CARS CARTERET COUNTY BOARD OF COMMISSIONERS REGULAR SESSION COMMISSIONERS BOARDROOM JUNE 17, 2024 6:00 P.M. Meeting Called to Order/Pledge of Alegiance/nvocation Chairman Chairman Board Board II. Conflict of Interest/Cell Phone Statement III. Adoption of Agenda IV. Consent Agenda 1. Approval of the May 20, 2024 Regular Session 2. Tax Administrator's Report/Release & Refunds/ a. Tax Administrator's Report for May 2024 b. May 2024 Release and Refund Reports C. May 2024 NCVTS Refund Report 3. Approval of the following Budget Amendments: School Bond Proceeds Minutes NCVTS Reports: a. $22,560,000 Project Ordinance Amendment Appropriating b. $460,000 for GASB 96 IT Subscriptions for DSS and Finance, This is a Noncash/Complance Budget Amendment - $9,686,000 Appropriates the Proceeds of the Water System Sale toa Separate Capital Fund for Future Projects 4. Approval of the RFPS for Carteret County Debris MansyemerPemoa.meeg 5. Approval of the Custodial Services Contract with Integrity National Corp. 6. Approval of the Letter of Support of the NC Department of Transportation Ferry Division's Application for the Rural Ferry Program Grant to Replace the MMV Silver Lake Vessel 7. Approval of the Contract with Moffatt and Nichol to Develop a Bogue Banks Beach Management Plan Roofing Systems, Inc. $42,532.00 8. Approval of the Raymond's Gut Dredging Contract and Budget Amendment 9. Approval of the DSS Exterior Repairs and Painting Contract with Commercial 10. Approval to Allow the Health Department Dental Program Apply for a Grant to Purchase a Vehicle to Carry Portable Dental Equipment $10K 11. Approval to Increase the Equipment Capitalization Threshold from $5K to V. Recognition of the April, May, and June 2024 Recipients of the Jaime Hicks Long Employee Nick Wilson oft the Month Award M. Public Comment VII. Public Hearing for the Proposed Rezoning of a 2.11-acre Parcel Located at 121 Eagle Road Newport, from R-15M (Single-Family Residential District) to B-1CZ (General Business Text Amendments to the Carteret County Zoning Ordinance IX. Review/Approval of the 2024-25 County Government Gene Foxworth Conditional Zoning District) VIIL. Public Hearing on the Proposed Sections 1102 and 2003 Gene Foxworth Dee Meshaw Tommy Burns Board Budget X. Manager's Report XI. Appointments Carteret County Aging Planning Board Carteret County Harbor Authority Juvenile Crime Prevention Council Jury Commission XII. Commissioner Comments Board XIII. Closed Session Pursuant to General Statute 143-318.11 for the Permitted Purpose of Discussing (a) (1) Approval of the May 20, 2024 Closed Session Minutes, and (a) (3) Attorney-Client Privilege XIV. Adjournment Accommodations for persons with disabilities may be made by contacting Lori Tumer, Clerk to the Board at7 728-8450 CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Chairman Farrington Title: Regular Item I. ITEM TO BE CONSIDERED Meeting Called to Order/Pledge of Alegance/nvocation Brief Summary: Chairman Farrington will call the Meeting to Order Recite the Pledge of Allegiance Chairman Farrington will ask for the invocation Ifthe Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: BACKGROUND Attachments: 1N/A 2. 3 4 5 REVIEWED BY Originating Department County Manager's Office Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Chairman Farrington Title: Regular Item II. ITEM TO BE CONSIDERED Conflict of Interest/Cell Phone Statement Brief Summary: The Chairman will call for any Conflicts of Interest, based on the following statement: "In accordance with the State Government Ethics Act, it is the duty of every Board Member to avoid both conflicts of interest and appearances of conflict. Does any Board Member have al known conflict of interest or appearance of conflict with respect to any matter coming before the Board this evening? Ifso, please identify the conflict and refrain from any undue participation in the particular matter involved." The Chairman will remind everyone to turn off their cell phones Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) rCommissioners have a conflict of interest with any agenda item, they will make it known at this time. Ifso, the Board will need to vote to allow a Commissioner to recuse himself from voting on a particular is (are) suggested: matter. BACKGROUND Attachments: 1N/A 2. 3 4 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Chairman Farrington Title: Regular Item III. ITEM TO BE CONSIDERED Adoption of the Agenda Brief Summary: The Chairman will call for a motion to adopt the agenda as presented (or amended). Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: Motion to adopt the agenda as presented (or amended). BACKGROUND Attachments: 1N/A 2. 3. 4 5 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Chairman Farrington Title: Consent Agenda Brief Summary: Regular Item IV. ITEM TO BE CONSIDERED See attached consent agenda items. Ifthe Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: Motion to approve the consent agenda as presented (or amended). BACKGROUND Attachments: 2. 3 4 5 REVIEWED BY Originating Department County Manager's Office Staff Contact: 1Various Consent Agenda Items Tommy Burns/Lori Roberson Turner County Manager Clerk to the Board X X County Attorney ACM/Finance Director X IV. Consent Agenda 1. Approval of the May 20, 2024 BOC Regular Meeting Minutes CARTERET COUNTY BOARD OF COMMISSIONERS REGULAR SESSION COMMISSIONERS BOARDROOM May 20, 2024 6:00 P.M. Commissioners present: Chairman Jimmy Farrington, Vice-Chairman Mark Mansfield, David Quinn, Chris Chadwick, Ed Wheatly, Bob Cavanaugh, and Chuck Staff present: Tommy Burns, County Manager; Gene Foxworth, Assistant County Manager/Planning Director; Sharon Griffin, Interim County Attorney; and Lori Shinn Turner, County Clerk . - Meeting Called to Order/Pledge of Allgancelinyocaton Pledge of Allegiance. Merle Hunt, Jr. provided the invocation. II. Conflict of Interest/Cell Phone Statement Chairman Farrington called the meeting to order at 6PM. Commissioner Chadwick led the Chairman Farrington read the conflict of interest statement and reminded everyone to silence their cell phones. III. Adoption of the Agenda Cavanaugh. The vote was unanimous. IV. Consent Agenda Commissioner Mansfield made a motion to adopt the agenda. Seconded by Commissioner 1. Approval of April BOC Regular Meeting Minutes a. Tax Administrator's Report for April 2024 2. Tax Administrator's ReportReleases & Refunds/NCVTS Reports: Corterer County Tox Acministrotion Tax aaminwar Report a of Apri 30. 2024 2023 Tax Lax Datanarcountonta Total Lovy 555.5 222 490.77 Total Collectea: $54.64 334.99 Total Uncollecied: Colection 31.201.139.70 Rate as oF Apri 30. 2024: 97.7176 2013-2922 Totaal 10-YSE for Tax prior Ls vears throvon uaton Apri 30. 2024: $92.894.79 b. April 2024 Release and Refund Reports Carteret County Tax Adminisiration April 2024 Release and Refund Report All Jurisdictions As of April 30, 2024 April 2024 CAII Jurisdictions) Total Releases: $12.570.41 hntos/msmcbatadahs Total Number of Refunds: 42 Total Amount in Refunds: $13.151.81 hatpasdhaeohatadolbaw Total Number of Solid Waste Releases: 36 . April 2024 NCVTS Refund Reports North Carelina Vehiele Tax Systen Pending Refund - : : S 3. Approval of the Following Budget Amendments: a. $5 Million Appropriation of State Grant Funds for a Public Safety Detention Center CARTERET COLNTY FINANCE Denise H. Pnovty Pounty Manager CPA Tel Fax: 625253 (252) To: Date: ached. for your funds for as public not safety amendment recommended for Board or Commiasionar. Dee Moshaw Deputy County Manager State May Capital Grants Fund Budget Amendment is a $5 its. budget to budgot amendment approved that in the approprietes budget; State hov grante this funding. As a resuit, the budget b. $330,000 to Increase the Solid Waste Budget Due to an 8% Increase in Contracted Services from Last Fiscal Year CARTERET COUNTY FINANCE Donise H. Deputy CPA Manaoer To: From: ate: 000. Tok Fax: (252)3 728-0133 joy Board of Dee Solld The Deputy County Manager over 8% rev enue is $230,000 more budget Solld May: Weste Budget Amendment Attached for your consideration. is a budget amendment that the solid waste budget pated, last fiscal than year, and thus and the funds Is recommended for $350,000 Appropriation from Investment Earnings to Contracted Services due to the DEVNET Software Conversion Carteret County Tax Administranon TO: FROMA: DATE: Board of Commissioners Jessica L. Taylor. Tax May 20, 2024 for the Tax Dopartment. The bucget amendment appropriatan. services. This found durino the data review. SUBJECT: Budgot Amendment for GF Tax Dept consideration, is a budget supports. the various additional. increasing contracted sorvices for from Investment. oarnings to contracted aue to complications Soumsanese related to the DEVNET sofiware conversion and The attached budget amendment is recommended for approvat. d. $300,000 Transferring Funds from the General Fund to the County Capital Improvement Fund CARTERET COUNTY FINANCE Denise H. Moshaw, CPA Depuly County Manager Financo Departmont Tel: Fax: (252)7 (252) 728-8410 728-0133 www. camerotcountyno.gow To: From: Date: Subject: amendmenti is County uaget An undss Date: 05/20/24 Board Fund Board of Commissioners Dee Meshaw, Deputy County Manager May 20, 2024 County Capital Improvements Fund Budget Amendment Attached for your. consideration is a $300,000 budget amendment transferring funds from the General Fund to the County Capital Improvements Fund. This transfor will fund attached parks projects presented to the Board of Commissioners during its March 2024 seminar. The budget for approval. mprovement Fund increase in Total Capint Pund Total increas in Total Diter to the Water Fund Justiscations To ppropriate transfer funds for projects presented March Account 00. a000. Fund ditures Tranafer to Capital improvement In Expenditures vansfer in Expendituren Board of 000 300,000 300.000 Fund 08. 900 e. $9,050 Transfer of Residual Funds from the Water Taxing District CARTERET COUNTY FINANCE Denise H. Meshaw, CPA Deputy County Manager Department To: From: Date: Subject: Water Taxing District to the Tal: Fax: (252) (252) 728-0133 aostowye retcountyno A Board of Commissioners Dee Meshaw, Deputy County Manager May 20, 2024 Water Taxing District Fund Budget Attached fors your consideration! is a $9,050 budget amendment transferring residual funds from the the County to USDA. In addition. this closes the Water Taxing District Fund at June 30. Fund. These funds will be applied to thet final debt payment made 2024. P attached budget amendment is recommended for approval. 4. Approval of the JVCKenwood Radio System Contract and Associated Budget Amendment Due to the size of the contract, it has not been included in the minutes. A copy can be viewed by contacting the Clerk to the Board. ROOA Paa 5. Approval of the Vincent Valuations, LLC Contract NORTH CAROLINA CARTERET COUNTY SERVICE CONTRACT THIS CONTRACT (the "Contract"?. is made, and entered into as ofthe date of full execution by all parties Chereinafter below. by and between the COUNTX of CARTERET, a political subdivision of the State oft North Carolina, business in referred to as "COUNTY). and Vincent Valuations) LLC, corporation duly authorized to do Por and in consideration of mutual promises to each as set forth herein, the parties hereto do mutually agree as 1. SCOPE OF SERVICES. CONTRACTOR hereby agrees to provide. the services and/or materials under this Contract pursuant to the provisions and specifications identified in "Attachment 1" (hereinafter collectively Time referred to as "Seryices"). Artachment 1 is hereby incorporated! herein and made a part oft this Contract. is oft the essence with respeot 1o all provisions of this Contract that specify a time for performance. 2. TERM OF CONTRACT. The Term ofthis Contract for services is from the date of execution uneil the earlier of completion of Services as provided in Section 1 above or December 31, 2027, unless sooner terminated as PAYMENT TO CONTRACTOR. CONTRACTOR shall receive from COUNTY an amount not to exceed Three million one hundred A0S Attachment 1 (the "Fee") as full compensation for the provision of Services. The Fee will be paid out by COUNTY in monthly installments commensurate with with this the Services provided by CONTRACTOR in each month of the Term oft the Contract, in accordance will Contract, and Attachment 1 (Scope of Work Proposal). Unless otherwise specified, CONTRACTOR in submit a monthly invoice to COUNTY within fifteen C15) days of the end of the month which Services made are performed describing the time expended by CONTRACTOR in provision of Services or the of progress invoice toward the fall completion of Services. Payment shall be processed promptly upon receipt the INDEPIENDENT CONTRACTOR COUNTY. and CONTRACTOR agree that CONTRACTOR is an independent: contractor and shall not represent itself as an agent or employee of COUNTY CONTRACTOR for any purpose shall be in the performance of CONTRACIOR of federal, duties state and under local this taxes Contract. well Accordingly, as business license fees arising out of CONTRACTOR, as an independent: contractor, shall perform the Services required hereunder in: a professional manner and in: accordance with the standards of applicable professional organizations and licensing agencies. INSURANCE. CONTRACTOR shall procure and maintain for the duration of the Contract the following insurance coverage from an insurance company(s) licensed to do business in7 North Carolina. All ofthe recovery policies required of the CONTRACTOR: shall contain a waiver ofs subrogation) provision to waive all Insurance rights of Policy or under subrogation or otherwise against the COUNTY. In the event CONTRACTOR' subrogation" Contract shall govern. CONTRACTOR, shall advise the COUNTY of any cancellation, non-renewal, certificates material insurance change in any policy within ten (10) days of notification. of such action CONTRACTOR and provide. S updated insurance shall be of primary and evidencing renewals within fifteen C15) days of expiration. the COUNTY shall not contribute with respect to the CONTRACTOR'SI insurance. COUNTY shall be listed as an additional insured on any Insurance Policy or Certificate of Insurance of the CONTRACTOR. In the event CONTRACTOR' Insurance Policy or the state of North Carolina, Chereinafter referred to as" "CONTRACTOR7. follows: provided herein. by COUNTY. responsible for payment all CONTRACTOR' activities in accordance with this Contract. as oft this Contract taxes shall include. Insurance taxes. For purposes but not be limited to, Federal and State Income, Social Security and Unemployment Certificate of Insurance conflicts with the aforesaid language concerning "waiver of or this any insurance or self-funded liability programs maintained by Page 1 ofs Certificate of Insurance shall govern. 5.1 Commercial General Linbaity: injury ineluding with limit produets: no lesss $1,000.000 perations. per 5.2 $1,000,000 per accidene for bodily injury and proporty damage. 5.3 statutory limits, Employers Liability By eguiring insurance herein, the COUNTY does CONT COR's linbility. CONTRACION shall provide ofs advances that all aance maintain The fnilure of COUNTY at or to the AC identfy to a section shall be deemed to is hereby to the COUNTY y. party. EOUIMIENT located within equined the of pame nt AND SAFETY. precaurions programs this 10. IsC the disabilty ments of AUPIT RKGHTS. For all performance of the upon by both parties. wich the language conceming "adaitional insured" this Contrace Services orice aso) Forn injury. 0o 00 and 01 personal. on a & ndvertising IsO Forin CA 00 01 covering any auto with limie not less than wich . limit of no less than $1,000.000 per and $1,000,000 Automobile Comp and Employers Liabiiry:. as required by The State or North with es of that and limits winl necessarity be require and CONTHACIOR provisions. :o demand such provisions. nor oft the COUNTY. which dequate to protect CONTRACTOR such coverage and limits shall not valld deemed cortificate as of a limitation on meeting all requirements stated herein. enforce the a of the governmental sha!l insurance. Norvithstandins the foregoinss nothing reduce contained Sn tiis a TEMMINATION. Bither party may serminate this contract upon providing a 180 day written notice to the shall supply. its sole expense. als equipmont. in Count Tax hereunder. will unless be made available agreed to the CONTRACTOR for the tools. omy materials. work stations and/or rules. regulations. in to, 3 services and the general, € Standards AcE Civ) Wiage COMPLIAT WITH LAWS. CONTE sball abide by not all shall be. responsible for initiating. AND -VERIKY.. for employment) cion farther 64 of the North Carolina Oeneral Statutes and being provided hereunder. accounts. invoices. and locations records in Audits shall take place at times Pago: 2 ofs and and shall nor abilisy. that shall comply E- erify. and shall have the righe to inspect. to the writings mutually agreed services who the Manager oE in oF allow parties to Mediation, provide concerning shall be non-binding During tho the dispute. faith to means Stare and Local they relate. Bo, and agents, C tte Fair by OSHA and all other regulatory agencies while providing IN 2. copies of any. and all that age, qualiced sex,, mpplionnts. ational are airly legally during employment with regard of to its subcontracrors age, North the foregoing. CONTRACTOR must make the materials to be audited within Ewo C2) weeks of the request for them. 12. ESOLUTKONI PROCEDURE. To prevene disputes and litigation. it is agreed by the or the parties that any. claim or dispure between COUNTY and CONTRACT TOR, arising the from this and/or materials being provided by the CONTRACTOR, shall be sent to Carteret to the County Manager shall appoine a qualified mediator to address the issue. Such request shall bo in writing within ten <30) days of the claim or dispute., Upon receipt ofa and written claim, Manager, his or her designee. shali notify the Mediator will conduct a mediation the of the notiry the CONTR/ tho writing of the decision within forty- five (45) calendar. days from date or submission. the of claim pursmant 1o this provision, shall be a pre-condition to thereof, initiating leigation to mitigate any potential damages including utilization of services and/or materials. The costs of mediation shall be divided equally between parties to the dispate. IFthe disputed issue cannot be resolved in mediation or either party disagrees with the results and the of the mediation, of 13. EXISTENCE, AND: CERTAMICATION. CONTRACTOR warrants thnt under Te isal the laws Liability of the State Company of North or that he/she has this Contract and that he/she is duly authorized to execute Contract behalf of the 16. NONSOLACIFATION, During the period of agreement. and for the period of welve months of following the 17. NOTICES. All notices which may be required by this Contract or any rule of law shall be effective when dispute, additional information. pendency of any dispute and The Cartoret and/or the the Mediator requires addicional time to gather Mediator's orders, and changes detommination schedule parties the dispute and alternate shall act in good of providing Mediation: under this provision shall not be the cause for a delay of services in the General Court ofJ Justice in the the County of of this provision, State the North non- session shall be private to the extent permitted under North Carolinal law and shall be held in North may seek being provided whioh is the foous of the dispute. If a party fails to comply in strict accordance with requirements. other legal entity duly organized, do validly existing. and in of good standing and has and remedies under and fall that power is not identified authority. on to it activities in Iran. on below certifies of without COUNTY. the complying party speoifically waives all ofi its rights pravided Carolina and is duly qualified to business in of Seate this enter into and fulfiis nll the tho list created by the North Carolinal Stato 14. CORFORATE AUTHORKTY. By execution hereof, the including its rights Carolina Contract, and further in of ensities bAt engage signing for this and 15. SUCCESSORS AND ASSIGNS. CONTRACTOR shall not assign its interest in this on written consent of COUNTY. CONTRACTOR has no authority tos enter into projeot completion date, without the express written consent of CONTRACTOK. by certified mail sent to the following addres esses: COUNTY OF CARTRET MANAGER. ATTN: 2101 COUNTY STREET. DEAUFORT NC: will not solicie for employment: or hire any employee CONTRACIOR ATTN: CONTRACTOR Ryan 226 COWAND RD Merry Hinl, NC: 27957 Page 3 ofs 18. MICADINGS. The sabject hendings: ofthe included for purposes: of convenience: be only. and shall not the with the lowss ofthe State ofNiorth In the shall broughe in Ooneral Court Justioe 1. shall constitute the and entive understanding Ereements relating of the parties. shall provide the CONTRACTOR with COUNTY-Issd beyond parsys terroriam. riot, labor condirion, and shorter urces will restricted a scope. Revaluation. CONTRACTOR" withs the ation. or the restricted scope public NNTVs funding. S pledge: ofthe: by the taxing Carteret funds purposes of affect the by both parties interpretation shali be made to the 19. LAW. This Contract: shalll be All actions relating in any to of the State of 20. This Contract, including reen and TOR and shall supersede all prior to the subject matter hereof and may be 21. The identircntion cards for use in field work. this Contrace extent either party s control but limited 1O. natural disaster, not veramental or yberattack-. 23. iming COUNTY'S request for the Services than is in which the under conditions.. In required CONT TR ACTOR to within the referenced in 1. and hereby agrees that the COUNTY has further that ie has the 2027. so correct agents, shorter officers. timeline, employees. the COUNT agrees and igorous of the 2025 24. entity and that complianee with the North Carolina Constitution: Agreemens. Contract to be or Inters retation of any of. its provisions. This Contract shall deemed to beon by and in be only by written 22. PORCA MAJEURE. Neither COUNTY: nor CONTRACTOR shall be liable for inadequate was port formancer under caused by a condition or in this are CONT of the ahortened has timeline to a omissionst from 2025 the AND ROLD HARMEESS. Both COUNTY. and CONTRACTOR, recognize that a a ofthe the Services. and there more orerror omission in COUNTY. agreed higher. payment in price allow the the TOR limsited perform more hold representatives CONTKACTOR. from claims, loss and damage that arise the CONTRAS CTOR agrees to work in diligence good faith limit and directly from the limited time permitted for the 2025 AFROPMATION. CLAUSE. CONTRACTOR acknowiedgos that availabiliry the COUNTY. is a sovernmental In power without approval, this Contrace is conti agent upon funds will beinga appropri best riated Board of Comminsic on : continuing basis. Carteret to County make efforts the appropriste as agreed in this Contract and not to use this clause intentionally IN TESTIMONY WHEREOH. the parties have expressed their agreement to these terms by causing this Service of this Contract contingent to upon an continuing avoid by thelr duly oficer or PAGE TO Page ofs Thi Deo Meshawv. Jimms L has been preauditea l the manner requirea by the Local Orricer and Depury County Monogor and tored 16, TOI FROM: Ryan vincens. Mmuerman-awr REF: Conerace for 2025 LLC 2017 neral quir Reappre regers the convere or appeats. 2037 . ander he Crekes: data that vak Rates PuBIE Scatus proposall 100 pers rate per TH wich Per parcel rate for a 2025 2035 Ganeral Raap calsal w to be complete eo the 2025 Reappraisal and are sorware. new onstruction ec.. that maybe needed the bevend 300 deys: Be invoiced nor assiseine at with $15.00 per parcet for 63.500 parcels - VINCENT VALUATIONS we the rates for services for the 2027 update hotoiraphs aisal Full ce. of Valves: development presentation Delineation ppeals wi aisal any Monthiy Status Repores shall be This proposall 100 person days of $800 per personal property work. honored to witn Carteret of the of tne county and win Around Verirication of each property in the county by qualified staff appraisers and: materials, race erc.. that maybe needed per parcel. Any appeals projects parcel coune 100: days con Invoiced ata are cricical - or per day. This does not include assistance wieh an quitable fair taxcation process. 6. Approval of the Musco Bid to Install Lighting at the Freedom Park Baseball Field and Associated Budget Amendment Bugene Director PLANNING ANJD DEVELOPMENT Office Phone Phone 252 MEMORANDUM County Manager DATE: May 10. 2024 TO: Carteret County Board of CC: Tommy Burne. County Manager FROM: Eugene Foxworth, RE: balifield pre- have! se and to authorize the County Park Baseball Fleid Three Lighting baseball lation fieid three one Freedom Litte League has been working, at with the Big Park. Rock Foundation boon and Carteret lin County receiving to provide a grant from have the Big on all of our lghting projects for hundred control coneintency, part ofaj joint purchasing with agroemen! which succesefu nis. and installs lion of lighting such with ne this ine manner and cnsuro this regulationsl rojeot in will North Garolina. our citizenst for yoard worked to come. Beaufort Musco's labor this project. We recommend contract this project not to exceedt the grant funded amount. Ploase let know if you have any questtons concerning their request. $176, 000 Musco all materials ecK and Carterat County Budget Fincal Vear: Date: Fund & 5/20/2024 BIg ROCK Grant funding for park lighting Dio Rook Donation 400. Account Number Capital mprovomente Fund Total increase in Total 176,000 176.000 County Capital Fund Park Expenditures 400. 80. Approval Chairmen. Date: of 7. Approval of the Cowell Painting Contract for Painting and Repairs at the Historic Courthouse Due to the size of the contract, iti has not been included in the minutes. A copy can be viewed by contacting the Clerk to the Board. PLANNING AND DEVELOPMENT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Offico Phone 252-222-5833 MEMORANDUM DATE: May 8, 2024 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant Counly Manager RE: Courthouse Exterior Painting and Repairs Award As you are aware maintaining! historic structures is a perpelual task, our Historic Courthouse Is no different. There are several areas that currently need: atlention and were planned for as part of our maintenance program. Please see allached the Request for Proposal, Contract, and Bid Tabulalion for the above referred project. Cowell Painting was thel low bidder with a $34,675.00 proposal. We recommend award of the same. 8. Approval of the Annual Contract Renewal with Trinity Food Service Pleasel let me know if you! have any questions. for Inmate Meals Rtxe af fkye SKerts aBas Date: may and s2. sinee 20, the a the inmate asod CPI for coneinue enis mET in the ast ood rans- food in cts per anine : we bon ch arsesasdi in ': due ed to our MSGR2S Counes Detention Pacisss Price Per Meal Scale seractive. Apaa 1, 2024 POPUL ION and o 35 o 185 PRICK pRottared 2.119 1990 59 84 109 134 159 184 209 Databases, Tabtes & Calculators by Subject More FemmatingOplions- . 302. Courthouse Square, Beaufort, 3a" Avenu and Client (cach and by in this Asroment nendment replnces he Virtual the a provisions TERM Agreement is effective on 1, 2024 earectiye Date") extended and shall continue torminated for period of thirty aix C36) months th through June oft this 30, 2027. unless € Term". This E parties Support in Agreement - ffootive on Agreementd July 1. 2020. Upon o-live C the Platform a Service CVPaas), the SSA automatically that were terminate. includedi Upon in the successful SSA anmal migration. agreement. Client be credited the remaining months Gifany) Client agrees to pay Avenu for the Services in accordance to for the payment pnyment due, and sot Client forth agrees Schedule to pay cach A. invoice shall within submit thirty (30) monthly calendar invoice days after Client receipt of the Specine types of exponses thnt will be reimbursed by in Client connection are with in delivery Avenu the will bear pert formance responsibiliy of the Services, for Bxpenses be in invoice. Upon request, Avenu will provide receipts or other TAXES IrClient isby law exempe rrom property, Eaxes or sales and use may those cons taxess will limited noE be agent cluded oft the ini Client voices for submitted purpose to Client ofs purchaving under this Agreement or services Avenu on behaif oft the Client withour of from which Client jurindiotion. is exempt. IFAvenu the is products, required or to services pay taxes provided by determinations undor this proper taxing authority agroes to AATNTES Information; technology support services that ave noti ineluded in the of Work. forth in: end Avens Agrcoments mosist and to: define, and ropc mpplicable paymene terms) that bes prepared by Avenus and all other incurred documentation. Avonu fors payment of those taxes. A may bes to Client and quantify by the chrongh additional an amendment inn this Scheduie all changes in to Client for scopa Hostng for Applicntion Mosting and mpproval. Client winl be reuponsible for timely mpproval of tho proposed changes to Schedule A and ofan CONPIPKNTIALY with respeet to information nd olearly designated winl as Inforesore? confidential deere of venu shall discre not be ion required is used to keep with confidentinl Ayvenu any ideas, concepts., methodolopies. ions, in the course of providing the AVINU ROFRIETARY oncepts. propsie -how, propri rictary or conndential by Avens, which may Infomation?. be closed a respeet Client, to are fidentinl Conndontinl - fnformation, the Client shall SAY vonu Confidentinl that tion that IE with similar Client no less ar reasonable dogree ofs aare. CONIIPEMTIALY XCLUSIONS Neither: party, shall be required to kecp closing party is independently. rolinnos. on the cofidentinca rightrully obtained by the USE oF CONPIDENTIAE IMORMATION. thais information conndontial only for the purposes employees of the other party. by Avenu under plans. uthorship data, or creative works (written, ereative onal, or subcon applicable Jaw. egulation, or ordinance. Client modincations.: venu. or other violate any applicable law, egulation, or ermination of this Agreement. Support Services AVENU that is developed by Avenu mation identified to this Agreement. by Avens to be developments. improvements. kaow- -how or techniques, sofware prognam s, Client that infos proprictary conhdentiall SCliont usingthe Clients inventions, agvocs that Avenus ments mathodologies. processes, tools, discoveries. ideas, dential by the as degree of but cane in any and other party: or Cd) is on a and. Client to to basis. use and conndentinl ahall not that Client regards thatr (a). is becom publicly developed available: by lisclosing is already outside possessed scope br. this party nrom third partics. Asreement: party. than as set forth in this subcontractors, or permitted consultants ongaged by drawings. adaptations, records, works. tade reports, names materinls, or vademarks, conces pts, and Avonu. warrants that the and wil the or Client to the party" prior wrinen consent. of Avenu Intellcctual as a ropesty part SVSTEM: OWNERSH AND USE RIGHTS hnical Thc information. information sorware prosre and hosting provided or Client or developed, conceived, or acquired) of the by Avenu. Avenu: omplovees ing derivative or by the authorized, individunty, agents and infringe or violate right any. third party Cincluding any intellectaal property vighis) or violato will not infringe in Avenu. OF violate Client any wanmnts of any thind Cinel uding intelleorse of khis Section property sighe survive or ressed) that are delivered to United States copyrishe! shall laws and agrees that all Avens Insellecruai Property Cincluding at a remain sonware property laws, and that all uses rights, oft the title, Services and interest by in Avenu and Intellectual Client data Property does not and hal!. tions) not provided. commidered: work for tion mmaTedmolosy: services The provisions Agreement for Applicntion Hosting ana Technology: Sapport Services VENU E ERis 12. DATA JACKUP Prior to Avenus providing the Services, Client shall prepare safeguard back-up EE resp onaible for: making no periodic ciscumstand back-p will copies OF Client be responsible for loss oF damage IFAvenu is unable to recover any all lost to or corrmpted the data, data the to responsibility the last provided and daily liability or for the of Client data ahall es that limited no cioumstances estoring will Avenu liable for monetary baok- exeroises no control over, and nocepts reaponsibility For, the content of the the its suppliers are liable for any temporary delay. outages interruptions 13. OWNERSHIF. USE. AND to the oF CLIKNT of DATA All information, data created ecords, OF moquired documents, by use of Bles, the Services). other whether items prepared releting by Client or Cliene or otherwise Cincluding: coming into this shall remain the the exelsive Client property, retains of ownership: of all data oreated by the of tho System., Any requirement for data conversion shall bc included in the Services, for forth in Schedule Asy A. conversion Archival containing: any Client will be used by Avonu in solely Services back- up purposes this shall have no residual righes to the Avenu applications to beyond, the Client during or this the Agreoment. Term for Client purposes grants ofs Avenu the tis maintain Avenus ropresents and warrants that Avenus possessos all rights and agents not or permie reverse engincering ofall or any portion of third applicationss: any 15. THIRD PARTX provided HARDWARE by: Avenn as AND part of Services are listed Any in Schedale and Rights third-party to sofware data that at a location. Under damagos Mp. parties or sot-ofr understand: For of Client data under or specifically provided in this and content of Client- provided data for connection passing through enu Asas use reasonmble is unable to of Client data shall be limited to used ion with the Services. Thercafter during those Tomm, Avonu loss of any Client data. Escope for to the intogrity extent hubs daily and poinee of all presence. Client dats. Avenu Internet. shall as part in of the Services, with Clicne the will be responsible lostor corrupted data, Avenu" respo nsibility linbiliey for the loss the data to the last requived or Services. shall rvers, for Client, to Avenus any perform or corrupted regular resulting Avenu's negligence IF back of up. the Further, Services. Avenu of non with performing the Services or transferable,, revocable license duplicate during on electronic of Agreement data the Term to perform, dispiny,. as transmit, part of only Avenw during the Term provided of the Agreement. Pane for porting to applications is included be Servioes, icipate in solely transfer for the of intornal Client data, operntions and othorwise of applications re not parties, to to any this third Agreement party. including unless specifically forth agencies., in Agreement. 14. AND SOFTWARK WARRANTY. Avenu grants Client a to The license granted. under this will ofiheAvenu mpplications: in shall survive the license sof forth in this Seotion. does not include the sighe to grant other sublicenses for ntities Avonu that prios of federal export laws or regulations." The provisions of this Section A. its enployees disclose. without loan, marker. written rent, lease, or otherwise by transfer and to will export party any portion Avena of sofware OF any. other hardware or software provided by Dosing nd ehmelosy suppons Servicer vo32i2024 arty sonware vendors. vendons me and Client subject the provisions agrees oft that sofware acceptance licenses and by; those hardware thind- party software shall Rue Agreement for Applicntion Hosting and Technology Smpport Services be deemed party software Client authorizes accordence Avenu with to the accept terms the of terms of cach license on "ahrink wp" the software is installed. To the maximum extent for Client defeotive shall items, be entitled which to are KX offored standard by the party hardware werranties, software manufacturor and vendors itoms furniahed for under this Agree disclaims all express warc or or implied commercial off-the sheifs software, INSURANCE. AND mgrees to maintain standard request, of the Avenu provide Date, each pariy. ice will be responsible standard for risk of loss of, and damage to, any equipment, sorware, other matorinin in its possession or under its control. 17. WARRANTIES Avenu nd error firee operation AS EXPRISSLYI PROVIDBDI INTHIS AORBEMENT: WHETHER DORS NOT EXPRESS MAKR AND OR DISCLAIMS ANY REPRESENT ARISING BY LAW OR OTHEKWISIE. INCLUDING IMPLIBD PURPOSE, OR ARRANTIES FROM ATATTTNAN COURSE OF DEALING. COURSE oF PERFORMANCE OR USAGE IN TRADE. 