUER COMPRESSOR BLOCK WARRANTY AND 2 YEAR WARRANTY ON REST OF SYSTEM .. 1.00 LEGACY 13 VERTECON 13CFM6KPSI 10HP VERTECON 13CFM 6KPSI 10HP Bauer Open Vertical Compressor/Purifier configured for 13.0 scfm, 6000 psig, 4-stage compressor, 10 hp, phase motor and 67,000 scf capacity purifier, integrated purification system that meets NFPA 1989 requirements for firefighting and CGA Grade E air for SCUBA, purifier indudes steel mechanical separator chamber, as well as purifier safety vent port to prevent operating system w/o cartridge. Standard with Bauer long-life, well-cooled, oil-pressure lubricated compressor block with stainless steel intercoolers, high-temperature & low oil pressure shutdowns. Mounted pressure gauges for oil, final stage and purifier. Includes PLC with touch pad controller with full color display, lighted on/off switch, hour meter, emergency stop button, safety over-time timer, motor controls/protection and UL-rated electrics. AUTO CONDENSATE DRAIN SYSTEM -Timed automatic drain, includes silencer and collection reservoir and user display indicator if "full". MTD INTERSTAGE PRESSURE GAUGES SECURUS PURIFIER MONITOR SYSTEM -Built-in, continuous monitor for purification cartridges. -Includes user display indicators for "safe", "high moisture", "cartridges expired" and "contact fault". -Automatic system shutdown for faults; fail-safe (can not be over-ridden); no warm up required. -Can extend the purifier cartridge's useable life. 1.00 26-SASC0-24V PNL MOUNTED CO MONITOR 24 V 1.00 OUTV-KIT/ VERT COMP OUTLET VLV KIT 1.00 /AIRTEST-N11989-NC AIRTEST SINGLE GRADE 1989 (08) 1.00 /FREIGHT ES-FREIGHT 2.00 /SHOP LABOR-NC 7.00 /FIELD LABOR-NC ES-SHOP LABOR FIELD LABOR-NC Salesperson: HOUS Amount Continued 101518a HCBOC Page 233 QUOTE# 0166156 126.00 /MILEAGE ES-MILEAGE 0 5 YEAR BAUER COMPRESSOR BLOCK WARRANTY AND 2 YEAR ON REST OF SYSTEM** THIS QUOTE IS FOR A BAUER OPEN LEGACY 13 WITH THE FOLLOWING FEATURES: 13 CFM, 6000 PSI, 10 HP, SINGLE PHASE MOTOR, AUTO CONSENDATE DRAIN, INTERSTATE GAUGES, ELECTRIC MOISTURE MONITOR AND CO MONITOR. INSTALLATION WILL INCLUDE THE USE OF THE CUSTOMERS EXISTING (4) 6000 PSI DOT CYLINDERS AND EAGLE FILL STATION. NOTE: HOSES AND FITIINGS WILL BE INSPECTED AT TIME OF INSTALLATION AND ANY IN NEED OF REPLACEMENT WILL BE BROUGHT TO THE ATIENTION OF THE CUSTOMER AND THE COST, PLUS TAX, WILL BE ADDED TO FINAL INVOICE. ONE TIME AIR TEST WILL BE PULLED AT TIME OF START UP. ****FREIGHT IS ESTIMATED. ****PRICE INCLUDES DELIVERY AND INSTALLATION OF EQUIPMENT TO CUSTOMERS LOCATION. USER TRAINING WILL BE CONDUCTED AT TIME OF INSTALLATION. ****CUSTOMER TO SUPPLY SUITABLE ELECTRICAL CONNECTION FOR THIS UNIT TO INCLUDE WALL MOUNT DISCONNECT AND PIG TAIL (PIG TAIL CONSISTS OF 10 FT OF FLEX CONDUIT WITH 90 DEGREE ELBOW AND 12 FT OF WIRE). SAFE AIR SYSTEM WILL MAKE FINAL CONNECTION. Includes: • Estimated Freight • * Delivery * * Setup, installation and piping * * Startup and System Verification * • Comprehensive User Training * Terms: NET 30 DAYS FOB: Randleman, NC Quote is mlid for 30 days, unless othenrise stated. Deliverv: 30 -60 days after receipt of order Shio Via: BESTWAY Final billinfl mai• include sales tax if applicable. 1.5% Monthly Finance Charge will apply to any unpaid balance after payment due date. Safe Air Systems is a Master Distributor for Net Order: Sales Tax: Order Total: 2 $19,999.10 $1,388.03 $21,387 .13 www.safeairsystems.com 210 Labrador Drive Randleman, NC 27317 i=f21i1§j~ COMPRESSORS Oflice(336)674-0749 Fax (336) 674-3688 101518a HCBOC Page 234 QUOTE# 0166156 OPTIONAL EQUIPMENT AND/OR SERVICES: 5 YEAR COMPRESSOR PREVENTIVE MAINTENANCE & AIR TESTING PROGRAM. THE COMPRESSOR MAINTENANCE AND AIR TESTING PROGRAM WILL BE IN EFFECT FOR YOUR FIRST FIVE YEARS OF OWNERSHIP. THE PROGRAM INCLUDES AN ANNUAL SITE VISIT DURING WHICH YOUR EQUIPMENT Will BE SERVICED ACCORDING TO THE MANUFACTURERS' REQUIREMENTS. THE PROGRAM ALSO INCLUDES BEFORE ANO AFTER AIR TESTING AND QUARTERLY AIR TESTING AS REQUIRED BY THE NFPA. WITH THE AIR TESTING PROGRAM YOU Will RECEIVE A DETAILED REPORT WITH EACH SAMPLE TAKEN ADVISING THE QUALITY OF AIR THAT YOUR EQUIPMENT IS PRODUCING. ADVANTAGES OF THIS PROGRAM ARE: *IDENTIFIES OUT OF POCKET EXPENSES FOR YOUR COMPRESSOR DURING YOUR FIRST 5 YEARS OF SYSTEM OWNERSHIP, ASSUMING NO MALICIOUS ACTS OR ACTS OF GOD. *MEETS BAUER'S REQUIREMENTS TO KEEP THE WARRANTY IN EFFECT. *MEET'S NFPA 1989, 2013 EDITION REQUIREMENTS FOR SERVICING & AIR TESTING. COST FOR THIS PROGRAM IS $6,443.00 Sales Department Order Acceptance Any changes made after signed acceptance of quote and customer requirement sheet will result in a change order fee. Sign: Title: Date: PO# Safe Air Systems is a Master Distributor for 3 \Y\Vw.safeairsystems.com 210 Labrador Drive Randleman, NC 27317 [ !Z'(i)3;~ COMPRESSORS Office (336) 674-0749 Fax (336) 674-3688 101518a HCBOC Page 235 Agenda Item _ __::.4-:-N~--' Board Meeting Agenda Item MEETING DATE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Joint Resolution Adopting North Carolina Geodetic Survey's Resurvey of the Common Boundary Between Harnett County and Wake County REQUESTED BY: Clint Williams, GIS/E-911 Operations Administrator REQUEST: Harnett County GIS/E-911 requests that the Board of Commissioners: 1. Adopts the location of the boundary line between Hamett County and Wake County in accordance with the attached plat prepared by North Carolina Geodetic Survey, and adopts the attached joint resolution. 2. Directs the Hamett County Tax Administrator to assess parcels, or portions thereof, that have previously been assessed in Wake County but will now be in Hamett County, in accordance with the attached plat prepared by North Carolina Geodetic Survey and mutually agreed to by this Board and th e Wake County Board of Commissioners. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: S :\Agenc ics\Board of Commissioncrs\Agcndas\a gendafonn2018-1015-Hamctt-Wakc-County-Line.docx I of2 Page 101518a HCBOC Page 236 Agenda Item Additional Information Item Title : Joint Resolution Adopting North Carolina Geodetic Survey's ResuNey of the Common Boundary between Harnett County and Wake County Specific Action Requested: That the Board of Commissioners: 1. Adopts the location of the boundary line between Harnett County and Wake County in accordance with the plat prepared by North Carolina Geodetic Survey, and adopts the joint resolution. 2. Directs the Harnett County Tax Administrator to assess parcels, or portions thereof, that have previously been assessed in Wake County but will now be in Harnett County, in accordance with the plat prepared by North Carolina Geodetic Survey and mutually agreed to by this Board and the Wake County Board of Commissioners. Item Summary: Purpose: Background : North Carolina General Statute 153A-18 gives Counties the autho rity to mutually establish county boundary lines that are uncertain through ratification of a survey prepared by North Carolina Geodetic Survey . On April 16 , 2018 , the Board of Commissioners jointly agreed with the Wake County and Chatham County Board of Commissioners to resolve issues with the boundary line by first authorizing legislation to establish the correct common corner shared by all three counties . On June 25, 2018, the North Carolina General Assembly ratified legislation, Session Law 2018-62, that corrects the common corner for Wa ke , Harnett, and Chatham Counties . The next step is to resolve uncertainties in the shared boundary line between Wake County and Harnett County. This can be accomplished by mutua l agreement (Joint Resolution) of the plat prepared by North Carolina Geodetic Survey that depicts the newly established boundary line (attached ). If adopted , the Resolution will also direct the Harnett County Tax Administrator to assess parcels, or portions thereof, that have previously been assessed in Wake Co unty but will now be in Harnett County. 101518a HCBOC Page 237 All changes to the County line described herein become effective on January 1, 2019. Staff has been in contact with all impacted property owners and has notified them of today's meeting . Additional Information: Uncertainty with the location of county boundary lines is not uncommon in North Carolina. Today's technology can locate boundary lines much more precisely and uncover discrepancies in those boundaries. These discrepancies can create issues when it comes to tax assessment, property value , deed recordation, zoning, building permitting , public safety, board of elections , and the school system. The current issue has been prompted by differences between the boundary line that Harnett County uses versus the one that Wake County uses . In some instances, the boundary line used between the two counties varies as much as several hundred feet. This has resulted in confusion over the delivery of services and tax assessment to the properties along the boundary line. Given the uncertainties, Harnett and Wake County staff requested North Carolina Geodetic Survey to conduct historical research and field work to determine the accurate location of the shared boundary line. During their work they discovered errors in the 1961 Wake County and Chatham County survey whereby the Wake/Chatham/Harnett corner was incorrectly located. This error was corrected in the recent Session Law 2018-62 and was supported by all three counties. With this correction, Harnett County and Wake County can now proceed with resolving the uncertainty in their shared boundary line. North Carolina Geodetic Survey has completed the field work and prepared a plat showing where the Harnett and Wake County boundary line should be (attached). In accordance with North Carolina General Statute 153A-18, both Harnett County and Wake County can mutually agree to establish this as the county boundary line . Since last year, staff from each county have been working collaboratively on identifying all the parcels impacted by the boundary line issue. Staff conducted two community meetings (December 5, 2017 and March 27 , 2018) where property owners were able learn more about the issue. Property owners were also sent letters detailing the impact on their property. For example, where the boundary line splits a parcel , the property will now become split assessed between the two counties. This is in accordance with state law. In other cases , the property will move entirely from one county to the other. Two of the more common concerns from property owners are : 1) will future development be restricted in some way on a parcel that is split between the two counties? and 2) will a split parcel affect the current agricultural tax deferment (which allows property owners who are farming their land to have a reduced tax value until the property transitions to a non-agricultural use)? The answer to both questions is no impact at all. 101518a HCBOC Page 238 The following summarizes the property impacts along the Harnett/Wake County boundary line: Harnett I Wake County Boundary -PRELIMINARY EST/MA TES Properties Affected Count Estimated Value Homes moving from Wake to Harnett (Gain) 10 $1,266 ,193 Homes moving from Hamett to Wake (Loss) 5 $ 588 ,260 Homes split between Harnett and Wake (Gain) 8 $ 198,955 Parcels split between Harnett and Wake with a (Gain) 51 $ 389,930 Parcels split between Harnett and Wake with a (Loss) 34 $ 382 ,880 Total Preliminary Estimated Tax Value for Harnett (Gain) $ 883,938 Total Preliminary Estimated Tax Revenue for Harnett (Gain) $ 6,630 The attached resolution is also being considered by the Wake County Board of Commissioners at their meeting on October 15, 2018. Should both boards adopt it, the newly established line will become effective on January 1, 2019. Several months prior to the effective date , each County will apply zoning to the properties, or portions thereof, that are being transferred into the county . Property owners will be notified during this process. Additionally, each County will record with their Register of Deeds a document that identifies all impacted parcels resulting from this corrective action of the county boundary line . 101518a HCBOC Page 239 JOINT RESOLUTION ADOPTIONG AND ESTABLISHING THE COMMON BOUNDARY LINE BETWEEN WAKE COUNTY AND HARNETT COUNTY WHEREAS, N.C.G.S. § 153A-18 provides that if two or more counties are uncertain as to the exact boundary between them, they may cause the boundary to be surveyed, marked and mapped; and WHEREAS, pursuant to a Joint Resolution with Wake County, Harnett County and Chatham County approved by the Harnett County Board of Commissioners and Wake County Board of Commissioners on or about April 16, 2018, North Carolina Geodetic Survey was authorized to locate and survey the boundary line between Wake County and Hamett County; and WHEREAS, as part of the preliminary survey work completed by North CaroJina Geodetic Survey, it was determined that Wake County and Chatham County had been using a boundary comer established by survey in 1961 that differed from the actual location of the Wake/Chatham/Harnett tri-county boundary comer; and WHEREAS, pursuant to SL2018-62 ratified by the North Carolina General Assembly on or about June 25, 2018, the tri-county comer boundary between Wake, Chatham and Harnett County was established in accordance with N.C.G.S. § 153A-17; and WHEREAS , now that the tri-county comer has been established, Wake County and Harnett County mutually desire to finalize the location of the common boundary shared between them; and WHEREAS, North Carolina Geodetic Survey has prepared an official survey of the Wake County and Harnett County common boundary for adoption and ratification by the Wake County and Hamett County Boards of Commissioners. NOW THEREFORE, BE IT RESOLVED BY THE WAKE COUNTY BOARD OF COMMISSIONERS AND THE HARNETT COUNTY BOARD OF COMMISSIONERS that the survey completed by the North Carolina Geodetic Survey attached hereto as Exhibit A is hereby adopted for the purpose of locating the common boundary between Wake County and Harnett County. BE IT FURTHER RESOLVED that upon adoption of this Joint Resolution, Wake County and Harnett County will work together to reconcile county services to affected properties such as board of elections, zoning, building permitting, emergency response, and tax assessments. 1 101518a HCBOC Page 240 BE IT FURTHER RESOLVED that upon adoption of this Joint Resolution, staff is directed to register a copy of the same with the Register of Deeds in Wake County and Hamett County as well as the North Carolina Secretary of State's Office. That this JOINT RESOLUTION shall become effective on January 1, 2019. WAKE COUNTY Adopted this 15th day of October, 2018. ATIEST: ----------Denise Hogan Clerk to the Board Jessica N. Holmes, Chair Board of Commissioners 2 101518a HCBOC Page 241 HARNETT COUNTY Adopted this 15th day of October 2018. AITEST: ---------- Margaret Regina Wheeler Clerk to the Board Gordon Springle, Chair Board of Commissioners 3 101518a HCBOC Page 242 I I a.. '~· I ""'g '~, IX • ~i -, ~I ..... , I w , ' a: I Q.. : I ( ,, ' 'J.. ,;;:-.~.;:;..; f J: I .: -~ ... f: I j :.... .. A :z; I < ~i >-> i! .. i-, i-, w ~ lo Ii.' ~~; !! A l! I ! f l! ~ gu -I C I l: f::l i l! i I:! lol < a ;z; a: ~ . g::; i: =! i ~ I i 101518a HCBOC Page 243 HARNETT-WAKE COUNTY BOUNDARY LINE SUMMARY OF RESEARCH FINDINGS September 14 , 2018 NORTH CAROLINA GEODETIC SURVEY Prepared By : Ronald R .Harding, PLS NC Geodetic Survey/RM/EM NC Department of Public Safety Claude D. Bowers Building 4105 Reedy Creek Road Raleigh, NC 27604 (mail : 4298 Mail Service Center, Raleigh, NC 27699-4298) ron . hardi ng@ncdps.go v 101518a HCBOC Page 244 HARNETT-WAKE COUNTY BOUNDARY LINE SUMMARY OF RESEARCH FINDINGS) September 2018 HISTORY Hamett County was fonned in 1855 from Cumberland County Hamett County were fonned from Cumberland County in 1855. From page 116 of David Leroy Corbitt 's book "The Formation of the North Carolina Counties 1663 -1943 " reads .... ,Beginning at the intersection o(lines ofJohnston and Sampson counties, 011 Black Mingo ; thence a direct line to the mouth of Lower little river; thence up said river to the bridge at Elliot ·s mills; thence a straight li11e to the place on the Murchison road where Hector's creek cross es; thence with said line to road lo the Moore county line; rhence with said line to the Chatham county line; then ce with that to the Wake county line; thence with that to the Johnston county line; thence with that to the beginning. (Public Laws, 1854-55, Ch. 8) Wake County was formed in 1770 from Johnston County Wake County were fom1ed from Johnston County in 1770. From page 212 of David Leroy Corbitt's book "The Formation of the North Carolina Counr ies /663-1943 " reads .... ,the said Counties ofJohnston, Cumberland, and Orange, be divided by the following lines; that is lo say; Beginning at Edgecomb Line on Mocossin Swamp, a Mile above James lea's Plantation, running a direct Line to the Neuse River, at th e upper End of.John Beddingfield ·s Plantation: then to David Mimm 's Mill Creek. between Mimm ·s Mill and Tanner ·sold Mill; then the same course continued to th e Ridge which divides Cumberland and Johnston Counties; then a straight Line 10 Orange Line, at the lower End of Richard Hi!l 's Plantation , on Buckhorn; then the same Course continued Five Miles; th en to the Corner of Johnston County on Granville line; then with the same Line and Bute line to Edgecomb line; and along Edgecomb line to the Beginning; he thenceforth erected into a Distinct County and Parish by the name of Wake County. and St. Margaret's Parish. (S. R., XXJII, 819) CONCLUSION The earliest record of a survey of the Harnet1-Wake County boundary line is that of the 1855 creation of Hamett County is most probable th e first survey. Although adoption and ratification records of this survey aren't available, witness of it having been conducted is presented in the description of the Land Grant #266 recorded in Chatham County Register of Deeds Office in 1780 as well as the Harnett County Register of Deeds Office recordation of a deed in 1923; the North Carolina General Assembly Session 2017-2018 House Bill I 082 adopting the EIP in rock pile as the Chatham, Harnett, Wake County comer; the existing truck ax le per Plat Book 1987 ; Page 788 and Plat Book 1941; Page 35 in Wake County Register of Deeds Office; wi th Land Grant #776 Cumberland County states to James Liphott I 790 calls for a pine at the truck axle location; the existing NCGS monument disk stamped" Wake Johnston Hamett dated 2005. In conclusion , research of th e original county line descriptions, historic maps , land grant descriptions, property deed descriptions, and property survey plats illustrate the best wi tness to the position of the county boundary line is at the EIP in rock pile in a southeasterly direction to the truck axle; then in southeasterl y direction to the NCGS monument to be the red line drawn on preliminary map titled Hamett County and Wake County Boundary Line as attached. 101518a HCBOC Page 245 EIP IN ROCK TRI COUNTY CORNER PER HOUSE BILL 1082 101518a HCBOC Page 246 EXISTING TRUCK AXLE 101518a HCBOC Page 247 EXISTING MONUMENT AT THE HARNETI, JOHNSTON, WAKE COUNTY CORNER 101518a HCBOC Page 248 Board Meeting Agenda Item Agenda Item 4-0 --~::;._ __ MEETING DA TE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Amendment to Contract with YMCA of the Sandhills REQUESTED BY: Carl Davis, Harnett County Parks and Recreation Director REQUEST: Hamett County Parks and Recreation requests consideration of an amendment to the contract between the County of Harnett and the YMCA of the Sandhills to open a YMCA facility in Hamett County. The amendment includes a five month extension of the 50 percent completion date from April 30, 2019 to September 30, 2019 as requested. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: C:\Users\gwhee ler\AppData\Local\Microsoft\ Windows\fNetCache\Content.Outlook\TPTEQCL V\amendment to YMCA contract agendafonn2018.docx Pagel of l 101518a HCBOC Page 249 FIRST AMENDMENT TO FUNDING AGREEMENT BETWEEN YOUNG MEN'S CHRISTIAN ASSOCIATION OF THE SANDHILLS AND COUNTY OF HARNETT THIS FIRST AMENDMENT TO FUNDING AGREEMENT is made and entered into as of the _ day of October 2018 (hereinafter referred to as the "Effective Date"), by and between Young Men 's Christian Association of the Sandhills (hereinafter referred to as the "YMCA") and County of Harnett (hereinafter referred to as "County"). WITNESSETH :· WHEREAS, the YMCA and County entered into a Funding Agreement (hereinafter referred to as the "Agreement") dated February 5, 2018 for County's commitment to provide financial support for the operation of YMCA's new recreational facility; and WHEREAS, according to Section 2.2 entitled "Funding," a failure to complete at least 50 percent of the renovations by April 30, 2019 shall be cause for termination unless an extension is mutually agreed upon in writing by both parties; and WHEREAS, according to Section 6.1 entitled "Entire Agreement," the Agreement may only be amended in writing and signed by duly authorized officers of County and the YMCA; and WHE REAS , the YMCA and County mutually desire to amend the Agreement to extend the 50 percent completion date of the renovations. NOW THEREFORE, in consideration of the mutual promises and consideration herein contained, the parties hereby agree as follows: 1. Section 2 .2 entitled "Funding" of the Agreement is hereby amended as follows: By striking the language contained in the third sentence of Section 2.2 stating "A failure to complete at least 50 percent of the renovations by April 30, 2019 shall be cause for termination unless an extension is mutually agreed upon in writing by both parties" and replacing said language with "A failure to complete at least 50 percent of the renovations by September 30, 2019 shall be cause for termination unless an extension is mutually agreed upon in writing by both parties." 2 . All other term s of the February 5, 2018 Agreement will remain unchanged. [THE REMAINDER OF THIS PAGE IS INTENTIONALL Y LEFT BLANK.] 1 101518a HCBOC Page 250 IN WITNESS WHEREOF , the parties hereto, through their duly authorized representatives or officers, have executed this First Amendment to Funding Agreement as of the Effective Date: ATTEST: Gina Wheeler, Clerk ATTEST: [Name & Title] COUNTY OF HARNETT By: _________ _ Gordon Springle, Chairman Board of Commissioners YOUNG MEN'S CHRISTIAN ASSOCIATION OF THE SANDHILLS By: ___________ _ Rick Houp, CEO Young Men's Christi an Association of the Sandhills 2 101518a HCBOC Page 251 This instrument has been pre-audited in the manner required by the Local Government Budget and Fiscal Control Act. KIMBERLY HONEYCUTT Hamett County Finance Officer 3 101518a HCBOC Page 252 Agenda Item 7 October 15, 2018 APPOINTMENTS NEEDED ADULT CARE HOME COMMUNITY ADVISORY COMMITTEE There are five (7) vacancies on this committee. BOARD OF HEALTH There is a vacancy on this board for an engineer position. HARNETT COUNTY AIRPORT COMMITTEE There will be one vacancy for District 5 on this committee in December 2018. HARNETT COUNTY BOARD OF ADJUSTMENT There are two (2) vacancies for alternate members representing District 3 & 5. HARNETT COUNTY COUNCIL FOR WOMEN There are three (3) vacancies on this council. HARNETT COUNTY DISTRICT H TOURISM AUTHORITY Ricky Ray would like to serve on this Board . Application attached. There are two (2) Business/Tourism vacancies on this board. HARNETT COUNTY PUBLIC LIBRARY BOARD There is one (1) vacancy on this board. HOME AND COMMUNITY CARE BLOCK GRANT COMMITTEE There are three (3) vacancies on this committee. MID-CAROLINA AGING ADVISORY COMMITTEE There is one (1) vacancies on this committee. NONPROFIT FUNDING COMMITTEE There is one vacancy for District 4. NURSING HOME COMMUNITY ADVISORY COMMITTEE There is one (1) vacancy on this board. Page 1 -Appointments 101518a HCBOC Page 253 APPLICATION TO SERVE ON A BOARD APPOINTED BY THE HARNETT COUNTY BOARD OF COMMISSIONERS /j BOARD: 7.<:7v,11s...,... _ _,_;..;:..::;_::___:_,L....a:...:.....!..__;.__;_-+--------------------- N AME: f2,c£ -----f-..!....:_-1------------------------ A DD RESS: _P_<D~f3:::..=..:Y(....:._. _/_o../...., ___..!.8;::__;_; ... \.:...:e{__:(,:..:.l'--=:.:',a::..:.k__.:M~__.!:i::....!1...::!....s~oh~------ VOTTNG DISTRICT: (Please check district number in which you live): 0 District l, Commissioner McKoy's O District 4, Commissioner Springle's D District 2, Commissioner Elmore's D District 5, Commissioner Miller's D District 3, Commissioner Penny's TELEPHONE: (HOME) ? I~-3 2 o-S11~ 3 (WORK) q;o, f{';t/-f./J~L PRESENToccuPATION: ..()s:m:.;/e A .D /&lr.1,,,/ ;af({.>s YEARS OF FORMAL EDUCATION: __ (, __________________ _ CIVIC AND FRATERNAL ORGANIZATIONS TN WHICH YOU HA VE PARTICIPATED: DATE: --J--7.J-b;;_.J:--__.1 f!'--t_f __ SIGNATURE: 44; •••••••••••••••••••••••••••••••••••••••• FOR OFFICE USE ONLY: DATE RECEIVED: ------------------------- DATE FORWARDED TO COUNTY COMMISSIONERS: -------------- 101518a HCBOC Page 254 Board Meeting Agenda Item Agenda Item ____ 8 __ MEETING DA TE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Proposed Zoning Change: Case# PLAN1808-0001 REQUESTED BY: Development Services/ Mark Locklear REQUEST: Landowner/Applicant: Moses & Melanie Farmer I Par 5 Development Group, LLC; 2.5 +/- acres; Pin #0518-91-0268.000; From RA-30 to Commercial Zoning District; Intersection of NC Hwy 27 West & SR# 1238 (Springhill Church Road); Upper Little River Township. Development Services staff reccomends APPROVAL for the requested rezoning to Commercial. This request is compatible with the Harnett County Land Use Plan and would have an unreasonable impact on the surrounding community because of the existing non residential uses within the area. Additional Information: On September 4th , the Hamett County Planning Board voted unanimously (5-0) to recommend approval based on compliance with the County's Land Use plan as well as the existing nonresidential uses. No one attended the meeting in opposition. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: C :\Users\gwheeler\AppData\Local\Microsoft\ Windows\lNetCache\Content.Outlook\TPTEQC L V\Par5 _ CC ag e nd a form.docx Pag e I of I 101518a HCBOC Page 255 Harnett COUNTY NOR fH CAROLINA REZONING STAFF REPORT Case: PLAN 1808-001 Jay Sikes, Mgr. of Planning Services jsikes@harnett.org Phone: (910) 893-7525 Fax : (910) 814-8278 Planning Board: September 4, 2018 County Commissioners: Dc.foher /.5 September 17, 2018 Requesting a Rezoning from RA-30 to Commercial Applicant Information Owner of Record: Name: Moses & Melanie Farmer Address: 576 Earnest Brown Rd City/State/Zip: Lillington, NC 27546 Property Description PIN(s): 0518-91-0268 Address/SR No .: 8044 NC 27 Applicant: Name: Par 5 Development Group, LLC Address: 507 Juniper Lake Rd City/State/Zip: West End, NC 27376 Acreage: 2.s ------ ------------------------------- Township: D (01) Anderson Creek D (02) Averasboro D (03) Barbecue D (04) Black River Vicini Page 1 of 7 D (05) Buckhorn D (06) Duke D (07) Grove D (08) Hectors Creek D (09) Johnsonville D (10) Lillington D (11) Neill's Creek D (12) Stewart's Creek [2J (13) Upper Little River STAFF REPORT 101518a HCBOC Page 256 Site Description: Site is currently vacant. Surrounding Land Uses: Area land uses consist of individual single-family residences and several nonresidential uses . Services Available Water: 1:8:!Public (Harnett County) 0Private (Well) D Other : Unverified Page 2 of 7 Sewer: D Public (Harnett County) l:8J Private (Septic Tank) D Other: unverified Transportation: Annual Daily Traffic Count: approx. 6,000 on NC 27 Site Distances: good STAFF REPORT 101518a HCBOC Page 257 Zonin District Com atibilit Land Use Classification Com Page 3 of 7 Parks & Rec Natural Preserves Bona Fide Farms Sin le Famil Manufactured Homes, Design Regulated Manufactured Homes Multi-Fa mil Institutional Commercial Services Retail Wholesale Industrial Manufacturing Parks & Rec Natural Preserves Bona Fide Farms Sinale Familv Manufactured Homes, Desian Reaulated Manufactured Homes Multi-Familv Institutional Commercial Service Retail Wholesale Industrial Manufacturina CURRENT RA-30 X X X X X REQUESTED Commercial X X X X ZONING LAND USE Commercial Rural Center X X X X X X X X X X X X STAFF REPORT 101518a HCBOC Page 258 Site Hwy 27 and Spring Hill Church & Clark Rd intersections Pag e 4 of 7 Site & adjacent property on Spring Hill Church Rd Store@ intersection STAFF REPORT 101518a HCBOC Page 259 Evaluation r8J Yes D No The IMPACT to the adjacent property owners and the surrounding community is reasonable, and the benefits of the rezoning outweigh any potential inconvenience or harm to the community. REASONING: The requested zoning change to Commercial will not have a negative impact on the community as it is similar in nature to existing uses within this area, specifically around this intersection. r8J Yes D No The requested zoning district is COMPATIBLE with the existing Land Use Classification. REASONING: The requested zoning district is compatible with this area's land use classification of a Rural Center development node . Small scale commercial centers are typical for these development nodes with non-residential areas usually less than 50,000 square feet in total. r8J Yes D No The proposal does ENHANCE or mainta in the public health, safety and general welfare . REASONING: The requested rezoning to Commercial would maintain or enhance the public health, safety, and general welfare due to area's existing commercial uses as well as the potential site improvements that would be required. ~ Yes D No The request is for a SMALL SCALE REZONING and should be evaluated for reasonableness. REASONING: Due to the size of the tract and that the proposed zoning district is not immediately adjacent the application should be evaluated for Small Scale Rezoning . Suggested Statement-of-Consistency (Staff concludes that...) As stated in the evaluation, the requested rezoning to Commercial is compatible with Harnett County regulatory documents and would not have an unreasonable impact on the surrounding community based on the uses in this area as well as the County's Land Use Plan designation for this area. Therefore it is recommended that this rezoning request be APPROVED . Additional Information On September 4th, the Harnett County Planning Board voted unanimously (5-0) to recommend approval of the application based on compatibility to the Land Use Plan. : Small Scale Zoning was considered and all four facts were approved as well. : No one spoke in opposition. Review Worksheets SMALL SCALE REZONING EVALUATION Small scale zoning is permissible in North Carolina if it is reasonable. The courts have set out the following four factors to be used in a case -by-case analysis to determine if a particular zoning is reasonable. RESONABLENESS FINDINGS OF FACT D Yes D No A. SIZE OF THE TRACT The overall size of the tract of land proposed for rezoning is reasonable when compared to the size of the zoning district in which the subject property is located. 0 Yes O No B. COMPATIBILITY WITH A COMPREHENSIVE PLAN The proposed rezoning is consistent with any comprehensive plan, plan or elements thereof. D Yes D No C. IMPACT Page 5 of 7 The impact to the adjacent property owners and the surrounding community is reasonable, and the benefits of the rezoning outweigh any potential inconvenience or harm to the community. STAFF REPORT 101518a HCBOC Page 260 0 Yes O No D . COMPARISON OF USES The allowed uses within the proposed zoning district are similar or comparable to uses permitted as currently zoned . It is at the discretion of the Board to carefully analyze the above criteria to determine if the proposed zoning change would be considered reasonable. 0 GRANTING A SMALL SCALE REZONING Motion to grant the small scale rezon i ng upon finding that the request is reasonable considering one or more of the above findings of fact A-D being found in the affirmative 0 DENYING A SMALL SCALE REZONING Motion to deny the rezoning upon finding that the proposed rezoning does not advance the public interest and is unreasonable due to the following: D The size of the tract D Incompatibility with the comprehensive plan D Impact to surrounding community and immediate neighbors D Proposes uses are extremely dissimilar to those currently permitte TRADITIONAL STANDARDS OF REVIEW The Planning Board shall consider and make recommendations to the County Board of Commissioners concerning each proposed zoning district. The following policy guidelines shall be followed by the Planning Board concerning zoning districts and no proposed zoning district will receive favorable recommendation unless: 0Yes 0Yes 0Yes 0Yes 0No D No 0No 0No A. The proposal will place all property similarly situated in the area in the same category, or in appropriate complementary categories. B. There is convincing demonstration that all uses permitted under the proposed district classification would be in the general public interest and not merely in the interest of the individual or small group. C. There is convincing demonstration that all uses permitted under the proposed district classification would be appropriate in the area included in the proposed change. (When a new district designation is assigned, any use permitted in the district is allowable, so long as it meets district requirements, and not merely uses which applicants state they intend to make of the property involved.) D. There is convincing demonstration that the character of the neighborhood will not be materially and adversely affected by any use permitted in the proposed change. D Yes D No E. The proposed change is in accordance with the comprehensive plan and sound planning practices. 0 GRANTING THE REZONING REQUEST Motion to grant the rezoning upon finding that the rezoning is reasonable based on All of the above findings of fact A-E being found in the affirmative and that the rezoning advances the public interest. 