18. INDEMNITICATION Avenu: will indemiry and hold harmless the Cliene and all of its firom and against: (a) Any or third ests party olains of brought oF tangible against personal Client relating property. the extent Avenu. its claim the Services. to the extent venu Client is Avenu responsible for Cb) Any third party. clnim broughe Avenu, its employees. (e) Any third clain copyright, agents 19. OF NOTWITHST Application and of the licenses. Client cach of the manufhcturers third- party commercial to. third hen he and. or exchange or-the-shell As venu explicitly no other of merchantabiliy! and with regard to a partioular any items purpose or components Avenu of third-party LOSS acrvice. industry perfoims any of the Services its corporate on Client premises, coverage in accordance ACORD: cortificate policy. of insurance. Upon mpplicablei that alls sorvices willl standands. be provided Avenu ina good: doas not and uninterupted THE FITNESS SERVICES. FOR to the deuth or bodily injury. the damnge, by. the tortious nets contril to the allogedi injury. of the Services: of performance of subcontractor. any Unitod States or by Avenu, its employecs. CONTRARY UND BR ELSEWHERE CIRCUMETANCES IN FOR TING FROM PERFORMANCE THIS AGREEMENT UNDER OR WARRANTIES. agents, winl ontractors. have right or of ibution in connection fiom Client with the with performence respect to any C Client in relating to the with willrul the or or agents against Client relating to an actual mcrual tmade secret thes perfommance of the ARTY TO BB OR OF OBLIGATIONS OFT THAT notoay PROFIT. LOST OR INDIRECT MAGES ONSEQUENTIA NY KIND Aageement for Apptientionl Hostins ana Teclnology Support Serviees BVN I THOSE NON-DIRRCT W RBE THE EMENT. PART TORT, HAS BEEN: ADV ISBD OF OTHER THE POSSIBIL OF NON-DIRE CT ENU FROM NOT E EM OR POR SERVICES PROVIDED H AC NOWI RILIANCE SDGES UPON AS ISCI REEMENES DE WARRANT x HAT THEST MTA THE IONS PA RT SD IRS. CIABIT Y TO THB. OTHER, FOR RSUANT THIS AOREMENT PART DU 1Y IS NOTIIEDR SX MONTH LIMITAT WILE APPLY TO ANX NDEK THS 20. RELATIONST OF THE: PARTIS This or indep lent a parties joint neith ure,, her party ace as an: shalls rty services failure so perfonm, Cliene: payment: may to terminate venu of all due, terminatio on. ters Pailure to per thor 23. TERMINAT POR Fande for the by the Client oF AVEN ARE ATTARUVER OR BVEN o BRRAC CING: oF ND) DAMAGES SBT RM PORTH I SEN BASIS DF MERS PART TY ToT AND AN ALL IONS. HOUAL R HE IN 0S. DOELA OR shall not of any zation or a vons oTH BR OF WISIS. THE WILL TOTAL NOT BED NT oF SERVICES PURCH PERIOD IMMEDI PAY VABLE BY give fYect and Client the other in for any bes Agreement. formaing Agreoments to other ware, excepe grant vor to either limitod party any righe nenily vided in this nents Agreomen of any kind Nothing or on behalr of 21. TERMINATION: BREACK: OR DEFAUET mV o AVENU. rAvonu materially oblisntions forth a rials later materiale than the to Avenu effective within date thisty of terminatioen (30) calendar days afer termination. 22. TARMINATION and conditionsl BREACK: set forth in DEFAULT BX o CLIENT ails perfor IrClient materinlly oblisations forth a prior witens and ofthe other be bound to Client except provided under and cond fails to set forth the in baeach within perforn calendar days Cor other stated: notice) eceis this Agre of written speoit by ing the liewt basis for be en ve of Avons and owned othor L B agre to fails to may owned materiais to oF YUNDING This Asevent to thirty System or Services runding from and . - all bxeach seceipt Bs ofwritren viehin notice speoit five (45) the basis daye Cor for Fermins on by enw ehall ir subject to. sermination t vriste materinls to no lient. the agrees to date of sesoiaiend use of all and return the bardware. and within thirty C30) calender days after termination. writien no Services fer every rangement reasonable is mado by Cliont been to Agreement for Application Hosting and Techmology Suppore Services AAVENU 24. EFFECT OF TERMINATION: ON OBLIGATIONS, AND or LIABILITIES. either arising ofthis before Agreoment for any reason will not affect any liabilities or any damages obligations or other, of remedies party to which a party termination: may be entitled or out under of events this Agreement, at law or in equity, arising from any brcach or default. consents required to be given in writing under mail, this Agreement shall to be the hand party delivered, indicated below (witha by delivery receipt delivery requested). service, or unless mailed that (certified party notifies postage the other, prepaid). in writing. ofa change in the address or 25. contact To Avenu: Avenu Eaterprise Parkway, Solutions. Suite 120 LLC VA 20120 Contracts Dopartment 26. FORCE! force change, majeure clements events, of control party C"Foroe excused from or failure of performancs and describe in The provisions of this Section shall survive 27. The 28. TO PARTIES Unless spocified in this Agreement, all notices. dolivered. xequests, or To Client Carteret 302 Courthouse County Square NC: 28516 Attention: Ray Hall, IT Diroctor for delays or failures in performance communications as or cause beyond the reasonable the delay immedintely, or failure of performance, are merely for reference. the The HEADINGS of the parties the level that any disputes each pariy's arising organization under party shall be or. by circumstan Force Majeure nces dotail the usod in this result of limitations or problons inherent in the to Acts use ofGod, of Intemet firc. and carthquake. electronic weather, climate that has experie fiuther a performance delay or failure observance of performanes of the caused affocted obligation(s) Majeure for as long as circumstances prevail and that party continues Ro attempe to The recommence party that porformance experienced or a have no independent logal meaning and impose no obligations or conditions on parties. this Agreement be resolved expeditiously, the amicably. and The at parties within understand and agree that the procedures: is outlined knowiedgeable in this Section about are relevant not intended issues. to supplant the routine handling of inquiries of and complaints through informal contaot of the disagreement parties. Accordingly, the parties for purposes have been unable the procedures to resolve by the forth normal in this and Section, a "dispute" channels ordinarily used for resolving problems. Pending the final disposition of a dispute than a dispute arising out of the termination of this Agreoment by cither party, the parties shall, at all times, proceed diligently, the with the porformance shall ofthis Agreement. follow the Before either party, seeks any romedies available at law, parties sequentially (a) The complaining party, will notify the other party in writing of the rensons as possible. for the A dispute, formal und written the war, but tenorism, not civil disturbance, labor disruptions or Event"). Upon the ocourrence by ofal the Force) Porce Majeure Event, Event the will. pandemics. E notiry the other quarnntines, embargocs, or other governmental whenever and to whatever extont possible without delay. winl causing this of Agrooment, RESOLUTION It is tho procedures set forth response parties will will not be together required, to resolve but the responding the clarify thei issues or suggest possible solutions. for Application Hosting -d Tochnology Suppon Servieesy v03212024 party as expeditiously may pur its position in writing in order to Agreement for Apptication osting and Support Services b Ir the remaine nneen C15) e enlendar and. days the fler Client Cor delivery ropr paty to to the all or call ten C1o) business day ofa requent meetins or the dimpute. Co) Irs the parties are. smable to eneh resolution ofshe after may ithe party fails to participate requested. panties pursue Agreement. of Aereement is BP the cours erms to be Cother those portions ay to alid aE the and conditions portions or terms detemmination! ox and to the pemmitted to to mpplicable law and to cions) et original intent of the partics. party assigns, vons may asslgn Any: temips for. make an sigmment withour al! or E of void. may provide. hall sotify ofwerk beingP work on the of Asreement apply to and ae complied with by muboontrsotor. INJUNCTIVE RELI mens relating or to may. - enforce for the rishe unctive relief romodics available. my bligation not be waiver under of that pastyes or o demand the ber a brench sent shall, has been bes waived put in wriring end risht. oF ror to forbear const of brench to oF shail not consent of other breach. RMIDHIS AI vemedies of or n eguity. se legal notion is rty bcs ty be ana A a . E call by t thvese procedures, LE the urisd mpplication diotion of "n able) ahall prevents BE (or portic as ons OE neariy possible transfer this Agroeme linry.. arnliate o vices through use of subcenmactar that umE operty volici or As have or of this and in nddition to other provisions S ance, pariy by both parties. wE in instance of of other or vemedy of under this ion this reduction of the B to either party for brenoh of of fees to in the to other to attorney 29. SEVEMABILATY Irallor part of ter condition of this Asraement, or valid plinhs onfoseerbhe ment of purpose: of this Aercement the invalid o ASSIGNMENT AND FURCONYMACTNS This Agreement shall bet bindings on ent parties and oF oblisations under Asreemens to : wristen parone consent e be and shall ensuire that the insurance roquiremont that mpply recognise thae a remedy at law for the a unauthoriz ced the use provisions of any OR ORIEEAT RANCH Any o Failure either party to providod upon, strict of any deleye or ilurec. by No party or condition be: imposed used unless on shall an ctio ve or y bes to the. 11. Approval of the Annual Proclamation Supporting Resilient & Thriving Communities Week April 28-May 5, 2024 week A ON to foundation fre that bullt that communt and nurturin and ue nyan d ae at ova toan by. 0d0 rouoe n dvarse to in a eand, that poors to a - arrinoto at a Nor bi 26 4 y 036 o tho te: in faonieno and a privs 12. Approval of the Morehead City Fire Contract NORTH CARTRRET COUNTY AGREEMENT POR PIRE EMRKGINCY SIRVICHS MOREHEAD ITNESBKTA Genern! incorporated This CONTRACRmaa. and entored into, for purposes of reforence the the Ist day of July and 2024. & CITx. a munioipallty COUNTY, of Carteror hereir County, referred hereinafter to *eforred as to "County. as the Town": North Carolins General Statute 69-25.4 (b> indioates the may. be in form that board polioy ofs dooisions oounty comminsl embodied nens therein mnd, county providon for the Towni is munioipal corporation organized to the and of its to fumnish fire WIEREAS, North for fire servioes in a voluntoes, fire and the of tax Chapter 159 of the North budget moat in enabling it to a fand for onch mpecial distriot whose and medioal aervice CBMS) protoction WHEREAS, Town sarves the Villnge Fire/EMS Article 3A Chapter 69 of the the furnishf damage fines and) protootion,: 2) proporty protection measuros as NOW. THEREFORE, in consideration of the the partios mmount aN the Board of County 69-25.5 provides that counties may provide on or distriet any by contracting oity or with town: any and incorporated nonprofie medionl, may inelude and mabulance levy, mppropriationo service to protect and "e persons penditure. within of fuands distriot for fumishing from irjury omargency OF death; and resoue General collected by the county; Fire Dintrict of Carolina General: Stututes and/or for and within the Distriot. provides that the county and other County mpplicablel in accordance: and fisoal of that mpecial taxc distriot Cthe "Distriotz with as and the Town desire to enter into this contract for the Town to times olearance and romovals and 5 other a and laws; WHEREAS, Carteret County presentiy levies and collects specinl taxos in and is responsible and for mppxoprinting the funds dorived thore fkom for fire and BMS protection' the distriot and contract and agroe as and of other good and valumble 1. County agrces that it will provide Commimsionera flinds, from the special deem necessary which firom are levied to year in suoh to may year 121 provide fire and EMS. to designated District based upon the rate ofa special or ad valorem it will levy ngninst property of the in the Distriot vote otherwise to terminate limited said tax. The restrictod County by will law collect oF unless the the funds people District mpecial S distriot may bo levied BS provided by law. Tho flunds paid by the County to the Town for fixe and EMS servioes in the Diatriat ahall be not less than these amounts for the fiscnl year stated: 2024 -2025 fiscal year B. 2024- 2025 fisoal year Wildwood Fire: $1,199,000 2. Special or separate funds shall be maintained by the County fort taxes collected as resuit of said special taxes. 3. The: funds derived from the: special taves levied by the within the fiscal yenr as agreed to by the Town Payments: shall exceed and BMS protection in the Distrior and the exccced the amount for fire budgoted EMS protection ofc Commin ioner of Carteret County in partioular: year within the Distriet. The Town: ahall furnish adequnte fice and RMS Cineluding paraedic) and all things within the Distriot and provide fire the necessary and equipment, personmel, in the Diatriot. water The for mocordance furnishing adequste minimsm standards BMS proteation set forth by the Carteret County Department Emergency: Services, Carteret County Medicnl Dinector, NC of of Bmergs The genoy NC Office of State Fire Marshal, and the NC provide workers" compensation insurance regardless. of stacus, atl least to mdditional the and that EMS aro voim proteotion without by located in the the subcontracting of fire and BMS proteotion services except approved by The Town: shall request approval firom the Carteret County Distriet Pire fands and BMS that was not included for any expenditure in the original adopted annuall budget ordinance or the adopted capital improvement made plan for the fiscal yonr ofthe contract period. Ifthe Town contests any recommendation by the County Fire: and) EMS Commission, then the Carterot County Bmergenoy or Department or the County Mannger will be asked to review and approve dismpprove the transaction. The will also maintain a planned capital improvement: fund for the Town. This includes all* funds that are budgeted for capital purchases such as vehiole purchases, building improvement or replacement or any major equipment replacement or purchases Village Fice: ofi funda oollooted fromt BMS: $245,500 shall bes paid to the Town Carteret County tho speoial Mannger. taxes for fire andi by the Board ahall be 3 T Insurance, Town applicable to all shall Town. peraonnel, said Funds the County. charge, required except by law. for The oharges Town for mmbulance. Rumish services fire (or similar) polialesprosrama to all persons shall not and be property for in an efficient workmanlike than $25,000 of che ta The ofa of emes houcs fiscal year of the Town. ahall over $20,000 when ahall be Pire: and Sdentified EMS maintain - reserve account under theie shail operating includes expenses all expenses based wich their the current excception: yenr of budgoe ompital and reserve runds in exoenn: oF County sed by ench department upon sequost the County Commissionon. AE the elcaranoe District and consist apibtnaa Hresaving: and E the Dintrict AIL books has be. ma sequont the rogulur the 10. The Town ahall the Mhloh Ampvhes and 11. The will Donsoen: ond egulations. 12. In the Funding ls to bo used. Theses Acooune planned must ompital be improvements. approved bby the County befiore funds are used oF so-milloontod. The County onn not exceed oF the lesser of4: months expenses of AIl unsilocated Operating eserve funds the held ting penses County: shail can remain in protection IF requested the account for the Town. xeserve to Pire fands & Comminsion and mpproval by sequest of County time to Town will provide 2) Bmers disaster gency debris Gt for and within the services. Distrion during the Town states will also provide pro-plmnning for states b All ninds pald to the Town by the County ahall used: axelusivetsy by the provide County. Sire and MMS aid mpproved by the Town, for - period ofas for thee years upon funds subjest to this by ooneneE in mocondances Commisaioners. wich the annunl budgets its The oursent Iso. shall ating continuouaty of 5 or bester with with all the. mpplioable Nosth Jawa. n: and modionl a a resule sorvice of ty. to the may. mediately and the Tova of nd the Jegal incorporatod mutomationily, heroin by referenoe yenr. 13. pontrnot shall maporsede, all E beoome Ffeotive Jx 12024. and, eubject 14. This: agooment may be of County- Towns fnilure to meet the guioments fe, oftbis nd to SE ists riot as - provided to fior provide in, this contrnet. minate this contrace no narthar winl be due to oF provided Town. to between oont the ox asaigned by the Towa withoue the written consent &3 a Cany of: one SR oE the Pown. : there so m the. or; E then the - ons ET v oom their Go Be Couney 1 shnn ix months to pio to the tors Fer initin lonst 120 dins sid witten pan to SVins ie ota sivins intore inmte. jocE to the ll Aamd the for AR ana ovided heroin. 17. :E the doen not nn e by sivins s0 17. ahnll become onl, the b> pnetien hindiation The thin N. sE ayd mhmls ead by elses of ps) Pase and wenis prauene to thE intod e the he imstins or o consg ssonva oF c- able the : and. to 16. the Cousty. the Towi ans the ompcotive oncers of the *ompootive partios Aaeoant winl in mtiest the rindiotion Js: -kanatare in risings with the oME lnww this of o11 lowing duky sranted. AST to i contract *og Dee Menhaw. of County Ginn. Cou boll, hn boss aadssod Contr PessDesekaga sucaet - ee Am ons 13. Approval of the Proclamation Recognizing May as "Older Americans Month" May 2024 Older Month society; and oulcural and bistorical knowiedge: and then: and WHIREAS. May is designated Older Americans Month, offecing us an opportunity. to honor the older adulte residing in the County of in Snrsesemtional relationahips. recognizing their through civic active and on significant inflence across all aspects of generations and carry forward WEKREAS. older Americans actively contribute to the invol engagement, enriching the lives of thase WHEREAS. commusitien opportunity to participate and live independendy:* and support needed to stay, and NOW, the well-being and health BE3 IT in recognizing the conmibutions. of older foster connection, Adopted, this the 20th day of May 2024. ATTEST: through their wenith of lifo experience and wiadom, older adults guide our younger the County of Cartoret must ensure that older our bave the to of our communities and when poople of att ages, abilities, and backgrounda have tho in their communities adults in our community- and mupport for older and IISOLVED, that BE IT RESOLVED. that the Carteret Month. County Board theme, of "Powered do by hereby Coneron proclaim emphasizes May 2024 the profound Older impaot: of meaningful interaotions and social this prooamation call upon all residonts and to join and promoting programs acrivities that Jimmy Farrington. Chairman Lori Turner, County Clerk County Courthouse NG: 14. Approval of the Benefit Renewal Letter from Human Resources Carteret County Human Resources Department Henther ATE, RE: ROMT inthes pasE year County loes ratio optione threshoid with consistent. insurance ata 0.67% premium increase. Madical: commending to chenge our county supplement for in and ouE onal costs oft plans dobie for our ag our emptoyes premium to rates pro plan Bentalo unders mmend an io plan with Visionz Last year, Gouniyem 2026. Thank you. Human Resources Daigle Director Tommy Dee 252) Cartorot Gounty of Commiesi Heather Employee Daiglo, Benent man Renewal Directo number of medioal e are olaims. of remaining: Carolina steady renew the Countye medical plan to onoe: he Borvicen, plan to make. benefits the ohange more for hiring year and retention. health an us PPO: option with better who opt out of Change Premium Rates: $3,065, 387. 28 (current rato) $3,002. 100. 84 Cronowal rate) Inoronsing det in Premtum R ates: $307 88 rate rate) $336,710.88 (renewal rato) to. continuet to offor. $150: monthly stipend to having ranewed a the wVe dontel The and change in pians resure to include in premium tior paid for by the Eye and our wes ourrent well rocoived gumrantes. munity dy Thank yout for considering thene innurance renewais for approval. County Deputy County ManmowvFinanoe 15. Approval to have the Carteret County Clerk Submit an Application to the NCDOT Requesting to Rename the Russell's Creek Bridge on NC101 to the Patrolman William "Bill" J. Smith, Jr. Memorial Bridge Commissioner Chadwick made a motion to approve the consent agenda. Seconded by Commissioner Wheatly. The vote was unanimous. V. Public Comments Krysten Patton, The Bridge Down East, Harkers Island. My goal tonight is to express our appreciation of the Board's ongoing support of our program. Our primary focus most recently has been our after school program which serves Harkers Island Elementary School, Smyrna Elementary, Down East Middle School, and Atlantic Elementary School. Itis a 21st century community learning center program, and we have been in place since 2014. It is federally funded and monitored by NCDPI., We get $327,000 per year for a three year grant cycle, and we have been awarded $1.6M since our existence in 2014 to run this program free of charge for all our Down East Elementary and Middle School students. Since 2014 we have served 1,190 students. Our current enrollment is 94. 65% of our students attend our program daily. Our summer program this year is going to run for 8 weeks with 102 students currently enrolled. Our kindergarten program is no longer funded by NCDPI, which is the North Carolina Department of Public Instruction. So, we are going to be funding kindergarten out of our general fund this year at the cost of $12,000 for 15 students. So, last year we served our usual feeder schools during our summer program as well as 7 other Carteret County Public Schools and 2 out-of-county schools from Onslow and Lee Counties. We also serve students from one out-of-state school. This year 83% of our students have shown growth in all of their subjects. Our summer program of 2023, 94% of our students showed no learning loss. Our parents surveyed show 100% believe our program helped their student. Our economic impact for our Down East community is $212,273 in salaries. That is 64% of our grant funding. So, 21st Century is a reimbursable grant. Our money has to go out before it comes back, and about $40,000 of our general operating costs are not covered by federal grant money. So, we just want to express our gratitude again for the fact that this Board has funded us three of the last 10 years. We hope Commissioner Wheatly asked Ms. Patton to repeat how many students were in the program now. Ms. Patton responded 94 in our after school program and 102 in our summer program. Alema Beasley, 119 West Bogue Blvd, Atlantic Beach. lam also here representing the Bridge Down East. lam the Program Assistant.. Ihave been with them for two years now. Krysten hit onal lot of the numbers, but Ihandle the data collection as well as quantifying as many metrics as possible including but not limited to how we have been able to affect each individual child. We have recently started private tutoring every day, and that is for the kids we deem need help academically. We want our kids to be as great as they can be. I kept thinking about what I could say in this meeting that would mean something, and I keep coming back to our mission statement. The mission statement states "Our mission is to provide education and opportunities that enhance, enrich, and inspire the youth and families in the Down East communities." Ifeel grateful and humbled to work for an organization that does exactly what our mission statement intends. Iknow the Program Director, Executive Director, and a few our Board Members are here as well as some kids to support this program. We are constantly trying to make this you) will remember us when you go into budget planning. Commissioner Quinn stated that it sounds like a wonderful program. program better. l'am also grateful for your help. Ihope we can continue to fill what Ib believe is Kylie Horton, 105 Opal Court, Beaufort, I am a parent of kids that attend the Bridge Down East. lwant to share from a parent's perspective what the Bridge has provided to our children and our community. We have attended the Bridge since 2019, sO for the last 5 years we have had a child enrolled, not only in the after care program, but also the summer camp. Ican't begin to express to you what it has done for my husband and I as working parents to be able to have somewhere that we know is a safe and nurturing place for our children to go. It is a sense of familiarity. Itgives them routine, enriched curriculum, and has wonderful staff. We have seen it come a long way over the last five years under the current leadership. Alema is wonderful. They go the extra mile to help kids. For example, at Christmas time they do an Angel Tree. They make sure that children that may not have a whole lot at Christmas time have a Christmas to remember. So, I just wanted to thank you all for your support of this program, both int the past and your continued consideration for the future as you work through your budget. Thank you. Hannah Beasley, they asked me to come tonight to express my appreciation for all that the Commissioners have done for the Bridge Down East. The reasonlam so interested is because lam from Carteret County and I taught school for thirty years here. The most important thing we have is our children. They are the most precious product that we have. Idon't think that we can do too much to support them. think that when you see a young person, and they are honorable, honest, educated, and polite then you have really raised a good child. Ia am especially proud of my Grandson, Alema Beasley, who dedicates his life to these children. I have never seen anybody his age that loves children as good as he does. He goes out of his way to take care of them, to do things for them, to provide for them, and most of his money he spends on the kids and their needs. So, l'am indeed thankful for all of you: and pray that you will Bryan Nicklow, 1502 Salter Path Road, tonight I come to you as a citizen just sharing some thoughts on Memorial Day. As Memorial Day approaches, there is sO much to be thankful for in the land of the free and the home of the brave. Memorial Day evolved from as early as 1864, and nearly have a dozen places in the United States claim to be the origination of Memorial day services. That ranges from Pennsylvania to South Carolina. However, what's important is that we remember those who paid the ultimate sacrifice. There is often another day that is confused with Memorial Day and that is Veteran's Day. Remember Memorial Day pays tribute to those who made the ultimate sacrifice while Veteran's Day celebrates all those who served in the Armed Forces. Aslreflected on the meaning of Memorial Day, asked myself, what would our fallen think of our Country if they were here with us today. Idon't presume to answer that on their behalf; however, I do reflect on their selfless honor, courage, and sacrifice. I understand the following, and that is don't let my sacrifice go in vain. Those who made the ultimate sacrifice are looking over their families. Mr. Nicklow shared and excerpt from writings by James Madison in 1785. He concluded by stating, I am optimistic about honoring the sacrifices of our fellow countrymen and women because the truth always prevails even if only in front of God. However, it is time for citizens to get involved in their local government bodies to include local school boards, local election boards, town councils, and the county. Sometimes elected officials are only aware of things when we bring the matter to their attention. Our actions with our elected officials should be one of mutual respect, understanding, and contribution. We should seek resolutions based on the Constitutional and Natural Law Principles while doing sO in honor of those who made the ultimate sacrifice and for whom they believed in and the country they a call from God to take care our community's children. not forget The Bridge. loved. Thank you. VI. Presentation of the Request to Add "Home of the Eastern Blues" to Eastern Park Mr. Kenny Lewis stated there are 13 small communities in the real Down East. The real Down East is between Hardesty Corner and Cedar Island. Not east of Raleigh. This project at Eastern Park was 100% supported by the people Down East. We are in the hopes of adding to the name of Eastern Park, "Home of the Eastern Blues." Itwas a semi-pro baseball team. We were pretty good too. The Eastern Blues while looking for a home field location for our team, and we found a property that the park is presently located on. Ididn't know, but found out that it was my Granddaddy's farm. He died in 1940. After meeting with Neil Lewis, Parks and Recreation, we were informed the County was $20,000 short of the funding needed to purchase the land. We immediately donated the necessary funds. On three occasions after that, during the construction, we donated $3,000 each time, for things that were needed but the County did not have the money at the time. On the first Saturday of construction, we had 128 people and four tractors that showed up to donate their time and labor. That was Grandmama's, Granddaddy's, Mama's, Daddy's, and youngsters. The second Saturday, we had 50 volunteers show up. We figured out the position of the fields. The little league field took priority over everything because we wanted to get the kids playing ball. In two weeks we had this project coming together. The Eastern Blues even umpired kids games after construction. That's how fast it took off. This is the way it all started. Little League, T-ball, and softball had priority. We did what we could to help. The reason for the whole project was so the youth Down East could experience life and sports. One of the first places you learn the rules is in sports. It made kids pay attention. My wife says the only thing I hear is it's time to eat, but the only thing my kid's hear is it is time to play ball. But they learn that there is a way to do it and a way not to doi it. Because of this park, there are boys and girls who played as this park that have gone to colleges, and played pro baseball. We are proud of this park, and that is why we request to add Home of the Eastern Blues on the park signage. Ithink you for your time and consideration in Commissioner Wheatly said when talking to you and Joe Willis, you all indicated to me that before the park was actually formed that ya'll had actually put together about $20,000 to help with the purchase and extra money for things like fencing. Mr. Lewis confirmed that was Commissioner Cavanaugh assumed there is signage there and you are requesting modification. Commissioner Wheatly said adding the "Home of the Eastern Blues" to the signage is easy to do and would not be too expensive. Plus, it would mean a lot to all of the communities Down East. In talking with Joe Willis and Kenny Lewis, during the tenure of the team they won 88% of their ball games. Iti is important to them, and it is important to me and Commissioner Chadwick Mr. Lewis said the women in our communities brought baked goods to sell at our confession stand at the park. The most moneymaking thing you can ever have is a snow cone. It's Chairman Farrington asked what year that park was built. The response was 1973-74. Commissioner Chadwick made a motion that we add Home of the Eastern Blues to the Eastern Park sign. Seconded by Commissioner Wheatly. The vote was unanimous. this matter. accurate. Mr. Lewis confirmed that was his request. that we get this done. everybody's park. VII. Public Hearing: Discussion on the Proposed Amendment to Chapter 14, Solid Waste, of the Carteret County Code of Ordinances Ms. Sharon Griffin stated tonight there are two ordinances we are going to talk about. The first is out of Chapter 14, our Solid Waste Ordinance. We do have some proposed amendments for your consideration this evening. Just as a matter of history, the Solid Waste Ordinance was first adopted back in 1993. The last time it was amended was 2007. Some of the amendments we are looking at tonight are really just updating some of the language, clarifying some things, and changing some things that have evolved over time. Probably the most important change though, is we are looking at changing the fee structure to support our solid waste efforts here in Carteret County. Right now we have a $15 availability fee that is charged to all improved parcels throughout the county. That also goes to folks who are inside municipalities throughout the county. Then we also have a Greenbox fee of $165 per year that goes to all residents who do not have household waste collections. Folks can come in and have that fee released by proving that they have household waste collection. So, the majority of our citizens right now have a combined fee of $180.00. What we are talking about doing tonight is bring that down. In looking at this ordinance we wanted to make it more in line with the way things really work and be more equitable. Right now all residents including those in our municipalities can use our convenience sites. We have twelve convenience sites throughout the county. It does take some money to keep these available for folks. The goal here is not to make money ever on convenience sites, are goal is to break even. Our convenience sites also take things that our commercial haulers do not take. Many of you have carried oil and large bulk items like furniture. Itis an important service to our county that we should continue. If you will look at the actual redline copy of the Chapter 14 Solid Waste Ordinance, the first couple of pages of changes are really just changing things like terminology. For instance changing landfill to transfer station. There is an option if the county would like to go to a sticker program they could. I don't think there is any intend of doing that now but we want to put it in the ordinance in case we want to do itin the future. Sections 14.53-56 clarify fees. So, the availability fee would be a fee that the county charges to everyone who has an improved property. An improved property essentially is a place that has a bathroom and can create trash. So, someone who has an empty lot with a dock is not going to get that fee. People who have homes or business will get this fee because they have the benefit of that availability. It would come out to $98 for improved parcels. That sums up the changes. We are authorized under state law not only to regulate solid waste but Commissioner Wheatly asked if there would be a cost if we implemented a sticker program. Ms. Griffin responded that if we implemented a sticker program there would be a cost to keep that going. This is in the ordinance and says if the county were to implement the sticker program, sO it legally gives the Board of Commissioners the opportunity to start a sticker program if you would like to. From speaking with some of you, don't think that is the intention at this time. We are more concerned that visitors don't dump their trash anywhere but the Commissioner Chadwick made a motion to go into Public Hearing. Seconded by Commissioner Mr. Nicklow asked if hazardous material is included in the ordinance. Ms. Griffin said there are also charge a fee to make it break even. transfer station. We want people to take their trash to the convenience sites. Quinn. The vote was unanimous. no changes to that. Commissioner Chadwick made a motion to go out of public hearing. Seconded by Commissioner Cavanaugh made a motion to approve the resolution authorizing the amendment to Chapter 14, Solid Waste Ordinance. Commissioner Chadwick seconded. The vote was Commissioner Wheatly. The vote was unanimous. unanimous. PGR: County Solid Waste RESOLUTION THE. BOARD OF of Commissioners originally adopted the Commisstonsra Code of Ordin on CARTE ange the Board the motion or by pettion may WHEREAS. to Chaptor the, Cartoret County Attorney and the Carteret County Tax Administrator requested NOWV. woa: Cartoret County of ADOPTED, this 20th dey of 2024- ATTEST: Lor Turner the Board I k of resolved Carteret County Attorney County of Commissionen to bs Jimmy Oartere County Chairme NC VIII. Public Hearing: Discussion on the Request to Adopt a DerelictVessel Ordinance Ms. Sharon Griffin stated this is a brand new ordinance. It is something that is authorized by the state under the same statute that authorizes us to remove automobiles that have been abandoned, sO it is N.C.G.S 153A-132. Most coastal counties in North Carolina have adopted an ordinance similar to this. We have brought forward an ordinance that I think is pretty simple and will allow law enforcement to handle vessels that become a problem. This ordinance is not really aimed at the vast majority of boat owners who take care of their boats and have them registered and have the safety checks to make sure they are properly anchored or secured toa dock. These are those vessels that we occasionally see that basically are sunk, are in terrible condition, or been completely abandoned and are threatening somebody else's property. This will give our law enforcement an opportunity to be able to enforce that. They didn't really have a good means of doing that. If you will look at the actual ordinance that has been proposed, it gives a definition of an abandoned vessel. Some of this comes directly out of state statute. The vessel that is moored, anchored, or otherwise located for more than 30 consecutive days in any 180 consecutive day period without the permission of the dock or marina owner. That is directly out of the statute. A derelict vessel is one of those that we occasionally see out in our coastal waters that has just been abandoned by someone and is resting on the bottom. It is also included here boats that are not getting current state registrations and those that are being used as living quarters that don't have any method of getting rid of waste and are causing an environmental problem. Ihave sent this over to our Sheriff's Office, they have looked at this, we have tried to really vet this to make it as simple as it can be. This is not something we are intending to go out on a boat hunt. This is just when we really have an issue with a boat. The notice of removal that you see on the second page, that statute is the same as when law enforcement gives a notice to tow a car. There is also an opportunity for civil penalties. Commissioner Wheatly said what happens if we can't