0 DENYING THE REZONING REQUEST Motion to deny the rezoning upon finding that the proposed rezoning does not advance the public interest and is unreasonable due to the following: D The proposal will not place all property similarly situated in the area in the same category, or in appropriate complementary categories. D There is not convincing demonstration that all uses permitted under the proposed district classification would be in the general public interest and not merely in the interest of the individual or small group. D There is not convincing demonstration that all uses permitted under the proposed district classification would be appropriate in the area included in the proposed change . (When a new district designation is assigned, any use permitted in the district is allowable, so long as it Pa ge 6 of 7 STAFF REPORT 101518a HCBOC Page 261 meets district requirements, and not merely uses which applicants state they intend to make of the property involved .) D There is not convincing demonstration that the character of the neighborhood will not be materially and adversely affected by any use permitted in the proposed change . D The proposed change is not in accordance with the comprehensive plan and sound planning practices. D The proposed change was not found to be reasonable for a small scale rezoning Page 7 of 7 STAFF REPORT 101518a HCBOC Page 262 ~~ APPLICATION FOR ZONING CHANGE Harnett Planning Department 108 E. Front Street COUNTY P.O. Box 65, Lillington, NC 2754 6 Phone: (910) 893-7525 Fax : (910) 893-2793 Total Fee: Receipt: --- Permit: ?L4tv /6:!)%-~o.J/ Hearing Date: -~ -~ 1J 7 Applicant Information Owner of Recor d: Name: Mose, & Melanie hmnc1 Address: 576 !:.rnest Rro 1\n RoacJ City/State/Zip: Lillinoton. NC 275..J6 E-mail: MoscsTFa rm cr@gmai l.com Phone: 910 -890 -2300 Fax: Property Description Appficant : Name: Par 5 De, clopmc111 t;roup , LI .C Address: 2075 Juniper L1kc RoacJ Ci t y/State/Zip: We st EmL NC 27J76 E-mail : 1ohn@par5dc1·clopmcn1.rn111 Phone: 910 -9.:W -0881 Fax: 910-94-1-0882 PI N(s): O:illl -91-0268.000 Acreage: 2.5 Acres Address/SR No.: 80+t NC H\11 27/SR 1238 Directions from Lillington: Take N C H", 27. W oi11 s,f LillJ.!!E10111 01 hc i111crscction 015pri ng llill C'hu rch Road (-8 mile~). l'rojccl will bc ~m ri!!ht side of strccl Deed Book : 358..J Plat Book: Ex i sting Zoning: D Conservation 0 RA -2 0M 0 RA-20R ~ RA-30 0 RA-40 D Commercial 0 Light Industrial D I ndustrial 0 Office & I nst'I A ttachment s Page : 170 Page: Requested Zoning : D Conservation 0 RA -20M 0 RA -20R 0 RA -30 0 RA-40 !xi Commercial 0 Light Industrial D Industrial D Office & Inst'! Township: 0 (01) Anderson Creek D (02) Averasboro 0 (03) Barbecue D (04) Black River 0 (05) Buckhorn D (06) Duke 0 (07) Grove 0 (08) Hectors Creek D (09) Johnsonvil le 0 (10) Ltlltngton D (1 1) Neill's Creek D ( 1 2) Stewart's Creek [x] ( 13) Upper Little River • Written description of p roperty from recorded deed • Recorded map of property at scale of not less than one ( 1) inch = 200 feet • Explanation of why the zoning change is requested, addressing applicable portions of Article XIV of the Zoning Ordinance Signatures The undersigned applicant hereby certifies thal , to lhe hest of his or her knowledge and belief, all information supplied with is appli ca tion is true and accurate: ~-~' Property i ture Authorized Agent Sig na ture Date Page 1 of 2 APPLICATION FOR ZONING CHANGE 101518a HCBOC Page 263 Requiremen ts for Consideration The Planning Board shall consider and make recommendations to the County Board of Commissioners concerning each proposed zoning district. The following policy guidelines shall be followed by the Planning Board concerning zoning districts and no proposed zoning district will receive favorable recommendation unless: 2.1 The proposal will place all property similarly situated in the area in the same category, or 1n appropriate complementary categories. 2.2 There 1s convincing demonstration that all uses permitted under the proposed district classification would be in the general public interest and not merely in the interest of the i ndividual or small group. 2.3 There is convincing demonstration that all uses permitted under the proposed district classification would be appropriate in the area included In the proposed change. (When a new district designation 1s assigned, any use permitted 1n the district is allowable, so long as it meets district requirements, and not merely uses which applicants state they intend to make of the property involved.) 2.4 There is convincing demonstration that the character of the neighborhood will not be materially and adversely affected by any use permitted in the proposed change. 2. 5 The proposed change is in accordance with the comprehensive plan and sound planning practices. Page 2 ol 2 APPLICATION FOR ZONING CHANGE 101518a HCBOC Page 264 (' l ), t ' ., ! I ,, ' r • H l'Xf>l.,\N1\TION JOH ZO!\ l:d, RUJI IF~T This property is currently zoned residential. The owner would like to allow for a retail store and the associated improvements to be constructed on this property. The store planned will be a si ngle story 10,000sqft building with parking, dumpster pad and loading area . • 910 426 -6777 910-426-5777 On t,,ne e;erv time 4Ds 1tesolut1ons 101518a HCBOC Page 265 ; ! I j I ! i I I j ....... -I VICINITY MAP NOTTO SCALE .:,1~;:.~-. .... "'4. .. l-0$-··.,. .,. _(11, ...... •I'-_,,,,_. 9( ........ _,.f~otlll-----·••li*a __ _....,.._ ... ,_ -----·I'll·-· --·••-o .... -·-·-.. -·""'--·--••1,• -·· --.. ""'"' -----•>4o.il;WII•' -'-""°l .. ,. -'°'"-_,... __ c.c,,._ ·-·-"'""'-~:.---·-<n"(lr,t ·--m••t""Ool .. ,o, ... !:::.o::.. .... , ... . ,.. ............. _.. =-· q. •t.-t11c-,-.r ·---110"1.1"'" fl01'J .. c ...... u .t~·.:. l'I: I I I I I I I I I I I I .... ~ ·-i~~{t-' ·--~ !.:'f~a: ~ i ' • '· \ ~::s~~-, \ \ u,;..;.---_.... ... ,. 0 ~•1•• •''""'"''"o(' ,,,,,.1t~oe.·•-•re __ .. if»&tll9l .. \ \ \, \ \ \ \ \ \ \ ~ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \. \ \ \ \ \ \ \ l, '. \\ \ ., .,.,.,_ .... ... ·-·-· .-.o,c;, .. \ \ \ ~ ,.,, \ \ \ \ '. \ \ \ \ \ \ _) \ \ \ \ \ \ \ .. -....... •, .... ,, \/'-/ ---==--· .. =~ .... ,,...-. -......_, ••vr,;:~) ----. ·--~---··-··-"····-··-··--·-:i .. ,. -··-····· t ·-···· -l··-··-··-··---. .. , L---=~= ~~=:~i: ___ --------·=='~=--------·; '\'\ ... .w.,._~... --·-----------··----------_ __/ \ \ ' ' \ I .. -·-~·-, .._,n·--........... · .. ~-· ., -·-o(,,·-· ...~ .. -· .. .. 11• """ \ CRAPIUC SCAIF ~ '~~' ... r·· / <' \ \. \ !---------------------------------------------------' •4Dsite ~.~~ -----=--~-;,: i::t 0 ~t W• er ~ 0. -...co-xxxxxxx SITE PLAN '""" PARS DEVELOPMENT GROUP,LLC Jl!"\,),ewl.-. ... .... f. .. No1'(.-.!'")-.; ,...... r;:\IHOII' ~CT~l'IOII ~~" l "' 1 _.. .. . ··fl~... ... -"":''·~· -~ --ICMf "(R'IQll,11,t r.u· Ot.f(fltU.AMO rrmo• ;101• C-2.0 101518a HCBOC Page 266 AFFP SENTER'S MEMORY CARE 10/15/18 Affidavit of Publication STATE OF NC} COUNTY OF HARNETT} ss The Undersigned, being duly sworn, says: That she is Representative of the The Daily Record, a weekly newspaper of general circulation, printed and published in Dunn, Hamett County, NC; that the publication, a copy of which is attached hereto, was published in the said newspaper on the following dates: September 26, 2018 That said newspaper was regularly issued and circulated on those dates. Y7!,~ 4/J-~ SIGNED : i Represe~. Subscribed to and sworn to me this 26th day of September 2018. \\1 1 I It t t t f I I,, ,,,' F>,.RY p ',,, Agenda Item ----'9 ____ _ NOTICE OF A PUBLIC HEARING REGARDING NOT TO EXCEED $8,500 ,000 PUBLIC FINANCE AUTHORITY ASSISTED LIVING REVENUE BONDS (SENTER'$ MEMORY CARE) NOTICE IS HEREBY GIVEN that, as required by Section 147(f) of the lntemal Revenue Code of 1986, as amended (the "Code"), the Board of Commissioners of Hamett County, North Carolina (the ·county"), will hold a public hearing at its regularly scheduled meeting on October 15, 2018, at 7 PM in the Board of Commissioners' Meeting Room located at 420 McKinney Parkway, Lillington, North Carolina 27546, or as soon as practicable thereafter, concerning the proposed issuance by the Public Finance Authority (the "Authority"), a commission organized under and pursuant to the provisions of Sections 66.0301, 66.0303 and 66.0304 of the Wisconsin Statutes, of its Assisted Living Revenue Bonds, in one or more series or issues (the "Bonds"). The Bonds are expected to be issued by the Authority in a maximum principal amount not to exceed of $8,500,000. The proceeds from the sale of the Bonds will be loaned to Fuquay-Varina Health Holdings, LLC and HP6 Fuquay- Varina Health Investors, LLC, each a North Carolina limited liability company, of which Regional Housing & Community Services Corporation, a California public- service corporation and an organization described in Section 501 (c)(3) of the Code, is the sole member (collectively, the "Borrower"), and used to finance or refinance (i) the acquisition and capital improvements to an assisted living facility to an approximately 26.773 square foot, 50 unit (50 beds) facility to be located at 40 Rawls Club Road, Fuquay-Varina, North Carolina 27526, including the acquisition of land, certificates of need, licenses and certain predevelopment expenses associated with the facility (collectively, the "Projecr), and (ii) certain fees and costs associated with the issuance of the Bonds. ,' «.,~ , ........ & '4 ~ .. 00 .. ~:;.,l""'· ,'. ·.:.;/115' \ The Project will initially be owned and operated by the Borrower. : ,.... :;$' ' 'f.·,', ui ~ ~ I'.:"\& ...... ::, ~OT ARY '.,.• • 0 IYY)Q.J).(~VY, 4 -oJ : 8 t ' :. ': 3'he Bonds will be special limited obligations of the Authority payable solely from the • ; ,-;,, • lOan repayments to be made by the Borrower to the Authority, and certain funds and ~ , ~ j:. • •• ~,:,, PUBLIC_,/.: u · .;iccounts established by the trust indenture for the Bonds . .. , ~ ·.:1.t~..... , .. ~"';.~-:.·.: ~-: ., .. ?. . ~,)'()\ t '{,-\•"--" •• "' ... My commission expires : July 23 2022',, ;,i.;·-.:.-..... ~-1. · ,,' At the time and place fixed for the public hearing, all persons who appear will be ' ',,, rr co\.\~ ,,,' given a reasonable opportunity to express their views, both orally and in writing , for 00012821 00036356 ''',, , , , , , , , ''' or against the proposed issuance of the Bonds, the location and nature of the Project and other related matters. The Board also intends at the October 15, 2018 , meeting to consider and take action on a resolution regarding the issuance of the Bonds by the Authority . PARKER POE ADAMS & BERNSTEIN , LLP PO BOX389 The resolution will explicitly provide that: The County has no responsibility for the payment of the principal of or interest on the Bonds or for any costs incurred by the Borrower with respect to the Bonds or the Project. The County pledges neither its taxing power nor revenues for the Bonds. The County has no responsibility for the Borrower, the Project or for the success of the Project. 301 FAYETTEVILLE ST. RALEIGH, NC 27601 Any person wishing to submit written comments regarding the proposed issuance of the Bonds, the location and nature of the Project and other related matters should do so by submitting comments to the Clerk to the Board no later than 5:00 PM on October 15, 2018, at 420 McKinney Parkway. Lillington, North Carolina 27546. 101518a HCBOC Page 267 At~NANDO ~ MEDIA COMPANY consult. strategize . de l iver. Powered by McClatchy The News & Observer 421 Fayetteville Street. Suite 104 Raleigh. NC 27601 AFFIDAVIT OF PUBLICATION Account# Ad Number Identification 109113 0003864 226 Revenue Bonds (Senters Memory Care) Attention: PARKER POE ADAMS & BERNSTEI 301 FAYETTEVILLE ST, SUITE 1400 RALEIGH, NC 27601 NOTICE OF A PUBLIC HEARING REGARDING NOT TO EXCEED Sll.500,000 PUBLIC FINANCE AUTHORITY ASSISTED LIVING REVENUE BONDS (SENT ER'S MENl:JRY CARE) NOTICE IS HEREBY GIVEN thol, OS required bv Section 147(f) of the tntemol Revenue Code ot 1986, as amended (the J. the Boord of Commissioners of Harnett County, North Carolina (the "C ). will hold a public hearing at ils regularlv scheduled meeting on October ot 7 PM In the Board of Commis- sioners' Meellnu Room localed al~ McKl iiwov, Lllllns,ton, Nortt, Coi'o- 11_!10 27546, or Os soo-n OSPraCtlCobie thereiifler , cOnCernJl1g lhe proP<>se<fiSsuonCe by the Public Finance Authorit y (the "Authority"), a commission orgonited un· der and purwant to the provisions of Secfions 66.0JOl, 66.0303 and 66.0304 of the Wisconsin Statutes. of its Assisted living Revenue Bonds, in one or more series or iswes Clhe" Bonds"). The Bonds ore expected to be issued by the Authority in a maximum principal amount no, to exceed of S8,SQO,OOO. The proceeds from the sole of the Bonds will be loaned to Fuquov-Vorina Health Holdings, LLC and HP6 Fuquov-Vorino Health Investors. LLC. each a North Carolina limited liability company. ot which Ri:gionol Housing &. Community Services Corporation. o California public-service torPOrotion ond an organization described in Section S01(c)(3) ot lhe Code, is the sole member (colleclively. lhe "Bo~wer"), and used to finance or refinance (i) the acquisition and capital improvements to an assisted living facility to an OP· proximately 26.nJ square foot, SO unit (SO beds) facility to be located al AO Rawls Club Rood, Fuquay-Varina , North Carolina 27526. including the acquisition of ~~n!ir:~~~~':i!:ifit~1 (~!1?e~~~;;,;.~s 1i~d .. crr~~Yl:1cf.-'1~!~11flr~~trt!i~re!;s a0:JDf~~:~ associated with the issuance of the Bonds . The Proiecl will initially be owned and operated by the Borrower. The Bonds will be specio1 limited obligations of the Authority payable solely from the loan repayments to be mode bY the Borrower to lhe Au lhorily, and cer- tain tunds and accounts establisheo by the trust indenlure for lhe 8oncts. A l the rime and place fixed for the PtJblic h eori11g, all persons who appear will be given a reosonable OPPDrlunity to express their views, both orally and in writ- ing. tor or against the propased issuance of the Bonds, the location and nature of the Pr oiect encl other related matters. The Board a lso intends at lhe October I S, 2018. meeting lo consider and toke action on a resolution regarding the issuance of the Bonds by the Aulhoritv. The resolution will expficilly provide that : The County hos no ress:,onsfbJllty for the l>OVmeffl of the principal of or Interest on the Bonds or tor onv costs Incurred by tho Borrower wllh respect to the Bonds or the Proiect. Th<: O>untv pledges nei- ther Ifs loxing pa,,,,r nor .......,..ues for the Borm. The County has no resPGnslblll- ty for the Borrower, the Praled or for the success of the Prolect. Any person wishing to submit writlen comments regarding the prOPosed issu- ance of the Bonds, the location and nature at 1he Proiect and other reloled mat· lers should do so bv submiUing comments to the Clerk to the Soard no later than 5:00 PM on October 15, 1018, at 420 McKinney Parkway, Lillington.. North Caroli- no 275'6. Additional informalion concerning the Prolecr may be obtoinea from Jelf Poley, !