locate the owner. Do we have funds to remove or clean up fuel spills? That could be expensive to clean-up. Where would the money Ms. Griffin said there are grant funds that can be applied for to get this started. In the ordinance, the first paragraph specifically states this is not obligating the county to appropriate funds for this. Fines will be applied. It will cost money to get this started. Coastal Federation Mr. Gene Foxworth said we have worked closely with Coastal Federation on this in the past. Chairman Farrington said we have given this a lot of thought. We don't want to go on people's property. These are vessels that are sunk in the water. Asunk vessel can do major damage in Commissioner Cavanaugh asked who would do the boat removal. Per Mr. Foxworth, the Commissioner Wheatly asked how long before we can act on having a boat removed. The response was 30 days. Ms. Griffin clarified there is a 10 day period where they would put a sticker on the boat just like they would put on your car and then they could move it. Commissioner Chadwick made a motion to go into public hearing. Seconded by Commissioner Commissioner Wheatly made a motion to close public hearing. Seconded by Commissioner Commissioner Shinn made a motion to add the Derelict Vessel Ordinance to the Carteret County Code of Ordinances. Seconded by Commissioner Shinn. The vote was unanimous. come from? has some funds to help. Commissioner Chadwick said Coastal Federation would rather work with us. astorm. Coastal Federation has received funding to hire a contractor. Shinn. The vote was unanimous. There were no public comments. Shinn. The vote was unanimous. . RESOLUTION CARTERET COUNTY BOARD BYTHE OF COMMISSIONERS N.C.G.S. 153A-132 allows a county to remove and dispose of abandoned vessels; and the Carteret County Planning Department & County Attorney have request to add a WHEREAS, the Board of County. Commissioner on its motion and or by petition may supplement, change, add, or repeal the Carteret County Code of Ordinances; NOW, THEREFORE, be it hereby resolved Carteret that the Carteret upon and direct the affirmative the Carteret ecommendation County Clerk to codify of the tho ordinance. County Attorney adopt Derelict Vessel to tho County Code of Ordinances: Board this of Commissioners Vessel based this the 20th day of May.2024. ATTEST: Clork Lori Turner to the Board IX. Budget Presentation Jimmy Carteret County Board of Commiosioners Mr. Tommy Burns said before he presented the budget, he would like to recognize the budget team. Ms. Cindy Mintz, our Deputy Finance Director and Ms. Kelly Woodruff our Assistant Finance Director. The Captain is missing tonight, Ms. Meshaw her daughter is graduating from West Carteret and she received a full scholarship to Radford University and tonight is the Thank you for giving us the opportunity to present this budget presentation. Our priorities while developing the budget was based on the following: to maintain services, to budget revenues conservatively, and provide no property tax increases to the general fund budget. The general fund budget proposed is $130 Million. That is a $1.14 Million dollar increase from fiscal year 24 which represents a .88% increase. The general fund revenue breaks down as follows: Ad Valorum taxes make up 45.84% of the budget, other taxes 17.97%, and intergovernmental and permits is 23.20%, and fees is 12.99%. Our general fund revenue changes from the fiscal year amended budget is a 1.48% increase. Permits, Fees, Sales, and Services is a 7% increase, intergovernmental is a .10% increase, and finally other revenue sources is a 2.71% decrease. Property tax revenue for fiscal year 2025 preliminary assessed value is approximately $17.45 Billion and one cent of that equals $1.71 Million. The recommended property tax rate remains the same at 34 cents per $100 assed value. Sales tax represents 17.92% of General Fund General Fund expenditures are broken down as follows: Education is 26.80%, Public Safety is 17.91%, Human Services is 17.72%, General Government is 10.21%, Debt Service is 6.45%, Environmental Protection is 4.48%, Cultural & Recreational is 3.78%, Economic Development is 3.03%, and Other is 9.61%. Education includes the public schools and Carteret Community College as well as the charter school pass through. The recommended budget for Education operating and capital is the largest function of the general fund, which represents $34.95 Million of 26.80% of the total budget. When debt service is added in to that, Education equates to $42.14 Million or 32.5% of the general fund. For public schools the recommended operating funding is $28.53 Million that is a $900,000 increase over the prior year and it would also scholarship banquet. So, I'm going to do my best to get through this. revenues. maintain capital funding at the present level of $2 Million per year. From 2016 to the budget requested from the school system in 2025, the increase has totaled over $11 Million. The increase for FY25 for Carteret Community College is presented at an increase of $254,000 or 8.23%. Capital for CCC is projected to maintain the current funding of $1 Million. General fund expenditures related to debt service is $8.39 Million. That would include the final issuance of $22 Million in General Obligation Bonds which we plan to sell next month on the open market. We are anticipating about a 5% rate on those. That will be the final installment of the $42 Million dollar general obligation fund package that was passed several years back. That new debt service will add $2.3 Million in debt service payment to the up coming recommended budget. Emphasis on county employees included an emphasis on adding a new full-time County Attorney, a CCATS Bus Driver, a Public Works Grounds Keeper, a Planning and Inspections Administrative Assistant, a Parks Maintenance Technician, and a Deputy Director for the Department of Social Services which is a direct result of the Medicaid Transformation increases that we have seen.. That position will be a cost allocated position which would be shared among federal funding and local county funding. Also in the way of staffing, it continues the Commissioners commitment to merit pay raises at 2% and COLA at 3%. The last recommendation in that is to fund a pay classification and compensation study. Special revenue funds including rescue and fire districts total about $13 Million ($5.7M for Rescue, $7.75M for Fire.) The Fire & EMS Commission will present their recommended changes or tax The Capital Improvements Fund is projected at $2.9 Million that will include county capital and maintenance projects, waterway dredging, Tax Department Pictometry, and Parks To summarize, the total recommended budget for all funds is $167.73 Million. That is $9 Million less than the $176 Million from this year that we amended. That decrease is due to transfers to the capital equipment fund, mid-year school capital, waterway and maintenance projects, and Again, the public hearing for the budget is scheduled for June 3, 2024. Presentations will include the public schools, Carteret Community College, and the Fire & EMS Commission. restructure at the budget public hearing on June 3rd. improvements. the sell of the water system. Fiscal vear 2024-2025 RRecommendec Budget Presentec to Carteret County Commissioners May 20, 2024 FY2024-25 Recommended Budget Priorities for deveioping the recommended budget Maintain services budget Budget revenues conservatvey Provides no property tax increase in General Fund General Fund Budget Recommended budget is $130.02M $1.14M increase (.88%) from FY24 amended budget General Fund Revenue Other 12.9996 Sales & Services Intergovermental 14.7496 Ad Taxes Valorem and Fees 3.61% Other Taxes 17.9796 General Fund Expenditures 9.6196 Ger 10.2196 Debt Cultural 3.789 Safety 17.9196 Protection 0% Human: Services 7.729 Capital Improvements Fund Capital improvements Fund County capital and Maintenance projects Waterway Dredging Tax Department Pictometry Parks Improvements $2,951,000 $ 2,326,000 100,000 100,000 425,000 $ $ $ FY2024-2025 Budget Summary Total recommended budget for all funds: $167.73M $9.05M less than the $176.79M FY24 amended Decrease due to transfer to capital equipment fund, mid year school capital, waterway and maintenance projects, and sale of water system in FY24 budget X. Manager's Report No comments. XI. Board Appointments Carteret County-Beaufort Airport Authority: Commissioner Farrington recommended Roy Graham, Randall Ramsey, James Falwell, Jesse Vinson, and Commissioner Chris Chadwick to reappointment for 2-year terms. Approved. Eastern Carolina Workforce Development Board: Commissioner Cavanaugh recommended Jessica Adams be reappointed to another 2-year term. Approved. Juvenile Crime Prevention Council: Commissioner Cavanaugh recommended Christopher Golden, Joshua Phillips, Nick Wilson, Christopher Yeomans, and Planning Commission: Commissioner Farrington recommended Roy Graham to a Elizabeth Ponder to reappointments of 2-year terms. Approved. Municipal ETJ-Morehead City Board of Adjustment: recommended Bobby Schultz to a 3-year reappointment. Approved. Vice-Chairman reappointment to a 3-year term. Approved. XII. Commissioners Comments Commissioner Shinn thanked the staff and the County Manager for the presentation of the budget. He has questions that he will follow-up on at the public hearing. He also thanked the County Attorney for her work on the ordinances. Itwas good to see that come to a conclusion. Commissioner Cavanaugh reiterated Commissioner Shinn's gratitude to the budget staff. He stated last Tuesday there was a runoff election. Countywide there was 3% voter turnout. North River had one voter to show up. Voter turnout in the county has been decreasing. Citizens have got to stay involved. We all rely on the voters to put us in office. Elections are not coronations. The other thing that V wanted to talk about is the Humane Society increase request. We have a little letter here and they are asking for a $60,000 increase. Many years ago, the county donated property to the Humane Society and a contract was drawn up. There was no obligation there for the county to provide any money at all to the Humane Society. We gave them the property. They built the facility and we paid them back over a 25 year period sO that now we own the building and the property. A number of years ago, somebody was taking money out of the animal shelter illegally and faced criminal charges for all that. As a result, the budget to the animal shelter, they think their budget was cut. It actually was not. $35,000 was withheld by the county from the money that was budgeted to them and that money is held and controlled by Mr. Foxworth here and that takes care of facility maintenance and repair. I have talked to Mr. Foxworth in the past, there is money available through the state, they appropriate $250,000 a year for repair and maintenance on existing animal shelters. But they will only appropriate $2500 a year to any one shelter. This $60,000 increase request would give them an annual budget request of $210,000. We give them $150,000 annually which we are not obligated to by contract. The original contract expired after 25 years. A new contract was drawn up in 2017. It was a one year contract. Isit on the Human Society Animal Shelter Board, and I quit going to the meeting because iti is a dysfunctional group. Nowlunderstand they have reorganized; Laura Ball has grabbed that animal by the horns. She is steering it in the right direction. Ihave yet to be invited to any of the meetings. Nobody contacts me and lets me know about it. In the meetings I went to, they were paying like $8 to $9 an hour to the hired help, and 1 said that is insane. They are sitting there with over $700,000 int the bank and didn't want to let go of any of it to give it to hire people. The complaint was they can't keep people, but who would work for $8/hour. Dr. Westbrook was the President of the Board at the time, and it was like trying to pull teeth to get them to do anything. They need to increase their pay. They have a hard time like everybody else in this county with retention and recruitment of workers. But you have got to pay your people. lam not in favor of a $60,000 increase because I don't know what that number represents. They are a non-profit organization. They receive donations. Why they don't want to use that money to fund themselves. Ithink they want to build a new facility somewhere. There was discussion about some of the money that is donated to them is only to be used to build a new shelter. I have not seen any documentation on any restrictions on any money that was given to them. There should be documentation and public knowledge. I'm sure we are going to be talking about this among the commissioners on what to do about the animal shelter in the future. If they do a walk through inspection on anything within the facility that they see requires maintenance, they can do a work order with the county. Asl'said, it is a non-profit organization. Idon't think it is the government's responsibility to fund non-profits. They don't have to pay taxes on the money they collect. They should be able to raise funds to cover their operations. Ithink they need to do a better job about fundraising. Iwould like. have Ms. Ball and the Manager of the facility come before the Board of Commissioners and give us a more detailed picture of what is Vice-Chairman Mansfield thanked the employees and the volunteers that help throughout our county. He reminded us that Memorial day is approaching, and to remember freedom is not free. Commissioner Quinn thanked the representatives from the Bridge for coming out this evening. It sounds like a wonderful program, and I believe it is worthy of our consideration for funding. There was a great turnout for the Portsmouth homecoming; about 300 people attended. Commissioner Chadwick and I were there representing the county on April 27th. la also had the privilege of participating in the 60th graduation ceremony at Carteret Community College on May 10th. It was a great ceremony. Former President, Joe Barwick was the commencement speaker. It was very inspirational. He is a fine individual. There were over 250 students that received a diploma or certificate. We had about 190 that participated in the graduation ceremony. Also, I would like to congratulate the Croatan boys and girls track team. They won the 3-A regional championship again. The boys tennis team finished 19-1. Both are great programs. The coaches who participate in these programs should be highly commended. lwould like to close my comments by saying that this coming Monday when you are out on the boat, when you are completing some much need yardwork, or spending time with your families, Ihope many of you do take to heart the meaning of Memorial Day. It is a solemn day to remember and honor the brave men and women who have died while serving our country. Their sacrifices ensure the going on there, and what they are doing to improve the operations. Please respect the people who have given their lives fori this country. freedoms that we hold dear. Let us never forget their courage and dedication. Commissioner Chadwick stated the Bridge Down East made a nice presentation. Ithink they are going to be pleased with what we do for them in this year's budget. The animal shelter, I am sensitive to the needs of the Humane Society- They run that non-profit group and they provide a service a lot cheaper than we can, so hopefully we can find some middle ground there to help fund their operations and keep them going. We do want to focus on our county employees in this upcoming budget. We have done a lot of good things for the Sheriff's Office, we need to help the rest of the county employees. Everything cost more nowadays, sO we need to make sure that we look at that. Obviously like Commissioner Quinn said, remember the reason for Commissioner Wheatly stated he was impressed by those who spoke about the Bridge. They have done a great job over there and I hope we can give them. sufficient funding. Iti is a very important program. lalso want to thank this Board for allowing the addition of the "Home of the Eastern Blues" to the signage at Smyrna Park. Itis important to all of the people Down East, and itis important to me also. Remember the reason for Memorial Day, and take it in to heart about Chairman Farrington said tonight was a special meeting. It was great that the folks came out in reference to the Eastern Blues. In 1977-78, Ispent two summers in Mr. Lewis's back yard mill. Itis a beautiful ball field. The Bridge presentation was heartfelt. It is nice to see the community put a bunch of money into a place where kids can go and it do well. Ihave seen it evolve, and it is an awesome program. When I first came on as a Commissioner, 11 % years ago, one of the first things that was asked of me was to go to the Humane Society building and try to help with the landscaping or do something to help the lower lying wet areas. Over the years, we. have several people come to us and say we need to raise money for it. It is now under new management. They people there are doing a great job, and I just want everyone to keep an open mind. That particular location was probably the best you could get for what resources were had back in the day. It needs to be a nicer facility. It needs to be controlled so we don't have pets coming in from Craven County or wherever else. That was always one of the big concerns. Commissioner Terry Frank constantly went over there an built PVC doors so they would not rot. There has been a lot of people that have tried to put into it. What we have always done up here as Commissioners is we have always given someone a task. If they will raise some money, I think we should look at the opportunity to try to help them get to the next step, and manage it properly. Ido not want to get in the Humane Society business. Ido think it would be good to try to work with them. would like to thank the Finance team, and all county employees. Have a Memorial Day. what it means. good Memorial Day. XIII. Closed Session Pursuant to General Statute 143-318.11 for the Permitted Purpose of Discussing (a) (1) Approval of the April 15, 2024 Closed Session Minutes, and (a) (3) Attorney-Client Privilege Commissioner Quinn. The vote was unanimous. Commissioner Chadwick. The motion was unanimous. Vice-Chairman Mansfield made a motion to go into closed session. Seconded by Vice-Chairman Mansfield made a motion to go out of closed session. Seconded by Commissioner Chadwick made a motion to allow the County Manager to proceed with the purchase of the property located at 2303 Highway 70, Beaufort, Parcel ID 731703016821000. Commissioner Shinn seconded. The motion carried with Commissioners Farrington, Mansfield, Quinn, Shinn, Chadwick, and Cavanaugh voting for, and Commissioner Wheatly voting against. 6-1 approved. XIV. Adjournment vote was unanimous. Vice-Chairman Mansfield made a motion to adjourn. Seconded by Commissioner Quinn. The Jimmy Farrington, Chairman ATTEST: Lori R. Turner, Clerk IV. Consent Agenda 2. Tax Administrator's Report/Releases & Refunds/NCVTS Reports a. May 2024 Tax Administrator's Report Carteret County Tax Administration Tax Administrators Report as of May 31, 2024 2023 Tax Levy Details (County Only): Total Levy: $55,922,118.02 Total Collected: $54,723,169.28 Uncollected: $1,198,948.74 Total Collection Rate as of May 31, 2024: 97.86% 2013-2022 10-Year Tax Levy Details (County Only): Total Collected for prior years through May 31, 2024: $41,437.27 m.smhsasamdwmaaNe Carteret County Tax Administration I 302 Courthouse Square I Beaufort, North Carolina 28516-1898 IV. Consent Agenda 2. Tax Administrator's Report/Release & Refunds/NCVIS Reports: b. May 2024 Release and Refund Reports Carteret County Tax Administration May 2024 Release and Refund Report All Jurisdictions As of May 31, 2024 May 2024 (AllI Jurisdictions) Total Releases: $1,517.63 skusksamdamaisaNcisaiNs Total Number of Refunds: 18 Total Amount in Refunds: $5,750.30 htps/heohatadoks.omamldhmaié.VAC236S4ST-al1k-ld5sbn Total Number of Solid Waste Releases: 12 Total NCVTS Refunds: $3,404.67 Carteret County Tax Administration I 302 Courthouse Square I Beaufort, North Carolina 28516-1898 IV. Consent Agenda 2. Tax Releases/Refunds/Collectors Report .N May 2024 NCVTS Motor Vehicle Refund Reports 88 888 888 : :: : - 65 888 REE 83583 8655 E58 S55 E8 aa :83 A88 88 : 58 8E F33 333 333 33333 33333 33333 333 33 Rws ds &R8 4sa 1as 8 a - li Ih la e Es of 886 88 BE6 8 88 88 588 * : 888 ::e :88 3 - : 8888 668 68 38 6635489 688 EE 0 a 85 :5 SE S5E SE BE EE 33 8 B85 EE 333 33 3333 333 33333 3777 3333 33 3 iss a 8 ss 53 a 8 3 TTE T 1 1: A is il 11 in 2E 888 888 88388 88 888 : : : : : :: HT A E8 855 38R 86 5E 88 1E : . - EE 338 E B8 3 28 4: 388 68 3A 4:8 333 333 333 333 3333 333 333 33 333 333 33333 wis 53 a as 1 1111 - III - 1 dee 888 388 88 8888 888 : 88 : : :8 11 366 E58 33 E553 33 E88 E5E $58 SE8 :5 BE :3 888 88888 88888 $ : : - I 23 EEE 36865 388 EEE - 4: BE 333 333 333 3333 333 33 333 333 333 33533 33333 3 Bs: es BE a RRs 8 dis Sa Bgs 5a 1A RE d8 8888 2e %e : : :% I1 a 8888 :8 8 488 AS R3 2e 68 3333 3333 3333 333 333 333 33333 3333 33333 33 33 ss 3s iss SNis s s Asa s - - In Ih l6n 5 e - E Bm 1 8888 :: 8835 15s 3333 IV. Consent Agenda 3. Approval of the Following Budget Amendments: a. $22,560,000 Project Ordinance Amendment Appropriating School Bond Proceeds CARTERET COUNTY FINANCE Denise H. Meshaw, CPA Deputy County Manager Finance Department Tel: (252)728-8410 Fax: (252)728-0133 emgcareetoumpnego" w.caneretcounynegow /CAR To: From: Date: Subject: Board of Commissioners Dee Meshaw, Deputy County Manager June 17, 2024 School Bond Construction Fund Project Ordinance Amendment Attached for your consideration is a $22,560,000 project ordinance amendment appropriating school bond proceeds. This budget amendment adjusts the project budget anticipated for the June 27, 2024 $22 million general obligation school bond issuance. The Board of Commissioners authorized the issuance of $22 million general obligation bonds, and these were sold June 11, 2024. The bonds close on June 27, 2024. The attached project amendment is recommended for approval. Carteret County Finance e 2101 Turner Street . Beaufort, North Carolina 28516-1898 Carteret County Budget Amendment Fiscal Year 2023-24 Department: School Capital Fund Date: 6/17/2024 Justification: To adjust the project budget to include $22 million GO bonds that will close 06/27/24 Fund School Bond Capital Project Fund Description GO Bonds Investment Earnings Account Number 434.70.3815.310 434.70.3831.490 Increase Decrease 22,000,000 560,000 22,560,000 20,616,000 202,000 1,740,000 20,000 22,560,000 Revenue Total increase in revenues Expenses School construction Project manager Architect services Architect services Issuance Cost 434.70.6755.20000 434.70.6750,00000 434.70,6800.15000 434.70.6800.15000 434.70,8100.64000 18,000 Total net increase in expenditures Chairman Board of Commissioners Date: IV. Consent Agenda 3. Approval of the Following Budget Amendments: b.3 $460,000 for GASB 96 IT Subscriptions for DSS and Finance, this is a Noncash/Complance Budget Amendment CARTERET COUNTY FINANCE Denise H. Meshaw, CPA Deputy County Manager Finance Department Tel: (252)728-8410 Fax: (252)728-0133 em@caneetoumynego" ww.caneretcoumynegow AB To: From: Date: Subject: Board of Commissioners Dee Meshaw, Deputy County Manager June 17, 2024 GASB 96 Subscriptions Budget Amendment Attached for your consideration is a $460,000 budget amendment for GASB 96 IT subscriptions for the Department of Social Services and Finance. In June 30, 2023, GASB 96 Subscriptions standard became effective. This new standard requires certain technology subscriptions for the right to use another entity's technology, to be capitalized and recorded as a liability. This is a noncash entry, andi is simply a compliance budget amendment. The attached budget amendment is recommended for approval. Carteret County Finance . 2101 Turner Street . Beaufort, North Carolina 28516-1898 Carteret County Budget Amendment Fiscal Year 2023-24 Fund: Date: General Fund: 6/17/2024 Justification: To budget IT subscription present valuei in accordance with GASB 96 for finance and social services software. Fund General Fund Description Account Number 110.00.3920.950 Increase 460,000 460,000 125,000 335,000 460,000 Revenues Total Change in Revenues Expenditures Other Financing Sources Subscriptions General Fund Capital IT Subscripitons Finance Capital IT Subscripitons DSS 110.00.4130.53500 110.50.5130.53500 Total Change in Expenditures Approval Chairman, Board of Commissioners. Date: IV. Consent Agenda 3. Approval of the Following Budget Amendments: Separate Capital Fund for Future Projects C. $9,686,000 Appropriates the Proceeds of the Water System Sale to a CARTERET COUNTY FINANCE Denise H. Meshaw, CPA Deputy County Manager Finance Department Tel: (252)728-8410 Fax: (252)728-0133 em@careetoumypnegow ww.caneretcounynegor 3 CAR To: From: Date: Subject: Board of Commissioners Dee Meshaw, Deputy County Manager June 17,2 2024 Water Fund Budget Amendment Attached for your consideration is a budget amendment that appropriates $9,686,000 ofs system sale proceeds, other revenues, and fund balance and transfers the funds to a separate capital fund for future projects. The future projects will be determined by the Board of Commissioners at a future time during its capital planning process. The County has fulfilled alli its financial obligations regarding the water system sale, and this budget amendment and memo authorizes the closing of the Water Fund and transferring the funds to a designated capital fund. The attached budget amendment is recommended for approval. Carteret County Finance -210Turner Street . Beaufort, North Carolina 28516-1898 Carteret County Budget Amendment Fiscal Year 2023-2024 Department: Water Fund Date: 6/17/2024 Justification: To transfer remaining funds from water system sale and close Water Fund to a capital fund Fund Description Sale of System Assets Investment earnings Appropriated fund balance Account Number 600.91.3711.510 600.91.3831.800 600.91.3990.990 Increase 8,678,000 258,000 750,000 9,686,000 9,686,000 9,686,000 Water Fund Revenue Total Increase in Revenues Expenses Transfer to Capital Fund 600.98.9800,90000 Total Increase in Expenditures County Capital Fund Revenue Transfer in From Water Fund 412.98.3980.910 9,686,000 9,686,000 9,686,000 9,686,000 Total Increase in Revenues Expenses Future Capital 412.99.9900.90000 Total Increase in Expenditures Chairman Board of Commissioners Date: IV. Consent Agenda 4. Approval of the FRPs for Carteret County Debris Management & Removal Services and Debris Monitoring Services REQUEST FOR PROPOSAL DEBRIS MANAGEMENT AND REMOVALSERVICES CARTERET COUNTY,NC CARIERET COUNTT E911 EMERGENCY SERVICES RECEIPT OF PROPOSAL DUE ON OR BEFORE NO LATER THAN 3:00pm (Eastern Time) Monday July 22, 2024 REQUEST FOR PROPOSALS FOR DEBRIS MANAGEMENT AND REMOVAL SERVICES County of Carteret, hereinafter called "County", in order to deal with a major storm, disaster, (Tornado, Flood, Hurricane). or other event will receive professional service proposals for aj pre-event contract for Debris Management and Removal Services. The County will accept proposals from qualified contractors with experience in disaster and debris removal services and the preparation, response, recovery, and mitigation phases ofa any All payments under the contract resulting from this Request for Proposal (RFP) shall be made only for services requested and approved by the County. No work effort will begin without written authorization (Notice to Proceed) from the County. There shall be emergency situation or disaster. no retainer paid in order to keep the Contract in effect. Please submit Proposals in the following form: Submittal: Weight in Evaluation: Experience: A narrative describing experience and qualifications in large scale debris contracting situations or federally declared disasters, with supporting data to include jobs completed and references complete with Technical Capabilities: A narrative describing your firm' s approach to debris management, disaster logistics, safety, planning, County staff training, County staff augmentation, project management, technical support for reimbursement procedures, debris management plans, solid waste licensing, and assistance in developing public information regarding recovery efforts. References: A list of all current contracts and also debris management experience for the past ten years. Please include customer Equipment: A listing of equipment owned by your firm and dedicated to debris removal and recovery services. Please do not list rented or leased equipment or equipment owned by others (including subcontractors). Include proof of equipment ownership. 25% contact information. 15% 10% contact information. 20% 2 Reasonableness: of Price: Completed Fee Schedule attached. Vendor Questionnaire: Completed Vendor Questionnaire attached. Insurance Certificate Bid Bond Bond Certificate NOTES: 20% 10% Pass/Fail Pass/Fail Pass/Fail The County reserves the right to reject any or all proposals and waive minor irregularities in the evaluation procedures. The County reserves the right to negotiate modifications to proposals that itd deems acceptable. Proposals shall include the information listed above, specific acknowledgements or comments on the notes and provisions. One or more Vendor(s) may be selected to provide differing elements or levels of scope of work in accordance with the capabilities and extent ofinvolvement each respondent proposes. Contracts issued resulting from this RFP shall only be activated in the event ofa federally declared emergency. There is no guarantee any contract resulting from the RFP will be activated Proposals shall not exceed 20 pages (using standard 12-point font and 1-inch margins). Any Proposals must be received by Monday July 22, 2024, No Later than 3:00pm (Eastern Time) inorder to be considered responsive. Proposals submitted after this time may not be considered. orany work will be performed. proposal that exceeds 20 total pages will be rejected. Proposals shall be submitted by hard copy to: Stephen Rea Emergency Services Director Carteret County Emergency Services 3820 Bridges St Suite D Morehead City, NC 28557 and electronically to: Tommy Burns, County Manager tommy.Dums@cartericounynego AND Stephen Rea, Emergency Services Director stephen.rea@carteretcountync.gox 3 Please review this information carefully: The contractor needs to thoroughly review the County's geography prior to submitting its proposal. 100 miles round trip. The County utilizes a regional landfill in Tuscarora, NC which is approximately 75 to The County currently has temporary staging sites at South River (next to the solid waste convenience site), Mariner's Park at Sea Level, Otway off Harkers Island Road (behind the SW convenience site), Newport/Morehead City behind the Flea Mall (Hwy 701 to Carl Garner Road), and Western Carteret County off Hwy 58 at Peletier. Site maps can be provided upon request. In the event these sites are unavailable or they are not sufficient for the amount of debris, the contractor will be responsible for locating additional sites and obtaining the proper permits for these sites. The Emergency Services Department will be happy to meet with any prospective contractor on these issues prior to the deadline and encourages site visits. These sites are subject to change The contractor is requested to include within their proposal any other typical costs or items they may be aware of, which is not included ini this Request for Proposals. Contractor should be as self-sufficient (food, lodging, transportation, communications, etc) as possible and is requested to describe their capabilities for being self-sufficient. The successful contractor must have a representative present in the County's office or Emergency Operations Center (EOC). within twenty-four (24) hours ofl Notification to Proceed and be able to mobilize equipment and personnel to the designated location Emergency road clearing on highway right of ways (ROW) shall be performed on a time and material basis only as authorized by the County and up to seventy (70) hours or other The county will supply the contractor with a list of potential local sub-contractors. Proposals shall list the contractor's ability to utilize local contractors and their general The contractor, when possible, will recycle debris hardwood, which will be used by within seventy-two (72) hours of] Notice to Proceed. limits allowed by Federal requirements as applicable. requirements for doing sO. qualified individuals for heating purposes. 4 At no cost to the county, the contractor shall provide one day of Debris Management training per year to the County staff during or before the month ofJ June, as arranged by At no cost to the county, assist the County with development of Debris Management the Emergency Services Department. Plan. 5 ANNUAL AGREEMENT FOR DEBRIS MANAGEMENT AND REMOVAL SERVICES THIS AGREEMENT, made this day of specified herein, agree as follows: 2024 by and between Carteret County, existing under the laws of the State of North Carolina, hereinafter referred to as the "County" and I.SCOPE hereinafter referred to as the "Contractor", for the term The Contractor is to perform the work as defined in the Request for Proposal and amendments, if any, the Request for Proposal is hereby incorporated by reference herein and made aj part thereof Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, as fully as ifl herein set forth. manpower, and consumables to complete the work. II. ORDER OF PRECEDENCE For the resolution and interpretation of any inconsistencies in this Agreement and/or the documents attached hereto and included herein by this reference, the precedence oft these documents shall be given in the following order: 1. This Agreement with any Attachments, including Addendum(s) and Amendment(s) 2. Ifapplicable, negotiated Amendments or clarification to the Contractor's Proposal which have been incorporated by reference into the final Agreement; hereto; 3. County's Request for Proposal; 4. Contractor's Proposal III. TERM OF AGREEMENT The period oft this Agreement shall be for three (3) years, beginning on or before August 20, 2024, and ending on August 31, 2027. This Agreement may be extended annually, upon agreement, for two (2) additional one (1) year periods. IV.COMPENSATION The Contractor agrees to provide services and materials as specified in its proposal to the County at the cost specified in said proposal and amendments, ifany, the proposal and any amendments thereto incorporated by reference herein and made aj part hereof as iffully herein set forth. 6 V.PAYMENT All invoices received by the County are payable within THIRTY (30) days from receipt, provided they have first been approved by the County and the County has accepted the Work. All invoices shall be directed to: Carteret County Emergency Services 3820 Suite D Bridges St, Morehead City, NC28557 VI. GENERAL CONDITIONS A. Termination The performance of Work under this agreement may be terminated immediately by the County in whole or inj part, in writing, whenever the County shall determine that the Contractor has failed to meet the performance requirements of this Agreement or at the convenience of the County for any The County has the right to terminate for default if the Contractor fails to make delivery of the supplies, perform the work, ori ift the Contractor fails to reason. perform any other provisions oft the Agreement. B. Performance Requirements and Services The services to be provided by Contractor for the County include those which are necessary for the removal of excess green waste and/or bulk refuse from County streets, right-of-ways, public parks and public places, including, but not limited to personal/private property and debris placed on or in these public sites as approved by the County to be removed by the Contractor. Debris tol be removed by the Contractor will be designated by County official, inspector, or other personnel approved by the County. The method(s) utilized for debris removal under this agreement are to be determined by the Contractor and approved by the County. The Contractor shall be entitled to employ heavy equipment, trucks, loaders, saws and personnel necessary to accomplish the objective of the County. The work to be performed under this agreement shall consist of the Contractor clearing and removing any and all eligible debris for the County by a process including: 1) examination of debris to be hauled; 2) cutting, clearing, stacking, sorting or moving debris to facilitate loading; 3) loading and hauling debris to location(s) approved by the County. The County may instruct the Contractor tos grind or recycle the County's excess green waste materials. The Contractor shall perform work sO as not to interfere with the normal operations of the County, State or Federal functions and or violate existing regulations of these or other regulatory agencies. Planning and training standards shall be consistent with the Carteret County Emergency Operations Plan, State plans and federal government programs 7 and plans. All plans and training will be conducted in compliance with the The Contractor shall provide and maintain a minimum of20 self-loading debris removal vehicles within 120 hours ofnotice to proceed. National Incident Management System (NIMS). C. Bonding Requirements 1. Bid Bond Ab bid bond in the amount of 5% of the final total bid must accompany a contractor's bid. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide the required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the County as liquidated damages. The County reserves the option to accept the bid ofany oft the other bidders within ten (10) days from such default, in which case such acceptance shall have the same effect to such bidder as though they were the original, successful bidder. Payment and Performance Bond 2. a) Contractor shall furnish and deliver to Carteret County a Payment Bond and al Performance Bond covering the faithful performance and completion oft the work included in this Agreement and payment for all materials and labor furnished or supplied in connection with the work included in this Agreement. Said bonds shall be issued and furnished to Carteret County prior to, and as a condition precedent to, commencement oft the work of this Agreement. As this contract is on a standby emergency basis, the County must be certain that the Contractor has the capability to obtain, within ai few days, in the face ofa major disaster, a surety bond to cover the extensive emergency work which may be required and which work must be initiated almost immediately. Therefore, to ensure such capability, the County requires the Contractor to provide a signed Letter of Commitment from their surety company meeting the requirements delineated above, with their proposal in the form and containing the required terms and Each of the Payment Bond and Performance Bond shall be furnished on behalf of the Contractor, shall name Carteret County, and shall be in an amount equal to one hundred percent (100%) of the contract price to ensure the successful performance oft the terms and conditions oft the contract. Such bond(s) shall be solely for the d) The Payment Bond and the Performance Bond shall be issued by a surety of financial standing having a rating from A.M. Best Company equal to or better than A and must be included on the b) conditions set forth herein. C) protection of Carteret County. 8 approved list of sureties issued by the United States Department of The bond shall remain in effect at least five (5) years after the date The surety bond must be in the form set forth in NCGS 44A-33, g) The Contractor shall provide surety bond wherein Surety waives notice of any and all modifications, omissions, additions, changes and advance payments or deferred payments in or about the Contract, and agrees that the obligations undertaken by the Bond shall not be impaired in any manner by reason of any such modifications; omissions, additions, changes, and advance h) The surety bond must set forth no requirement that suit be initiated prior to the time stipulated in applicable North Carolina Statutes of Treasury. e) f) when final payment becomes due. without any variations there from. payments or deferred payments. Limitations. D. Indemnification and Insurance 1. Indemnity The contractor hereby agrees to indemnify and hold harmless the Federal, State, and County Governments, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and costs of actions, including attorney's fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Agreement. 2. Insurance Requirements times during this Agreement: The Contractor, at its own expense, shall keep in force. and maintain at all (a.) Commercial General Liability Insurance Commercial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the County, protecting and insuring against all the foregoing with coverage limits of not less than One Million Dollars ($1,000,000) per occurrence for Bodily Injury and Property Damage. Automobile Liability coverage shall be in the minimum amount of One Million Dollars ($1,000,000) per occurrence. Full and complete Workers' Compensation Coverage, as required by North Carolina state law, shall be provided. (b.). Automobile Liability Insurance (c.) Workers' Compensation Coverage 9 (d.) Insurance Certificates Contractor proposals may have generic insurance certificates inserted illustrating coverage limits available to the Contractor. Following the notice ofaward, the Contractor shall provide the County with certificate(s): of] Insurance on all the policies of insurance and renewals thereofin a form(s) acceptable to the County. Said Commercial General Liability policy shall provide that the County be an additional named insured. The County shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of said action. All insurance policies shall be issued by responsible companies who are acceptable to the County and licensed and authorized to do business under the laws of] North Carolina. E. Acceptance of Work completed. Correction ofWork The County will be deemed to have accepted the Work after the Contractor is notified by the County Manager or his designee of its satisfaction that the Work is F. The Contractor shall promptly correct all work rejected by the County as failing to conform to this Agreement. Rejected work shall consist of work which is deemed unsatisfactory and/or negligent, or work not authorized by the County, The Contractor shall be responsible for all costs associated with this work. G. Right to Audit Records The County shall be entitled to audit the books and records oft the Contractor of any sub-contractor to the extent that such books and records relate to the performance oft this Agreement of any sub-contract to this Agreement. (Such books and records shall be maintained by the Contractor for a period of three (3): years from the date of final payment under this Agreement) The parties agree that time is of the essence in the completion of the Work called H. Time is of the Essence for under this Agreement. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such ai rate of progress as will ensure full completion thereofwithin the time specified. 10 VII. SPECIFIC PROVISIONS A. The successful contractor must have a representative present in the County's office or Emergency Operations Center within twenty-four (24) hours of Notification to Proceed and be able to mobilize equipment and personnel to the designated location within. seventy-two (72) hours of Notice to Proceed. Ifnecessary, the successful contractor may B. Emergency road clearing on highway right of ways (ROW) shall be performed on a time and material basis only as authorized by the County and up to seventy (70) hours or other limits allowed by Federal requirements as applicable. However, experience has shown the fire departments, the Sheriff's Department, NC State Forestry, and other volunteers generally have the initial cut through promptly completed. Work conducted on the ROW shall be limited to the point where fallen vegetation and other debris enter the ROW. No equipment or personnel may operate beyond the ROW unless specifically approved by C. Proposals shall list the contractor's ability to utilize local contractors and their general requirements for doing SO. It is the County's expectation that all necessary and qualified D. At no cost to the county, the Contractor shall provide one day of Debris Management training per year to the County staff, as arranged by the Emergency Services Department. E. Ati no cost to the county, the Contractor shall work with the County to develop a FEMA approved Debris Management Plan consistent with the County's Emergency Operations F. The Contractor shall provide all necessary security and oversight for all operations. G. The Contractor shall provide sufficient traffic control and warning devices for conducting H. The anticipated Contractor work hours are sun up to sun down, seven days per week The Contractor shall hire and supervise any needed hazardous materials specialists and handle the disposal ofall hazardous substances in accordance with all laws and J. The contractor shall operate within the requirements oft the Occupational Safety and Health Act, and all other applicable federal and state laws, rules, and regulations. need to pre-stage in the region. the County. local sub-contractors. will be utilized on all debris removal projects. Plan to be completed 90 days after the contract is awarded. work on streets and highways. unless otherwise approved by the County. regulations. 11 K. The County shall accept the serialized copy of the Contractor's debris load ticket(s), as verified by the County's debris monitor, as the certified, original source documents to account for the measurement and accumulation oft the volume of debris delivered and processed at the reduction and/or disposal site(s). The ticketing system will also be used in the event of additional debris handling for volume reduction and/or the possible requirement for a debris transfer station(s). These tickets shall be used as the basis of any electronic generated billing and/or report(s). They should include the following: (load tickets shall be turned in weekly) Date Preprinted Number Hauler's name Truck number Truck Capacity in cubic yards Load percentage full, as assigned by Debris Monitors Load amount in billable cubic yards Debris classification as burnable, non-burnable, mixed other Point of origin for debris collected and time loaded Dumpsite location and time dumped L. The County will identify one or more. Temporary Debris Storage Sites. All site work on these sites must be approved by the County. The contractor will prepare a site management plan in advance for these sites to include: Access to site Site management, to include point-of-contact, organizational chart, etc Site preparation, clearing, erosion control, and grading, returning site to pre- Pre and Post soil and water testing disaster conditions. Traffic control procedures Site Safety Site Security Site Layout/Segregation of debris Hazardous waste material plan Location of ash disposal area, hazardous material containment area, contractor Location ofi incineration operations, grinding operation (if required). Note: All incineration and grinding operations shall be in accordance with FEMA Public Assistance Program and Policy Guide (PAPPG V3.1 or latest edition) and with NC Division of Solid Waste and Air Quality Control. Location of existing structures or sensitive areas requiring protection Environmental mitigation plan, including consideration for smoke, dust, noise, All necessary licenses, permits, and fees for the same are the responsibility of the work area, and inspection tower (ifr required) traffic, buffer zones, storm water runoff Contractor. 12 M. The Contractor shall construct an inspection tower at each debris storage site as requested by the County. The tower shall be constructed using pressure treated wood or metal scaffolding. The floor elevation of the tower shall be 10-feet above the existing ground elevation. The floor area shall be a minimum 8' by 8, constructed of2"x 8". joists, 16" O.C. with 3/4" plywood supported by a minimum of four 6", x6" posts. A 4-foot high wall constructed of2" X 4" studs and %" plywood. shall protect the perimeter of the floor area. The floor area shall be covered with a roof. The roof shall provide a minimum of 6'-6" ofheadroom below the support beams. Steps with a handrail shall provide access to the tower. These requirements can also be met with a commercially available scissor lift N. The Contractor shall be responsible for reporting to the County and cleaning up all spills caused by the Contractor's operation at no additional cost to the County or any other governmental entity. Immediate containment action shall be taken as necessary to minimize effect of any spill or leak. Cleanup shall be in accordance with applicable federal, state, and local laws and regulations. Spills shall be reported to the County Emergency Management Coordinator immediately following discovery. A written follow-up shall be submitted to the County Manger not later than seven (7) days after the initial report. The written report shall be in narrative form and as a minimum shall with all terrain tires and awnings for weather protection. include the following: Description of the material spilled When and to whom it was reported Exact time and location and spill Receiving stream or waters Injuries or property damage Duration of discharge Containment procedures initiated Description of cleanup procedures Determination as to whether or not the amount spilled is EPA/state reportable Cause ofincident and equipment and personnel involved Summary of all communication the Contractor had ini regards to the spill VIII. MISCELLANEOUS PROVISIONS A. Assignment of this Agreement shall not be made without the advance written consent B. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this C. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the County Manager or D. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local ofthe County. Agreement. his designee. 13 laws, ordinances, rules, and regulations, for proper execution and completion oft the E. This Agreement is deemed to be under and shall be governed by, and construed F. The undersigned hereby certifies that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all: respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that they are authorized to enter into this Agreement and to execute same on G. This Agreement, including any Exhibits hereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party I.C Contract prices will: remain firm for the first year and may be adjusted according to the Consumer Price Index (CPI) for each subsequent year with approval from the County Board of Commissioners. The price adjustment shall not exceed the average ofthe CPI for Eastern, NC during the twelve months prior to renewal or five percent (5%), whichever is less. The Contractor shall submit the requested price adjustments to County's designated contract administrator thirty days prior to the contract renewal Work under this Agreement. according to laws ofl North Carolina. behalfoft the Contractor as the act oft the said Contractor. hereto. date. IN WITNESS WHEREOF, the parties hereto have set their hands and seals on the date first written above THE COUNTY By: CONTRACTOR By: Name of Company Mailing Address County, State, & Zip Area Code/Telephone Number Date: Unless otherwise stated, all official correspondence and contact shall be addressed to: For the County: For the Contractor: 14 FEE SCHEDULE 1. Vegetative storm debris picked up at the designated work zone, hauled to and dumped at a Temporary Debris Storage and Reduction Site (TDSRS) Mileage Radius: 0-15 Miles $ /cu.yd. $ /tons 16- $ /cu.yd. $ /tons 31- $ /cu. yd. $ /tons 301 Miles 601 Miles Additional miles over 60 miles $ yd. /mile/cu. $ /tons 2. Construction and Demolition debris hauled to and dumped at a County approved disposal site or $ /tons landfill Mileage Radius: 0-20 Miles 40 Miles 70Miles $ /cu.yd. $ /tons 21- $ /cu.yd. $ /tons 41- $ /cu.yd. $ /tons Additional miles over 70 miles $ yd. /mile/cu. $ /tons 3. Validated load hauled tickets from the TDSRS for final processed vegetative debris at a County approved recycling facility Mileage Radius: 0-20 Miles 401 Miles 70 Miles $ /cu.yd. 21- $ /cu.yd. 41- $ /cu.yd. $ yd. $ /tons $ /tons $ /tons Additional miles over 70 miles /mile/cu. $ /tons 4. Tipping fees, fees for C&D (Construction and Demolition), and disposal costs for Green Waste shall be paid by CONTRACTOR and actual incurred cost shall be invoiced to the County for Management, Processing and Loading of all eligible debris and/or residue at the county Including preparing and layout ofsite; management, maintenance and operation of the Atc cost/per weight tickets $ /tons reimbursement owned TDSRS 5. $ /cu.yd. 15 TDSRS; the receiving, sorting, segregation, processing and reduction of vegetative debris by grinding ;furnishing materials, supplies, labor, tools and equipment necessary to perform services; maintenance ofinternal roadways, providing traffic control, dust control, erosion control, inspection tower(s), lighting, fire protection, all required permits, environmental monitoring, and safety measures; loading reduced/stored debris and initiating load tickets for final disposition; and Closure and remediation oft the TDSRS Management, Processing and Loading of all eligible debris and/or residue at the county owned Including preparing and layout of site; management, maintenance and operation of the TDSRS; the receiving, sorting, segregation, processing and reduction of vegetative debris by burning; furnishing materials, supplies, labor, tools and equipment necessary to perform. services; maintenance of internal roadways, providing traffic control, dust control, erosion control, inspection tower(s), lighting, fire protection, all required permits, environmental monitoring, and safety measures; loading reduced/stored debris and initiating load tickets for final disposition; and Closure and remediation Hazardous trees Trees will be evaluated by the County and be designated to be cut down and hauled to the TDSRS for reduction. Trees will be measured in accordance with FEMA Public Assistance Program and Policy Guide (PAPPGV3.1 or latest edition) Trees with branches remaining - FEE ONLY TO 6. /cu.yd. $ /tons TDSRS ofthe TDSRS 7. CUTTREE 6- $ 13- $ 25- $ > $ /tree /tree /tree /tree 12" Diameter 24" Diameter 48" Diameter 48" Diameter Stump "Extrication" fee - All in Accordance 16 with FEMA Public Assistance Program and Policy Guide (PAPPG V 3.1 or latest edition) 8.a. 8.b. 8.c. Stumps 24- -35.999" in diameter Stumps 36" to 47.999" in diameter Stumps greater than 48" in diameter *For loose stumps placed on right of way by others, convert to cubic yards and haul as regular vegetative debris. Hangers - Hangers will be considered any hanging/damaged limbs remaining in the tree(s) above the ROW of 2" or greater diameter at the point ofbreak. The Contractor, at the direction of the County, will remove hangers for a unit price per tree, based on number of hangars per tree, in accordance with FEMA Public Assistance Program and Policy Guide (PAPPG V3.1 or $ $ $ /ea /ea /ea 9. latest edition) 1-4 $ /tree 5-12 $ /tree >12 $ /tree Hanger Hanger Hanger 10. Private Property Demolition and Debris The CONTRACTOR shall operate beyond the Public Right-of-Way (ROW) only as identified and directed by the County. Operations beyond the ROW on private property shall be only as necessary to abate imminent and significant threats to the public health and safety oft the community and shall include, but is not limited to, the demolition of structures and the removal and relocation of the debris to the public ROW fallen tree, which extends onto the ROW from private property, at the point where it enters the ROW. Vegetative debris will be placed on the ROW for collection as addressed under item #1. Fill Dirt = As identified and directed by the $ /cu.yd. County, the CONTRACTOR shall place compatible fill dirt in ruts created by equipment and vehicles, holes created by removal of hazardous stumps and other areas that pose an $ persq.ft. Removal 11. Fallen Trees - The CONTRACTOR shall cut a Price Included (a.) 12. 17 imminent and significant threat to public health White Goods - The CONTRACTOR shall recycle all eligible white goods in accordance with all federal, state and local rules, regulations Freon Recovery - The CONTRACTOR SHALL $ REMOVE AND RECOVER Freon from any white goods, such as refrigerators, freezers or air conditioners, at the TDSRS or final disposition site in accordance with all federal, state and local rules, regulations and laws Training and Assistance: The Contractor shall assist with the development ofa debris management plan and provide one day of Debris Management training per year to the County staff, as arranged by the Emergency Management Department. Mobilization and Demobilization = All arrangements necessary to mobilize and demobilize the CONTRACTOR's! labor force and machinery needed to perform the Scope of Services contained herein shall be made by the Temporary Storage of Documents The CONTRACTOR shall provide storage of daily or disaster-related documents and reports for protection during the disaster event Reporting and Documentation The CONTRACTOR shall provide and submit to the County all reports and documents as may be necessary to adequately document the Debris Recovery Services in accordance with FEMA and safety 13. $ /unit and laws 14. /unit 15. Included 16. Included CONTRACTOR 17. Included 18. Included requirements 18 HOURLY FEE SCHEDULE All equipment rates below include operator, fuel and maintenance costs Hourly rates apply only for up to 70 hours of emergency road clearance work. Personnel/Equipment Hourly Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 301 Ton Crane Stump Grinder 50' Bucket Truck Backhoe Loader Loader Loader Service Trucks Tractor with Box Blade 5-14 Cubic yard Dump Truck 15-24 Cubic Yard Dump Truck 25-34 Cubic Yard Dump Truck 35-44 Cubic Yard Dump Truck 45-54 Cubic Yard Dump Truck 55-64 Cubic Yard Dump Truck 65-74 Cubic Yard Dump Truck 75+ Cubic Yard Dump Truck Tree Grinder Water Truck (2000 gal.) Rubber Tire Backhoe Motor Grader Climber with Gear Superintendent with Truck Foreman with Truck Operator with Chainsaw Traffic Control Personnel Laborer Field Project Foreman Administrative Assistant Clerical Pickup Truck Pickup Truck, Extended Cab Pickup Truck, 4X4 Pickup Truck, 1Ton Power Broom, Trackhoe, Bulldozer 12Ton Lowboy 50 Ton Lowboy 19 ASV $ $ $ Rubber Tire Excavator Other (please specify) 20 VENDOR QUESTIONNAIRE - SUPPLEMENT1 TO) BID SHEET THIS COMPLETED FORM MUST BE SUBMITTED WITH THE BID AND WILL BE EVALUATED IN CONJUNCTION WITH THE PROPOSAL. The undersigned authorized representative of the Bidder certifies the truth and accuracy ofa all 1. How many years has your organization been in business while possessing one oft the licenses, statements and the answers contained herein. certifications or registrations requested? License/Certification/Registration #Years 1A. What business are you in? 2. What is the last project of this nature you have completed? 3. Have you ever failed to complete any work awarded to you? Ifso, where and why? 3A.Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies or institutions for which you have performed work. 4.1 4.2 4.3 (Name) (Name) (Name) (Address) (Address) (Address) (Phone no.) (Phone no.) (Phone no.) ENDOR QUESTIONNAIRE-SUPPLEMENTTO BID SHEET (CONTINUED) 5. List the following information concerning all disaster debris contracts in progress as of the date ofsubmission of this bid. (In case ofco-venture, list the information for all co-ventures Name of Project: 21 Owner & Phone Number: Total Contract Value: Date ofCompletion per Contract: % of Completion to date: (Continue list on insert sheet, if necessary.) Bidder have a complete plan for its performance? 6. Has a representative oft the Bidder completely inspected the proposed project site and does the 7. State the name of your proposed project manager and superintendent and give details of his or 8. State the true, exact, correct and complete name oft the partnership, corporation or trade name under which you do business and the address of the place of business. (Ifa corporation, state the name oft the president and secretary. Ifa partnership, state the names ofa all partners. Ifa trade name, state the names of the individuals who do business under the trade name.). her qualifications and experience in managing similar work. 8.1 The correct name oft the Bidderi is: 8.3 The address of principal place of business is: 8.2 The business is a (Sole Propnetonhp/ParnenmpXCoporaton, 22 VENDOR QUESTIONMAIRE-SUPPLEMENTTO! BID SHEET (CONTINUED) 8.4 The names of the corporate officers, or partners, or individuals doing business under a 8.5 List all organizations which wère predecessors to Bidder or in which the principals or trade name, are as follows: officers of the Bidder were principals or officers. 8.6 List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. 8.7 List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against 8.8 List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. This list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome 8.9 List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were 8.10 Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5). years? Ifyes, provide The undersigned bidder hereby represents that he has carefully examined the Contract, the Request for Proposals and other documents referenced and will execute the Contract and perform all its items, covenants and conditions, all in strict compliance with the requirements oft the specifications. The bidder, by and through the submission of his bid, agrees that he has examined and that he shall be held responsible for having heretofore examined the site, the location and route of all proposed work and for having satisfied himself as to the character oft the route(s), the location, surface and underground obstruction, the nature of the ground water conditions, and all other physical characteristics of the work, in order that he may include the prices which he bid, all costs pertaining to the work and hereby provide for the satisfactory completion thereof, including the removal, relocation or replacement ofa any objects or obstructs the bond oft the Bidder and its predecessor organization(s). ofthe claim. defendants. details. which will be encountered in doing the proposed work, The undersigned hereby designates the follow as its representative whom notices may 23 be delivered or mailed: Name: Title: Address: County/State/Zip Telephone: Cellular Phone Email address NAME OF BIDDER AND TITLE (TYPE OR PRINT) (SEAL, IF BY CORPORATION) BY: SIGNATURE OF BIDDER CORPORATION NAME & ADDRESS 24 REQUEST FOR PROPOSAL DEBRIS MONITORING SERVICES CARTERET COUNTY ENM E911 EMERGENCY SERVICES CARTERET COUNTY, NC RECEIPT OF PROPOSAL DUE ON OR BEFORE Monday July 22, 2024 NOI LATER THAN 3:00pm (Eastern Time) 1 REQUEST FOR PROPOSAL FOR DEBRIS MONITORING SERVICES County ofCarteret, hereinafter called "County", in order to deal with a major storm, disaster, (Tornado, Flood, Hurricane) or other event, will receive professional service proposals for aj pre-event contract for Debris Monitoring Services. The County will accept proposals from qualified contractors with experience in disaster management and debris monitoring services and the preparation, response, recovery, and mitigation phases ofany All payments under the contract resulting from this Request for Proposal (RFP) shall be made only for services requested and approved by the County. No work effort will begin without written authorization (Notice to Proceed) from the County. There shall be emergency situation or disaster. no retainer paid in order to keep the Contract in effect. Please submit Proposals in the following form: Submittal: Weight in Evaluation: Experience: A narrative describing experience and qualifications in large scale debris contracting situations or federally declared disasters, with supporting data to include jobs completed and references complete with Technical Capabilities: A narrative describing your firm's approach to debris management, debris monitoring, disaster logistics, safety, planning, County staff training, County staff augmentation, project management, technical support for reimbursement procedures, debris management plans, solid waste licensing, and assistance in developing public information regarding recovery efforts. References: A list ofall current contracts and also debris monitoring experience for the past ten years. Please include customer contact Equipment: A listing of equpmentsotiware owned by your firm and dedicated to debris monitoring services. Please do not list rented or leased equipment or equipment owned by 25% contact information. 15% 10% information. 20% 2 others (including subcontractors). Include proof of equipment ownership. Reasonableness: of Price: Completed Fee Schedule should be attached. Vendor Questionnaire: Completed Vendor Questionnaire attached. Insurance Certificate Bid Bond Bond Certificate NOTES: 20% 10% Pass/Fail Pass/Fail Pass/Fail The County reserves the right to reject any or all proposals and waive minor irregularities in the evaluation procedures. The County reserves the right to negotiate modifications to proposals that itd deems acceptable. Proposals shall include the information listed above, specific acknowledgements or comments on the notes and provisions. This solicitation is not ai request for Emergency Debris Removal and Disposal Services. The County maintains contract(s) with vendor(s) to provide that service; and reviews those services through a separate procurement process. This RFP is specifically for Emergency Debris Monitoring Services. Vendors shall not include proposals that include Debris Removal and Disposal Services. One or more Vendor(s) may be selected to provide differing elements or levels of scope of work in accordance with the capabilities and extent ofinvolvement each respondent proposes. Contracts issued resulting from this RFP shall only be activated in the event ofa federally declared emergency. There is no guarantee any contract resulting from the Proposals shall not exceed 12 pages (using standard 12-point font and 1 inch margins). Any Proposals must be received by Monday July 22, 2024, No Later than 3:00pm (Eastern Time) in order tol be considered responsive. Proposals submitted after this time may not be considered. RFP will be activated or any work will be performed. proposal that exceeds 12 total pages will be rejected. Proposals shall be submitted by hard copy to: Stephen Rea Emergency Services Director Carteret County Emergency Services 303 Courthouse Square Beaufort, NC 28516 and electronically to: Tommy Burns, County Manager tommy.bums@cartertcounynegow 3 AND Stephen Rea, Emergency Services Director stephen.rea@carteretcountync.gov Please review this information carefully: The contractor needs to thoroughly review the County's geography prior to submitting its The County utilizes a regional landfill in Tuscarora, NC which is approximately 75 to The County currently has temporary staging sites at South River (next to the solid waste convenience site), Mariner's Park at Sea Level, Otway off Harkers Island Road (behind the SW convenience site), Newport/Morehead City behind the Flea Mall (Hwy 70 to Carl Garner Road), and Western Carteret County off Hwy 58 at Peletier. Site maps can be provided upon request. Disaster conditions may warrant the opening of additional sites. These sites will bei identified by the debris management and removal contractor. Site The contractor is requested to include within their proposal any other typical costs or items they may be aware of, which is not included in this Request for Proposals. Contractor should be as self-sufficient (food, lodging, transportation, communications, etc) as possible and is requested to describe their capabilities for being self-sufficient. Thes successful contractor must have a representative present in the County's office or Emergency Operations Center (EOC) within twenty-four (24) hours ofl Notification to Proceed and be able to mobilize equipment and personnel to the designated location The county will supply the contractor with al list of potential local sub-contractors, if available. Proposals shall list the contractor's ability to utilize local contractors or force Ift the selected Contractor elects to provide a web-based load tracking and field project monitoring system, a detailed project monitoring proposal shall also be included. Monitoring shall be done in compliance with FEMAI Public Assistance Program and Policy Guide (PAPPGV3.1 or latest edition). Those monitoring efforts shall include providing training of selected County staff in essential debris management, monitoring, and collection functions to ensure appropriate and responsive interface with field debris collection contractors, County, State, and Federal Agencies. This training shall be provided during or before the month of June, as arranged by the Emergency Services The Contractor will provide field inspectors at designated checkpoints to check and verify information on debris removal and at the Temporary Debris Storage Reduction proposal. 100 miles round trip. locations are subject to change. within seventy-two (72) hours of Notice to Proceed. account employees, and their general requirements for doing sO. Department. 4 Sites (TDSRS) located or developed throughout Carteret County or the region if The Contractor will provide technical and permitting assistance associated with the need The Contractor will provide assistance with scheduling; dispatching and logistical operations of the field inspectors assigned to work areas of storm debris clean up. This work will include: acquiring, hiring, training, deploying and supervising properly equipped inspectors; establishing the schedule for inspectors for each day; monitoring and recording the volumetric measurement (cubic yards) or gross empty weight of each truck that is added into service; keeping reçords ofc contract hauler's trucks, to include cubic yardage, or loaded weight, time in and time out, number of loads per day and other data as requested by designated County staff; determining truck assignments and providing the necessary vehicle decals or placards for ease ofidentification and tracking; conducting end of day duties, such as verifying all trucks have left the disposal site, addressing daily safety reports and corrective action recommendations, and locking down Contractor should be as self-sufficient (food, lodging, transportation, communications, etc) as possible and is requested to describe their capabilities for being self-sufficient. The contractor is requested to include within their proposal any other typical costs or items they may be aware of, which is not included in this Request for Proposals. neçessary, as approved by the County. to locate additional TDSRS when requested. oft the facility. 5 ANNUAL AGREEMENT FOR DEBRIS MONITORING SERVICES THIS AGREEMENT, made this day of specified herein, agree as follows: 2024 by and between Carteret County, existing under the laws oft the State of North Carolina, hereinafter referred to as the "County" and I.SCOPE hereinafter referred to as the "Contractor", for the term The Contractor is to perform the work as defined in the Request for Proposal and amendments, if any, the Request for Proposal is hereby incorporated by reference herein and made aj part thereof Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, The contractor's response to the recovery process must be immediate, rapid, and efficient, with acceptable cost controls, accountability procedures, with written reports and submittals inj place, to assure that the County will have the means to be reimbursed for all eligible disaster recovery as fully as ifherein set forth. manpower, and consumables to complete the work. costs from appropriate Federal and State agencies. II. ORDER OF PRECEDENCE For the resolution and interpretation of any inconsistencies in this Agreement and/or the documents attached hereto and included herein by this reference, the precedence of these documents shall be given in the following order: 1. This Agreement with any Attachments, including Addendum(s) and Amendment(s) 2. If applicable, negotiated Amendments or clarification to the Contractor's Proposal which have been incorporated by reference into the final Agreement; hereto; 3. County's Request for Proposal; 4. Contractor's Proposal III. TERM OF AGREEMENT The period of this Agreement shall be for three (3) years, beginning on or before August 20, 2024, and ending on August 31,2027. This Agreement may be extended annually, upon agreement, for two (2) additional one (I) year periods. 6 V.COMPENSATION Contractor payments will be based upon verification of completed work. A progress payment method for contract services will be used. This method requires specific documentation from the contractor to verify and validate the completed work and support the contractor'sinvoices. Typical documentation for debris monitoring reimbursement includes: Personnel assignments, duties, and responsibilities Timesheets Debris monitoring reports Debris totals (CY and tonnage) DMS reports Truck/Trailer Certification reports Debris progress reports Safety reports V.PAYMENT Exception reports (when debris monitoring reveals problems with debris operations) Geographic information system (GIS) planning and progress reports All invoices received by the County are payable within THIRTY (30) days from receipt, provided they have first been approved by the County and the County has accepted the Work. All invoices shall be directed to: Carteret County Emergency Services 3820 Suite D Bridges St, Morehead City, NC: 28557 VI. GENERAL CONDITIONS A. Termination The performance of Work under this agreement may be terminated immediately by the County in whole or inj part, in writing, whenever the County shall determine that the Contractor has failed to meet the performance requirements of this Agreement or at the convenience ofthe County for any The County has the right to terminate for default if the Contractor fails to make delivery oft the supplies, perform the work, or ift the Contractor fails to reason. perform any other provisions of the Agreement. Performance Requirements and Services B. Constant and consistent documented inspections ofthe work being done under the contact for disaster generated debris removal, communications to the County of any and all incorrect applications of guidance as specified by FEMA Public Assistance Program and Policy Guide (PAPPGV3.1 or latest edition) or the 7 Stafford Act, and documentation of the debris removal process that withstands The contractor. shall provide written daily reports denoting areas worked, quantities removed, quantity of equipment in service, quantity oft monitors in service, weather report, problems and issues noted, problems and issues corrected.. On a weekly basis, the County with both debris removal contractor and debris monitoring contractor will identify strategic targets for the following week and an evaluation of compliance of last week's targets, and accounting protocols to include a bi monthly reconciliation ofr records with the County, debris removal contractor, and debris monitoring contractor sO that errors and omissions are handled expediently and that the quality oft the The Contractor shall perform work sO as not to interfere with the normal operations oft the County, State or Federal functions and or violate existing Planning and training standards shall be consistent with the County Comprehensive Emergency Operations Plan, State plans and federal government programs and plans. All plans and training will be conducted in compliance with thel National Incident Management System (NIMS). all local, State and Federal audits. accounting is established and reviewed. regulations of these or other regulatory agencies. C. Bonding Requirements 1. Bid Bond A bid bond in the amount of 5% oft the final total bid must accompany a contractor's bid. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide the required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the County as liquidated damages. The County reserves the option to accept the bid of any oft the other bidders within ten (10). days from such default, in which case such acceptance shall have the same effect to: such bidder as though they were the original, successful bidder. Payment and Performance Bond 2. a) Contractor shall furnish and deliver to Carteret County a Payment Bond and a Performance Bond covering the faithful performance and completion ofthe work included in this Agreement and payment for all materials and labor furnished or supplied in connection with the work included in this Agreement. Said bonds shall be issued and furnished to Carteret County prior to, and as a condition precedent to, commencement of the work of this Agreement. As this contract is on a standby emergency basis, the County must be certain that the Contractor has the capability to obtain, within a few days, in the face ofa major disaster, a surety bond to cover the extensive emergency work which may be required and which work must be initiated almost immediately. b) 8 Therefore, to ensure such capability, the County requires the Contractor to provide a signed Letter ofCommitment from their surety company meeting the requirements delineated above, with their proposal in the form and containing the required terms and Each oft the Payment Bond and Performance Bond shall be furnished on behalf of the Contractor, shall name Carteret County, and shall be in an amount equal to one hundred percent (100%) of the contract price to ensure the successful performance of the terms and conditions oft the contract. Such bond(s) shall be solely for the d) The Payment Bond and the Performance Bond shall be issued bya a surety of financial standing having a rating from A.M. Best Company equal to or better than A and must be included on the approved list of sureties issued by the United States Department of The bond shall remain in effect at least five (5)3 years after the date The surety bond must be in the form set forth in NCGS 44A-33, The Contractor shall provide surety bond wherein Surety waives notice of any and all modifications, omissions, additions, changes and advance payments or deferred payments in or about the Contract, and agrees that the obligations undertaken by the. Bond shall not be impaired in any manner by reason of any such modifications, omissions, additions, changes, and advance h) The surety bond must set forth no requirement that suit be initiated prior to the time stipulated in applicable North Carolina Statutes of conditions set forth herein. c) protection of Carteret County. Treasury. e) f) g) when final payment becomes due. without any variations there from. payments or deferred payments. Limitations. D. Indemnification and Insurance Indemnity 1. The contractor hereby agrees to indemnify and hold harmless the Federal, State, and County Governments, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and costs of actions, including attorney's fees for trial and on appeal, and for the preparation of same arising out oft the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Agreement. 2. Insurance Requirements 9 The Contractor, at its own expense, shall keep ini force and maintain at all times during this Agreement: (a.) Commercial General Liability Insurance Commercial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the County, protecting and insuring against all the foregoing with coverage limits of not less than One Million Dollars ($1,000,000): per occurrence for Bodily Injury and Property Damage. Automobile Liability coverage shall be in the minimum amount of One Million Dollars ($1,000,000): per occurrence. Full and complete Workers' Compensation Coverage, as required by North Carolina state law, shall be provided. Contractor proposals may have generic insurance certificates inserted illustrating coverage limits available to the Contractor. Following the notice of award, the Contractor shall provide the County with certificate(s). of Insurance on all the policies of insurance and renewals thereofin a form(s) acceptable to the County. Said Commercial General Liability policy shall provide that the County be an additional named insured. The County shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of said action. All insurance policies shall be issued by responsible companies who are acceptable to the County and licensed and authorized to do business under the laws ofl North (b.) Automobile Liability Insurance (c.) Workers' Compensation Coverage (d.) Insurance Certificates Carolina. E. Acceptance of Work completed. Correction ofWork The County will be deemed to have accépted the Work after the Contractor is notified by the County Manager or his designee ofi its satisfaction that the Work is F. The Contractor shall promptly correct all work rejected by the County as failing to conform to this Agreement. Rejected work shall consist of work which is deemed unsatisfactory and/or negligent, or work not authorized by the County, The Contractor shall be responsible for all costs associated with this work. G. Right to Audit Records The County shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of this Agreement ofa any sub-contract to this Agreement. (Such books and records shall be maintained by the Contractor for a period of 10 three (3)years from the date of final payment under this Agreement from the date of final payment). H. Time is of the Essence The parties agree that time is of the essence in the completion of the Work called for under this Agreement. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. VII. SPECIFIC PROVISIONS A. Carteret County requires the support ofa aj professional debris monitoring firm to assist the County through debris monitoring following a debris generating event such as a hurricane, storm, or other event which also offers debris management expertise. The function oft the contract monitors is to ensure compliance, assuring reimbursement in accordance with FEMA Public Assistance Program and Policy Guide (PAPPGV3.1 B. The successful contractor must have a representative present in the County's office or Emergency Operations Center within twenty-four (24) hours of Notification to Proceed and be able to mobilize equipment and personnel to the designated location within seventy-two (72) hours ofNotice to Proceed. Ifnecessary, the successful contractor may need to pre-stage in the region. The Contractor will provide an adequate number of professionals and qualified personnel to monitor all debris loading sites and debris management sites along with associated roving debris monitors. The Contractor will be required to increase its staffing from this point depending on the severity of the debris generating event. At the discretion ofthe County, the Contractor may be required to replace any debris monitor. As part of this proposal, the Contractor must indicate and explain how they plan to supply adequate personnel to support his scope ofwork and must describe how they would hire The Contractor will provide all debris monitors with appropriate personal protective equipment to include, but not be limited to, eye protection, hearing protection, safety shores, safety vests, hard hats, and wet and cold weather clothing, to comply with all The Contractor will provide debris monitors with the means to communicate (cell phones, satellite phones, radio, etc.) with their supervisors or the County as may be necessary. Contractor supervisors are responsible for resolving issues with truck The Contractor will provide temporary office space and temporary sanitary facilities or latest edition). additional personnel to meet the needs of the County. federal, state and local requirements. drivers and contractor's personnel. as necessary. 11 C. Proposals shall list the contractor's ability to utilize local contractors or force account staffing, and their general requirements for doing SO. Itis the County's expectation that all necessary and qualified local sub-contractors will be utilized on all debris monitoring projects. D. Thej primary function oft the Loading Site Monitors is to issue correctly completed debris load tickets for eligible debris cleared and removed at locations designated by Contractor will, within 72 hours, be prepared to provide qualified on site personnel to monitor debris removal operations up to ten (10) debris loading sites located throughout Carteret County. Additional sites may be added as debris removal efforts increase. Each loading site will operate, at a minimum, approximately 12-14) hours per day, 7 days per week. Exact number and location of loading sites will be determined by the County in coordination with the debris removal Contractor. Contractor shall provide all management, supervision, labor, transportation, mobile communications equipment, all safety equipment, digital cameras, video cameras, and other equipment necessary to initiate debris load tickets to document the removal of eligible debris from public access roadways, public rights-of-way, and public property Contractor must be prepared to provide a minimum oftwo Loading Site Monitors per site per day at a minimum ofa 12-14 hour shift. Contractor must provide personnel with transportation to and from the loading site(s), mobile communications equipment necessary to remain in contact with dispatch and supervisor(s) at all times, and all All Loading Site Monitors must speak English, be a minimum of 18 years of age and have a valid driver's license issued in the United States and be capable ofworking in an outside environment and able to climb a 10 foot ladder. Previous or similar monitoring or inspection experience is required ofall management staff. All identified Loading Site Monitors must attend debris monitor training to be conducted at al location specified by the Debris Manager before the start ofthe first shift. Training will be the responsibility of the Contractor and must be approved by E. The primary function of the Debris Management Site Monitors is to complete the load ticket and estimate volumes that have been transported to the debris management site for processing, storage, and disposal and to ensure trucks are emptied before leaving the site, while reporting any safety violations occurring at the debris management site. the County. within Carteret County. logistic support. the County. 12 Contractor must provide Debris Management Site Monitors with transportation to and from the debris management sites and mobile communications equipment necessary to remain in contact with dispatch and supervisor(s) at all times, logistic support, and all safety equipment, digital cameras, video cameras, and other equipment necessary tos safely perform the site monitoring functions. Supervisors must have previous debris monitoring experience. All identified Debris Management Site Monitors and Supervisors must attend a debris monitor training which covers the deliverables and expectations which willl be conducted at a location specified by the Debris Manager before the start ofthe first shift. Training will be the responsibility oft the Contractor andi must be approved by F. At no cost to the county, the Contractor shall provide one day of Debris Monitoring training per year to the County staff, as arranged by the Emergency Services G. At no cost to the county, the Contractor shall work with the County to develop a FEMA approved Debris Monitoring Plan consistent with the County's Emergency Operations Plan to be completed 90 days after the contract is awarded. H. The contractor shall operate within the requirements of the Occupational Safety and Health Act, and all other applicable federal and state laws, rules, and regulations. The Loading Site Monitor will turn in their çcopy of thel load ticket to their supervisor at the end of each shift. The Contractor's supervisor will ensure that the load tickets and log are submitted to the Debris Management Center not later than 9 a.m. the following day. Also, by 9 a.m. the contractor will provide reports concerning progress The Loading Site Monitors will also maintain a log that contains the following the County. Department. ina a format designated by the County. information: a) Debris loading site location b). Loading Site Monitors' Name c) Supervisor's Name d) Number ofLoad Tickets issued during the shift e) Starting load ticket number f). Any problems encountered or anticipated Ending load ticket number The Debris Management Site Monitor will turn in their copy of the load ticket to their supervisor at the end of each shift. The Contractor's supervisor will ensure that the load tickets and log are submitted to the Debris Management Center the following day. 13 The Debris Management Site Monitors will maintain a log that contains the following information: a) Debris management site location b) Debris Management Site Monitors' Name c) Supervisor's Name d) Truck/trailer number and volume of debris hauled into the site e) Cumulative total of debris delivered at the site during the shift f) Any problems encountered or anticipated g) Grids cleared and number of passes the execution oft the debris removal contract. Management Center the following day. The Contractor will report any serious or safety related discrepancies that may impact The supervisor will collect all written reports and provide them to the Debris The Contractor will provide debris monitors with the means to communicate (cell phone, satellite phones, radio, etc.) to communicate with their supervisor or the Debris Management Center as may be necessary. Contractor supervision is responsible for resolving issues with truck drivers and other contractors' personnel. The load tickets are to be compiled daily into a daily report that accesses all information gathered on each load ticket, all incorrect or unclear items on any ticket render it invalid until corrected. Corrections must have an initial and date. The original load tickets become the basis of payment to the debris contractor and the combined sum of all tickets become the basis of reimbursement from FEMA and the State and as such, the quality, consistency, accuracy oft the individual ticket and the reporting oft the data contained upon these tickets and collected by the monitors are the primary deliverable for which the contract will be let. VIII. MISCELLANEOUS PROVISIONS A. Assignment of this Agreement shall not be made without the advance written consent B. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this C. No waiver, alterations, consent or modification ofany of the provisions of this Agreement shall be binding unless in writing and signed by the County Manager or D. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for proper execution and completion of the ofthe County. Agreement. his designee. Work under this Agreement. 14 E. This Agreement is deemed to be under and shall be governed by, and construed F. Any litigation arising out oft this Agreement shall be had in the Courts of Carteret G. The undersigned hereby certifies that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and isi in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that they are authorized to enter into this Agreement and to execute same on H. This Agreement, including any Exhibits hereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party I. Contract prices will remain firm for the first year and may be adjusted according to the Consumer Price Index (CPI) for each subsequent year with approval from the County Board of Commissioners. The price adjustment shall not exceed the average oft the CPI for Eastern, NC during the twelve months prior to renewal or five percent (5%), whichever is less. The Contractor shall submit the requested price adjustments to County's designated contract administrator thirty days prior to the contract renewal according to laws ofl North Carolina. County, North Carolina. behalfofthe Contractor as the act of the said Contractor. hereto. date. IN WITNESS WHEREOF, the parties hereto have set their hands and seals on the date first written above COUNTY OF CARTERET CONTRACTOR By: By: Name of Company Mailing Address County, State, & Zip Area Code/Telephone Number Date: Unless otherwise stated, all official correspondence and contact shall be addressed to: For the County: For the Contractor: 15 VENDOR QUESTIONNAIRE -SUPPLEMENT TO BID SHEET EVALUATED IN CONJUNCTION WITHTHE PROPOSAL. THIS COMPLETED FORM MUST BE SUBMITTED WITHTHE BID AND WILL BE The undersigned authorized representative oft the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications or registrations requested? License/Certification/Registration #Years 1A. What business are you in? 2. What is the last project of this nature you have completed? 3. Have you ever failed to complete any work awarded to you? Ifso, where and why? 3.1. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion oft the project, whether or not a claim was made. 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies or institutions for which you have performed work. (Name) (Name) (Name) (Address) (Address) (Address) (Phone no.) (Phone no.) (Phone no.) 16 VENDOR QUESTIONNAIRE-SUPPLEMENTTO: BID SHEET (CONTINUED) List the following information concerning all disaster debris contracts inj progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-ventures Name of Project: Owner & Phone Number: Total Contract Value: Date of Completion per Contract: %ofCompletion' to date: (Continue list on insert sheet, ifn necessary.) Has ai representative of the Bidder completely inspected the proposed project sites and does the Bidder have a complete plan for its performance? State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place ofbusiness. (Ifa corporation, state the name oft the president and secretary. Ifaj partnership, state the names ofall partners. Ifat trade name, state the names of the individuals who do business under the trade name.) 8.1 The correct name of the Bidder is: 8.2 The business is a (Sole Proprietorship) (Partnership) (Corporation) 8.3 The address of principal place of business is: 17 VENDOR QUESTIONMAIRE-SUPLEMENTTO BID SHEET (CONTINUED) 8.4 The names of the corporate officers, or partners, or individuals doing business 8.5 List all organizations which were predecessors to Bidder or in which the principals or officers oft the Bidder were principals or officers. 8.61 List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the 8.7 List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond oft the Bidder and its predecessor organization(s). 8.8 List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. This list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description ofthe subject matter of the dispute; and the final outcome of the claim. 8.9 List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) 8.10 Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5)years? The undersigned bidder hereby represents that he has carefully examined the Contract, the Request for Proposals and other documents referenced and will execute the Contract and perform all its items, covenants and conditions, all in strict compliance with the requirements of the specifications. The bidder, by and through the submission ofh his bid, agrees that he has examined and that he shall be held responsible for having heretofore examined the site, the location and route of all proposed work and for having satisfied himself as to the character of the route(s), the location, surface and underground obstruction, the nature oft the ground water conditions, and all other physical characteristics of the work, in order that he may include the prices which he bid, all costs pertaining to the work and hereby provide for the satisfactory completion thereof, including the removal, relocation or replacement of any objects or obstructs which will be encountered in doing the under a trade name, are as follows: disposition of each such petition. were defendants. Ifyes, provide details. proposed work. 18 The undersigned hereby designates the follow as its representative whom notices may be delivered or mailed: Name: Title: Address: County/State/Zip. Telephone: Cellular Phone Email address NAME OF BIDDER AND TITLE (TYPE OR PRINT) (SEAL, IFE BY CORPORATION) BY: SIGNATURE OF BIDDER CORPORATION NAME & ADDRESS 19 BID SCHEDULE FOR DEBRIS MONITORING SERVICES PARTI-LABOR COSTS Position Operations Manager Field Supervisor Hourly Rate $ See Note 1 below Comment Project Manager $ See Note 1 below Debris Monitor $S See Note 1below Clerical/Data $See Note Ibelow Attach a detailed description of required duties. Attach a detailed description of required duties. Attach a detailed description of required duties Duties willl be performed at debris loading sites and/or management sites or final disposal sites. Attach a Attach a detailed description of required duties. Attach a detailed description of required duties. Add other positions based on local requirements. Attach a detailed description of required duties. Add other positions based on local requirements. Attach a detailed description of required duties. Add other positions based on local requirements. Attach a detailed description of required duties. at debris EntrySunervisor Clerical Staff/Data Specialists Engineers Other $ See Note Ibelow $ See Note Ibelow $S See Note 1b below $ See Note 1 below PARI2-REIMBURSABIE EXPENSES Reimbursab le only) Basis of Charge Note 21 below Comment > Per Diem (meals Att the stated rate for the All personnel employed by the prime contractor or current location. See subcontractors who live within 50 miles oft the project site are entitled to reimbursement for lunch only at the U.S S. General Services Administration subcontractors who live more than 50 miles from the project site are entitled to full reimbursement under theGSA Per Diem Schedule for your locality. subcontractors who live more than 50 miles from the project site. Got to GSA Website: www.gsa.gov Rate for 2019. Go to GSA Web site: www.gsa.goy for the current POV mileage rate. (GSA)rate. Per Diem (all Atthe Stated rate for All personnel employed by the prime contractor or meals and incidental s) Per Diem (lodging) the current location. See Note 3 below. GSA rate for the location. Not to exceed the Stated All personnel employed by the prime contractor or Privately Owned $0.58/mile for 2019 Vehicle(POV) Other List Authority and rate Add other reimbursable expenses that are required by local Note 1. All hourly labor rates will be at the firm' 's standard billing rate that includes overhead, administrative costs, and profit. Reimbursable expenses will be paid according to Note 2. The lunch meal for employees that live within 50 miles of the project site. The meal rates differ by location. View the per diem rate at www.gsa.govi for Carteret County to Note 3. The Meals and Incidental Expenses (M&IE) rates differ by location. Part 2 oft the above bid schedule. determine which meal rate applies. 20 IV. Consent Agenda 5. Approval of the County Custodial Services Contract with Integrity National Corporation at a Cost of $24,475.95 per Month. PLANNING AND DEVELOPMENT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: June7,2024 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager RE: Custodial Service Contract 68 We have come to the end oft the three-year term of our current Custodial Services Contract. The proposals include services that are provided daily, weekly, and annually to provide a clean space for both our citizens and staff. Public Building solicited and received two bids to provide this service. The low! bidder was Integrity National Corporation with al bid of$24,475.95 per month. We recommend award of this proposal. Please let me know if youl have any questions concerning their request. CARTERET COUNTY GOVERNMENT Phone: 252-648-7877 Custodial Services Bid Tab Bid closing date: March 28, 2024 @ 9:00AMEST. Company Cleaning Monthly Total $25,648.00 $24,475.95 Price per Additional SQFT 0.16 1.30 Top Notch Carpet & Upholstery Integrity National Corporation Mailing: 5231 Business Drive Newport, NC: 28570 Localion: 5231 Business Drive Newport, NC 28570 3072247 A CARO Request for Proposal Carteret County Government Custodial Services Corteret County, North Corolina Issued: March 4, 2024 Pre-Conference: March 14, 2024 Day 1 Site Visit: March 14, 2024 Day 2 Site Visit: March 15, 2024 Submission Deadline: March 28, 2024 by 9:00 AM, EST. Carteret County Government Custodial Services Request for Proposal CARTERET COUNTY GOVERNMENT Phone: 252-648-7877 REQUEST FOR PROPOSAL Date: To: Project Name: Scope of Work: 3/4/2024 Interested Contractors Carteret County Government Custodial Services Carteret County Government is requesting proposals for Custodial Cleaning Services throughout Carteret County Government's facilities. The Contractor shall provide the services discussed in this scope of work with its own workforce. The Contractor may propose to subcontract portions of the work provided that their proposals clearly indicate what work they plan to subcontract and to whom and that all information required about the prime contractor is also included for each proposed subcontractor. The County reserves the right to approve all subcontractors. This scope of work is for complete custodialjanitorial services five (5) days per week for the specific buildings listed. The Contractor shall provide all necessary labor, chemicals and cleaning equipment for the following services. Carteret County Government will supply all paper products, hand soaps, hand sanitizer, batteries and liners. General Daily Cleaning Services The Contractor shall provide the following services, no less frequently than the schedule specified. A County representative will inspect the premises at random times to ascertain whether the services are being provided to the County's expectations. 1. Empty all outside cigarette urns. Daily Cleaning 2. Empty all trash and waste receptacles (wash if needed). Plastic liners are to be used. 3. Main exterior entrances shall be cleaned of leaves and other debris. 4. Deposit all trash and boxes in dumpsters or other areas designated for that purpose.. 5. Sweep/Mop all hard-surfaced floors, mats, stairs etc. All floors shall be kept clean free of dirt, stains and debris. Spots or stains shall be removed immediately. 6. Carpets shall be thoroughly vacuumed twice a week before 8:00 AM. "Thoroughly Vacuumed" is defined as vaçuuming all carpet: i.e. under chairs, tables, desk etc. All carpet shall be spot vacuumed (traffiç aisles) daily. Carpets shall be kept clean and free of dirt, dust, debris and stains; pile must not be allowed to become flat or matted. 7. Clean and shine all chrome/metal fixtures including moldings. 8. Water fountains shall be cleaned and disinfected daily. 9. Clean and vacuum elevators, spot clean and disinfect elevator walls, doors, panels, buttons and 11. Clean and disinfect all customer service counters, work stations, furniture, phones etc. tracks. 10. Vacuum all interior entry floor mats. 12. Refill all disinfectant stations. Carteret County Government Custodial Services Request for Proposal Daily Restroom Maintenance seat covers. light switches. 4. Clean all dispensers. dirt and stains. staff. 1. Replenish all restroom supplies including but not limited to soaps, paper towels, toilet tissue, toilet 2. Sweep floor. Mop at least three times a week with approved cleaning product. 3. Clean and sanitize toilets, seats, urinals, partitions, sinks, faucets, changing tables, doors and 6. Dust and/or wash all walls, ledges, registers, doors and partitions as needed to keep free of dust, 9. Ensure that toilets, urinals, faucets and drains are working and report issues to Public Buildings 11. All restrooms shall have a log, provided by the Contractor, that states who and when cleaned that 5. Clean/wipe and polish all chrome surfaces and mirrors. 7. Empty all trash receptacles and replace with clean liners. 8. Empty sanitary disposal boxes and replace with waxed bag or plastic liner. 10. Clean showers as appliçable to specific locations. 12. Replace batteries for paper towel dispensers when required. particular restroom. Daily Staff Break Room Cleaning 1. Clean and mop floors. refrigerators. 2. Clean sinks, tabletops, chairs, counters, inside and outside of microwaves, outsides of 5. Empty all trash and waste receptacles (wash if needed). Plastic liners shall be used. 3. Clean and disinfect vending machines. 4. Replenish paper towels, soaps and other items if applicable. 6. Replace batteries for paper towel dispensers when required. Weekly Services 1. High and low dusting, dust ledges, including stairwells and windowsills. Dust bare surfaces or 2. Thoroughly vacuum upholstered furniture in conference rooms, private offices and public areas work stations, furniture and partition tops. before 8:00/ AM. 3. Spot clean all walls and doors. 4. Sweeplvacuum stairways and landings, clean hand railings in stairwells. 5. Using glass cleaner, clean all glass surfaces. 6. Clean/dust all window blinds. 7. Clean/dust all exhaust vents, HVAC registers as needed. 8. Polish pews, rails, Judges Bench with non-oily polish in all courtrooms. 9. Recycle Bins shall be placed to curb when applicable. 10. Clean all glass surfaces, including but not limited to interior windows, storefronts, mirrors, doors etc. Annual Services 1. All hard floor surfaces terrazzo, tile, VCT, conçrete, etc. shall be top scrubbed removing a layer of finish, dirt and other debris. The floor shal! then be recoated using the manufactures recommended floor finish sealer. Sheens/products TBD by site which shalll be provided by the 2. Carpets shall be cleaned two-times (2x) per year at all facilities. This shall include steam clean, apply protector that aids in the prevention of damage and applying a carpet deodorizer. Contractor. Carteret County Government Custodial Services Request for Proposal Special Additional Services The Contractor shall have at least one person on duty during County business hours (8:00 AM -5:00 PM on Monday thru Friday) at two locations: 1)The Courthouse Complex in Beaufort and 2) the Health Department in Morehead City. The Contractors staff can still be cleaning but shall remain available at any given time for accidental spills, blood borne pathogens, vomiting, etc. These incidences shall be cleaned immediately followed by a deep clean. Cleaning staff shall have less than at two (2) hour response time for these incidences and shall be equipped with a carpet cleaning extractor that cleans and dries, blowers and any other items pertaining to the cleanliness and safety of these areas. Cleaning staff shall report any light bulbs out, water leaks and other safety issues noticed to Public Buildings. As a means to prevent the spread of COVID-19 and other viruses, the Contractor shall circulate through the facilities while wiping down/disinfecting commonly touched surfaces during regular business hours. The Contractor may also be required to address areas of concern, such as complete disinfection of individual offices followinga probable or confirmed case. The Contractor shall be properly equipped with PPE and sufficient tools/equipment top perform disinfection in accordance with CDC Guidelines. Special cleanings of areas which have had furniture, equipment or boxes moved. These areas should be brought up to the same level of cleanliness and appearance as surrounding or adjaçent areas within the same day. Wash (squeegee) exterior of entrance glass on a monthly basis. Some services may be required afterhours or on weekends. General Procedures All exterior and interior office doors (unless otherwise noted) shall be locked upon leaving the facility. All interior lights except those needed for security purposes shall be turned off. Only employees or designated representatives of the Contractor are allowed on the premises during performance of duties. Carteret County will not be held liable for nonadherence to this policy. Each employee shall have a picture ID on their person at all times. Itis the sole responsibility of the Contractor providing the services to adhere to the policies and procedures presented herein. The Contractor shall ensure that they are enforced; any deviation will result in the immediate termination of the contractual service being rendered pending the 30-day notification clause per contract for said facility. Equipment and Supplies The Contractor shall provide all necessary labor, chemicals, cleaning supplies, and equipment (adequate in kind, quantity and quality) including but not limited to, cleansers, detergents, bleach, cleaning cloths, dusting cloths, vacuum cleaners with HEPA filters, buffers, burnishers, carts, spray bottles, mops, mop buckets, brooms, etc. for professionally performing all contract work. The Contractor shall provide Safety Data Sheets (SDS) for all chemicals used. Carteret County Government will supply consumables such as, paper towels, toilet tissue, nose tissue, hand soap, hand sanitizer, batteries and plastic waste can liners. The Contractor shall prepare a list of items needed per facility along with suggestions, ifany, on the products that work the best. These supplies shall be picked up by the Contractor from the Administration building in Beaufort. Utilities Carteret County Government will provide the Contractor with all normal utilities necessary for performing Carteret County Government will provide the Contractor with reasonable storage space for its supplies and equipment. Carteret County Government will also provide reasonable security to protect the Contractor from al loss of equipment and supplies. The Contractor shall keep all janitor closets, storage rooms, and other space assigned clean, orderly and locked at all times. Exceptions shall be made only this contract (electric, lights, water, etc.). Storage with prior written permission from Carteret County Government. Carteret County Government Custodial Services Requestf for Proposal Schedule Evening Services: Custodial schedules vary between facilities. Unless otherwise noted, evening custodial Daytime Services: Due to business operations, security issues and other factors, some facility locations require daytime services verses evening services. Some services may be required for afterhours. The Contractor shall complete the custodial services with the least amount of disruption to the general public services are typically preformed after normal business hours. and business operations. Contractor Employee Policy The Contractor agrees to be responsible for and shall provide general supervision of all its employees working under this contract. Whenever any employee(s) is working, there shall be a designated supervisor directing their work. Each employee of the Contractor shall have a minimum of six (6) months of experience as aj janitorial employee. Supervisory employees shall have a minimum of one (1)) year of experience as a cleaning supervisor. Each employee shall be at least eighteen (18) years oid. The Contractor shall be responsible for requesting and paying for criminal background checks on all individuals providing services under this contract who will be obtaining County identification or keys. Background: checks may be provided by any vendor, or from al North Carolina State agency, providing the criminal history check is done nationwide. A criminal history will not automatically disqualify an employee from employment on this contract unless explicitly mandated by law. The Contractor shall update these checks and provide them to a designated County representative on an annual basis. Employees working in the Courts and Sherriffs area shall be finger printed. Prior to working at the Sheriffs Office, the Contractor shall provide Carteret County Government with the names of each employee for purposes of background checks for suitability of employment in the department. The Sheriff may deny the acceptance of any employee into the offices. This decision has no appeal and requires no Prior to working in Court related offices (DA, Clerk of Court, Public Defender, Probation, Guardian Ad Litem, Health Department and Department of Social Services) the Contractor shall provide the names of each employee for purposes of background checks for suitability of employment in the department. Carteret County Government may deny the acceptance of any employee into the offices. This decision explanation. has no appeal and requires no explanation. All Contractor employees working at County facilities shall be bonded. The Contractor shall ensure all its employees abide by the following rules set forth by Carteret County 1. They shall wear an identification badge and/or distinct uniform provided by the Contractor at all 3. They shall not disturb any papers, boxes or other materials except that in trash receptacles or designated areas for trash unless such material is properly identified as trash. 