=sq., 301 Favelleville St reet, Suite 1400, Raleigh, NC 21601; Email Address: 1ef fP0 ley@.lporkerproe.com . N&O: September 26, 2018 PO Cols Lines 2 60 STATE OF NORTH CAROLINA COUNTY OF WAKE Before the undersigned, a Notary Public of Johnston County, North Carolina, duly commissioned and authorized l o administer oaths, affirmations, etc .. personally appeared PAM OLENICZAK. who being duly sworn or affirmed, according to law, doth depose and say that he or she is Accounts Rece ivabl e Specialist of the News & Observer Publishing Company. a corporation organized and doing bus iness under the Laws of the State of North Carolina, and publishing a newspaper known as The News & Observer, VVake County and State aforesaid, the said newspaper in which such notice, paper, document. or legal advertisement was published wa s, at the time of each and every such publ ication, a newspaper meeting all of the requirements and qualifications of Section 1-597 of the General Statutes of North Carolina and was a qualified newspaper within the meaning of Section 1-597 of the General Statutes of North Carolina, and that as such he or she makes this affidavit ; and is familiar with the books. files and business of said corporation and by reference to the files of said publication the attached advertisement ----lnsertion(s) Published On: September 26 , 2016 PAM OLENI CZAK. Accounts Recei-rable Specialist Sworn to and sub~bed before me this 27th day of September, 2016 My Commission Expires: 7/10/2023 WENDY DAWSON Notary Public North Carolina John st on Co unty 101518a HCBOC Page 268 PROCEEDINGS OF THE BOARD OF COMMISSIONERS OF THE COUNTY OF HARNETT, NORTH CAROLINA AT ITS REGULAR MEETING HELD ON OCTOBER 15, 2018 At approximately 7:00 p.m., the Chair of the Board of Commissioners of the County of Harnett, North Carolina ("Board") opened the public hearing relating to the Project and Bonds as set forth in the public hearing notice published on September 26, 2018 and attached as Exhibit A. A compilation of the comments received is set forth in Exhibit B. Thereupon, the Chair closed the public hearing and the Board adopted the following resolution: A RESOLUTION REGARDING THE ISSUANCE BY THE PUBLIC FINANCE AUTHORITY OF ITS ASSISTED LIVING REVENUE BONDS, IN ONE OR MORE SERIES, IN THE PRINCIPAL AMOUNT NOT TO EXCEED $8,500,000.00, FOR THE PURPOSE OF FINANCING OR REFINANCING THE ACQUISITION AND CONSTRUCTION OF CERTAIN ASSISTED LIVING FACILITIES LOCATED IN THE COUNTY; AND OTHER RELATED MATTERS. WHEREAS, the Board is advised that the Public Finance Authority ("Authority"), a State of Wisconsin commission, acting by and through its Board of Directors, is authorized and empowered under and pursuant to the provisions of Sections 66.0301 , 66.0303, and 66.0304 of the Wisconsin Statutes, as amended ("Act"), to issue bonds and enter into agreements with public or private entities for the purpose of financing capital improvements located within or without the State of Wisconsin and owned, sponsored, or controlled by a participant, as defined in the Act; WHEREAS, the Board is advised that HP6 FUQUAY-VARINA HEALTH INVESTORS, LLC and FUQUAY-VARINA HEALTH HOLDINGS, LLC , each a North Carolina limited liability company, the sole member of each is Regional Housing & Community Services Corporation, a California nonprofit corporation and an organjzation described in Section 501(c)(3) of the Internal Revenue Code of 1986, as amended ("Code") (collectively, "Borrower") applied to the Authority to issue its Assisted Living Revenue Bonds ("Bonds") in one or more series in an aggregate principal amount of $8,500,000.00, which will be loaned to the Borrower to finance or refinance: (a) the acquisition of land, certificates of need, and licenses; (b) certain predevelopment expenses; and ( c) expansion and improvements to an assisted living facility to an approximately 26,773 square foot, 50 urut (50 beds) at 40 Rawls Club Road, Fuquay-Varina, North Carolina 27526 (collectively, the "Project"); and ( d) pay certain fees and costs associated with the issuance of the Bonds; WHEREAS, the Board is advised that the Project will be initially owned and operated by the Borrower; WHEREAS, the Borrower believes that the Project will benefit the County of Harnett, North Carolina ("County"), generally and, in particular, by providing affordable, decent, safe, and sarutary housing and assisted living facilities for people from the County and surrounding areas; WHEREAS, the Board is advised that pursuant to Section 66.0304(1 l)(a) of the Wisconsin Statutes and Section 4 of the Amended and Restated Joint Exercise Power Agreement Relating to the Public Finance Authority dated as of September 28 , 2010 (collectively, "Authority Requirements") and Section 147(f) of the Code and Treasury Regulations Section 5f.103-2(f), as 101518a HCBOC Page 269 amended ( collectively, "Federal Tax Requirements"), prior to the issuance of the Bonds by the Authority, and after a public hearing held following reasonable public notice, the Borrower is requesting the Board as the highest elected representatives of the County and the governmental unit having jurisdiction over the area in which the Project is located, to approve the Authority's issuance of the Bonds and the financing the Project in the County; WHEREAS, on this date, prior to any deliberations regarding this Resolution, the County held a public hearing at which all interested persons had a reasonable opportunity to express their views on the location of the Project, the issuance of the Bonds, and other related matters. The public hearing was duly noticed by publication, attached as Exhibit A , in a newspaper having general circulation in the County, not less than 14 days prior to the date thereof; and WHEREAS, neither the Board nor the staff of County independently confirmed or verified the information provided to the Board by the Borrower or its representatives recited above; and WHEREAS, at the Borrower's request, the Board now desires to approve the Authority's issuance of the Bonds and the financing of the Project in order to satisfy the Authority Requirements and the Federal Tax Requirements. NOW, THEREFORE, BE IT RESOLVED by the Board as follows: Section 1. It is hereby found , determined, and declared that the Project and the Bonds will give rise to no pecuniary liability of the County, or a charge against its general credit or taxing power. Section 2. As required by and in accordance with the Authority Requirements and the Federal Tax Requirements, the Board, as the applicable elected repre sentatives of the governmental unit having jurisdiction over the area in which the Project is located, approves the Authority's issuance of the Bonds and the financing of the costs of the Project in the County solely for the Authority Requirements and the Federal Tax Requirements. Section 3. The County shall have no responsibility for the payment of the principal of or interest on the Bonds or for any costs incurred by the Borrower with respect to the Bonds or the Project. The County pledges neither its taxing power nor revenues for the Bonds. The County has no responsibility for the Borrower, the Project or for the success of the Project. Section 4. The Board makes no finding regarding whether the Project will benefit the general public welfare of Harnett County or whether the Project constitutes a "public purpose" under the applicable provisions of the North Carolina Constitution and the case law interpreting those provisions. Section 5. All orders and resolutions and parts thereof in conflict herewith are to the extent of such conflict hereby repealed, and this Resolution shall take effect and be in full force and effect from and after its adoption. [Signature Page Follows] 2 101518a HCBOC Page 270 Adopted this 15th day of October 2018. COUNTY OF HARNETT, NORTH CAROLINA By: ----------------- Gordon Springle Chairman of the Board of Commissioners Attest: Margaret Regina Wheeler, Clerk 3 101518a HCBOC Page 271 AFFP SENTER'S MEMORY CARE 10/15/18 Affidavit of Publication STATE OF NC} COUNTY OF HARNETT} ss The Undersigned, being duly sworn, says: That she is Representative of the The Daily Record, a weekly newspaper of general circulation, printed and published in Dunn, Hamett County, NC; that the publication, a copy of which is attached hereto, was published in the said newspaper on the following dates: September 26, 2018 That said newspaper was regularly issued and circu lated on those dates. · SIGNED: i ~ 4£)-&,±, Subscribed to and sworn to me this 26th day of September 2018. ,~,,· ..... ,, ,,, NOTICE OF A PUBLIC HEARING REGARDING NOT TO EXCEED $8,500,000 PUBLIC FINANCE AUTHORITY ASSISTED LIVING REVENUE BONDS (SENTER'S MEMORY CARE) Exhibit B NOTICE IS HEREBY GIVEN that, as required by Section 147(f) of the lntemal Revenue Code of 1986, as amended (the "Code"), the Board of Commissioners of Hamett County, North Carolina (the "County"), will hold a public hearing at its regularly scheduled meeting on October 15, 2018, at 7 PM in the Board of Commissioners· Meeting Room located at 420 McKinney Parkway, Lillington. North Carolina 27546, or as soon as practicable thereafter, conceming the proposed issuance by the Public Finance Authority (the "Authority"), a commission organized under and pursuant to the provisions of Sections 66.0301 , 66.0303 and 66.0304 of the Wisconsin Statutes, of its Assisted Living Revenue Bonds, in one or more series or issues (the "Bonds"). The Bonds are expected to be issued by the Authority in a maximum principal amount not to exceed of $8,500,000. The proceeds from the sale of the Bonds will be loaned to Fuquay-Varina Health Holdings, LLC and HP6 Fuquay- Varina Health Investors, LLC, each a North Carolina limited liability company, of which Regional Housing & Community SefVices Corporation, a California public- service corporation and an organization described in Section 501(c)(3) of the Code, is the sole member (collectively, the "Borrower"), and used to finance or refinance (I) the acquisition and capital improvements to an assisted living facility to an approximately 26,773 square foot, 50 unit (50 beds) facility to be located at 40 Rawls Club Road, Fuquay-Varina , North Carolina 27526, including the acquisition of land, certificates of need, licenses and certain predevelopment expenses associated with the facility (collectively, the "Project"). and (ii) certain fees and costs associated with the issuance of the Bonds. ,,·,' f'I.RY p ',,, ,' «,~.-··.:-··-.: & '-, ...... 00 .· :'.P" "'' ?,, '<-~.; ·!u' ', The Project will initially be owned and operated by the Borrower. : : :$., ".!<,'.;. lP ~ ~ 1:-\~ • Q: ·;;, ,o 1ARY •;,,· • 0 ~\:Y, A--OJ ; 8 ~-:. : :he Bonds will be special limited obligations of the Authori'! payable sol_ely from the _ • ,. ~ • joan repayments to be made by the Borrower to the Authority, and certain funds and _ , ~ 'j:. ··.\.,PU 8 L \ ~}/ (J jeccounts established by the trust indenture for the Bonds . .... ., ,7"?. ·.;'1..\s,o, ... -;.-.*;,,: ••• ~ ,"" My commission expires: July 23 2022'',, 1v;·;,;.",' .. -··~..i. ·,,,' A_t the time and place fixed f~r the public heari~g._ all persons who app~ar ~i~I be ' ',, t'T CQ\.1~ ,,' given a reasonable opportunity to express their views , both orally and 1n wnting, for 00012821 00036356 '' '•,,,,,,,,' •' or against the proposed issuance of the Bonds, the location and nature of the Project and other related matters. The Board also intends at the October 15 , 2018, meeting to consider and take action on a resolution regarding the issuance of the Bonds by the Authority. PARKER POE ADAMS & BERNSTEIN, LLP POBOX389 The resolution will explicitly provide that: The County has no responsibility for the payment of the principal of or interest on the Bonds or for any costs incurred by the Borrower with respect to the Bonds or the Project. The County pledges neither its taxing power nor revenues for the Bonds. The County has no responsibility for the Borrower, the Project or for the success of the Project. 301 FAYETTEVILLE ST. RALEIGH, NC 27601 Any person wishing to submit written comments regarding the proposed issuance of the Bonds. the location and nature of the Project and other related matters should do so by submitting comments to the Cleric to the Board no later than 5:00 PM on October 15, 2018, at 420 M cKinney Parlcway, Lillington , North Carolina 27546. 101518a HCBOC Page 272 Al~ M.ANDO ~ MEDIA COMPANY consu lt. strategize . deliver . Powered by McC latchy The Nem & Observer 421 Fayetteville Stree~ Su,te 10~ Raleigh. NC 27601 Exhibit B AFFIDAVIT OF PUBLICATION Account ill Ad Number ldenlificaUon 109113 0003864226 Revenue Bonds (Senters Memory Care) Attention: PARKER POE ADAMS & BERNSTEI 301 FAYETIEVILLE ST, SUITE 1400 RALEIGH, NC 27601 NOTICE OF A PUBLIC HEARING REGARDING NOT TO EXCEED 18.!00,000 PUBLIC FINANCE AUTHORITY ASSISTED LIVING REVENUE BONDS (SENTER'S MEMORY CARE) NOTICE IS HEREBY GIVEN that, as required bv Section 147(fl ol the Internal Revenue COde of 1986, os amended (the "'Code''), the Boord of Commissioners of Hornell County, North Carolina Uhe "Coiinr• , will h lie hearing at its ~f=!~f:'~'i"~Jz.t~«!be! .J!.111'_ -· I~~ or as ioonOSiirciciicoblelhe oncern!ng ~:r':~~~~~u:~~01~'fh~~1:'o0:l!ron':h:, ·~~~PJ/,~~Jjo~.c~;~s~o:d %~8J~e~ r~ Wisconsin 51otutesl ot its Auisted Living Revenue Bonds, in one or more series or is sues Uhe # Q_o~~''). The Bonds ore expected to be Jssued by lhe Authority in o maximum principal amount not to exceed of 58,500,000. Th• proceeds rrom lhe sale ot the Bonds will be loaned to Fuquav-Vorino Heallh Holdings. LLC and HP6 Fuquar·Vorino He alth lnveslors, LLC, eo<eh a North Carolina limlled llabntty company, ot which R<:gionol Housing & CommunUv Services Corporation. o Colifomla public--service corporotlon ond on organization described in Section 501 (c)(l) ot the Code, is the sole member (coflectlvelv, the "Borrower">~ and used to fJnonce or refinance (i) the acquisition ond capitol improvements to an assisted living facility to an OP· proximately 26,m square foot, 50 unit (50 beds) fac ility to be located ol 40 Rawls Club Road, Fuquov·Varina, North Carolina 27S26, including the ocquisition of !~"!if:t:c,~fu~' (:1?~~f;:,sye: ,h~d.$~!Y~if..),d:::1ifl;~~'rt:~,~'ss a°~0c~:l; ossociated with t he issuance of the Bonds . The Proied will initially be owned and operated by th e Borrower. The Bonds will be speciot limited obliga1ions of lhe Au1hori1v PO'IOble solely from the loon repayments to be mode bv the Borrower to the Authority, and ter· tain funds and accounts eslablished by the trust indenture for the Bonds. At the rime and place f ixed for the public hearing, oll person s who appea r will be given a reosonoble opportunUy 10 express their views, bath orally and in writ· ing, for or against the proposed Issuance of the Bonds, the location and nature of the Project and other related molters. The Board also lnlends ot the October 15, 2018, meeting to con sider ond loke ottion on o resolution regarding the Issuance of the Bonds by the Authority. The resolution will expliclllv provide lhal: The County has no re51lORS!blllty to< Ille l>OVffleMI of the orincloat of or lnlen!st on Ille Bands or to< ony msls lnann!d bV the Borrower with --1 lo the Bonds or the Pn,lect. The O>un!v Pledl>es nel· ther Ito taxing -, nor """"'""" for the Bondo. The County has na res,,onolblll- ty for the Borrowe,-, the Prolect or for the ouccassof1he Protect. Any per5on wishing to submit written comments reg arding the proposed issu· once of the Bonds. the loco11on a nd nature ol lhe ProiKI ond other related mot· ters should do so bY submitting comments to lhe Clerk to the Board no later than 5:00 PM on October 15, 2018. at 420 McKinnev Parkway, Lillington. North Caroli· na 27Sol6. AddiHonol information concerning the Profect may be oblafned from Jeff Poley, f.~fl;<,?:~~~~rir~-~~~t, Sulle 1400, Raleigh, NC 27601 ; Email Address: N&O: September 26, 2018 PO Cols lines 2 60 STATE OF NORTH CAROLINA COUNTY OF WAKE Before the undersigned. a Notary Public of Johnston County, North Carolina . duly commissioned and authorized to administer oaths, affirmations . etc., personally appeared PAM OLENICZAK, who being duly swom or affirmed , according to law, doth depose and say that he or she is Accounts Receivable Specialist of the News & Observer Publishing Company, a COfJ)oralion organized and doing business under the Laws of the State of North Carolina, and publishing a newspaper known as The News & Observer, wake County and State aforesaid, the said newspaper in which such notice, paper, document, or legal advertisement was published was, al the time of each and every such publication, a newspaper meeting all of the requirements and qualifications of Section 1-597 of the General Statutes of North Carolina and was a qualified newspaper within the meaning of Section 1-597 of the General Statutes of North Carolina, and that as such he or she makes this affidavit ; and is familiar with the books, files and business of said corporation and by reference to the files of said publication the attached advertisement ----lnsertion(s) Published On : September 26, 2018 PAM OLENlCZAK, Accounts Recei.,(a!,le Specialist Sworn to and sub~bed before me this 27th day of September, 2018 My Commission Expires: 7110/2023 WENDY DAWSON Notary Public f. fj J North Carolina ~°"'="'-:..,~nty 101518a HCBOC Page 273 Board Meeting Agenda Item MEETING DA TE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJE CT: FY2020 Community Transportation Program Application (HARTS) REQUESTED BY: Barry Blevins, General Services Director REQUEST : Harnett Area Rural Transit Sytem (HARTS) requests a public hearing to allow citizens an opportunity to comment on transportation needs and the proposed 5311 Community Transportation Program application, to be submitted to the North Carolina Department of Transportation, Public Transportation Division (NCDOT/PTD) no later than November 2, 2018. Following the public hearing, HARTS requests the Board of Commissioners to consider and approve the application and resolution to apply for FY2020 funding. Requires matching funds totaling $59,343. Finally, as required by NCDOT/PTD funding, HARTS seeks a Board resolution to apply , enter an angreement with NCDOT and provide the necess ary as surances and required match. Specifically, the Section 5311 program intends to enhance the access of people in non- urbanized areas to health care, shopping, education, employment, public services and recreation . Section 53 11 as sists in the maintenance, development, improvement and use o f public transportation systems in non-urbanized areas. FINANCE OFFICER'S RECOMMENDATION : COUNTY MANAGER'S RECOMMENDATION: C:\Users\pamerson\De sktop\HARTS\BJLLI NG\FY 20 l 9-202 0\FY20 NCD0T\FY2020 53 11 ADMJN -OPERA TING DOCUMENTS\COMPLETED\FY 2020 Agenda Form.docx Page I of ! 101518a HCBOC Page 274 PUBLIC HEARING NOTICE Section 5311 {ADTAP), 5310, 5339, 5307 and applicable State funding, or combination thereof. This is to inform the public that a public hearing will be held on the proposed Fiscal Year 2020 Community Transportation Program App11cat1on to be submitted to the North Carolina Department of Transportation no later than Noyembe( 2. 2018. The public hearing will be held on October 15. 