4. They: shall report any property loss or damage to their supervisor immediately. The supervisor shall report such damage or loss within 241 hours to Carteret County Government in writing, specifying the location, time and extent of the damage or loss. Failure to report such damage or 5. They shall not open drawers, file cabinets, or use any computer or telephone unless given Government. times while on County premises. 2. They shall be of good integrity and character. loss, as required, may be construed as default of the contract. specific approval by Carteret County Government. Carterel County Government Custodial Services Request for Proposal 6. They shall not leave keys in doors or admit anyone into any building or office who is not a designated employee of the Contractor. All doors which were locked upon entry shall be 7. They shall not clean or move copy machines or other office machines except specifically They shall not engage in idle or unnecessary conversation with County employees, other They shall abide by the rules and regulations set forth by Carteret County Government which 10. They shall not remove any article or materials from the premises, regardless of its value or regardless of any employee's or tenant's permission. This is to include the contents of any item 12. They shall not carry any weapons, alcoholic beverages, drugs (except those prescribed by a Upon written request by Carteret County Government to the Contractor, any Contractor's employees who fail to abide by these or other rules established by the Contracting Agency will be immediately pulled off immediately re-locked. requested by Carteret County Government. employees of the Contractor, tenants, or visitors to the building(s). affects the performance of the work. found in trash containers or trash cans designated for that purpose. 11. They shall be respectful and use appropriate language at all times. physician) while on County premises. the job and replaced at no contract cost adjustment. Terms and Conditions The term of this contract will be for a period of three (3) years beginning July 1.2024 and ending on June 30,2 2027.The option to renew this contract may be offered for two (2) one (1)) year renewals at the discretion of Carteret County Government. Insurance The Contractor shall provide and maintain during the life of this contract such Public Liability and Property Damage Insurance as shall protect him/her and any subcontractor performing work covered by this contract, from claims for damage for personal injury, including accidental death, as well as from claims for property damages which may arise from operations under this contract, whether such operation be by the Contractor or by any subcontractor, or by anyone directly or indirectly employed by either of them and the Public Liability Insurance in an amount of $1,000,000 for Bodily Injury/Property Damage to any one person and subject to the same limit for each person, in amount not less than $2,000,000.00 Total Policy amounts of such insurance shall be as follows: Limit or Aggregate. Umbrella coverage in the amount not less than $5,000,000.00. Automobile Liability in the amount not less than $1,000,000.00. The Contractor shall provide and maintain during the life of this contract Worker's Compensation Insurance for all employees employed at the site of work under his/hers contract as required by North Carolina State Law. The Contractor shall furnish such additional special insurance as may be required by Upon award of a contract, the Contractor shall provide a Certificate of Insurance stating coverage discussed herein. Each Certificate of Insurance shall include "Carteret County Government, 302 Courthouse Square, Beaufort, NC: 28516" as additional insured on the liability policy. General Statues of North Carolina for the work. Carteret County Govemment Custodial Services Request for Proposal Each Certificate of Insurance shall bear the provision that the policy cannot be canceled, reduced in amount or coverage eliminated in less than thirty (30) days after mailing written notice to the insured AThird-Party Fidelity Bondi in the amount of $50,000.00 shall be provided for employees working in and/or the Owner of such alteration or cancellation, sent by registered mail. County Facilities. Care of Property The Contractor agrees that it shall be responsible for the proper custody and care of any property maintained by the Contractor in accordance with this contract. The Contractor shall reimburse Carteret County Government for loss or damage of such property. Health and Safety The Contractor shall adhere and be responsible for initiating, maintaining and supervising to the rules, regulations and interpretations of the North Carolina Department of Labor relating to Occupational Safety and Health Standards and revisions thereto as adopted by General Statutes or North Carolina while The Contractor shall be responsible for marking safety hazards such as wet slippery floors and other conditions resulting from cleaning operations. In addition, every employee shall be supplied with proper safety attire, PPE, SDS and be instructed in the use of all cleansers and cleaning equipment. The Contractor agrees that the terms of these contract documents shall apply equally toa subcontractor as to the Contractor, and that the: subcontractor is bound by those terms as an providing Custodial Services under this contract. ContactorSupcontracte: Relationships employee of the Contractor. Equal Opportunity 1. The non-discrimination clause contained in Section 202 (Federal) Executive Order 11246, as amended by Executive Order 11375, relative to Equal Employment Opportunity for all persons without regard to race, color, religion, sex or national origin, and the implementing rules and regulations prescribed by the Secretary of! Labor, are 2. The Contractors agree not to discriminate against any employees or applicant for employment because of physical or mental handicap about any position for which the employees or applicant is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment incorporated herein. practices. Minority Business Participation 1. Itis the intent of the County to encourage Contractors in making every effort to utilize Minority Business Enterprises for subcontracted work. The County has established efforts to record participation of such Enterprises by the attached" "Appendix E- MBE DOCUMENTATION FOR CONTRACT PAYMENTS". The Contractor shall include the attached Appendix E with each pay application. 2. Bidders can use the Office for Historically Underutilized Business website PhadsasseRiNane to locate HUB contractors. 3. Nothing in these guidelines shall be construed to require contractors or awarding authorities to award contracts or subcontracts to or to make purchases of materials or equipment from minority- business contractors or minority-business subcontractors who do not submit the lowest responsible, responsive bid or bids. Carteret County Govemment Custodial Services Request for Proposal E-Verify Employer Compliance The Contractor represents and covenants that the Contractor and its subcontractors comply with the requirement of Article 2 of Chapter 64 of the North Carolina General Statutes (NCGS). In this E-Verify Compliance section, "Contractor" "its subcontractors". and' "comply" shall have the meanings intended by NCGS 153A-499 (b). The County is relying on this section in entering into this contract. The parties agree to this section only to the extent authorized by law. If this section is held to be unenforceable or invalid in whole or in part, its shall be deemed amended to the extent necessary to make this contract comply with The Contractor shall employ a competent superintendent who shall represent the Contractor and have the authority to make field decisions neçessary for performing the work. Competency must be demonstrated by performing high quality custodial work on time according to Contractor's approved schedule. County reserves the right to require replacement of the superintendent by Contractor without The Contractor shall hold and save Carteret County Government, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contact, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Contractor, or its Sub-contractors, or their employees, or agents, in the performance of this contract and that are attributable to the negligence ori intentionally tortious acts of the Contractor provided that the Contractor is notified in writing within 30 NCGS 153A-499 (b). Superintendent explanation from the County. Indemnification days after Carteret County Government has knowledge of such claims. Governing Law This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. The place of this contract, its situs and forum, shall be North Carolina, where all matters, whether sounding in the contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined. The Contractor shall comply with all laws, ordinances, codes, rules and regulations bearing on the conduct of the work, included those of the Board of Fire Underwriters, Federal, State and local agencies having jurisdiction. This shalli include but not be limited to minimum wages, labor and equal employment opportunity laws. Inspection The Contractor shall accompany: a designated representative(s) on inspections of the work at any time during business hours of Carteret County Government. Carteret County Government reserves the right to make determination as to whether service is being performed satisfactorily. Work Conferences Carteret County Government may subject the Contractor at least every thirty (30) days for a conference and tour to evaluate the performance of this contract. A written monthly performance report may be requested by Carteret County Government. Carteret Counly Govemnment Custodial Services Request for Proposal Payment 1. Carteret County is not exempt from North Carolina State Sales and Use Taxes on labor, material and equipment to be incorporated in the work. Said taxes shall be included in invoices submitted by the Contractor. Contractor in submitting their invoices shall break out all sales taxes asa 2. Carteret County Government willi issue one (1) payment every thirty (30) days to the Contractor separate item and County where purchase was made. based on services rendered. Termination 1. Carteret County Government: shall have the right, at its sole option and discretion, to terminate this contract at any time without any default on the part of the Contractor by giving written notice to the Contractor at least thirty (30) days prior to the effective date of termination. 2. Carteret County Government shall have the right to terminate this contract immediately by written notice to the Contractor if the Contractor fails to execute the services promptiy and to Carteret County Governments satisfaction, or fails to perform any obligation imposed by any provisions of this Contract. In the event of termination for default, Carteret County Government has against the 3. The Contractor. at its sole option and discretion shall have the right to terminate this contract at any time by giving written notice to Carteret County Government at least ninety (90) days prior to 4. In the event of termination of the contract by either party, the Contractor shall terminate all services under this contract to the extent and on the date specified in the Notice of Termination and until such date shall, to the extent stated in the Notice of Termination, do such services and be compensated only for such services as may be necessary as determined by Carteret County Government to preserve the services in progress and to protect the facility(s) of Carteret County Government. Carteret County Government may then proceed with the remainder of the service in Contractor all remedies provided by law and equity. the effective date of termination. any lawful manner which it may elect. Evaluation and Award Criteria Itis understood and agreed that by submitting a proposal that the Contractor has examined these contract documents and specifications and has visited the sites within, and has satisfied themselves relative to the work to be performed. Based on the evaluation criteria outlined below, all Proposals will be evaluated and scored by a Committee designated by Carteret County Government. Written or oral discussions may be requested. Proposals will be evaluated using the following criteria: 1. Experience in providing custodial services for this size contract. 2. Demonstrated ability to meet commitments requested within this RFP. 3. Qualifications of staff to be used. 5. References from at least three similar clients. 4. Specific operational and safety plans and methods for providing the proposed services. 6. Financial stability 7. Price Carteret County Government Custodial Services Request for Proposal Award of Contract Carteret County Government reserves the right to award to multiple Contractors deemed to be fully qualified and best suited among others submitting proposals on the basis of the evaluation factors included within this RFP. Once the proposals are ranked by Carteret County Governments Committee and the qualified contractor is determined, Carteret County Government may conduct further negotiations, andlor request presentations to any or all Contractors. Carteret County Government reserves the right to accept or reject, in whole or in part, proposals directed to the best interest of the County. Each Contractor shall fill out the required information within this RFP, submit Certificate of Insurance for liability and Worker's Compensation in order for the proposal to be qualified. Contractors must submit three (3) sealed original hard copies of this contract. Carteret County Government reserves the right to reject any or all proposals for any reason. Carteret County POC All inquiries concerning the Scope of Services, Proposal Submission Requirements or Site Visits should be directed to: Mr. Ray Farnum Project Coordinator 5231 Business Drive, Newport, NC 28570 Email: Ray.amnumcarteretcountync.oV Telephone: 252-648-7877 Mr. Aaron Elms Public Buildings Director 5231 Business Drive, Newport, NC 28570 Email: Aaron.eims@carteretcountyne.goy Telephone: 252-648-7877 All post-award communications shall filter through the Carteret County POC below: Proposals shall be mailed and/or hand delivered to the address of the POC shown above, and the sealed envelope shall clearly state the name of this RFP.It is the sole responsibility of the Contractor to ensure that their proposal arrives by the designated submission date assigned. While the Pre-Conference and Site Visits are optional, the interested Contractor: shall attend the Pre-Conference ift they choose to attend the Site Visits. Details below. Issued Date: March 4, 2024 Pre-Conference: March 14, 2024 at 8:00AM-8:55AM- - General Services Operation Facility, Room # 140-5231 Business Drive, Newport, NC: 28570 Optional Site Visit Day 1: March 14, 2024-900AM-3COPM Optional Site Visit Day 2: March 15, 2024-800AM-1-0OPMM Due Date Three copies of sealed bids must be mailed or hand delivered to the General Services Facility to the attention of Mr. Aaron Elms located at 5231 Business Drive, Newport, NC: 28570 no Bid Opening Sealed bids will be opened on March 28, 2024 @ 9:05 AMI EST in the main conference room at the General Services Facility located at 5231 Business Drive, Newport, NC 28570. Qualified later than March 28, 2024 by 9:00 AMI EST. Contractors are invited. Please see the Site Visit(s) schedule below Carterel County Government Custodial Services Request for Proposal Day 1 Site Visit Schedule (03/14/24) Day 2 Site Visit Schedule (03/15/24) Location/Time General Services 9AM-9:30AM Health Department 9:45AM-10:20AM Senior Center 10:30AM-10:45AM Veterans Affairs 10:50AM-11:00AMI Rape Crisis 11:05AM-11:15AM Newport Library 11:45AM-12:16PM Western Library 12:45PM-1:15PM Western Office 1:30PM-1:45PM Bogue Banks Library 2:15PM-Completion Day 1 Site Visits Address 5231 Business Dr. Morehead City, NC 28570 3820 Bridges Street, Morehead City, NC 28557 3820 Galantis Dr, Morehead City, NC 28557 3710. John Platt Dr#B, Morehead City, NC 28557 300 Penny Lane, Morehead City, NC 28557 210 Howard Blvd, Newport, NC 28570 230 Taylor Notion Rd, Cape Carteret, NC 28584 701 Cedar Point Blvd, Cedar Point, NC 28584 320 Salter Path Rd #W, Pine Knoll Shores, NC 28512 Location 8:00AM-9:00AM Guardian Ad Litem 9:05AM-9:15AM SheriflMagistrate 9:20AM-9:35AM "402" 9:45AM-10:00AM Old Library (New Admin) 10:05AM-10:15AM DSS 10:25AM-10:45AM Beaufort Square Library/BOE/Parks. and Rec 11:00AM-11:30AM Down East Library 12:00PM-Completion of Day 2 Site Visits Address Beaufort, NC 28516 302 Courthouse Square, Beaufort, NC 28516 304 Craven St, Beaufort, NC 28516 402 Broad Street, Beaufort, NC 28516 210 Turner Street, Beaufort, NC 28516 210 Craven St, Beaufort, NC 28516 1702 Live Oak St STE 100, Beaufort, NC 28516 CourthouseAtmimAnnex 302 Courthouse Square, 108 Straits Rd, Beaufort, NC2 28516 of Carteret County Govemment Custodial Services Request for Proposal Carleret County Government Custodial: Services Response to RFP OINTEGRITY 7 PRICE Locations to Receive Services Location Address Beaufort, NC: 28516 Beaufort, NC 28516 NC: 28516 402 Broad Street, Beaufort, NC 28516 210 Craven SI, Beaufort. 22,884 NC 28516 NC: 28516 1702 Live Oak SISTE 100, 24,016 Beaufort, NC 28516 2101 Turner Street, Beaufort, NC 28516 3710 John Platt DrB, Morehead City, NC 28557 300 Penny! Lano, Morehoad City, NC: 28557 3820 Bidges Streel, Morehead City, NC 28557 3820 Galantis Dr, Morehoad City, NC 28557 5231 Business Dr. Morehead City, NC 28570 210 Howard Blvd, Newport, NC: 28570 Pine Knoll Shoros, NC 28512 2301 Taylor Nolion Rd, Cape Carteret, NC: 28584 701 Cedar Point Blvd, Cedar Point, NC: 28584 Sqit Per Woek Sorvice 5 5 Price Per Facility $3,575.14 $172.99 $1,377.52 $1,281.41 $3,203.53 $256.28 $768.85 $1,922.12 $384.42 $768.85 $5,125.64 $1,922.12 $1,281.41 $384.42 $384.42 $1,153.27 $512.56 CourthouseAdminAnne: 302 Courthouse Square, 51,431 Guardian AdLitem 302 Courthouse Squaro, 2,500 Sherift/Magistrate 304 Craven St, Beaufort. 10,826 "402" DSS Beaufor! Square Library/BOEParks and Rec Now Admin Veterans Allairs Rapo Crisis Health Department & Land Use Center Senior Center General Sorvices Newport Library 6,000 500 Down East Library 108 Straits Rd, Beaufort, 2 3 7,086 3,472 2,400 42,179 19,231 4,000 2,500 3,405 10,718 3,432 3 3 5 Bogue Banks Library 320 Salter Path RdW, 3 Western Library Western Office 3 CwtentCouty OammwiQaaASnaal ReglkPryonl Due Date: 03/28/2024 Response to RFP Page 158 Use or disclosure of data contained on this sheeti iss subject to the restrictions on the title! page ofthis Proposal Carlere! County Government CustodialServices Response to RFP QINTEGRITY ) IRANI DIVESTMENT ACT CERTIFICATION IRAN DIVESTMENT ACT CERTIFICATION REQUIRED BY N.C.G.S. 147-86.59 created by the State Treasurer puruantioNCGS 147-86.58. As oft the datel listed below. the vendor ort bidderi isted above is not ksted on the Final Divestment List The undersigned hereby certifes tnat hec or sheis authorized by the vendor orl bidder lsted above to make the foregoing statement AAh Sigature Antoninus Hines PrintedName 03-25-2024 Date Chief Executive Officer Title Notes topersons signing this form: certfication 6 required at the following times When: abidiss submtted asbid) When acontract ls renewed or assgned State TreasurersFinalt owestment! List NCGS 147-8659a) requires this certfication for bids or contracts with the State of North Caroina, a North Carolina local goverment, or any other poltical subdivision of the State of North Carolina The when: acontractist entered intolf thecertfic ation wasr not alreadyn made when thes vendor made NCGS 147-86.5 59(b) requies that contractors with the State, North Carolina local government, or any other poltical subdivaion oft the State of! North Carolina must not ublze any subcontractor found on the The State Treasurer's FinalDietment: Liste canbe found ont thes State Treasurer's website atthe address wwa nstreaurer keman andy wliber updated every 1BoOday CaterefCouty CammwtCasannyp Due Date: 03/28/2024 Response tol RFP Page162 Use or disclosure of data contained on this sheet is subject lo the restrictions on the titley page ofthis Proposal Carleret County Government CwstodlalServlces Response to RFP OINTEGRITY PROPOSAL AND CONTRACT Carteret County Government Custodial Services The undersigned. ast bidder, proposes and agrees fthis proposal is accepledt toc contract wth Carteret Countyt fort the tumishingofalr materials, eqvipment, and tabor necessary toc complete te Carteret County Government Custodial Servces desoribed in these documents nf full and complete accordance with requirements., specfications. and contract documents, andto! the Mu and entire satisfaction of Carteret County for thes sumof. 24,475.95 Monthly ProposedCost 1.30 PrcePerSqt The Contractor shal provde aprice fort tuture additons that may require Custodial Services Contactor Integrty National Corporation FederaliDE 52-2063943 Antoninus Hines Witness: President) Aat 4A AAA Anest (coporation) (Corporate Seal) By Integrity National Corporation Tite: Chief Executive Officer (Owner. partner, corp. Fies orVice 1734 Eiton Road. Sute 230,Saver Sprng. Address Maryland 20903 Emal Address annes@megnycop.com by, Integrity National Corporation Licenses NA Chief Executive Officer Copormons Saotary Assl Saomry! Tide:. CatmtCary Geeoamaa SevosRegell Prposat Due Date: 03/28/2024 Response to RFP Page159 Use or disclosure of data contained on this sheeti iss subject to the restrictions on the title page ofthis Proposal Cartere! County Government Custodial Services Response to RFP QINTEGRITY IN TESTIMONY WHEREOF, the parties! have expressed! their agreement tot these terms by causing this Contract tobe executed by! their duly authorized office or agen! COUNTY OF CARTERET Tommy Burns, County Manager (Seal) Contractor Inlegrity National Corporation Antoninus Hines Authorzed! Representasve Antoninus Hines Chief Executive Officer AAh (Seal) Printed Name Tlle This instrument has been pre-audited Int the manner required by the Local Government Budgeta and Fiscal ControlA Act. Deel Meshaw, CountyFinance Officer NORTHCAROUNA COUNTYVOFCARTERETGOVERMMENT Approved ast tof form: County/ Attorey Notary Public ofthe State and County aforesaid certifythat Tommy Burns acknowledged thatheist the Counly Manager of County af Carteret, and that authority duly given as the acto ofthe Boards signed thef foregoing instrument signedi ini itsr name byt the County! Manager. sealed withits corporate seal. WITNESS myhand and official seal, this, dayof. 2024 Nolary Publc My Commission expires: CaneretCorny C-wweA Due Date: 03/28/2024 Response to RFP Page 160 Use or disclosure of data contained on this sheel is subject lo the restrictions on the title page ofthis Proposal Carteret County Government Custodial Services Request for Proposal Due Date: March 28, 2024,by 9:00AM,EST OINTEGRITY Value . Honor-l Innovation Submitted by: Antoninus Hines 1734 Elton Road, Suite 230 Silver Spring, Maryland 20903 240-882-7928 hinemtegnty-copcom Submitted to: Mr. Ray Farnum Project Coordinator 5231 Business Drive, Newport, NC28570 Email: eyAmapse"N Telephone: 252-648-7877 lhist proposal incl ludes data that shall notl he disel losed ouside the Govemment and shall not he duplica ated. Lusedor disclosedins hole connection with. the submission ofthis data. the Goverment shall have the right to duplicate. use. or disckose (he data to the estent prowided int the resulting contract. This restrictions doest norl limil the (Govermenrsight to use the mlormations comainedin this data ifitis ohtained from: anothers sourcewithoutr restriction. The data subjecttothis restrictions are contained on all pages ol this proposal. for or m part any purpose other than tocvalunte this I. however. acontract is awarded to thisi ofleror as a res sult of. or in proposal. Carlerel Counly Governmen! Custodial Services Response to RFP OINTEGRITY Carteret County Government 5231 Business Drive, Newport, NC28570 Attention: Mr. Ray Farnum Government, North Carolina. Dear Ray Farnum, Subject: Response to the Request for Proposal for Custodial Services released by Carteret County Integrity National Corporation (Integrity) is pleased to submit this response to the Request for Proposal for Custodial Services issued by Carteret County Government, North Carolina. As a certified Minority Owned Small Business and a distinguished Business and award- winning custodial and janitorial service provider headquartered in Silver Spring, Maryland, Integrity brings over 26 years of industry expertise in delivering exceptional services to federal, Integrity, under the leadership of Chief Executiye Officer Antoninus Hines, is proud to be recognized as an award-winning company dediçated to providing the highest quality janitorial, custodial, snow removal, and landscaping/grounds: maintenance services. With a history dating back to 1997, we have consistently demonstrated our commitment to excellence and innovation in Our proposal is founded on the beliefthat our 26 years of experience uniquely position us to offer the best value to the Carteret County Government facilities and we deploy technology-enabled Integrity has undertaken a thorough examination of the Scope of Work (SOW) detailing the custodial requirements specified for Carteret County Government facilities and we are fully committed to fulfilling these duties with the utmost professionalism and efficiency, ensuring that Our dedication extends beyond mere compliance; we are enthusiastic about the opportunity to contribute to the cleanliness, efficiency, and overall well-being of Carteret County Government facilities. This entails not only fulfilling the interior and exterior cleaning tasks outlined in the SOW but also going above and beyond to ensure that every aspect of custodial maintenance is carried out diligently. By partnering with Integrity, Carteret County Government can trust that their facilities will be maintained to the highest standards. We are excited about the prospect of collaborating with your esteemed organization and are eager to bring our expertise and dedication state, and local governments, as well as commercial clients since 1997. the janitorial services sector. workforce strategies for integrated or stand-alone services. each task is executed in a timely manner. tot the table. Sincerely, CAA Antoninus Hines Chief Executive Officer Ph: 240-882-7928 Email: hincsgmegrly-copsom Due Date: 03/28/2024 Response lo RFP Page Use or disclosure of data contained ont this sheet iss subject 10 the restrictions on thet tille page ofthis Proposal Carleret County Government CustodialServices Response lo RFP OINTEGRITY TablcofContents Experience inj providing custodial services for this size contract. Demonstrated ability to meet commitments requested within this RFP 2.1 Integrity'sNational. Presence. 3 Qualifications ofstaffto be used. 3.1 Staffing Schedule. 3.2 Project Manager - Resume.. 3.3 Project Manager- - Letter of Intent 3.4 Management Team.. 4.1 Operational Plan.... 4.2 Safety Plan 4.3 Method for Providing Proposed Services 4.3.1 Daily Cleaning 4.3.2 Daily Restroom Maintenance 4.3.3 Daily Staff Break Room Cleaning 4.3.4 Weekly Services.. 4.3.5 Annual Services 4.3.6 Special Additional Services. 4.4 Company Vehicle.. References from at least three similar clients. Financial stability 6.1 Reference Letter Truist Bank 6.2 Reference Letter- Sandy Spring Bank. 6.3 Financial Statements Certificate of Insurance Iran Divestment Act Certification 12 13 14 15 18 19 21 25 42 42 45 48 49 51 52 53 54 56 56 57 57 58 61 62 Specific operational and safety plans and methods for providing the proposed services : 21 7 Price. Due Date: 03/28/2024 Response to RFP Pageli Use or disclosure of data contained on this sheel is subject to the restrictions on the title page of this Proposal Carleret County Government CusiodialServices Response to RFP OINTEGRITY EXPERIENCE IN PROVIDING CUSTODIAL SERVICES FOR THIS SIZE CONTRACT At Integrity, we take pride in our proven track record, showcasing our dedication to excellence and client satisfaction through our past performance. Our past performance is more than just a list of accomplishments; it's at testament to our unwavering dedication to quality, a commitment that With a history of successfully serving over 454 client facilities, we have honed our expertise to meet a diverse array ofclientr needs. Our extensive client base reflects our ability to adapt to various Our commitment to excellence ist further underscored by thei remarkable ratings of"Exceptional" our contracts have consistently earned. These ratings are at testament to our unwavering dedication to delivering quality services, and they demonstrate our proven ability to meet and exceed One of our most distinguishing achievements is our remarkable 99% customer retention rate. This impressive figure is a direct result of our relentless focus on client satisfaction, a commitment that ensures our clients not only receive excellent service but also continue to entrust us with their Moreover, the following table provides an overview of the current contracts held by Integrity in performing similar Custodial services either as a prime contractor or subcontractor. continues to drive our success. Here's what sets us apart: Extensive Client Base: requirements and deliver results that consistently exceed expectations. Exceptional Ratings: performance expectations. Exceptional Customer Retention: ongoing needs. Square bContract Services/ Scope Contract Number Totaly V alne Footage fContract Adressed Name & Location ofFacility Marine Corps Air Station, Cherry Point, NC Janitorial Services CPM19C0001 $3,194,174.04 212,452 Point of Contact: Kellie King, CDCDirector Kalie.ing-ame-mcsiong 910-449-8979 Due Date: 03/28/2024 Response to RFP Pagell Use or disclosure of data contained on this sheeti iss subject 10 the restrictions on the title page ofthis Proposal Carleret County Government Custodial Services Response to RFP Square TotalValue Footage ofc ontract Addressed byContract QINTEGRITY Name & Location ofl Facility FAA William J. Hughes Technical Center (WJHTC), Atlantic City International. Airport,NJ Services! Scope Contract Number DTFACTI6C00007 $16,302,332 1,159,930 Custodial Services Point of Contact: Christian Brenner, Contracting Officer Representative Christiambremmer@hagow 609-485-9159 NASA Jet Propulsion Laboratory Janitorial Services 1660362 $58,475,236.8 2.8 million Point of Contact: Abbas Saqib, Subcontractors Manager Abssagib@lpinasagoy 626-319-7612 United States Department of Agriculture Headquarters Complex, Washington, DCI Custodial Services 12314218C0005 $23,786,580 1,731,373 A4S8A Point ofContact: Janice Barnes, Contract Adminstrator amis-DBame@udagoy Due Dale: 03/28/2024 Response lol RFP Page12 Use or disclosure of data contained on this sheel is subject to the restrictions on the titley page of this Proposal Carleret County Government CustodialServices Response IORFP Squre TotalValuc Foutage ofc ontract Addressed byContract QINTEGRITY Name & Location of Facility 202-690-1884 Department of Labor, Frances Perkins Building, Washington, DC Services/ Scope Contract Number m Janitorial Services 1605DC-19-R-00055 $25,579,383.4 1,070,000 Point of Contact: Richard Guillary, Contracting Officer Culloy-tchamdmgolgow 202-570-0858 Rockville District Court, MD Janitorial Services 001B1600467 $608,451.20 151,030 T JL Point of Contact: Nicole Leary, Contract Monitor hisolalay@maylamdgowy 301-563-8884 Montgomery County Zones 2 & 7,MD Custodial Services 1140101 $3,000,300 1,494,266 Point of Contact: William Billl Banks, COR Milsma@mopaeyan 240-777-5366 Due Date: 03/28/2024 Response to RFP Page13 Use or disclosure of data contained on this sheet iss subject to the restrictions on the titlep page ofthis Proposal Carleret County Government Custodial Services Response to RFP Square TotalValue Footage ofContract Adressed byContract OINTEGRITY Name & Loca ation ofl Facility Prince George's County, MD Servicest Scope Contract Number Custodial Services S19-008 $3,401,517.47 181,028 Point of Contact: Eric Miller, Division Manager camiller@co.pgmdaus 301-817-4382 Colorado Service Center (CSC) Federal Facilities 47P10019F01888 Custodial Services 47PJ0022A0003 $1967291371334037293 Point of Contact: David Berry, Contracting Specilaist david.bery@gsagoy 720-454-9582 Montgomery County Zones 4& 5, MD Custodial Services 1096495 $3,293,790.4 761,358 Point of Contact: Leslie Clark, Contract Administrator esliteclatk@montgomeycounymagoy 240-447-0558 Due Date: 03/28/2024 Response to RFP Page14 Use or disclosure of data contained on this sheeti is subject lo the restrictions on the titlep page ofthis Proposal Carlerel County Government Custodial Services Response to RFP Square Total Value Footage ofc ontract Addressed byContract QINTEGRITY Name & I 0 ation ofl Facility Services/ Scope Contract Number Custodial, Grounds Snow Removal Services Maintenance and 2082AA20C00001 $10,600,395.1 63,416.32 United States Mint, Denver CO Point of Contact: Jim Whetstone, Contracting Specialist aMASNANARTSeN 410-551-5195 US Mint Philadelphia,' PA Janitorial and Snow 2036X521C00001 $9,264,865.38 551,236 Removal Services Point of Contact: Josephine Stanton, Contracting Specialist osphaestumoeummtcon 202-354-7425 Janitorial Services 19-481 $2,731,794.91 324,193 Polk County, Group C,FL Point of Contact: Jorge Rodriguez, Facilities Superintendent Pemarcedpal-cuyat (863)559-2356 Due Date: 03/28/2024 Response 10 RFP Pages Useor disclosure of data contained on this sheetis is subject lo the restrictions on the title page ofthis Proposal Carteret County Govermment Custodial: Services Response to RFP Square Total Value Footage ufContract Addressed byContract OINTEGRITY Name & Location of Facility Services/ Scope Contract Number Custodial Services W911QY21F0199 $3,341,945.31 397,879 US Army Garrison Natick (USAG), MA Point of Contact: Bruce Coffin, Contracting Officer Representative Pnsasollindv@malm 781-307-3495 Custodial Services 40R1018P0082 $5,840,147.88 1,426,733 Bureau of Reclamation, Grand Coulee, WA Point of Contact: Scoot Cooper, Contracting Specialist smcoper@usbr.goy 2083785142 Due Date: 03/28/2024 Response to RFP Pagel6 Use or disclosure of data contained on this sheeti is subject t0 the restrictions on the title page of this Proposal Carleret County Government CustodialServices Response to RFP OINTEGRITY 2 DEMONSTRATED ABILITY TO MEET COMMITMENTS REQUESTED WITHIN THIS RFP Integrity National Corporation is an award-winning custodial and janitorial company founded by Antoninus Hines in 1997, headquartered in Silver Spring, Maryland. With more than 26 years of experience, Integrity stands apart from their competition by working to be technology- forward, maintaining a strong ethical culture, and delivering cost-effective and quality services. We offer a range of facility services including custodial and janitorial programs, diverse maintenance, handyman services, and groundskeeping and landscaping which includes snow and ice removal and smaller capital projects. We serve multiple campuses nationwide including Marine Corps Air Station, Cherry Point, NC, Cal Tech's Jet Propulsion Laboratory Prince George's County, Montgomery County, Polk County and others similar in size projects which we have detailed int the "Section 1-1 Experience" above. In August 2018, having undergone a comprehensive assessment of our management structure and green cleaning operations by an independent accredited CIMS-GB assessor, Integrity National Corporation is hereby About Integrity 26Yems in Business 454 Clautfasiat-svl 100 ) ears olcombineds senior leadershp experence 500 vmpheesmatonvale Over S300MHoRd contractsa awarded and successidly utemsunayPacman retentionnle Aicontracis: performed with "Very Good" to steptional" Ratings Successtul esperience with several county lhcilities including Prince George's County. Montyomery County. PolkCounty etc. certified with HONORS to the ISSA Cleaning Industry Management Standard Green Building Criteria and has successfully demonstrated a commitment to the delivery of environmentally preferable services designed to meet customer needs and expectations. The Cleaning Industry Management Standard Green Building (CIMS-GB) Certification is acquired by less than .026% of janitorial contractors nationally, making Integrity a Top Tier Provider. We were recognized by the Capital Region Minority Supplier Development Council as the category 2 Supplier of the Year during their annual "Leaders & Legends Awards Ceremony featuring the Top 1001 MBE" ceremony held on the campus ofthe University ofN Maryland, College Park. The nomination recognizes the top minority-owned companies based on their demonstrated revenue growth, job creation, high-profile customers, business performance, and community and Our track record of successfully managing extensive facilities exceeding 2 million square feet, including prestigious locations like the Jet Propulsion Laboratory, NASA Johnson Space Center, NASA Langley Research Center, Pentagon, Department of Agriculture, and Department ofLabor Headquarters, underscores our capacity to handle intricate large-scale projects. With more than 50 completed contracts, spanning both government and commercial sectors, Integrity has never Council involvement. Integrity ata Glance faltered in contract fulfilment or faced termination due to non-performance. Due Date: 03/28/2024 Response to RFP Page17 Use or disclosure of data contained on this sheet iss subject lo the restrictions on the dille page ofthis Proposal Carteret County Government Custodial: Services Response to RFP OINTEGRITY Remarkably, over half (50%) of our contracts originate from repeat customers, including Customer by Sector esteemed organizations such as the Department Commercial of Defense, Department of Treasury, 5.0% Department of State, Department of Agriculture, Toyota Motor Corporation, Cushman Wakefield, and CBRE Real Estate Services. This steadfast loyalty and continued engagement from renowned clients attest to Integrity's consistent delivery of value and our profound understanding of our clients' unique Govemmont 95,0% requirements. Integrity represents the standard in innovative approaches to presenting our customer's solutions for improving quality while reducing cost. We are members and/or utilize resources of several organizations that support the building services and operations and maintenance industries. These include the following: Building Services Contractors Association International (www.bscai.org) Industrial Sanitation Supply Association (www.issa.org) Building Owners Management Association (www.boma.org) International Facility Management Association (www.ifma.org) Cleaning and Maintenance Management tphpvammonineseno Association of Physical Plant Administrators of Universities and Colleges (www.appa.org) Integrity firmly believes that leveraging our 26 years of experience positions our proposal as the optimal choice for the Carteret County. Our distinguished service extends al host oftechnical and operational advantages that set us apart from other contractors. Some of these notable benefits CleanLink Antp/hwaksanlnkon) encompass: Proven Past Performance Integrity Natmaewpratwalmud Valuel Proposition Integrity currently performs custodial services and has completed more than 50 government and commercial contracts during our company's existence. Integrity has never defaulted on: a contract or had a contract terminated for non-performance. More than 50% of our contracts are for repeat customers, including the Department of Defense, Department of Treasury, Department of State, Department of Agriculture, Toyota Motor Corporation, Cushman Wakefield and CBRE Real Estate Services. Integrity completes all contract tasks promptly using proven management and janitorial staff in all facilities. We use the CleanTelligent" Janitorial software to real-time view of all work performed and scheduled - a feature many other Proven Operational Procedures Plans schedule and track the completion ofdaily, weekly,monthly, quarterly, semi-annual, on this Contract annual, and unscheduled tasks. Our management and contracting personnel havea contractors cannot provide. Due Date: 03/28/2024 Response to RFP Page 18 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page ofthis Proposal Carteret County Government Custodial Services Response to RFP OINTEGRITY Integrity MatmmalCwrpwratmn Unique Value Proposition Human Capital Integrity leverages EPAY Systems' human capital management System (HCM) our workforce, reduce costs, and ensure 100% staffing. This solution streamlines Management massmsaAwse solutions to optimize tasks and improves the overall efficiency of recruiting and retaining ther right people, providing training to optimize a healthy, engaged workforce and thus increase efficiencies and providing better services to the agencies. Below is the dashboard of the various features: Mobile Workforce Management Software Integrity leverages Lighthouse Workforce Management Software htps/Aemsofivare.comsofiwareghtiouse to remotely monitor and ensure services are being delivered as planned. Lighthouse increases visibility ofemployees, improving time and attendance and compliance functions. This software provides us with the ability to effectively manage a mobile workforce by gaining insight into tasks and issues to help deliver services in line with contract requirements. Lighthouse provides us with a real time D inventory of supplies and equipment. Inventory forms are created in Lighthouse, when an employee scans the QR codei in the utility closet the inventory form pops up and prompts them to complete it. Due Date: 03/28/2024 Response to RFP Page19 Use or disclosure of data contained on this shee! is subject lo the restrictions on the title pageofthis Proposal Carleret County Government Custodial Services Response to RFP OINTEGRITY Integrity National Corporation's Unique Valuc Proposition Integrity leverages thel benefitof Due Date: 03/28/2024 Response to RFP Page114 Use or disclosure of dala contained on this shee! iss subject to the restrictions on the title page of this Proposal Carleret County Government Custodial Services Response to RFP OINTEGRITY 3.2 PROJECTMANAGER-RESUME RICHARD M DUBAY Richlands, North Carolina 207 632-4355 rickdabay@outoksom Professional qualifications: manufacturing environments. Established çconsultant and expert in the cleaning industry Success managing teams of up to 95 employees inj post-secondary education, healthcare and Experienced in project planning and management, cleaning industry standards, training. Experience General Manager III Sodexo at UNC Health Lenoir Hospital, Kinston, NC (2023) Manage cleaning and maintenance for 199 bed hospital. Lead, coach, train a staffof46. Implement and manage all EVS Tools including safety, training, compliance, and EVS operations. General Manager III Sodexo at Central Maine Health Care, Lewiston, ME (2020 to 2023) Manage cleaning and maintenance for 2501 Bed Hospital. Sodexo at Assumption College, Worcester MA Custodial Operations Manager (2019 to 2020) Lead, coach, train a staff of 90+(4 Managers, 3 supervisors, 85 EVS Attendants). Implement and manage all EVS Tools including safety, training, compliance, and EVS operations. Lead, coach, train a staff of 40 (1 Manager, 3 supervisors, 36 Environmental services Manage cleaning and maintenance for 1 million cleanable sq. ft. including classrooms, athletic Responsible for Facilities Maintenance teams in the absence oft the General Manager. Associates.) facilities, faculty offices, health center and dormitories. Bowdoin College, Brunswick, ME Housekeeping Manager (2015-2019) housekeepers), annual budget of $350K. management system custodial module for the college. Led, coached, trained and mentored a staff of 60 (2 administrators, 2 team leaders, 56 Managed project for design and implementation of Bowdoin's computerized maintenance Managed cleaning and project maintenance for over 1.5 million cleanable sq. ft. including classrooms, athletic facilities, faculty offices, health center and dormitories. Due Date: 03/28/2024 Response lo RFP Page 115 Use or disclosure of data contained on this sheet is subject 10 the restrictions on the title page ofthis Proposal Carleret Counly Government Custodial Services Response to RFP OINTEGRITY commencement and reunion weekends. reduction in workplace injuries. IDEXX Laboratories, Westbrook, ME Facilities Support Services Supervisor III (2008-2015) Led at team of six plus contractors and student workers through set ups and moves including Implemented improved ergonomics methods for all cleaning staff resulting in significant Led, coached and mentored a staff of37i in-house cleaning personnel responsible for offices, laboratories, and manufacturing environments, managed operational budgets Oversaw cleaning contracts for six IDEXX locations including two in Maine and four others U.S. including RFPS, vendor selection, and improved cleaning scope implementation Developed and implemented the IDEXX Sustainable Cleaning Program for LEED Gold Led the IDEXX Cleaning Team to become the first to earn the ISSA Cleaning Industry Management Standard certification with honors in New England Managed landscaping projects and operational services for two locations in Maine Managed indoor plant maintenance contract for two IDEXX locations Managed waste management plan and implemented cost savings of over 50%, increased total Developed and implanted Zero Sort recycling program for three IDEXX locations in Maine Implemented Electronic Waste Program and negotiated contract for re-use of used desktop Implemented organic waste program for dining services for 95% food waste composting Served on the IDEXX Sustainability Leadership Team, managed projects for several IDEXX locations (IDEXX 360 Program), initiated the IDEXX Adopt a Garden Program for two Trained document originator for Facilities for IDEXX's ISO 14001 certification. int the facility waste diversion from land fill to over 65% and Massachusetts computers and laptops for zero sum cost to IDEXX Tierl locations Goodall Hospital, Sanford, ME Director of Environmental Services (2006-2008) Managed Environmental Services Teams of up to 32 staff at the hospital and two eldercare Managed cleaning services contractors at three leased facilities and two medical office sites Participated on four committees including Infection Control, Environment of Care, Value facilities Managed budgets for Environmental Services Department Analysis and Project Management Committees University of New England, Portland and Biddeford, ME Housekeeping Manager (1999-2006) Due Date: 03/28/2024 Response lo RFP Pagel 116 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page ofthis Proposal Carlerel County Government Custodial Services Response to RFP QINTEGRITY Provided leadership for Housekeeping and Landscaping teams of 45+ staff on two campuses inE Biddeford and Portland with over 1 million sq. ft. space in several facilities. Managed Contracted Services at three University Healthcare Sites in Portland, Biddeford, and Led the implementation ofa a new Computerized Maintenance Management System Co-Chaired design and implementation of University Wide Online Safety training Participated in the Safety Committee and Environmental Management Systems Core Team. Saco Managed all office moves and relocations for both campuses Education Katahdin High School, Stacyville, ME Diploma, National Honor Society, Citizenship Awards, lettered in multiple sports. Attending SNHU-Associates in Information Technology. Current Facilities/Cleaning Industry Certifications Certifications Industry Cleaning Expert; Green and Sustainable Cleaning; ICE-TTraining- ISSA'sCleaning Custodial Supervisor Training Program and Train the Trainer for Custodial Technical Training Lean Six Sigma Certificate and Project Management Certificates - University of Southern Industry Management Standard Basic and Advanced Training Cleaning Management Institute Carpet Cleaning Maintenance Certification - IICRC 40 Hour General Requirements Training OSHA Maine Zero Waste Industry Expert Certified US Zero Waste Business Council Due Date: 03/28/2024 Response to RFP Page17 Use or disclosure of dala contained on this sheeti is subject lo the restrictions on the tille page ofthis Proposal Carleret County Government Custodial Services Response to RFP 1734 Elton Road Suite230 Siver Spring. MD 20903 Man91)424840 Fax (301)445-2974 maalatsneepa OINTEGRITY 3.3 PROJECT! MANAGER- LETTER OF INTENT OINTEGRITY LETTER OF INTENT I. Richard M Dubay, have interviewed for the Project Manager pasition with Integrity National Corporation. 1 understand the offer to work with Integrity is contingent upon Integrily oblaining the contract for the Carteret County, NC. IfIntegrity ist the successful offeror,lwill accept employment with the position ofl Project Manager and willl bes available for employment withint two(2)wecksoft thec contract being awardedl. Richard MI Dubay (Name) RL/ (Signature) GSA Schedule CIMS) SDB, MBE. LDBE cerified profitobility. Our mission is to expond our new customer bose ond retain our exiting rustomers by providing building mointenance services thot encompass ofocuse on safety, the environment employee healch, qualty services, customer satisfoction and Due Date: 03/28/2024 Response to RFP Page118 Use or disclosure of data contained on this sheet is subject to the restrictions on the tille pagec ofthis Proposal Carleret County Government Custodial Services Response to RFP OINTEGRITY 3.4 MANAGEMENTTEAM Nume Title. and Roles Antoninus Hines Chief Executive Officer Antoninus ensures that we are meeting your needs while maintaining Integrity National Corporation's quality standards. Performs monthly/quarterly inspections. Mark' Terrenzi Chief Operating Officer Mark promotes customer satisfaction through executive-level customer relationships. Plans, organizes, and controls the activities ofa geographic area (city) within a region. Coordinate sales and service activities in accordance with policies, principles, and procedures established by Integrity National Corporation. Russell Morgan Government Sales Director Russell is responsible for corporate oversight of each program providing technical coaçhing and training, safety, equipment knowledge and operating procedures. Russell interfaces with customers during site visits and reviews reports and conducts field inspections to confirm compliance with all contractual requirements. Russell ensures coverage is on site in the event ofa leave of absence by our professional staff John Hogg Regional Manager- Wes! John is responsible for corporate oversight of each program providing technical coaching and training, safety, equipment knowledge and operating procedures. John interfaces with customers during site visits and reviews reports and conducts field inspections to confirm compliance with all contractual requirements. John ensures coveragei is ons site in the event ofa leave of absence by our professional staff Due Date: 03/28/2024 Response to RFP Page119 Useor disclosure of data conlained on this sheet is subject to the restrictions on the title pageofthis Proposal Carteret County Government Custodial Services Responselo) RFP OINTEGRITY Nume Tille, und Rules Pam Prakke Chelden Chief Financial Officer Pam is an operationally focused, entrepreneurial financial executive with a track record of transforming middle market, privately held companies through intense bottom-line management: and successful M&A transactions. With 14 years as CFO transforming a transportation broker into a supply chain services leader, with 2 acquisitions and 3 years as CFO spearheading the digital transformation ofa 100+- year-old home school education, private equity-owned business. Reduced SG&A spending by over SIM annually at each company. 9ycars with KPMG audit Sarah Knotts Senior Controller Sarah has spent her twelve-plus-year career performing and managing all aspects of accounting including bank reconciliations, Accounts Payable, Accounts Receivable, preparing and presenting monthly financial statements, overseeing, and reviewing all monthly close activities, and managing annual audits. Sarah received her BS degree in accounting. Miguel Velazquez Human Resource. Director Miguel has over twenty years of experience in Talent Management, Employee Experience, Customer Service, andI Digital Marketing. His track record includes but is not limited to guiding diverse, cross-functional teams, overseeing critical projects, and successfully driving corporate objectives and productivity. He has achieved this by leading regional teams, managing vendors across five Latin American countries, and ensuring a balance between profitability and sustainable work environments. Miguel's expertise extends to managing financial and cultural transformations and championing the effective adoption ofITs systems and metrics ata all organizational levels. Patricia Bobbitt Operations Support Team Manager Patricia Bobbitt is a seasoned Facilities Management professional with over 20 yearsofindustry. experience. Specializing in optimizing facility operations through innovative solutions and cutting-edge software expertise, she excels in reducing costs and enhancing end-user. satisfaction. Patricia's leadership prowess and collaborative approach have consistently elevated organizational standards, making her a valuable asset to the Integrity team. She eagerly anticipates leveraging her expertise at Integrity National Corporation to drive impactful initiatives and deliver exceptional results. Due Date: 03/28/2024 Response to RFP Page 120 Use or disclosure of data contained on this sheeti is subject 10 the restrictions on the title page ofthis Proposal Carteret County Government Custodial: Services Response to RFP OINTEGRITY PROPOSED SERVICES 4.1 OPERATIONAL PLAN SPECIFIC OPERATIONAL AND SAFETY PLANS AND METHODS FOR PROVIDING THE Elevating Service Excellence through Innovative Customer-Centric Programs Integrity commits to providing an onsite Operations Support Team (OST) both before and after the contract start. Key Personnel willl be supported by the OST during the phase-in and throughout the performance ofthe contract. Routine communicationt with our Keyl Personnel candidates occurs tokeep them engaged. Our OST includes: Regional Operations Managers Areal Managers Our OST provides expert analysis and implementation to our current and prospective clients to help reduce operating costs, increase efficiency, and improve the quality ofc cleaning services. We also provide SWOT (strengths, weaknesses, opportunities, and threats) analysis to our prospective Moreover, our corporate personnel are highly involved in all of our contracts, ensuring a comprehensive approach to addressing various aspects of performance and customer satisfaction including immediate corrective actions to continuous improvement initiatives and regular interactions with customers and vendors. Here are some key initiatives that showcase their level Deficiency correction and reinspection serve as essential tools to rectify poor custodial performance. When deficiencies are identified, Integrity takes swift corrective action, This can involve additional training for custodial staff or improvements in cleaning processes to ensure that the highest standards are met. Regular reinspection ensures that the desired level of performance is maintained over time, preventing recurring issues and keeping service quality consistently high. clients to educate them on what is possible. ofinvolvement. 1.Deficiency Correction and Reinspection: Trend Analyis Prablesn Identned Inferrmation to Projedt Manager for Preventive Measures! or Policy Ddesr Kpart Dehidency Corrected Response to RFP Due Date: 03/28/2024 Page121 Use or disclosure of data contained on this sheet is subject 1o the restrictions on the title pageafthis Proposal Carleret County Government CuslodialServices Response lo RFP OINTEGRITY 2. Weekly Customer Contact Log: To enhance the quality of services and foster effective communication, Integrity employs the Weekly Customer Contact Log. This tool promotes ongoing interaction between our clients and custodial staff. It enables customers toj provide feedback on the: services they receive and highlight areas where improvements are needed. The custodial team can then take immediate corrective action based on this feedback, ensuring that client needs are met efficiently. Below is a sample chart showing what this log looks like. This chart is a sample representation of the Weekly Customer Contact Log and can be customized to fit your organization's specific needs. Celorcede. Centans Coamarts AsstensiColart Cole MWIahnal AHAPY RADGS FAME RIPOME EMAL A oC4E " usoy BN mmmo - pertien B 3. Bi-Weekly Labor, Revenue & COGS Meetings: At Integrity, we don't just deliver services; we create a partnership for success. Our Bi-Weekly Labor, Revenue & COGS Meetings are more than routine check-ins; they exemplify our unique commitment to your success. We meticulously audit and report on revenue and cost control systems, ensuring transparency and informed decisions. Our focus on enhancing productivity through re-engineering, forecasting future results, fostering continuous improvement, and Continuous improvement is at the core of Integrity's approach. Regularly reviewing performance data, identifying areas for enhancement, and implementing corrective actions are integral to this process. By closely monitoring results, the company can make data-driven decisions, identify patterns of poor performance, and proactively address any underlying issues. This commitment to continuous improvement ensures that the custodial staff consistently delivers the best services. The Quarterly Business Review is a strategic meeting that fosters strong relationships and transparency between clients and Integrity. This quarterly interaction brings together clients and key influencers with Integrity's onsite and offsite leadership teams. The primary objective is to bridge any gaps that may exist between clients' perceptions and the reality of cleaning standards and customer experience ratings. This open dialogue helps create a strong partnership and ensures identifying new business opportunities sets us apart from other contractors. 4. Continuous Improvement Process: 5. Quarterly Business Review: that client expectations are met. Due Date: 03/28/2024 Response tol RFP Page 122 Use or disclosure of data contained on this sheet iss subject to the restrictions on the title pageofthis Proposal Carlerel County Govermment Custodial Services Response to RFP INTEGRITY 6. Quarterly Vendor Business Review: Integrity's Vendor Business Review Program is aimed at optimizing the relationships between vendor partners, Integrity's on-site and corporate leadership, and customers. This collaborative approach ensures that solutions are continuously provided to enhance safety and the overall customer experience. By aligning vendor partners with the company's vision and goals, Integrity The Corporate Customer Touch Program is another structured approach to gathering and addressing customer feedback. Integrity's Corporate Leadership team carefully reviews customer feedback to identify areas where performance may bel lacking and takes prompt corrective action. This program not only helps improve service quality but also builds strong, positive relationships with customers by demonstrating a commitment to delivering high-quality services and addressing their concerns, Below are some sample charts and reports that illustrate the effectiveness of our "Corporate Customer Touch Program" in achieving outstanding customer ratings and fostering can consistently deliver high-quality services to its clients. 7.C Corporate Customer Touch Program: long-term partnerships through contract renewals and follow-on awards Got toPolicv GotoVast Site) Rankings IntegntyCares MN TA 11HA SPM sePyM s sA naDwe ME sswal Mie Co 171 MAL Des MI Fi TotalVisits Customer TowchDahboad-laqu: 2023 5155 hwN Mait Due Date: 03/28/2024 Response lol RFP Pagel 123 Usec or disclosure of data contained on this sheeti iss subject to the restrictions on the title page ofthis Proposal Carteret County Government CustodialServices Responseto RFP OINTEGRITY 8. Contract Compliance: Our Contract Compliance Procedure stands as a testament to ensure the success of your business through precise adherence to contract deliverables. Going beyond conventional guidelines, our approach transcends routine checkboxes. Wec diligently monitor, audit, and transparently report on compliance measures, upholding contractual obligations. le 4/1/22 ORIaI BMTTLDTC 120 Ml IKA 21 Sarybatatn dw autsa Conghtonro coar S 40R172189X07 10 w 140817254X0 121 Cs Due Date: 03/28/2024 Response to RFP Page 124 Usec or disclosure of dala contained on this sheeti is subject lo the restrictions on the title paged ofthis Proposal Carteret Counly Government Custodial Services Response to RFP OINTEGRITY 4.2 SAFETY PLAN Integrity National Corporation, in its project operations, is committed to providing a safe and healthy work environment for all Integrity employees, employees of client agencies, and visitors. Thisi is thel Number one priority at each project and thel Number One concern oft the corporate staff, For Integrity, it is important to establish, implement, and maintain a sound Safety and Health Program (SHP) to preserve a safe and healthful workplace, ensure the health and welfare of our Our SHP objectives are to eliminate and/or control the hazards caused by, for example: project managers, supervisors, and project personnel. employees, and provide continuous quality and service for our clients. Goals and Obiectives Improper use of hazardous materials Inadequate maintenance ofb building security Failure to secure and advise of dangerous conditions, such as wet floors and other conditions. Accidents resulting from dangerous conditions inherent in the cleaning. job. This Safety and Health Plan has been prepared in an effort to prevent injuries, illnesses, and death from work related causes and to minimize losses of material resources and interruptions from accidental occurrençes. Iti is directed toward the control ofall types ofhazards encountered in the This Plan is a part of a continuing program for providing safety and health information to personnel. We all share in the responsibility for the health and safety of our employees, clients, Employees are encouraged to report immediately any unsafe condition under the responsibility of Integrity to the Project Manager, his/her designee, or the Integrity's corporate office. Integrity believes that minimizing waste generation by the project is both cost effective and a benefit to the environment. An important key to minimizing waste is to make waste minimization Equipment Selection: A nontraditional approach to selecting equipment is to look at the life- cycle cost of each candidate item. Life-cycle cost includes initial acquisition, consumption of energy and supplies during operation, and maintenance. The impact of this consideration is readily apparent in deciding what types of vehicles to provide for the project where we regularly consider energy consumption and maintenance in making purchase decisions. For example, similar considerations can be applied to vacuum cleaners (those requiring disposal Material Selection: Similar considerations can be used for materials used on the project. For example, floor finishes can be obtained in ay variety of grades. Typically, more durable finishes cost more than less durable ones. However, less durable finishes require more frequent refurbishment that will generate more waste over the life of the project. It may be possible to reach an optimal circumstance with reasonable cost impact and significantly reduced project Use or disclosure of data contained on this sheet iss subjecl to the restrictions on the title page ofthis Proposal performance of official duties. and visitors. Waste Minimization acriterion in project decisions: bags Vs. those that don't) waste. Due Date: 03/28/2024 Response to RFP Page125 Carleret County Governmen! CuslodialServices Response to RFP OINTEGRITY Procedure Optimization: The way that the custodial staff performs its tasks has a significant impact on waste generation. For example, our procedures emphasize the appropriate reuse of containers and materials. Where possible, concentrated solutions are procured and then diluted to the appropriate strength. This minimizes the number of cartons and containers we need to dispose of. Also, dilution is carefully performed to prevent spills and to achieve optimum effectiveness of the diluted substance. Another example is the reuse of treated dust mops, which are used on hard surfaces. These mops are cleaned and retreated to maintain their During startup, Integrity will make initial choices of equipment, materials, and procedures that minimize waste. Once the project is underway, project waste generation will be monitored as part of our performance indicator trend analyses. This will ensure that there are ongoing efforts to Integrity supports the customer in maintaining and enhancing the recycling program. at the customer Custodial Services Project. During startup, we will review current collection data, current collection and sorting processes, and the location of recycle collection bins in each area. Our general approach to collection and sorting ofr recyclable materials is as follows: 1. The project manager and supervisors will monitor all the recycling bins on a daily basis. All 2. Eachi recycle bin will be lined with al heavy plastic bag that willl be removed and replaced when 3. Each collected bag will be tagged with the type of material, date of collection, and area it was 4. Collected materials will be weighed. The weight and data from the tag will be recorded in a log at the recycle sort area. This data will be entered into an Excel spreadsheet in the project The approach outlined above will provide the data necessary to evaluate the effectiveness. of the recycling program including trend data and participation rates in offices/areas throughout the Regular waste (non-recyclable materials) will be monitored in a similar but less precise manner. The custodians will record the amount of waste collected on their route sheets. The amounts will be recorded as 1/4, 1/2, 3/4, or full bin (55-gallon barrel). Area designations will also be coarser. This data will also be entered into the project office PC for analysis. Trend analysis will indicate Integrity will work with the customer to promote the recycling program and to discourage contamination ofrecovered materials. The following activities will be presented to the Contracting A semi-annual or annual collection event by area to encourage offices to collect and dispose of materials no longer needed. This group event will allow more efficient collection of the materials (waste and recyclable) sinceal lot ofmaterial will be collected at one time in presorted Usec or disclosure of data conlained on this sheet is subject lo ther restrictions on the title! page ofthis Proposal effectiveness while prolonging their use on the project. minimize project waste generation through the duration of the project. Recycling Program bins will be emptied at least once each week. the material is collected. collected from. office PC for analysis. 5. Collected materials will then be sorted and placed in dumpsters for removal. facility. the overall effectiveness of the waste minimization efforts. Activities to promote occupant participation Oflicer/Representative for consideration: Due Date: 03/28/2024 Response to RFP Page 126 Carlere! County Government Custodial: Services Response to RFP OINTEGRITY bins. It will also free up spaçe in files and within the area in general as unnecessary items are A quarterly soda can/soda bottle collection event with the proceeds being given to a local charity. This will stimulate the general idea ofrecycling and help personnel get in the habit of routinely recycling items by providing a worthy, visible objective to the recycling event. Traditional advertising efforts emphasizing posters that show the benefits to the environment and to the organization by aggressively recycling materials and minimizing waste. This element would also address the problem of contamination of recovered materials. As the project begins to collect data on waste minimization and the recycling program, the data can Integrity has extensive experience in the use of bio-based products on its cleaning projects. Our approach continues to be to identify manufacturers who have a significant commitment to using recovered material and post-consumer content in their products. We monitor the websites oft these vendors to ensure that we have the latest product information for environmentally preferred products (EPP). The corporate office maintains a list of preferred materials and supplies. The following paragraphs are specific examples of Integrity's approach to the use ofl EPP. Our preferred supplier for paper products (bathroom tissue, toilet seat covers, paper towels, and general-purpose industrial wipes) is Georgia Pacific. Georgia Pacific offers certification of the Post-Consumer Fiber Content in its Envision Product line, which meets or exceeds Environmental Protection Agency (EPA) recoverdpost-consumer content guidelines. Similarly, we use plastic trash bags provided by the Wisconsin Bag Company, which typically have 30-percent recovered content and 30-perçent post-consumer content. In addition, we routinely use cleaning products from S. C. Johnson, which has extensive and successful environmental policies. EPP may or may not be cost competitive with traditional products of equal quality. We purchase EPP where the quantities are small sO that price differentials have a small impact on overall material costs to a project. Ifwe can use the same product on several projects, then we try to take advantage of a quantity purchase that may make the EPP unit price comparable to traditional product prices. Integrity considers all its material requirements as potentially satisfied by the appropriate EPPs. We use our current consumable items as the baseline and definition for our EPP Table 1 is a representative list of the materials that Integrity will evaluate for use on a typical Custodial Services Project. We will make recommendations for the use of EPP materials where possible. In the table, we identify current EPP materials using National Stock Numbers (NSNs) where available and also potential materials that we will track for future changeover to EPP Table 1. Summary. List OfEPP! Materials, Enyironmentally Friendly Materials, and Future Candidate discarded. be displayed on bulletin boards to further encourage these efforts. Environmentally preferred products requirements. versions. Materials for Use on. Janitorial Service Projects Material Sources Comment Trash çollection liners Due Date: 03/28/2024 NSN:8105-01-18-9764 25% post-consumer content; 57 gal/75 Ib capacity Response to RFP Page127 Useor disclosure of data contained on this sheel is subject lo the restrictions on the title page ofthis Proposal Carteret County Government Custodial. Services Response to RFP OINTEGRITY Waste basket liners Degreaser concentrate NSN: 8105-01-221-3233 25% post-consumer content; 10 gal/15 Ib capacity Simple Green 1:10 Manufactured by Sunshine Makers, Inc.; biodegradable spot cleaner; USDA approved for use in meat and poultry plants; nontoxic; nonabrasive Disinfectant effective against a variety of organisms including staph, strep, and E. Coli bacteria Potential EPP Disinfectant cleaner concentrate Simple Green D, 1:10 Various Windex Simple Green Never Dull Bowl cleaner Glass cleaner Lime scale remover Metal polish Spot cleaner Carpet shampoo Liquid floor coating wax Floor stripping compound Rubber gloves Brooms Mop handle General purpose wipes andi rags Mop head Treated dust mops Deodorant block Bathroom Tissue Due Date: 03/28/2024 Biodegradable cleaner Cleaning and polishing brass, aluminum, nickel, pewter, silver, copper, steel, chromium, zinc, and gold. Simple Green Carpet Biodegradable, nontoxic Cleaner Various Various Various Various Various Various Various Treatment screen Potentiall EPP Potential EPP Potential EPP Potential EPP Potential EPP Potential EPP Potential EPP Potential EPP process Spray buffs solution (Ramsey Sure Pass) Various NSN:7920-00-148-9666 100%1 recovered material BEAN-e-dooe Dust Mop Derived from soybeans, environmentally Non-para block or treated Enzyme block and treated screens NSN: 8540-00-530-3770 All current NSNS are 30% recovered friendly product produced by a green eliminate para whichi is an asthma irritant material, 30% post-consumer content; Georgia Pacific Envision meets or Response lo RFP Page [28 Use or disclosure of data contained on this sheet is subject 10 the restrictions on the title page of this Proposal Carleret County Govermment Custodial Services Response to RFP QINTEGRITY exceeds EPA guidelines Biodegradable, flushable to reduce solid waste disposal impact consumer content; selection of towel dependent on type of dispenser, not all towel-dispenser combinations available at Sanitary napkins Paper towels Flush away NSN: 8540-01-359-0798 100% recovered material, 90% post- this çontent level consumer content Toilet Seat Cover Liquid soap NSN: 8540-00-965-5790 30% recovered material; 30% post- Sani-Fresh Gentle Lotion Manufactured by Kimberly-Clark Cleanser; Fraingle Lotion Soap Management Leadership Integrity's corporate and project managements are committed to establishing and maintaining a safe and healthy work environment. This is accomplished through the development and implementation ofac comprehensive SHP on each project. Safety and health are discussed during each visit to the project by corporate personnel, who also closely monitor project safety and health The project manager has overall responsibility for project safety, which includes equipment inspections and reviews of procedures. On the Custodial Services Project, the SHP will be administered by the quality control (QC)/safety manager. This independent position reports directly to Integrity'sc corporate management to ensure the objective execution ofboth the QC plan and the SHP. The QC/safety manager will work closely with the project manager and supervisors data and reports. to achieve a safe and healthy workplace. Supervisors are encouraged to: Meet with staff regularly to talk through issues clearly and resolve problems. Establish an open-door policy to discuss any problems employees may have. Communicate in a language that employees understand. Understand different cultures and customs. Make staff feel comfortable about going to you for help. Explain the reason for some decisions sO workers walk away feeling their concerns werel heard. Make employees feel part ofa team to further enhance teamwork, greater productivity, and Provide a secure method of communication (for example, a suggestion box). Employees can Each employee of Integrity is required to make a commitment to safety and health. As a job, facilities maintenance can bej physically demanding. All employees are encouraged to think about Use or disclosure of data contained on this sheet is subject lo the restrictions