2018 at 7:00 pm before the ttamett County Board of Comm1ssjoners. Those interested in attending the publie hearing and needi"!9 either auxiliary aids and services under the Americans with Olsabil1t1es Act (ADA) or a la~ua~ translator should contact LauY..Smitb on or before October 2,18. at telephone number 9HH514-4019 or via email at lsmith@harnett.org. The Community Transportation Program provides assistance to coordinate existing transportation programs operating in .t:ra.rnmt Cm.mty as well as provides transportation options and services for the communities within this service area. These services are cur-rently provided using demand response and subscription routes. Services are rendered by center-aisle. minivans, and light tranSJt vehicles. The total estimated amount reQUested for the period July 11 2019 through J!J!19 30. 2020 Pcoiect ..lQ1al Amount Local Share Adminlstratwe $279,820 $41,943 (15%) Operating (5311) s $ (50%) Capital (Vehicles & Other) $174,000 $17,400 (10%) 531 o Operating $ $ (50%) Other s s (%) -... .. ---TOTAL PROJECT $453,620 $59,343 Total Funding Request Total Local Share This appllcalion may be inspected at Harnen Area Rural Transit System (HARTS) Administration Office. 250 Alexander Onve. Lillington, NC 27546 from 8:00 AM -4:00 PM. Monday through Friday. Written comments should be directed to Mr. Larry Smith before ~1.JL. 1014/18 i I' I I AVISO DE AUDIENCIA PUBLICA Secclon 5311 (ADT AP), 5310, 5339. 5307 y la ffnanclacton aatatal apHcable, o comblnaclon de loa mllfflOII. Esto es para informar al pilbhco que una audiencia publica se llevara a cabo en el ano fiscal 2020 propuesto solicitud del programa de Transporte de ta Comunidad que se presentara al Departamento de Transporte de Carolina del Norte a mas tardar el 2 de noviembre de 2018. la audtencia publica se llevara a cabo el 15 de octubre , 2018 a las 7:00 PM antes de la Junta de Comision-ados del Condado de Harnett. Los interesados en asistir a la audiencia pubhca y la necesidad de cualquiera de las ayudas y servicios auxiliares bajo el Acta de America.nos con Oiscapacidades (ADA) o un traductor de idiomas debe ponerse en contacto con Larry Smith en tarde del 12 octubre. 201 e, al numero de tetetono 910-8 f 4-4019 o por correo electr6nico a tsmith@hamett.org, El Programa de Transporte Comunldad proporciona asistencia para coordinar los programas e,cistentes de transporte que operan en el condado de Hamett. asl como proporciona oPCiones de transporte y servicios para las comunidades dentro de esta area de servicio. Estos servicios se proporcionan actualmente el uso de respuesta de la demanda y las rutas de suscripcion. Los servicios se ptestan por furgonetas de pasillo central. minivans y vehiculos de transporte hgero. La cantidad total estimado solicitado para el perfodo 01 de Julio 2019 a 30 de Junlo 2,02 mil Proyecto Caotldad total Cgropartir lqcat AdmmistratJvo $279,620 $41,943 (15%) De funcionamiento (5311) (50%) Vehicutos de capital (Y otros) $174,000 $17,400 (10,,o) 5310 Operativo (50%) Ql(_o___ ( "lo) TOTAL DEL PAOYECTO $453,620 $59,343 Solicitud de financiacion total Compartir total Local Esta ap!icaci6n puede ser inspeccionado en el Sistema de Harnett area rural de Transite (HARTS) Oficma de Admrnistraci6n. 250 Alexander Drive, Lillington, NC 27546. de 8:00 am • 4 :00 pm. de lunes a viemes. Los comentarios escritos deben ser dingidas a Larry Smith el 15 de octubre. 2018. 10/4/18 101518a HCBOC Page 275 Unified Application Checklist Applicant Name: MOS Reviewer: N/A 5311 Documents to Submit MOS Approved Comments or Concerns LJ 0 Indirect Cost Rate Verification LJ 0 D Job Descriptions (if changed) D D 0 Deviated Fixed Route Material D 0 D Vehicle Insurance Certification D 0 D Insurance Auto Schedule D D 0 Retail Estimate(s) or Proposal(s) D D 0 Third Party Provider Contract D D 0 Rental Lease Agreement D D 0 Vehicle Lease Agreement D D 0 Software Leases D D 0 PTO Approval Letter for Software D LJ 0 D 5311 Project Funding Request Form D D 0 Online Budget D 0 D Project Funding Request Form D 101518a HCBOC Page 276 Unified Application Checklist Applicant Name: County of Harnett MOS Reviewer: N/A Master Documents to Submit MOS Approved Comments or Concerns ~ LJ Authorizing Resolution LJ 0 D Certs & Assurances D 0 D Title VI Certification D 0 D DBE Certification LJ 0 Anticipated DBE/MBE/WBE HUB D D Vendor Awards D Public Hearing Notice (newspaper D D copy) 0 LJ Public Hearing Record D D Public Hearing Minutes D D D Public Hearing Affidavit D 0 D Public Hearing Outreach D 0 D Local Share Certificate for Funding D 0 D Surface Transportation Providers List D 0 D TAB Composition List D 0 D EEO Form (if applicable) D 0 D Conflit of Interest Forms D 0 D System Description Form LJ . 0 D DUNS Verification D 0 D Delegation of Authority Form D 0 D Application Checklist D 101518a HCBOC Page 277 NORTH CAROLINA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION DIVISION DBE/MBE/WBE/HUB ANTICIPATED VENDOR A WARDS in FY 2020 APPLICANT'S NAME: COUNTY OF HARNETT MAILING ADDRESS: POST OFFICE BOX 759, LILLINGTON, NC 27546 VENDOR NUMBER: We expect to utilize the following list of DBE/MBE/WBE/HUB Vendors in FY 2020: DBE/MBE/WBE/HUB Mailing Address ID# from Vendor/Subcontractor's Name City, State, Zip NCDOT Website D The above list includes the DBE/MBE/WBE/HUB Vendors the applicant expects to utilize in FY 2020. !'8:1 The applicant does NOT expect to utilize any DBE/MBE/WBE/HUB Vendors in FY 2020. ~~a.', ,r \IV\~ V") borclDr1 SfJri11ye Signature of Authorized Official Date PERIOD COVERED From: JULY J, 2019 To: JUNE 301 2020 Describe Service/ Item to be Anticipated Purchased Expenditure($) TOTAL :111::IH N91S 101518a HCBOC Page 278 FISCAL VEAR 2020 Federal (FTA) and State (NCDOT) Certifications and Assurances for Public Transportation Programs will be distributed upon receipt of federal documents from the FTA. Documents Include: • Federal Certifications and Assurances • Applicant and Attorney Affirmations • Certifications and Restrictions on Lobbying • Special Section 5333(b) Warranty • Certification of Equivalent Service (if applicable due to purchase of non-lift vehicle or a fleet with non-lift-equipped vehicles in it.) 101518a HCBOC Page 279 DBE GOOD FAITH EFFORTS CERTIFICATION This is to certify that in all purchase and contract selections County of Harnett is committed to and shall make good faith efforts to purchase from and award contracts to Disadvantaged Business E nterprises (DBEs). DBE good faith efforts will include the following items that are indicated by check mark(s) or narrative: Required Check all Description byPTD that apply * D Write a letter/email to Certified DBEs in the service area to inform them of purchase or contract opportunities; * ~ Document telephone calls, emails and correspondence with or on behalf of DBEs; D Advertise purchase and contract opportunities on local TV Community Cable Network: * ~ Request purchase/contract price quotes/bids from DBEs; 0 Monitor newspapers for new businesses that are DBE eligible Encourage interested eligible firm s to become NCDOT certified. Interested * ~ firms should contact the office of contractual services at (919) 707-4800 for more information * 0 Encourage interested firms to contact the Office of Historically Underutilized Bus inesses at (919) 807-2330 for more information Con s ult NCDOT Certified DBE Directory. A DBE company will be listed in * 0 the DBE Directory for each work type or area of specialization that it performs . You may obtain a copy of this directory at httos ://www .ebs .nc.govN endorDirectorv/defau lt.htm lhtm 1 D Other efforts: Describe: D Other efforts: Describe: You may obtain a copy of the USDOT Di sadvantaged Bus iness Enterprise Program Title 49 Part 26 at https:/ /www .ebs.nc.govN endorDirectory/default.html Reminder: Documentation of all good faith efforts shall be retained for a period of five (5) years following the end of the fi scal year. I certify that, to the be st of my knowledge, the above information describes the DBE good faith efforts. Signature of Authorized Official Date Gordon Springle, Chairman, Harnett County Board of Commissioners Type Name and T itle of Authorized Official zCI» Ill -:a C, Ill z 101518a HCBOC Page 280 FY 2020 Delegation of Authority Date: ---------------- Gordon Springle Chairman, Board of Commissioners (Authorized Official's TypedfPrinted Name) (Authorized Official's TAie and Agency) as the des ignated party for County of Hamett, North Carolina -----------~'---,,(G,....ra~nt-,e-cip,,....entl-:Applica--'-c"-n-tAg.,..-en-c:;,....) ------------- With authority to submit fundin g applications and enter into contracts with the North Carolina Department of Transportation and execute all agreements and contracts with the NCDOT Public Transportation Division, hereby delegate authority to the individual(s ) filling the positions as indicated below: Primary Designee: Larry Smith, Transit Manager (Name and Primary Oesignee's Position Tf!Se} General Services/Harnett Area Rural Transit System (Primary Designee's Agency) Reimbursement Requests : D Yes D No Budget Revi sion s: D Yes D No Budget Amendments: D Yes D No Period of Performance Extensions: 0 Yes D No 1 Other D Yes D No Alternate Designee #1: Barry Blevins, Director of General Services (M emate Oe~gnee's Name and Position Tftie) General Services/Harnett Area Rural Transit System (Alternate Oesignee's Agency) Reimburse ment Requests: D Ye s D No Budget Revisions: D Yes D No Budget Amendments: D Yes D No Period of Performance Extens ion s: D Yes D No 10ther 0 Yes D N o Alternate Designee #2: Pam Amerson, Administrative Support Specialist (Attemate Oe~'s Name and Position Tltte) General Services/Hamett Area Rural Transit System (Atternate Oesignee's Agency) Reimbursement Requests: D Yes D No Budget Revisions : D Ye s D No Budget Amendments: D Yes D No Period of Performance Extensions: 0 Yes D No 10ther D Yes D No April 25 , 2018 101518a HCBOC Page 281 CTP Authorized Officials ~ . '$DO,MPJ' ' 'A .-.,sr .. 1 .. rs Titlfii , . "-• Vll .. ~-:-~·$ i ....... &. . . Aaina , Disabilitv and Transit Services of Rockinaham Counti Executive Director Aaino , Disability and Transit Services of Rockinaham Countv Alamance County Transoortation Authoritv Chairperson Alamance Countv Transoortation Authorliv Albemarle Reaional Health Services District Health Director Albemarle Reaional Health Services Alleohanv Countv Countv Manaaer Alleahanv Countv Anso n Countv Chairoerson Anson Countv Board of Commissioners AooalCART Chairperson AooalCART Authoritv Board Ashe Countv Transportation Authority, Inc. Executive Director Ashe Countv Transoortation Authoritv, Inc. Averv Countv Transportation Authority Chairperson Averv Countv Board of Commissioners Beaufort County Developmental Center, Inc. Executive Director Beaufort Countv Developmental Center, Inc. Bladen Countv Chairperson Bladen Countv Board of Commissioners Brunswick Transit Svstem , Inc. Executive Director Brunswick Transit Svstem , Inc. Buncombe Countv Chairoerson Buncombe Countv Board of Commissioners Cabarrus Countv Countv Manaaer Cabarrus County Caoe Fear Public Transportation Authority Chairperson Cape Fear Public Transoortation Authorliv Carteret Countv Countv Manager Carteret Countv Caswell Countv County Manager Caswell Countv Chatham Transit Network Executive Director Chatham Transit Network Cherokee Countv County Manaaer Cherokee Countv Choanoke Public Transoortation Authority Chairperson Choanoke Public Transportation Authoritv Cliv of Rockv Mount Mavor Citv of Rockv Mount cliv of Salisburv Mavor City of Salisbury Cit¥ of Wilson Deoutv Citv Manaaer Cttv of Wilson Clav Countv Chairoerson Clav Countv Board of Commissioners Columbus Countv Chairperson Columbus County Board of Commissioners Communitv and Senior Services of Johnston Countv, Inc. Chairperson Communitv and Senior Services of Johnston Countv, Inc. Craven Countv Chairperson Craven Countv Board of Commissioners Cumberland County County Manaqer Cumberland Countv Dare County County Manaqer Dare Countv Davidson Countv County Manaaer Davidson County Duolin County Chairperson Duplin Countv Board of Commissioners Durham County Chairoerson Durham County Board of Commissioners Eastern Band of Cherokee Indians Princioal Chief Eastern Band of Cherokee Indians Gaston Countv Chairoerson Gaston Countv Board of Commissioners Gates Countv Countv Manaaer Gates Countv Goldsboro-Wavne Transportation Authoritv Chairperson Goldsboro-Wavne Transoortation Authoritv Graham Countv County Finance Officer Graham Countv Greene County County Manaaer Greene Countv Guilford Countv County Manaaer Guilford County Harnett County Chairperson Harnett County Board of Commissioners Hoke County Chairoerson Hoke County Board of Commissioners Hvde Countv Non-Profit Private Transoortation Coro ., Inc. Transoortation Coordinator Hvde County Non-Profit Private Transoortation Coro., Inc. Iredell Countv Transoortation Director Iredell Countv Transit Jackson Countv Countv Manaaer Jackson Countv Kerr Area Transportation Authoritv Executive Director Kerr Area Transportation Authoritv Lee Countv Chairoerson Lee Countv Board of Commissioners Lenoir Countv Chairperson Lenoir Countv Board of Commissioners Lincoln Countv County Manager Lincoln Countv Macon Countv County Manager Macon Countv Madison Countv Transportation Authority Chairperson Madison County Board of Commissioners Martin County County Manaqer Martin Countv McDowell CountyTransoortation Planning Board, Inc. President McDowell County Transoortation Plannina Board, Inc. Mecklenbura Countv Countv Manaaer Mecklenbura County Mitchell Countv Transportation Authoritv Chairoerson Mitchell County Board of Commissioners Moore Countv Chairoerson Moore County Board of Commissioners Mountain Proiects, Inc. Executive Director Mountain Proiects, Inc. Onslow United Transit Svstem , Inc. President Onslow United Transit Svstem, Inc. Board Oranae Countv Chairperson Oranae Countv Board of Commissioners Pender Adult Services, Inc. Executive Director Pender Adult Services, Inc. Person Countv Countv Manager Person Countv Pitt Countv County Manager Pitt Countv Polk Countv Transportation Authority Chairperson Polk Countv Board of Commissioners Randolph Countv Senior Adults Association, Inc. Executive Director Randolph Countv Senior Adults Association, Inc. Richmond lnteraaencv Transportation , Inc. Chairperson Richmond lnteraaencv Transportation, Inc. Robeson County Chairoerson Robeson County Board of Commissioners Rowan Couritv Countv Manaaer Rowan County Page 1 of 2 101518a HCBOC Page 282 CTP Authorized Officials S'~nsor . l'lffirJars 1'ltle. .Ai,itbprtzect Offl~laJ's AttAnN ' ' Rutherford Countv Countv Manaoer Rutherford County Samoson Counlv Countv Manaoer Sampson County Scotland County Countv Manaoer Scotland County Stanlv Counlv County Manaaer Stanly County Swain County Focal Point on Aaina. Inc. Transportation Director Swain County Focal Point on AainQ , Inc. Transportation Administration of Cleveland County, Inc. President Transportation Administration of Cleveland Counlv, Inc. Transylvania County Chairperson Transylvania County Board of Commissioners Tyrrell Countv Countv Administrator Tvrrell Counlv Union Couritv Countv Manaoer Union Countv Wake Countv Chairoerson Wake County Board of Commissioners Washinaton Countv Chairoerson Washington County Board of Commissioners Western Carolina Community Action, Inc. Executive Director Western Carolina Community Action, Inc. Western Piedmont Regional Transit Authority Executive Director Western Piedmont Regional Transit Authoritv Wilkes Transoortation Authority Executive Director Wilkes Transportation Authority Wilson County County Manaaer Wilson County Yadkin Valley Economic Development District, Inc. Executive Director Yadkin Valley Economic Development District, Inc. Yancev County Transportation Authoritv Transportation Director Yancev County Transportation as of 9/25/2012 Page 2 of 2 101518a HCBOC Page 283 EEO QUESTIONNAIRE Threshold Requirements: Any applicant, recipient, or sub-recipient is required to comply with program requirements in Chapter Ill if it meets the following thresholds: a. Employees 100 (+) or more transit-related employees*; and b. Requests or receives capital or operating assistance under Sections 3, 4(i), or 9 of the FT A; assistance under 23 U.S.C. 142(a)(2} or 23 U.S.C. 103(e}(4}, or any combination thereof, in excess of $1 million in the previous Federal fiscal year; or c. Request and receives planning assistance under Sections 8 and/or 9 in excess of $250,000 in the previous Federal fiscal year. Transit systems with 50 -99 employees must keep a plan on file for review at next site visit. Name of Organization: Harnett Area Rural Transit System ____ State DOT ____ MPO ---'X-'-_Transit Agency ____ City TrAMS ID:-------(if applicable) 1. How many employees do you have in your organization? 40 2. How many of those employees are *transit related? 40 *A transit related employee is an employee of an FTA applicant, recipient, or subrecipient who is involved in an aspect of an agency's mass transit operation funded by FTA. For example, a city planner involved in a planning bus routes would be counted as part of the recipient's work force, but a city planner involved in land use would not be counted. If EEO requirement is not applicable check here ___ _, sign at the bottom, and submit1 otherwise complete remaining questions. 3 . How much did your organization receive in capital or operating assistance the previous fiscal year? 4. How much did your organization receive in planning assistance the previous fiscal year? 5. Does your agency submit an EEO Program? ___ Yes ---"-X-'--_No If yes, what is the date of your last submission?--------- Page 1 of 3 101518a HCBOC Page 284 6. Do you contract out any of your transit services? ___ Yes ---'"X-'---No If no, skip to question 7. If yes, a. What is the name of agency (s)? ------------------- b. How much does the agency receive in capital or operating assistance? _____ _ c. How much does the agency receive in planning assistance?---------- d. How many transit employees does the agency have? ___________ _ e. Does the agency submit an EEO Program to you? ___ Ye s ___ _ No If yes, what is the date of their last EEO submission?------------ 7 . What is the date of your last Triennial Review (If applicable)? _:..:.M.:..:::a:..:..rc""h.!...:.;20::..:1::.:6::..._ _______ _ a. Were there any deficiencies? Yes X No If yes, in what area(s) ------------------------ b. Are any of the deficiencies still open ___ Yes ___ No If yes, in what area(s)? ______________________ _ 8 . What i s the date of your last State Management review (If Applicable)? __ ...:.N=/-=-A,..__ ____ _ a. Were there any deficiencies? ___ Yes ____ No If yes, in what area(s) -------------------------- b. Are any of the deficiencies still open ___ Yes ___ No If yes, in what area(s)? ________________________ _ Page 2 of 3 101518a HCBOC Page 285 9. Has your agency participated in an EEO compliance review? ____ -'-"N'-"/A-'---------- lf yes, a. Were there any deficiencies? ___ Yes ____ No If yes, in what area(s) _________________________ _ b. Are any of the deficiencies still open ___ Yes "\, No If yes, in what area(s)? ________________________ _ r state) that the foregoing is true and correct. Date 1/ty£' Signature ..,..:,..-==--,£.....j:+-..,£-------~- Title Transit Services Manager Page 3 of3 101518a HCBOC Page 286 FY 2020 Facility Insurance Verification Systems who have state and/or federal funding for their transit facilities must document facility insurance enough to cover the amount of funding involved in the project. Insurance verification is a federal requirement and is included in our oversight of grant funding. 101518a HCBOC Page 287 PUBLIC HEARING RECORD Section 5311 (ADTAP), 5310, 5339, 5307 and applicable State funding, or combination thereof. APPLICANT : County of Harnett DATE: October 15, 2018 PLACE: Harnett County Administrative Building, 102 E Front St, Lillington, NC TIME : 7:00PM How many BOARD MEMBERS attended the public hearing? How many members of the PUBLIC attended the public hearing? Public Attendance Surveys D (Attached) D (Offered at Public Hearing but none completed) I , the undersigned , representing (Legal Name of Applicant) __ do hereby certify to the North Carolina Department of Transportation , that a Public Hearing was held as indicated above and During the Public Hearing D (NO public comments) D (Public Comments were made and meeting minutes will be submitted after board approval) The estimated date for board approval of meeting minutes is: Signature or Clerk to the Board Margaret Regina Wheeler Printed Name and Title Date ------------ f Aff,x Seal Here : . . '\ou,,o,,,,,,,,,,o,u,,,,,,,,o,,,,,,,,,,ouoo•o•ooo ou,ooonoo,o,,,00 000,0,0,,,,,,,,,,,,,,,,,,,,• 101518a HCBOC Page 288 Voluntary Title VI Public Involvement Title VI of the Civil Right' s Act of 1964 requires North Carolina Department of Transportation to gather statistical data on participants and beneficiaries of the agency's federal-aid highway programs and activities. The North Carolina Department of Transportation collects information on race, color, national origin and gender of the attendees to this public meeting to ensure the inclusion of all segments of the population affected by a proposed project. The North Carol ina Department of Transportation wishes to clarify that this information gathering process is completely voluntary and that you are not required to disclose the statistical data requested in order to participate in this meeting. This form is a public document. The completed forms will be held on file at the North Carolina Department of Transportation. For Further information regarding this process please contact Shantray Dickens the Title VI Manager at telephone number 919 .508.1896 or email at sddickens@ncdot.gov. Project Name: I Date: Meetin Location: Name (please print) Gender: D Male D Female General ethnic identification categories ( check one) D Caucasian I D Hispanic American D American Indian/ Al askan Native D African American 1 D Asian/Pacific Islander Other: Color: National Origin: After you complete this form, please fold it and place it inside the designated box on the registration table. Thank you for your cooperation. 101518a HCBOC Page 289 LOCAL SHARE CERTIFICATION FOR FUNDING COUNTY OF HARNETT Requested Funding Amounts Project Administrative 5311 Operating (No State Match) 5310 Operating (No State Match) 5307 Operating 5307 Planning Capital Mobility Management Total Amount $279,620 $ __ $ __ $ __ $ __ $174,000 $ __ $ __ $ __ $ __ $ __ Local Share $41,943 (15%) $ (50%) $ (50%) $ (50%) $ (20%) $17,400 (10%) $ (10%) $ Lo/o) $ L%) $ Lo/o) $ L%) Funding programs covered are 5311, 5310, 5339 Bus and Bus Facilities, 5307 (Small fixed route , regional, and consolidated urban-rural systems) TOTAL $453,620 Total Funding Requests The Local Share is available from the following sources: Source of Funds General Funds TOTAL Grant Applied To $59,343 Total Local Share Amount $59,343 $ __ $ __ $ __ $ __ $ __ $ __ $ __ $59,343 ** Fare box revenue is not an applicable source for local share funding 101518a HCBOC Page 290 FY 2020 Loca l Share Certificate (page 2) I, the undersigned representing County of Harnett do hereby certify to the North Carolina Department of Transportation , that the required local funds for the FY2020 Community Transportation Program and 5307 Governors Apportionment will be ava ilable as of July 1, 2019, which has a period of performance of July 1, 2019-June 30 , 2020. Signature of Authorized Official Gordon Springle. Chairman. Harnett County Board of Commissioners Type Name and Title of Authorized Official Date zU, ffl -:a C) ffl z 101518a HCBOC Page 291 PUBLIC TRANSPORTATION PROGRAM RESOLUTION FY 2020 RESOLUTION Section 5311 (including ADTAP), 5310, 5339, 5307 and applicable State funding , or combim,tio Applicant seek ing permission to apply for Public Transportation Program f unding, enter into agreem Carolina Department of Transportation , provide the necessary assurances and the required local match . A motion was made by and seconded by -------------for the adoption of the following resolution , and upon being put to a vote was duly adopted . WHEREAS , Article 28 of Chapter 136 of the North Carolina General Statutes a nd the Governor of North Carolina have designated the North Carolina Department of Transportation (N CDOT) as the agency respons ible for administering federal and state public transportation funds; and WHEREAS , the North Carolina Department of Transportation will apply for a grant f rom the US Department of Transportation , Federal Transit Administration and receives funds from the North Carolina General Assembly to provide assistance for rural public transportation projects; and WHEREAS , the purpose of these transportation funds is to provide grant monies to local agencies for the provision of rural , small urban , and urban public transportation services consistent with the policy requirements of each fund ing source for planning , community and agency involvement, service design , service alternatives , training and conference participation , reporting and other requirements (drug and alcohol testing policy and program , disadvantaged business enterprise program, and fully allocated costs analysis); and WHEREAS , the funds applied for may be Administrative , Operating , Plann ing , or Capital funds and will have different percentages of federal , state, and local funds . WHEREAS, non-Community Transportation applicants may apply for funding for "purchase-of-service" proj ects under the Capital budget Section 5310 program. WHEREAS , County of Harnett hereby assures and certifies that it will provide the required local matching funds ; that its staff has the technical capacity to implement and manage the project(s), prepare required reports , obtain required training , attend meetings and conferences ; and agrees to comply with the federal and state statutes , regulations , executive orders , Section 5333 (b) Warranty , and all administrative requirements related to the applications made to and grants received from the Federal Transit Admin istration , as well as the provisions of Section 1001 of Title 18 , U.S. C. WHEREAS, the applicant has or will provide all annual certifications and assurances to the State of North Carolina required for the project ; Revi sed 04-26-18 101518a HCBOC Page 292 NOW, THEREFORE , be it resolved that the Chairman of Harnett County Board of Commissioners is he reby authorized to submit grant application (s) for federal and state funding in response to NCDOT's calls for projects , make the necessary assurances and certifications and be empowered to enter into an agreement with the NCDOT to provide rural , small urban , and urban publ ic transportation services. ** The approved resolution allows the Authorized Representative to receive, sign, and return the contract{s) for the grant(s) applied for without the contract(s) resubmitted to the applicants Board for review. I Margaret Regina Wheeler, Clerk to the Board of Commissioners do hereby certify that the above is a true and correct copy of an excerpt from the minutes of a meeting of the Harnett County Board of Commissioners duly held on the 15th day of October, 2018. Signature of Certifying Official zU, '"-:a ,:, * Note that the authorized official, certifying official, and notary public should be three separate individuals. Ill z Seal Subscribed and sworn to me (date) I Affvc Notary Seal Here I ; l Notary Public * Printed Name and Address My commission expires (date) :ooooo,oo••••••••••••••••••o.••oooouooon oo ooooooooo,o o,,,,,,,,,,,,,,,,000,,,,,,,,,,,,,,,,,,,,,,; 2 Revised 04-26-18 101518a HCBOC Page 293 NCDOTPTD PROJECT FUNDING REQUEST FORM Project Funding Request Form DATE SUBMITTED: I November 2, 2019 APPLICANrs LEGAL NAME: I county of Hamett MPOorRPO NCDOT DIVISION BUDGET TYPE: jFAMPO & CAMPO Mid-Carolina !Division 6 GENERAL INFORMATION CURRENT FISCAL YEAR 2020 MAILING ADDRESS: PO Box 85 Lillington, NC 27546 FEDERAL FUNDING-HA $223,6961 STATE FUNDING $13,981 I PHYSICAL ADDERSS: 250 Alexander Drive Lillington, NC 27546 LOCAL FUNDING $41 ,9431 OTHER FUNDING CONTACT PERSON: ! Mr. Larry Smith PHONE NUMBER: !910-814-4019 TOTAL GRANT AMOUNT $279,6201 FAX NUMBER: !910-814-4020 EMAIL ADDRESS : !lsmith@harnett.org FOR OFFICE USE ONLY PROJECT LOCATION: !County of Harnett PREPARED BY: I I FEDERAL PROGRAM? STATE PROGRAM? REQUEST RECOMMENDATION OR REJECTION !Click here PROJECT or PROGRAM PROJECT f PROGRAM DESCRIPTION (Fully describe project): Hamett Area Rural Transit System (HARTS) is a public and human service transportation delivery system operating within as well as outside of Hamett County, NC for the purpose of providing transportation for the general public, elderly and disabled , low-income County citizens. Funding provided through NCDOT/PTD and in concert with the County of Hamett allows the safe and efficient operation of transit services for those citizens requesting transportation to places such as medical facilities , nutrition sites, senior centers, workplaces, grocery stores and other human service needs. This budget will cover salaries for 4 administrative positions, drug testing , uniform rentals for our drivers, office supplies , trainings and meetings, travel , utilities, printing services, postage, advertising, communications/radio equipment and services, subscriptions , as well as any indirect costs. PROJECT I PROGRAM BENEFITS (Fully describe benefits): Program benefits include access to medical facilities , food sources, universities, workplaces , workshops, rehabilitation programs, senior centers and recreational facilitie s. RESULT OF PROJECT/ PROGRAM IF NOT FUNDED (Fully describe results of project): If the program was not funded, an estimated 17% of Hamett County's population would not have access to mu ch needed transportation options . There is no other option available for certain nodes of the population in this rural County. 101518a HCBOC Page 294 DATE SUBMITIED: NCDOTPTD PROJECT FUNDING REQUEST FORM Project Funding Request Fonn !November 2, 2019 APPLICANrs LEGAL NAME: I county of Hamett MPOorRPO NCDOT DIVISION BUDGET TYPE: jFAMPO & CAMPO Mid-Carolina !Division 6 GENERAL INFORMATION CURRENT FISCAL YEAR 2020 MAILING ADDRESS: PO Box 85 Lillington, NC 27546 FEDERAL FUNDING-HA $139,2001 STATE FUNDING $17,4001 PHYSICAL ADDERSS: 250 Alexander Drive Lillington , NC 27546 LOCAL FUNDING $17,400! OTHER FUNDING CONTACT PERSON: !Mr. Larry Smith I PHONE NUMBER: 1910-814-4019 I TOTAL GRANT AMOUNT $174,000l FAX NUMBER: 1910-814-4020 I EMAIL ADDRESS: !1smith@harnett.org I FOR OFFICE USE ONLY PROJECT LOCATION: !county of Harnett PREPARED BY: FEDERAL PROGRAM? STATE PROGRAM? REQUEST RECOMMENDATION OR REJECTION !Click here PROJECT or PROGRAM PROJECT/ PROGRAM DESCRIPTION (Fully describe project): Hamett Area Rural Transit System (HARTS) is a public and human service transportation delivery system operating within as well as outside of Hamett County, NC for the purpose of providing transportation for the general public, elderly and disabled, low-income County citizens . Funding provided through NCDOT/PTD and in concert with the County of Hamett allows the safe and efficient operation of transit services for those citizens requesting transportation to places such as medical facilities, nutrition sites , senior centers , workplaces, grocery stores and other human service needs. This budget will cover salaries for 4 administrative positions, drug testing, uniform rentals for our drivers, office supplies , trainings and meetings, travel , utilities , printing services, postage, advertising , communications/radio equipment and services. subscriptions, as well as any indirect costs. PROJECT/ PROGRAM BENEFITS (Fully describe benefits): Program benefits include access to medical facilities , food sources. universities, workplaces, workshops, rehabilitation programs , senior centers and recreational facilities . RESULT OF PROJECT/ PROGRAM IF NOT FUNDED (Fully describe results of project): If the program wa s not funded , an estimated 17% of Harnett County's population would not have access to much needed transportation options. There is no other option available for certain nodes of the population in this rural County. 101518a HCBOC Page 295 FY 2020 Public Hearing Meeting Minutes To support the combined program Resolution for FY 2020, a copy of the minutes from your public hearing reflecting the grant funds applied for must be uploaded into EBS as a supporting document. Final Board-approved minutes must be uploaded by December 15, 2018. 101518a HCBOC Page 296 PUBLIC HEARING NOTICE Section 5311 (ADTAP), 5310, 5339, 5307 and applicable State funding, or combination thereof. This is to inform the public that a public hearing will be held on the proposed Fiscal Year 2020 Community Transportation Program Application to be submitted to the North Carolina Department of Transportation no later than November 2, 2018 . The public hearing will be held on October 15 , 2018 at 7:00 PM before the Harnett County Board of Commissioners. Those interested in attending the public hearing and needing e ither auxiliary aids and services under the Americans with Disabilities Act (ADA) or a language translator should contact Larry Smith on or before October 12 , 2018, at telephone number 910-814-4019 or via email at lsmith@harnett.org. The Community Transportation Program provides assistance to coordinate existing transportation programs operating in Harnett County as well as provides transportation options and services for the communities within this service area . These services are currently provided using demand response and subscription routes . Services are rendered by center-a isle vans , minivans , and light transit vehicles . The total estimated amount requested for the period July 1, 2019 through June 30, 2020 Pro ject Administrative Operating ( 5311) Capital (Vehicles & Other) 531 O Operating Other TOTAL PROJECT Total Amount $279,620 $ $174,000 $ $ $453,620 Total Funding Request Local Share $41,943 $ $17,400 $ $ $59,343 (15%) (50%) (10%) (50%) ( %) Total Local Share This application may be inspected at Harnett Area Rural Transit System (HARTS) Administration Office , 250 Alexander Drive, Lillington , NC 27546 from 8:00 AM -4:00 PM, Monday through Friday. Written comments should be directed to Larry Smith before October 15, 2018. 101518a HCBOC Page 297 AVISO DE AUDIENCIA PUBLICA Seccion 5311 (ADTAP), 5310, 5339, 5307 y la financiaci6n estatal aplicable, o combinacion de los mismos. Esto es para informar al publico que una audiencia publica se ffevara a cabo en el ario fiscal 2020 propuesto solicitud def programa de Transporte de fa Comunidad que se presentara al Departamento de Transporte de Carolina def Norte a mas tardar el 2 de noviembre de 2018. La audiencia publica se ffevara a cabo el 15 de octubre , 2018 a fas 7:00 PM antes de la Junta de Comisionados def Condado de Harnett. Los interesados en asist ir a fa audiencia publica y fa necesidad de cuafqu iera de fas ayudas y servicios auxifiares bajo el Acta de Americanos con Discapacidades (ADA) o un traductor de idiomas debe ponerse en contacto con Larry Smith en tarde def 12 octubre, 2018, al numero de telefono 910-814-4019 o por correo efectr6nico a fsmith@harnett.org. El Programa de Transporte Comunidad proporciona asistencia para coordinar los programas existentes de transporte que operan en el condado de Harnett, asf como proporciona opciones de transporte y servicios para fas comunidades dentro de esta area de servicio . Estos servicios se proporcionan actuafmente el uso de respuesta de la demanda y fas rutas de suscripci6n . Los servicios se prestan por furgonetas de pasiflo central , minivans y vehfcufos de transporte figero . La cantidad total estimado solicitado para el perfodo 01 de julio 2019 a 30 de junio 2,02 mil Proyecto Cantidad total Compartir focal Administrative $ 279.620 $ 41.943 (15%) De funcionamiento (5311) (50%) Vehfcufos de capital (y otros) $174.000 $ 17.400 (10%) 531 0 operative (50%) otro ---------(%) TOTAL DEL PROYECTO $ 453.620 $ 59.343 Solicitud de financiaci6n total Compartir total Local Esta apficac i6n puede ser inspeccionado en el Sistema de Harnett area rural de Transite (HARTS) Oficina de Administraci6n , 250 Alexander Drive , Lillington, NC 27546 , de 8 :00 am -4:00 pm, de funes a viernes . Los comentarios escritos deben ser dirigidas a Larry Smith el 15 de octubre, 2018. 101518a HCBOC Page 298 PUBLIC HEARING OUTREACH APPLICANT: COUNTY OF HARNETT Provide a detailed description of public hearing outreach efforts by the applicant to inform the public ESPECIALLY MINORITY, WOMEN, ELDERLY, DISABLED, LIMITED ENGLISH PROFICIENCY-(LEP) AND LOW INCOME INDIVIDUALS about the scheduled public hearing and the opportunity to comment on the proposed Community Transportation grant application . Outreach may include efforts such as distribution of information on vehicles, at human service agencies, at local community events , at public events, local organization , etc. Click on gray box and begin typ ing the detailed description. Public Hearing Notice was published in the Dunn Daily Record 1 O days prior to the Public Hearing. All local government Human Services organizations were contacted and information distributed . Transportation Advisory Board members were notified of the public hearing date and place. The Public Hearing was posted on the Harnett County website, www.harnett.org. 101518a HCBOC Page 299 Surface Transportation Providers (operating in your service area) List all private transportation providers and indicate if represented by union. This information is generally available in your telephone directory or through the County's business licensing office. ff you contract out any part of your service or management/administration of your transit system and the contractor's employees are represented by a labor union, remember to include them here. Private Transportation Providers 1 Crossway Transportation 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Surface Transportation Providers COUNTY OF HARNETT Legal Name of Applicant . ·---··-----···. ·-···-Union Representation [8J No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes If yes-Provide Name of Union and the affiliated Local Branch Number, (e.g. ACME Local #458) Page 1 of2 101518a HCBOC Page 300 Private Transportation Providers 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Surface Transportation Providers COUNTY OF HARNETT Legal Name of Applicant -· Union Representation D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes D No D Yes 0 No 0 Yes D No D Yes D No D Yes D No D Yes D No D Yes If yes -Provide Name of Union and the affiliated Local Branch Number, (e.g. ACME Local #458) Page 2 of2 101518a HCBOC Page 301 Check If New Sub-Recipient D 1. GENERAL INFORMATION FY2020 COMMUNITY TRANSPORTATION PROGRAM GRANT APPLICATION NORTH CAROLINA DEPARTMENT OF TRANSPORTATION FEDERAL SECTION 5311 & STATE FUNDING TRANSIT SYSTEM DESCRIPTION APPLICANT'S LEGAL NAME: !._H_a_m_e_tt_C_o_un_ty~----------------~ APPLICANT'S CO NGRES SIONAL DI STR ICT: !2 If incorrect entercorrectprimarydistrict:j I If Applicant's city is included in more than one district, enter primary district only MAILING ADDRESS : ~IP_O_Bo_x_8_5-=.,,..---,,----,--------------~ PO Box or Street Address !Lillingto n, NC 27546 City, State Zip (9-<Jigft zip) PHYSICAL ADDRESS : ~!2_5_0_A_le_x_a_nd_e_r_D_ri_ve ________________ ~ Street Address !Lillington , NC 27546 Cfty, State TAXPAYER IDE NTIFICATION NUMBER : ~!5_6_-6_00_0_3_06 _________________ ~ DOING BUSINESS AS (OBA) NAME: ~IH_a_r_ne_tt_A_r_ea_R_u_ra_l _Tra_n_si_t S_y~s_te_m ___________ ~ Nonnal/y the transft system name, if different than applicant name APP LICANT DUNS NUMBER : !091565986 ~U-n.,..iq-ue-9,...·D::-:ig""'ft-n-um-be,--n,...·ss_u_edc-b,-y""D,-un.....,.& -=-era......,.ds-tree_t_..,.M.,..a-y .,-be-ob...,.,...ta.,..ined-..,..,free,---,of:-c,-ha_rg_e_a.,..t:~ http://fedgov.dnb.com/webform DUNS NUMBER OF PARENT AGENCY: a..::IOc;:.9-',;15:..:6c.::;.59.c.;8;...;;6 _________________ _, Required only if different t han Applicant CONTACT PERSON : ~IL_a_rry~Sm_i_th _________________ ~ PHONE NUMBER: u!(_91_0~) _81_4_-4_0_19 ________________ ~ Area Code & Phone Number FAX NUMBER : !(910) 814-4020 Area Code & Phone Number EMAIL ADDRESS : jlsmith@harnett.org SERVICE AREA'S CONGRESSIONAL DISTRICT: j 2 ,r incorrect enter correct primary district:!---- If Service Area is included in more than one district, enter primary district on y SERVICE AREA: "'!H-"ac.cm;.;.;e:..;;tt;..;C;..;o;...;;u.;..;.nty...__ ___________________________ __. FEDERAL FINAN CIAL ASSISTAN CE TRANSPARENCY ACT (FFATA): F FATA mandates the disclosure of the names an d total compensation of the five most highly compensated officers of an entity if: • The Applicant received 80% or more of its annual gross revenue s in the preceding fiscal year from the federal government (all federal sources, not just FTA); !fil! • Those revenues were greater than $25M ; and • The public does not have access to the information through Securities and Exchange Commission or Internal Revenue Service filings as specified in FFATA. Applicant should select "Yes· if they are subject to the reporting requirements of FFATA and "No" if th ey are not subject to Executive Com pensation Reporting . ~ L.I __ ...;.N.;.:o:...._ _ _, EXEC UTIVE CO MP ENSATION REPORTING: If "Yes" is selected above , enter the Nam es and Compensa tion amounts for the top five officers of the Applicant. 1. $ ---------------------Enter full name Total compensation 2. $ ---------------------Enter full name Total compensation 3. ---------------------$ Enter full name Total compensation 4 . $ ---------------------Enter full name Total compensation 5. $ ---------------------Enter full name Total compensation Page 1 101518a HCBOC Page 302 2. TYPE OF APPLICANT 3. TYPE OF TRANSIT SYSTEM 4. TYPE OF SERVICE -(check all that apply) 12bemand Response 0 Subscription 0 Deviated Fixed Route 5. SERVICE OPTIONS -(check all that apply) 0 General Public 0 Human Service Public County Government Single-County 0 Fixed Route 0 Other: (specify below) 0 Brokerage (Contractual service not a referral) 0 Other: (describe below) 6. PURCHASE SERVICE -List agencies that purchase service from the transit system. Note: List agency ONCE Agency 1 Agency2 Name: County of Harnett Department of Social Service Name: Mid-Carolina Council on Aging 0 check if agency purchased service last year 0 Check if agency purchased service last year List Programs Served : List Programs Served: 1) Medicaid 1) Medical Transportation 2) Work First 2) General Transportation 3) 3) _____________ _ 4) 4) ______________ _ 5 ) 5) ______________ _ Agency 3 Name: County of Harnett Health Department 0 Check if agency purchased service last year List Programs Served: 1) Medical Transportation 2) _____________ _ 3) ______________ _ 4) _____________ _ 5) ______________ _ Agency 5 Name: Joblink Career Center 0 Check if agency purchased service last year List Programs Served: 1) Workforce Development 2) ______________ _ 3) _____________ _ 4) ______________ _ 5) _____________ _ Agency 7 Name : Central Carolina Community College 0 check if agency purchased service last year List Programs Served: 1) Education 2) Comprehensory Program 3) _____________ _ 4) _____________ _ 5) ______________ _ Agency 9 NC Department of Health & Human Services 0 Check if agency purchased service last year List Programs Served : 1) Medical 2) _____________ _ 3) _____________ _ 4) _____________ _ 5) ______________ _ Agency4 Name : Daymark Recovery Services 0 Check if agency purchased service last year List Programs Served : 1) Psycho-Social Program 2) Substance Abuse Program 3) Rehabilitation 4) Medical 5) ______________ _ Agency6 Name: Johnston County Industries 0 C heck if agency purchased service last year List Programs Served : 1) Employment 2) Vocational Rehabilitation 3) Worilshop 4) ______________ _ 5) ______________ _ Agency 8 Name: NC Vocational Rehabilitation 0 Check if agency purchased service last year List Programs Served : 1) Vocational Rehabilitation 2) ______________ _ 3) ______________ _ 4) ______________ _ 5) ______________ _ Agency 10 Name: NC Division of Services for the Blind 0 Check if agency purchased service last year List Programs Served: 1) Medical 2) Educational 3) _____________ _ 4) ______________ _ 5) ______________ _ O check box at left if you serve more than 1 O agencies and complete Continuation worksheet. Page2 101518a HCBOC Page 303 7. REVENUE VEHICLE INVENTORY BY CATEGORY -Important· (If a vehicle has been replaced and the transit system has received the title from PTO, the vehicle should not be included in this inventory. Identify vehicles awaiting d isposition in 88 below.) 6 Center Aisle Van 0 20-Ft LTV (Cutaway) (no lift) 3 Conversion Van 0 20-Ft LTV (Cutaway) (w/lift) 11 Lift-Equipped Van 0 22-Ft LTV (Cutaway) (w/lift) 4 Minivan (no ramp) ---0 25-Ft LTV (Cutaway) (w/lift) __ o_ Minivan (w/ramp) 0 28-Ft LTV (Cutaway) (w/lift) 0 Crossover (4/ All-wheel drive) ---0 Sedan 9 Transit Bus ---Other: (describe below) 8. FLEET SIZE A. ACTIVE FLEET 27 Total~ Vehicles in Fleet 0 Backup Revenue Vehicles 11 Total Lift-Equipped Vehicles B. INACTIVE FLEET 2 Enter number of vehicles awaiting disposition. This includes vehicles for which replacements have been received and titles have been received from PTD. It also includes fleet reductions for which titles have been received from PTD. 9. DAYS AND HOURS OF SERVICE (Check all that apply and enter corresponding service hours): DAYS Beginning f!me SERVICE HOURS 0 Seven (7) days per week Q! 0 Mo nday -Friday 0Saturday 4:00AM 4:00AM 0 Sunday 0Holiday 10. SYSTEM MANAGEMENT & OPERATION A. Is the Management/Administration of the transit system currently subcontracted? If~. answer the following : Name of the Management provider : When will the new RFP process begin? Are employees of the subcontractor represented by a labor organization (union)? If so, provide the following : Name of Union: Example: Amalgamated Transit Union Local #1437 B. Is the Operation of th e transit system currently subcontracted? If~. answer the following: Name of the service provider: When will the new RFP process begin? Are employees of the subcontractor represented by a labor organization (union )? If so, provide the following : Name of Union: Example: A malgamated Tran sff Union Local #1437 C . Does another public transit system contract with your system for any part of its service? If~. answer the following: Name of the public transit system : Type of service that you provide: A re employees of the~ transit system Q! its subcontracto r(s) represented by a labor union? If so, provide the following: Name of other system's subcontractor (if applicable): Name of Union: Example: Amalgamated Transit Union Local #1437 11. PUBLIC INVOLVEMENT -Please complete the chart below to document outreach efforts. 1) 2) Organizations I Events Date /Time Location Ending Time 6 :00 PM 6:00 PM No No No Number of Attendees Primary Audience Number nue VI Forms Comple1ed ---,,-,., 101518a HCBOC Page 304 3) ________________ +-----lf----------------------+---------.1------ 4) ________________ +-----lf----------------------+-------1------ 5)----------------+-----lf------------------+----+--------<1------ 6) ________________ +-----lf----------------------+---------.1------ 7) ________________ -1-------.---------------------+-------I------ 8) ________________ ...._ __ --ll---------------------+---------.1------ 9) _______________ -+---~1-----------------~1-----t-------1------- 10) ________________ ...._ __ --lf----------------------+---------.1------ 11 ) ________________ -1-------.1---------------------+---------.1------ 12) _______________ -t------,1-----------------~1-----t-------1------- 13) _______________ -t---~1----------------~l-----t-------1------- 14) _______________ -1-----l~----------------1~--+--------+------ 15) _______________ _..__ __ __.L___ ______________ _.L___ __ ....._ _____ __._ _____ _ A. Is a governing board approved, formalized , public involvement plan in use? If yes (complete questions below) Is that plan evaluated and updated at least annually? Does that plan have defined objectives? Are those objectives being met? If no -Describe below how the effectiveness of the public involvement efforts are evaluated and/or improved. B . Describe Public Outreach Methods: Select the ONE word that most accurately completes the sentence Always Usually Sometimes Seldom Never Information dissemination is Usually written. Public meeting times are Usually between 8 AM and 5 PM. Information is Usually available in an audible format. Information is Usually available in a language other than English. Reasonable access is Usually available for those with a disability. Yes Yes Yes Yes Pag e 4 101518a HCBOC Page 305 12. ADMINISTRATIVE CHANGES -Describe administrative changes to be incorporated during FY2020 In the space below. A new job description must be attached for (1) any new administrative positions or (2) any increase in the percentage of a position dedicated to transportation. If NONE check here: 0 Check here if job descriplion(s) attached: D 13. SERVICE CHANGES -Describe any service changes and/or provide justification/need for expansion vehicle(sl in the space below. If NONE check here : 0 FY2020 -Complete Project Funding Request Form for FY 2020 (Note : Include in your description the raUonale for the anticipated change in service. For example , the anticipated change is due to customer feedback, mar1<eting or other efforts.This narrative should match what is included your proiect fundina request form) How will the public be notified of the service channes described above? How mu ch lead-time is aiven before service changes take effect? Page 5 101518a HCBOC Page 306 FY2020 COMMUNITY TRANSPORTATION PROGRAM GRANT APPLICATION NORTH CAROLINA DEPARTMENT OF TRANSPORTATION FEDERAL SECTION 5311 & STATE FUNDING TRANSIT SYSTEM DESCRIPTION CONTINUATION APPLICANT'S LEGAL NAME : _H_a_rn_e_tt_C_o_u_n..._ty ________________ _ 6A. PURCHASE SERVICE -List agencies that purchase service from the transit system. Note: List agency ONCE (Continued) Agency 11 Name: Harnett County Board of Education 0 Check if agency purchased service last year List Programs Served : 1) Employment 2) ________________ _ 3) ________________ _ 4) ________________ _ 5) ------------------ Agency 13 Name: Lillington Parks & Recreational 0 Check if agency purchased service last year List Programs Served : 1) Recreational 2) Educational 3) ------------------4) _______________ ~ 5) ________________ _ Agency 15 Name: D _C_h_e-ck-if_a_g-en_c_y_p_u-rc_h_a_s-ed-se-rv-ic_e_la_s_t-ye_a_r __ _ List Programs Served : 1) ________________ _ 2) ________________ _ 3) ________________ _ 4) ________________ _ 5) Agency 17 Name : ------------------ D _C_h_e_c_k-if_a_g-en_c_y_p_u-rc_h_a_s-ed-se-rv-ic_e_la_s_t-ye_a_r __ _ List Programs Served : 1) ------------------2) ------------------3) ________________ _ 4) ________________ _ 5) ________________ _ Agency 19 Name : ------------------0 Check if agency purchased service last year List Programs Served : 1) ________________ _ 2) _______________ ~ 3) ________________ _ 4) ------------------5) ________________ _ Agency 12 Name: Harnett County Parks & Recreation 0 Check if agency purchased service last year List Programs Served : 1) Recreational 2) Educational 3) ________________ _ 4) _________________ _ 5) ________________ ~ Agency 14 Name : Harnett Soil & Water Conservation 0 Check if agency purchased service last year List Programs Served : 1 ) Recreational 2) ________________ ~ 3) ________________ ~ 4) ------------------5) ________________ _ Agency 16 Name : D --::C:-h-e-ck:--:-:if_a_g-en_c_y_p_u-rc....,.h_a_s-ed-,---s_e_rv-ic_e_l_a_st_y_e_a_r -- List Programs Served : 1) ------------------2) _______________ _ 3) ________________ _ 4) ________________ _ 5) ________________ ~ Agency 18 Name: 0 --:C:-h_e_c,....k-:-:if_a_g-en_c_y_p_u-rc_h_a_s_e_d_s_e_rv_ic_e_l_a_st_y_e_a_r -- List Programs Served : 1) ________________ _ 2) ------------------3) ________________ _ 4) ________________ _ 5) ________________ _ Agency 20 Name : --::-:-----,:--:-:-----,-----,-----------0 Check if agency purchased service last year List Programs Served : 1) _______________ ~ 2) _______________ _ 3) _______________ ~ 4) 5)---------------~ CTP2014 Page 7 101518a HCBOC Page 307 SECTION 5311, 5310, 5339, Consolidated Capital, 5307 or State Funds Call for Proiects TITLE VI PROGRAM REPORT Legal Name of Applicant: County of Harnett (Complete either Part A or Part B; and Part C) Part A-No complaints or Lawsuits Filed I certify that to the best of my knowledge, No complaints or lawsuits alleging discrimination have been filed against Harnett Area Rural Transit System (Transit System Name) during the period July 1, 2017 through June 30, 2018. Signature of Authorized Official Date Gordon Springle, Chairman, Harnett County Board of Commissioners Type Name and Title of Authorized Official Part B -Complaints or Lawsuits Filed I certify that to the best of my knowledge, the below described complaints or lawsuits alleging discrimination have been filed against __ Transit System Name) during the period July 1, 2017 through June 30, 2018. Complainant Name/Address/Telephone Date Description Status/Outcome Number (Attach an additional page if required.) Signature of Authorized Official Date Type Name and Title of Authorized Official Part C -Title VI Plan Do you currently have a Title VI Plan: Embedded with HARTS SSP Date of last plan update: August 2014 :IH:IH NOIS 101518a HCBOC Page 308 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 09/27/2018 THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Megan Unsworth, CIC, CSRM NAME: Surry Insurance wgNJ0 Extl: (336) 386-8228 Irie~. Nol: (336) 386-4661 P. 0 . Box 128 E-MAIL megan .unsworth@surryinsurance.com ADDRESS : INSURER(S) AFFORDING COVERAGE NAIC# Dobson NC 27017-0128 INSURER A : The Charter Oak Fire Insurance Company 25615 INSURED INSURERB: Hamett County County of Hamett INSURERC: New York Marine and General Insurance Company 16608 420 McKinney Parkway INSURERD: The Travelers Indemnity Company 25658 INSURER E: Lillington NC 27546 INSURERF: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· . THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOiVVITHSTANDING ANY REQUIREMENT , TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH IS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCR IBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE r&~hl%~1 r&~hl'6~1 LTR INSD WVD POLICY NUMBER LIMITS l>C COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 II CLAIMS.MADE ~OCCUR VM,~'>~ '.c'i"~"'~V $ 1,000,000 PREMISES Ea occurrence\ l>C Public Officials liab MED EXP (Any one person) $ A l>C Law Enforcement liab y ZLP-41M78531 07/01/2018 07/01/2019 PERSONAL & ADV INJURY s 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 R POLICY DPRO· D LOG PRODUCTS -COMP/OP AGG $ 2 ,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBI NED SINGLE LIMIT $ 1,000,000 !Ea accident) ~ ANY AUTO BODILY INJURY (Per person) $ -D OWNED SCHEDULED 810-2C413243 07/01/2018 07/01/2019 BODILY INJUR Y (Per accident) $ r AUTOS ONLY ~ AUTOS HIRED NO N-OWNED PROPERTY DAMAGE ~ AUTOS ONLY AUTOS ONLY /Per accident) $ '- ~ HireCarPD Hired Car PD $ 200,000 w~ UMBRELLA LIAB MOCCUR EACH OCCURRENCE s 4,000.000 D EXCESS LIAB CLAIM S-MADE ZUP-15T86503 07/01/2018 07/01/2019 AGGREGATE s 4 ,000,000 OED I >ell RETENTION s 1 O,OOO $ WORKERS COMPENSATION l~IPER i IIOTH- AND EMPLOYERS" LIABILITY STATUTE ER YIN B,C ANY PROPRIETOR/PARTNER/EXECUTIVE D NIA Qualified Self-lnsd/EPP00339 07/01 /2018 07 /01 /2019 E.L. EACH ACCIDENT s 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L DISEASE -EA EMPLOYEE $ 1,000,000 If yes , describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ Property (incl. Equip Breakdown) Blanket Bldg & BPP 3 17,860,888 D KTK-CMB-3J55219-5-18 07/01/2018 07/01/2019 Deductible 10,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) See Additional Remarks schedule for list of HARTS vehicles covered on the Automobile policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF TliE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TliE EXPIRATION DATE THEREOF , NOTICE WILL BE DELIVERED IN NC Department or Transportation ACCORDANCE WITH TliE POLICY PROVISIONS. 1550 MAIL SERVICE CENTER AUTliORIZEO REPRESENTATIVE Raleigh NC 27699 AA ·A-,, ~ I ,. (J © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 101518a HCBOC Page 309 AGENCY CUSTOMER ID: LOC#: ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Surry Insurance Harnett County POLICY NUMBER 810-2C413243 CARRIER I NAIC COOE The Travelers Indemnity Company 25658 EFFECTIVE DATE: 07/01/2018 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE : Certificate of Liability Insurance 2006 Dodge Caravan Mini HARTS 1D4GP24R76B625848 2008 Dodge Caravan Mini HARTS 1D8HN44R68B193848 2015 Ford E-350/Lift HARTS 1FDEE3FLOFDA15668 2015 Ford E-350/Lift HARTS 1FDEE3FL2FDA15669 2013 Ford E-350/Lift HARTS 1FDEE3FL4DDA30901 2013 Champion Van HARTS 1FDEE3FLXDDA79083 1999 Ford 25 foot 24 Pass HARTS 1FDXEOSOXHA26596 1998 Ford Cut-A-Way HARTS 1FDXE40SOXHA26596 2006 Ford Van Cut Away HARTS 1FDXE45P26DA28313 2007 Ford E-350 Van HARTS 1FTSS34L28DA63873 2013 Champion Van HARTS 1FTDEE3FLADOA30901 2009 Ford E-350 Van HARTS 1FTDS34L69DA39960 2014 Ford E350 HARTS 1FTDS3ELOEDA38701 2014 Ford E350 2014 Ford E350 HARTS 1FTDS3ELOEDA38702 HARTS 1FTDS3EL2EDA38703 2011 Ford E350 Super Cargo Van HARTS 1FTDS3ELSBDB31680 2011 Ford E350 Super Cargo Van HARTS 1FTDS3EL7BDB31681 2011 Ford E350T Van HARTS 1FTDS3ELXBDA98241 2008 Ford Econoline Van HARTS 1FTSS34L28DA63873 2006 Ford Econoline 138 Van HARTS 1FTSS34L36HA44982 2009 Ford E-350 Center Aisle HARTS 1FTSS34L39DA85530 2009 Ford Econoline Van HARTS 1FTSS34L69DA40257 2007 Ford Econoline Van HARTS 1FTSS34L77DA54875 2007 Ford Econoline Van HARTS 1FTSS34L77DA54876 2007 Ford Econoline Van HARTS 1FTSS34L77DA54877 2010 Dodge Minivan HARTS 2D4RN4DEOAR270314 2010 Dodge Minivan HARTS 2D4RN4DE9AR270313 2016 Ford Truck HARTS 1FDEE3FLSGDC30688 2016 Mobility Transportation W3X HARTS 1FTBW3XM2GKA84709 2016 Mobility Transportation W3X HARTS 1FTBW3XM9GKA84710 2016 Ford Transit 350 Van HARTS 1FTBW3XMSGKB15189 2017 Ford Transit 350 Lift Van HARTS 1FTBW3XM7HKA46507 2017 Ford Transit Van W3XC HARTS 1FTBW3XM1HKA37110 2017 Ford Transit Van W3XC HARTS 1FTBW3XM3HKA84655 2017 Ford Transit Van W3XC HARTS 1FTBW3XM5HKA84656 2018 Ford W3XC Transit van HARTS 1FTBW3XMXJKA37788 2018 Ford W3XC Transit Van HARTS 1FTBW3XM2JKB30479 Page 1 of 1 ACORD 101 (2008/01) INS101 «2ooso1) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 101518a HCBOC Page 310 SAM Search Resu lts List of records match i ng your search for : Record Status: Active DUNS Number: 091565986 F unctional Area: Entity Management, Performance Information !ENTITY !HARNETT, COUNTY OF NORTH CAROLINA Status: Active DUNS: 091565986 +4: CAGE Code : 4G1EO DoDAAC : Expiration Date : Jun 4, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address : 102 E FRONT ST City: LILLINGTON State/Province: NORTH CAROLINA ZIP Code: 27546-6683 Country: UNITED STATES September 27, 2018 10 :19 AM https://www.sam.gov/ Page 1 of 1 101518a HCBOC Page 311 Page 1 of 1 5311 Transit Advisorv Board lTABl/Governina Board Composition Service Area Demographics Low Hispanic Elderly Minority Disabled Income or Latino Applicant: I Harnett County I 14% 32% 20% 11% 11% Number of Projected TAB Meetings for FY2020: D 2000 Census data used for Disabled Calculations 2005-2009 ACS Estimates used for Elderly & Low Income Calculations Number of TAB Meetings held in FY2019 as of: I I I 2010 Census data used for Minority & Origin Calculations This person knows the What best describes the role or position of this board member in the community? transportation needs of Board Service this group or groups. Select only one description per board member Check as many as apply Current Term Status I,) ·2 "' C TAB Member's Name Q. .l: "' "' .!:! "' .!!! Cl "t:J "t:J :a ::i: Cl) C .. Cl) Human Service or Transportation "S> Cl) ID w 0 C: Business Gvmt or Gvmt Affiliate Transit User :, .. C E E E "t:J Cl) Non-Profit Agency Provider D. 0 w 0 "t:J ~ I,) .. .. ~""O rn iv >, Cl) "t:J .E Cl) Cl) C Cl) "' .. ;: :a ·.:: ~ lo-lo-·s u .. Cl) 0 .. .. "' C Cl) "' ·e 3: Q. Cl) Cl) ""O "' C "' "' Cl) :i 0 ~ ~ Q. ->-(!) iii 0 :J ....J cc: ,... 1 Barry Blevins Government Staff 0 0 0 0 0 0 2013 2018 A 5 2 Carl Davis Government Staff 0 0 0 D D 0 2009 2018 A 9 3 Valerie Gilchrist Vocational Rehab D D 0 D D 0 2015 2018 A 3 4 Lisa Guy DSS 0 0 0 0 0 0 2007 2018 A 11 5 Mark Locklear Government Staff 0 0 0 D D D 2016 2018 A 2 6 Angela McCauley Government Staff 0 0 0 0 0 0 2016 2018 A 2 7 John Rouse Senior Services 0 0 0 0 0 0 2004 2018 A 14 8 Kitrane Sanders Employment Security 0 D D 0 D D 2014 2018 A 4 9 Mary Jane Sauls Senior Services 0 0 0 0 0 0 2002 2018 A 16 10 Larry Smith Government Staff 0 0 0 0 0 0 2016 2018 A 2 11 Gordon Sorinole Elected Official 0 0 0 0 0 0 2017 2018 A 1 12 Terri Strickland Government Staff 0 0 0 0 0 0 1992 2018 A 26 13 Eric Truesdale Veterans Admin D 0 0 0 D 0 1998 2018 A 20 14 Jotonia McLean Other 0 D D 0 D 0 2018 2018 A 0 15 D D D D D D 16 D D D D D D 17 D D D D D D 18 0 0 0 D D D 19 D D D D D D 20 D D D 0 D D 101518a HCBOC Page 312 Board Meeting Agenda Item Agenda Item ___ 1-1 __ :- MEETING DATE: October 15, 2018 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT : Former Benhaven Elementary School Project Ordinanace REQUESTED BY: Barry A . Blevins REQUEST: General Services Director requests the Harnett County Board of Commissioners consider and approve the Project Ordinance to demolish the former Benhaven Elementary School's cafeteria/classrooms and renovate the remaining facilities to meet North Carolina Building Codes. Anticipated expenses for the project is $1,900,000 and portions of this project will be funded with the proceeds from the 2017 General Obligation School Bond. FINANCE OFFICER'S RECOMMENDATION: COUNTY MANAGER'S RECOMMENDATION: C:\Users\gwheeler\AppData\Lo cal\Microsoft\Windows\INetCache\Conte nt.O utl ook\TPTEQCL V\18.09.26 -Benhave Project O rdinance Agenda Request.docx Page 1 of 1 101518a HCBOC Page 313 ~·~Harnett ~(~ COUNTY ~ NOR TH CAROLINA www.harnett.org HARNETT COUNTY PROJECT ORDINANCE FORMERBENHAVENELEMENTARYSCHOOL BE IT ORDAINED by the Board of Commissioners of Harnett County, North Carolina, sitting as the governing board for Harnett County. Section 1. Section 2. Section 3 . Section 4. Section 5. Section 6. This project will consist of the demolition of the cafeteria/classrooms and the renovation of the remaining facilities to meet NC Building Codes. This portion of the project will be funded with proceeds from the 2017 General Obligation School Bond funds. The following amounts are hereby appropriated for this project: Construction Design & Constr. Admin Demolition Equipment/Furniture Contingency Land Acquisition (potential) Total $750,000.00 $250,000.00 $100,000.00 $200,000.00 $600,000.00 $100,000.00 $1.900.000.00 The following revenues are anticipated to be available to complete this project: 2017 General Obligation School Bonds $1.900.000.00 The Finance Officer is hereby directed to maintain within the Hamett County Capital Project Fund, sufficient specific detailed accounting records. Funds may be advanced from the General Fund for making payments as due. Page 1 of 2 101518a HCBOC Page 314 ~~Harnett ~(~ COUNTY ~ NORTH CAROLINA www.harnett.org Section 7. Copies of this capital project ordinance shall be furnished to the Clerk to the Governing Board, and to the Budget Officer and the Finance Officer for direction in carrying out this project. Duly adopted this ____ day of _____ , 20_. (SEAL) Gordon Springle, Chairman Hamett County Board of Commissioners ATTEST: Margaret Regina Wheeler, Clerk to the Board Hamett County Board of Commissioners Page 2 of 2 101518a HCBOC Page 315 Agenda Item 13 6) Harnett County Veterans Services Activities Reporting Form Month/Year September 2018 Request For Service Correspondence Claimant Status Written Action Taken (Claims & Development) (Teleohone and In-Person) Out ... C: C: C 0 Cl) C: 'in .2 "' "' E C C: en "O en 0 Q. C. 0 0 Cl) C: c: en C: :::, ·c;; 0 :::, ; Q. QI ftS a. 0 0 Cl) :E ai ~ ftS z Q. C: :E Cl) C: 1/) 1/) .. C: I I 0 1/) ftS 1/) 0 w C: t _g C: 1/) ·c: 1/) ·-.. ftS C: C: 8. ca en 3 -"' 0 =: .c "O Cl) .. QI ftS .. Co ftS cu -.c -ai a. .. 8. e .. 0 0 0 Cl) ::: Cl) ::: Cl) Cl) I U. E !? t:: ~ 0 Cl) )( ~ .c ~ -.c ~ i:, 0 "O :::, .c 1/) DATE NAME a; CV -~ -~ ~ 0 0 a. 0 ~ i "O 0 0 Cl) :E ... u.. 0 0 0 c( u.. w VJ zm 1 263 122 99 58 12 118 7 23 57 1 2 3 11 61 2 3 GW-25 4 VN-40 5 OIF-34 6 K-10 ~ b7 --? / --------/ 7 PT-5 C. I/I.""' .-._/ ~ 8 WWll-4 Eric Truesdale 9 Harnett County Veterans Officer 10 Walk In: 137 11 Phone Calls: 263 12 Outreach : 11 13 14 15 16 17 18 19 Total 263 122 99 58 12 118 7 23 57 1 2 3 11 61 101518a HCBOC Page 316 July 1, 2018 -June 30, 2019 Front Desk -Check-in Aooointments Health Clinics Adult Women Wellness Clinic Harnett County Department of Public Health Activities Summary Jul Aug Sep Oct Nov Dec Jan Feb 964 1197 886 4 3 2 Care Coordination for Children (CC4C) 241 258 241 Child Health -Sick Clinic 75 85 87 Child Health -Well Clinic 77 165 115 Countv Employee Health Clinic 138 145 94 Family Plannina 157 168 113 Immunizations 171 265 555 Maternity (Prenatal Clinic) 227 184 144 OB Care Manaaement (OBCM) 116 122 113 Postoartum Home Visits 20 11 11 Refer/Repeat Pao 0 0 0 STD Services 112 107 77 TB Services 178 220 124 Welcome Baby Home Visits 22 11 12 Total Services 1538 1744 1688 0 0 0 0 0 Reoortable Disease Cases Tuberculosis 1 0 1 HIV -(Quarterlv reoort) 0 0 0 AIDS -(Quarterly report) 0 0 0 SYPHILIS -(Quarterly report) 2 0 0 OTHER STD's 52 50 32 Other (salmonella, campylobacter, etc) 13 1 2 Total Services 68 51 35 Health Education Outreach 308 479 256 Laboratorv Clients 841 786 505 Laboratorv Tests 1346 1347 941 HIV Tests 161 157 90 WIC Active Partlcloation 2934 3150 Vital Statistics ~"!!- Births In County 49 44 36 I !i Births Out of County 111 133 135 i- Deaths I 57 72 49 1 Environmental Health # of Improvement Aoos Confirmed 17 24 28 Number of Permits Issued 36 41 24 Number of Completions 41 50 19 Number of Existina Permits 52 31 15 Reoair Permits Issued 3 3 3 Permits Denied 0 0 0 Food and Lodaina Establishments lnspect'd/Reinsoected 55 86 66 Visits/ Critical Voliations Verfication 59 51 31 Private Water Suoolies Aoolications Received 21 17 7 update d 10/04/2018 Agenda Item _ _.I...::,~~- Mar Apr May Jun rrOTAL AVG. 3047 1015.7 9 3 740 246.67 247 82.333 357 119 an 125.67 438 146 991 330.33 555 185 351 117 42 14 0 0 296 98.667 522 174 45 15 0 0 0 0 4970 1656.7 2 0.6667 0 0 0 0 2 0.6667 134 44.667 16 5.3333 154 51.333 1043 347.67 2132 710.67 3634 1211.3 408 136 6084 3042 129 43 379 126.33 178 59.333 69 23 101 33.667 110 36.667 98 32.667 9 3 0 0 207 69 141 47 45 15 101518a HCBOC Page 317 MANAGEMENT Town Manager, Nick Holcomb Town Attorney, Alton Bain Chief of Police, Matthew Hall Public Works Director, Rodney Pleasant Town Clerk, Karen Wooten Recreation Director, Mike Collins September 4, 2018 Harnett County Board of Commissioners Post Office Box 759 420 McKinley Parkway Lillington, NC 27546 Dear Harnett County Commissioners, Proposed GO' ().dd ~ 0 f'\ ~:: a<A 0~es+ 4-P Cor \) I COI Commissioner Allen Mosoy Commissioner J.D. Raynor The Town of Coats is formally requesting assistance in offsetting the tipping fees associated with our debris disposal from a storm on July 22nd of this year. This powerful storm caused trees to fall, localized flooding, and structural wind damage to several parts of the town. Our Town Manager and Public Works Director have calculated that between July 22 and August 21 we have collected and disposed a total of 303 tons of debris at the county landfill. This has cost $9,093 in tipping fees as a direct result of this storm. We were very thankful that the Town of Dunn and the Town of Angier sent equipment and personnel to help in the collection process. We ask for this assistance because the tipping fees associated with the storm have had a large impact on our budget. To put the cost of this storm in perspective, last fiscal year we collected a total of 360 tons of brush and spent a total of $10,500 in tipping fees. This one storm has nearly exhausted our landfill tipping fee budget for the entire year. We are formally asking for any assistance that the County can give in the tipping fees accrued as a direct result of the storm on July 22, 2018. Respectfully, Chris Coats Mayor, Town of Coats 101518a HCBOC Page 318