on the title page oflhis Proposal employee satisfaction. Make employees feel valued and show appreciation for their work. report anonymously their concerns or issues. Employee Involvement Due Date: 03/28/2024 Response to RFP Page 129 Carlere! Counly Government Custodial: Services Response to RFP QINTEGRITY how they can make their job safer or less demanding not only for themselves but also for other employees, so that they can successfully perform that job. Be alert and report dangerous conditions. Suggest ways to help cut costs and improve productivity. Develop ideas to help solve workplace health and safety problems. Produce higher quality work. Employees are ençouraged to: Employees who become aware of any health-related issue, including pregnancy, should notify their supervisor ofhealth status. This policy has been instituted strictly to protect the employees. A written "permission to work" from the employee's doctor is required at the time or shortly after notice has been given. The doctor's note should specify whether the employee is able to perform Al leaveofabsencei may be granted on a case-by-casel basis. Ifthe need arises for al leave ofa absence, The QC/safety manager will maintain surveillance of local changes to safety and health requirements. The corporate office will monitor state, and Federal safety and health requirements. The SHP will be modified and will be submitted to the representative of contract for approval Employees are expected to perform their tasks in a safe manner in accordance with their training and Integrity cleaning methods. The project manager, supervisors, and QC/safety manager will randomly observe cleaning operations to ensure that safe practices are being followed. They are authorized and expected to halt any unsafe or questionable activity that they observe. The supervisors and project manager will immediately instruct the custodians/eustodial teams in the correct performance ofthe task. Their observations will be recorded on an in-process checklist and A review of the Safety Program will be conducted annually with all employees including supervisors and management to determine weaknesses and re-establish goals and objectives. Safety training will be provided to each new employee at the time of employment, and refresher training will be provided annually during the first month following renewal of each janitorial Periodic management meetings will be held to review health and safety activities and incident trends. This review will include the analysis of accident/incident trends to determine if the goals and objectives ofthe: safety program have been met, and to determine course ofaction, ifnecessary. Action plans arising from these periodic meetings will specify the person responsible for the regular duties as outlined in his/her job description. employees should notify their supervisor. Provision of Authority whenever requirements change. Accountability will be the subject of monthly safety sessions with the project staff. Program Evaluation services project. elimination ofaccidents and the control of hazards at the workplace. Due Date: 03/28/2024 Response to RFP Page 130 Use or disclosure of data contained on this sheet is subject lo the restrictions on the title page ofthis) Proposal Cartere! Counly Government Custodial Services Response to RFP OINTEGRITY The QC/safety manager is responsible for preparing the annual self-evaluation. In addition, the Integrity acknowledges responsibility for maintaining the Roster of Terminated Employees, material safety data (in the form ofmaterial safety data sheets) and al hazardous material inventory. Integrity maintains a complete set of SHP documentation in each project office. This information will be available for Customer review at any time and will be maintained for 3 years following conclusion of a contract. In addition, Integrity will provide copies of this documentation when During phase-in of the contract, Integrity's corporate administrator will compile a list of quality, safety, health, and other requirements that would apply to the procurement of goods and services for the project. Tailored versions of this list will be amended to each bid request and purchase order. The list will be updated whenever the contract is modified, or requirements change. Integrity has access to licensed consultants for safety, health, and environmental protection. Our procedures and policies reflect their input. Vendors will be required to provide copies of the QC/safety manager maintains the project's safety files. Customer Access to Safetyand Health Program Documentation requested. Procurement Certified Professional Sources following: Licenses and permits Safety Plan Material Safety Data Sheets Worksite Analysis Powered Equipment Integrity maintains a set of procedures and best practices that are designed to ensure safe performance of custodial tasks. The safety elements ofthese practices are summarized here: Powered equipment will be Underwriters Laboratory or equivalent approved. Custodians will receive specific training on the safe use and operator maintenance of the equipment. In addition, appropriate personnel protection equipment (PPE) will be identified, as necessary, to ensure worker safety. Powered equipment includes floor machines (scrubbers, burnishers, and polishes), vacuum cleaners (uprights and back-pack), pressure-cleaning units, lifts, and powered scaffolds. Supervisors and custodians who use project vehicles in the performance of their tasks will receive specific training on the safe use ofthese vehicles. Training will include facility/site traffic and use High cleaning may include the use of powered lifts to provide access to ceilings, lights, HVAC vents, and grills. Sub-contractedvendor personnel designated to perform this service will be required to receive specific training in safe equipment operation. The operator/vendor performing Usec or disclosure of dala contained on this sheel is subject to the restrictions on the title pageofi this Proposal Vehicles regulations. In addition, an in-state driver's license will be required. High Cleaning Due Date: 03/28/2024 Response to RFP Page131 Carleret County Government Custodial: Services Response eto RFP OINTEGRITY this task will be fully certified and licensed for this activity. The operator/vendor will submit a safety plan and documentation to the QC/safety manager for approval before the work is initiated. The QC/safety manager will maintain a complete set of Material Safety Data Sheets (MSDS) for each substance used on each Custodial Services Project. The following guidelines will govern the Substances stored onsite in approved space will be kepti in their original containers. Diluted or mixed substances that is not consumed willl be stored separately inl labeled and dated Approved space will be equipped with adequate ventilation and other personnel protection Concentrated solutions will be diluted in the approved storage site and will not be mixed or Workers will receive specific training in the mixing and use of all cleaning compounds and An inventory record will be maintained by the supervisors indicating the location where these Accidents and near misses will be investigated to determine the cause and to prevent recurrence. A written report is created to adequately identify the cause(s) of the accident or near-miss In the case of an accident that results in injury, regardless of how insignificant the injury may appear, employees should notify their supervisor and/or Project Manager and complete an Accident Report Form. Employees are required to report immediately any injuries to their Accident investigations are conducted by QC/safety manager, and with the primary focus of understanding why the accident or near miss occurred and what actions can be taken to preclude What happened? The investigation describes what took place that prompted the investigation: an injury to an employee, an incident that caused a production delay, damaged material or any other conditions recognized as having a potential for losses or delays. Why did the incident happen? The investigation must obtain all the facts surrounding the occurrence: what caused the incident. Corrective action and reason for delaying its What should be done? --The person conducting the investigation must determine which aspects of the operation or processes require additional attention. It is important to note that the purpose here is not to establish blame, but to determine what type of constructive action Cleaning Compounds and Substances use oft these substances: containers. measures. Spill prevention and control equipment will be in place at the storage area. diluted in work areas. substances. materials were used. Accident and Record Analysis Appropriate PPE will be issued when these substances are used. occurrence. supervisor. recurrence. Questions asked in an accident investigation include: implementation is identified. can eliminate the cause(s) of the accident or near miss. Due Date: 03/28/2024 Response to RFP Page132 Useor disclosure of data contained on this sheeti iss subject to the restrictions on the title page ofthis Proposal Carteret County Government Custodial Services Responseto RFP OINTEGRITY What action has been taken? Action already taken to reduce or eliminate the exposures being investigated is noted, along with those remaining to be addressed. Any interim or temporary precautions are noted. Any pending corrective action and reason for delaying its Corrective action is identified in terms of not only how it will prevent a recurrence of the accident or near miss, but also how it will improve the overall operation. This assists the investigation in selling his/her solutions to management. The solution is a means of achieving not only accident Thorough investigation of all accidents is performed to help identify causes and needed Inspections of worksite(s) are conducted periodically (at least quarterly) to identify existing or potential unsafe conditions and work practices, and development plans to eliminate or control them. These inspections will also serve to help identify potential environmental health hazards. Thei initial comprehensive: survey will be utilized inj planning andi implementing required corrective The frequency of inspections depends on the operations involved, the magnitude of the hazards, the proficiency of employees, changes in equipment or work processes, and the history of work- place injuries and illnesses. Inspections are conducted by personnel who, through experience or training, are able to identify actual and potential hazards and understand safe work practices. Inspections are the responsibility ofthe QC/safety manager, who has full authority to take required Safety information, either from inspections, employee reporting, or other sources, shall be communicated to employees performing job functions that are exposed to the situation. Employees are also trained to report potential safety and /or health hazards as they occur. Integrity will maintain records ofall safety related information that can be used during the periodic review oft the Safety Program for determining necessary courses or action. Such records are made available to customer safety and health professionals or their designated agents on request with a All employees are required to be adequately trained to perform thej job function for which they are hired. Further, these workers will be responsible for carrying out their job functions in a safe manner and have the right to refuse to do work which would create a hazard to the safety of themselves or any other person. Written job safety breakdowns will be issued to the workers for Training covers all relevant aspects of the employee's participation on the Janitorial Services Project including facility safety regulations, safe equipment operation, hazardous materials handling and storage, use of personal protection equipment (PPE), asbestos awareness, blood Training is in sufficient depth to meet applicable Occupational Safety and Health Administration Useor disclosure of data contained on this sheel is subjecl loi the restrictions on the title pageofi fthis Proposal implementation is identified. control, but also total operation control. corrections, and to perceive trends. Hazard Prevention Control actions. actions to ensure that all environmental, health, and safety standards are met. minimum of 48 hours advance notice. Safetyand Health Training each specific. job function. borne pathogens, and hazard communication. (OSHA) and EPA requirements. Due Date: 03/28/2024 Response to RFP Page133 Carlerel County Government Custodial Services Response lo RFP OINTEGRITY Safety training and the project's safety program are the responsibility of the QC/safety manager. The QC/safety manager schedules training sessions to ensure that each employee can attend. No employee will be permitted to work on the project before completing the initial training session. The QC/safety manager develops a training schedule, which may include multiple sessions, to ensure that each project member is able to attend. As necessary, the QC/safety manager may schedule makeup sessions. No employee will be permitted to work on the project if refresher training is not taken in a timely manner. Employees attending training will be paid for their Each worksite has a designated supervisor who will be responsible and accountable for the safe direction and instruction to each worker under his control. The supervisor(s) will continually monitor all aspects of their worksites to ensure compliance with established safe work standards. Iti is the responsibility of Integrity to ensure that its employees have received appropriate training int the use and maintenance of safety and personal protective equipment prior to its use. Each employee is expected to obey safety rules and exercise caution and common sense in all work activities. Employees must immediately report any unsafe conditions to their supervisor. Employees who violate safety standards, cause hazardous or dangerous situations, or fail to report, or where appropriate, remedy such situations, may be subject to disciplinary action including Safety training shall be provided to each new employee at the time of employment. In addition, refresher training shall be provided annually during the first month following renewal of the Training shall cover all relevant aspects ofthe employee's participation on the Custodial Services Program including facility safety regulations, facility traffic regulations, safe equipment operation, hazardous materials handling and storage, use of PPE, asbestos awareness, bloodborne pathogens, Training shall be in sufficient depth to meet the requirements of each contract and applicable Implementation of this plan on the Janitorial Services Project is the responsibility of the safety manager. The safety manager will schedule training sessions to ensure that each program staff member can attend. No employee will be permitted to work on the project before completing the initial training session. Attendance at annual refresher training is also mandatory. The safety managerwill develop a training schedule, which may include multiple sessions, to ensure that each project member is able to attend. As neçessary, the project manager may schedule makeup sessions. No employee will be permitted to work on the project ifrefresher training is not taken in at timely manner. Employees attending training willl be paid for theirattendance at their base hourly Attendance at annual refresher training is also mandatory. attendance at their base hourly wage rates. termination of employment. Scope Janitorial Services Project. and hazard communication. OSHA andl EPA requirements. Plan Administration wage rates. Due Date: 03/28/2024 Response to RFP Page34 Use or disclosure of data contained ont this sheet iss subject to the restrictions on the title page ofthis Proposal Carleret Counly Government Custodial Services Response IORFP QINTEGRITY Training Location Applicable Documents Training shall be provided at the project office or at another location. The following documents shall be used in preparing and conducting safety training to the extent Façility Safety, Security, and Traffic Regulations (to be identified during phase in of the Applicable state and local regulations (to be identified during phase-in of the program) specified in other sections of this plan. Contract for the Custodial Services Project Integrity safety procedures and practices. program) Instructor Oualifications Instructors shall be fully qualified in the subject matter they are presenting. In areas relating to asbestos awareness and bloodborne pathogens, qualifications shall includear minimum of 50 hours of previous training experience. In areas involving routine janitorial services, qualifications shall include supervisory/lraining experience in the subject matter. The project manager, assistant project manager, and supervisors are qualified by their positions to conduct training sessions involving general janitorial services and their specific areas of responsibility. Presentation Materials Trainers may use any or all oft the following materials: PowerPoint-type visual presentations Whiteboards and charts Technical exhibits Videos and other visual aids. relevant information. Curriculum Actual equipment and other items used on the program Where appropriate, trainers will provide attendees with copies of the presentations and other The QC/safety manager, working with the instructors, shall schedule one or more sessions covering the following topics: Safety Program Overview Safety Organization General Safety Awareness and Safety Communication Program Equipment Safety Inspection and Safe Operating Procedures Program-Specific Safety Practices While Performing Tasks Depot and Other Safety Regulations Hazard Communication Program Potential Program-Specific Hazards General Hazard Recognition Materials Labeling and Material Safety Data Sheets Due Date: 03/28/2024 Response to RFP Page [35 Use or disclosure of data contained on this sheet is subject 1o the restrictions on the title page oft this Proposal Carleret County Government Custodial Services Response to RFP OINTEGRITY Hazardous Materials Sources/Resources of Information on Hazardous Materials - Identification ofHazardous Materials Used on the Program Identification ofHazardous Materials That May Be Encountered During Work at the Depot Handling, Storage, and Use Procedures for Program (Potentially) Hazardous Materials Reporting Suspicious Circumstances Emergency Procedures and Practices Notification Procedures Personal Protective Equipment Bloodborne Pathogens Regulatory Information and Other Information Epidemiology and Symptoms of] Bloodborne Diseases Modes ofTransmission of Bloodborne Pathogens Potential Locations Where Bloodborne Pathogens May Be Found (Program-Specifie) Use of Personal Protection Equipment and Exposure Control Plan Recognition of Potential Exposure Situations and Response Emergency Methods, Practices, and Reporting Procedures Post-Exposure Follow-Up Procedures and Reporting Vaccinations and Other Preventive Measures Bio-Hazard and Related Warning Signs and Labels General Description of Asbestos and Associated Health Risks Asbestos and ACM Recognition and Reporting Procedures Maintenance of ACM Floors Cleaning Procedures Where ACM Is Present Personal Protective Equipment Introduction to Personal Protection Equipment Use ofPPE in Program Tasks Use ofPPE in Emergency Situations Location/Availability ofPPE Documentation and Reports Asbestos Depot Types of Asbestos and Asbestos-Containing Materials That May Be Encountered at the The project office shall maintain employees' safety training records. The project office shall also retain a copy of each training session to include presentation materials, handouts, and other relevant information. The project office shall provide employee safety training status upon request. Know all the safety rules and procedures that apply to your work. IF YOU DON'T Determine the potential hazards, appropriate safety precautions and proper waste disposal Know the location and proper use of emergency equipment (safety showers, eye baths, fire Useo or disclosure of data contained on this sheet is subject lo the restrictions on the title page ofthis Proposal General Safety Practices UNDERSTAND- -ASK! techniques before beginning any new operation. extinguisher, and first aid kits) Due Date: 03/28/2024 Response to RFP Page 136 Carlerel Counly Government Custodial Services Responsetok RFP OINTEGRITY Bei familiar with emergency procedures (exits, alarm stations, and evacuation routes) Wash your hands with soap and water before leaving the work area. This applies even if one No smoking or eating permitted in the work area. No running, jumping, or horseplay is Use the correct tool for the task at hand. Use tools in the manner they are intended to be used. The spills shall be cleaned immediately. Water spills can create a hazard because of the slip Ladders shall be in good condition and used in the manner for which they were designed. Lifting of! heavy items must be performed in the proper fashion, using the legs to lift, and not DO NOTTOUCH people rendered unconscious by electric shock unless you are sure that they are no longer in contact with the source of the electricity or that the power has been turned off. has been wearing gloves. permitted. Hand protection should be used when picking up broken glass. Store tools in a safe place. potential. the back. Electrical Safety The best course ofaction is to dial 911. All electrical equipment shall be properly grounded. All electrical equipment shall be UL listed and/or FM approved. Equipment, appliance and extension cords shall be in good condition. Extension cords shall not be used as a substitute for permanent wiring. Do not abuse the flexible electric cord. The cord should be draped over the shoulder while the tool is in operation. Always us a cord heavy enough to carry proper current. Be sure to avoid Electriçal cords or other lines shall not be suspended unsupported across rooms or passageways. Do not route cords over metal objects overhead pipes or frames, metal racks, etc. Do not run cords through holes in walls or ceilings or through doorways or windows. Do not place under carpet, rugs, or heavy objects. Dor not place cords on pathways or other areas where Multi-outlet plugs shall not be used unless they have a built-in circuit breaker. This causes overloading on electrical wiring, which will cause damage and possible overheating. Know the location of circuit breakers and emergency power shut offs. cutting the cord with the tool or equipment. repeated abuse can cause deterioration ofi insulation. Chemicals: Use, Storage and Disposal Use the proper personal protective clothing (i.e. gloves, eye protection, etc.) Do not wear shorts ors sandals when working with hazardous chemicals. Do not eat while working with chemicals. Provide proper storage for chemicals in a well-ventilated area. Do not dispose of chemicals down the drain, as they can cause pollution and plumbing problems. Machinery and Equipment Use only the machines and equipment that you are qualified to use. Check guards and safety devices. Make sure that they are in place and adjusted properly. Usec or disclosure of data contained on this sheel iss subject to the restrictions on the tille page ofthis Proposal Due Date: 03/28/2024 Response to RFP Page 137 Carlerel County Government Custodial Services Response to RFP OINTEGRITY Never leave a machine running unattended. toas standstill. Then make your adjustments. especially ifthe machine is in operation. protection, apron, shoes, etc.). Fire] Prevention and Protection To make any necessary adjustments, first turn the power off and wait until the machine comes Do not try to brake or slow down moving machinery with your hand or any other makeshift Keep the machine clean. Remove dirt/debris with al brush or tongs, but not with your hands-- Make sure that you have proper protective clothing or equipment (eye shields, hearing Do not wear loose clothing, long sleeves, ties, gloves, orj jewelry while operating machinery. All employees shall comply with the requirements published in the National Electrical Code, National Electrical Safety Code, and the National Fire Protection Association standards. Smoking or other sources ofig ignition are not permitted in areas where flammable or explosive materials are stored or are present. All such areas shall be conspicuously posted: NO Gasoline and liquids with a flash point below 100°F shall not be used for cleaning and Keep aisles and floors free ofany unnecessary boxes, chemicals, cleaning materials, etc. Avoid slipping hazards by keeping the floor clear ofs spilled liquids. Use the required procedure for the proper disposal of chemiçal wastes and solvents. Have only those materials in the work area that are necessary for the job. Return any equipment, tools, or chemicals to their proper storage area. device. SMOKING OR OPEN FLAMES. degreasing. General Housekeeping Remove and dispose of accumulated scrap and debris, especially those materials that are Self-closing metal containers are to be used for disposal of waste saturated with flammable Repetitive Strain Injury or RSI isa a catch-all phrase for several different types ofinjuries caused by repetitive motions such as those encountered in custodial services. These injuries include neck and back injuries, and carpal tunnel syndrome. Pro-active RSI prevention is the best insurance policy to avoid injury. RSI prevention includes the proper use of equipment, taking flammable. liquids. Repetitive Starin Injury breaks from repetitive activity, and specific exercises. Put tools back in their storage area if not in use. placed in a recognized disposal container. stored in an approved flammable storage cabinet. Building Safety Return any chemicals that are not being used to their proper storage area. Paper, cloth, or other solids, if soaked with a flammable or combustible material, should be Store chemicals and combustible materials away from flame. Flammable chemicals should be Usec or disclosure of data contained on this sheet is subject lo the restrictions on the title pageofthis Proposal Due Date: 03/28/2024 Response to RFP Page138 Carleret County Government Custodial Services Response to RFP QINTEGRITY Never block routes of egress. Personal Safety The issue of personal safety pertains to hazards at the worksite and to the possibility of theft, vandalism, and assault by strangers with access to the worksite. Note the presence of strangers in the building. Ifappropriate, ask their business, escort them to an exit, or call the police. Ifyou come into the building during off hours, let someone know where you are and how long you expect to be there. Keep the doors to the outside locked as well as the doors to your work Ifyou feel yourselfto be in danger, call the Police (911). Asa last resort, pull the fire alarm, Material Safety Data Sheets (MSDS) are valuable sources ofi information on hazardous substances. All supervisors are required to review all MSDS when a new product is delivered to their job site. AMSDS typically includes information on a compound's physical properties (boiling point, odor, appearance) and also contains data concerning health hazards (exposure limits, symptoms of exposure, first aid), fire and explosion hazards (flash point, recommendations on extinguishing fires), chemical reactivity, and recommended methods for handling storage, spill control, and Federal law requires that suppliers send anl MSDS tol Integrity the first time a compound is ordered. Use of disinfectants only when and where necessary. This includes knowing what organisms Using proper disinfectant mixing and cleaning procedures. This includes leaving disinfectants Toavoid exposure, staffare taught how tol handle and use chemicals safely, to follow the directions for proper use and never mix incompatible products. One of the most common hazards is accidentally mixing household bleach with an ammonia cleaning product. This mixture results in Toj prevent the buildup of hazardous concentrations, use products as directed and use them for the Follow the advice in the Material Safety Data Sheet (MSDS) and instructions on the container Do not prop open locked doors. area, ifappropriate. Proper use of Chemicals and Cleaning Solvents waste disposal. Each supervisor is required to ensure: Use Material Safety Data Sheets (MSDS). are to be reduced or disinfected against. inj place for the correct amount of time before wiping surfaces clean. Appropriate Work Practices at toxic gas that irritates the lungs. right application. label. Place appropriate hazard warnings on all containers. Store chemicals separately from one another. Personnel Protective Equipment Dilute products, ifrecommended, to reduce the concentration of chemicals. The greatest risk of exposure to an individual is via direct contact with the material. Therefore, in all instances, personal protective garments and equipment must be worn to act as a barrier. Use or disclosure ofa data contained on this sheet is subject lo the restrictions on the titlep page ofthis Proposal Due Date: 03/28/2024 Response tol RFP Page139 Carlerel County Govermmen! Custodial Services Response to RFP QINTEGRITY Employees working with and/or cleaning a spill must wear/use the following PPE: Two (2) pairs of gloves (either vinyl or nitrile), as required: Gown or overalls ifp possibility exists of contaminating one's own clothing Face shield ifthere is a risk ofbeing splashed Tongs or other type of equipment (dust bin) to pick up broken or sharp objects Note: Know the hazards at your workplace to select the right protective equipment. Before wearing any type of PPE, make sure you are properly trained. The first step in ensuring your safety is by using less toxic materials to reduce workplace hazards. Make sure that you use PPE correctly, that it fits properly, and that you always maintain it in good PPE includes safety glasses, goggles, face shields, gloves, aprons, safety shoes, or boots. For some tasks you may need respiratory protection, which requires specialized procedures and training. Eye Protection = Safety glasses, goggles, and face shields protect the eyes from flying objects, impact hazards, or chemical exposures. Safety glasses and goggles should fit comfortably and allow clear vision. Goggles should be worn over your own glasses. Always wear eye protection (splash-proof safety goggles or a face shield) when using hazardous Hand Protection - Gloves can protect the hands from injury. There are different types of gloves made ofr materials toj protect hands from chemicals, biological agents, cuts or abrasions, or temperature extremes. Gloves for protection from chemicals are usually made of butyl rubber, neoprene, nitrile, or natural rubber. Check with the MSDS to know the type of glove Bloodborne pathogens are pathogenic microorganisms that are present in human blood and can cause disease in humans. These pathogens include, but are not limited to, hepatitis B virus (HBV) and human immunodeficiency virus (HIV). Urine, feces and vomit that are visibly contaminated Those who have the potential through their regular duties and responsibilities to be exposed to human blood and/or bodily fluids with a safety guideline on prevention and cleaning of spills should take special note of this policy. Integrity requires that these types of spills be reported and cleaned up using universal precautions, which are outlined below. Any type of! human bodily fluid spill must be considered as infectious, and therefore responded to in an appropriate manner. condition. chemicals. that is recommended. Bloodborne Pathogens with blood may also contain blood borne pathogens. Other Occupational Hazards Common causes of slips are: Wet, waxed, or oily surfaces Occasional spills Due Date: 03/28/2024 Slips Slips happen where there is too little friction or traction between the footwear and the floor. Weather hazards (that is, ice, rain, or snow). Improper footwear (that is, high heels, shoes with slick soles) Response to RFP Page140 Use or disclosure of data contained on this sheet iss subject lo the restrictions on the title pageofthis Proposal Carteret County Government CustodialServices Response lol RFP OINTEGRITY Loose, unanchored rugs or mats Floors or other surfaces that do not have some degree oft traction in all areas Trips Trips happen when your foot strikes or hits an object, causing you to lose your balance and eventually fall. Common causes oftripping are: Obstructed view Poor lighting Clutter Wrinkled carpeting Cables or cords left in the open Bottom drawers left open Uneven (steps, thresholds) surfaçes Posture- - Safety7 Tips Do not bend your back. Use lightweight brooms, standup dustpans, and lobby brooms. They allow you to remain upright. Ift needed, bend your knees and not your back. Wear knee pads and kneel down to get closer to the work. Add a foam sleeve over the broom handle for a more comfortable and better grip. Use the smallest amount of cleaning solution possible. With bent knees, lift the bucket keeping it close to your body. Keep your back straight and do not twist. Rest the bucket on the edge oft the sink while dumping water. Ifpossible, arrange for sinks to be mounted on the floor at the start of new construction or for a remodel. Due Date: 03/28/2024 Response to RFP Page141 Useo or disclosure of data contained on this sheet is subject lo the restrictions on the title pageofthis Proposal Carlerel County Government Custodial Services Response tol RFP QINTEGRITY 4.3 METHOD FOR PROVIDING PROPOSED SERVICES 4.3.1 Daily Cleaning Frequeney Tasks Daily 1. Empty all outside cigarette urns. are to be used. that purpose. removed immediately. 2. Empty all trash and waste receptacles (wash if needed). Plastic liners 3. Main exterior entrances shall be cleaned of leafs and other debris. 4. Deposit all trash and boxes in dumpsters or other areas designated for 5. Sweep/Mop all hard-surfaced floors, mats, stairs etc. All floors shall be kept clean free of dirt, stains and debris. Spots or stains shall be 6. Carpets shall be thoroughly vacuumed twice a week before 8:00 AM. "Thoroughly Vacuumed" is defined as vacuuming all carpet:i.e., under chairs, tables, desks etc. All carpet shall be spot-vacuumed (traffic aisles) daily. Carpets shall be kept clean and free of dirt, dust, debris, and stains; pilje must not be allowed to become flat or matted. 7. Clean and shine all chrome/metal fixtures including moldings. 8. Water fountains shall be cleaned and disinfected daily. 9. Clean and vacuum elevators, spot clean and disinfect elevator walls, doors, panels, buttons and tracks. 10. Vacuum all interior entry floor mats. 11. Clean and disinfect all customer service counters, workstations, furniture, phones etc. 12. Refill all disinfectant stations. Trash/recycling collection receptacle Trash can liners Dust mop assembly Dust mop head Counter brush Dustpan Putty knife Material and Equipment Collection bags and or cups should be emptied before vacuuming. Belts, brushes, and beater bars should be checked. Make sure parts are revolving in the proper direction the and beater bar is adjusted to the proper height. Microfiber cloth Broom Dustpan and brush Vacuum with attachments Appronch Empty and Trash Containers Emptying Trash/Recylables: PPE recommended will include hand protection, foot protection and eye protection. Use caution when removing liners from large receptacles. Lifting using, your Use or disclosure of data contained on this sheet is subject to the restrictions on the title page ofthis Proposal Due Date: 03/28/2024 Response t0 RFP Page142 Carlerel County Government Custodial Services Response to RFP OINTEGRITY leg and arm strength without bending or lifting with your back. Being aware of sharp objects Scrubbing clean with a germicidal detergent exterior and interior of all trash containers. protruding from the bag and avoid reaching into trash receptacles. Removing Trash! Particles Disinfecting Rinsing Sweep Mop) Floors and Stairs as possible. For open areas, we will plaçe the dust mop against the wall, and push it in a straight line as far Iflight objects such as trash cans are encountered, we willl hold ther mop inj place in one hand and move the object aside with the other. Push the mop over the area where the object was, andi repeat At the end of each pass, we will turn the dust mop without lifting it from the floor and return, overlapping the previous pass by one or two inches. Continue this pattern until the entire area has been dust mopped, or visible soil begins to accumulate at the front edge oft the mop. For small, congested areas, such as offices, our team willl begin at the door or entrance to the area and push the mop around the outside ofthe area. We will follow a counterclockwise pattern with the last pass sweeping the center oft the area, and then moving back out the door. After an area has been dust mopped, or when visible soil begins to accumulate at the front ofthe mop, thes soil must be collected, and the mopl head cleaned. To remove the soil that does not cling to the mop, we will carefully lift the mop head offt the floor, and lean the mop against the waste receptacle. Use caution and do not to let the mop head touch walls, furniture, or other building surfaces. Our team will brush the soil on the floor into a dustpan with the counter brush. Dump the dustpan into the waste receptacle, holding the pan as low as possible to prevent spreading There are three ways that we will us to remove soil from the mop head: Vacuuming the head, brushing thel head over a waste receptacle, and placing the headi in a plastic trash bag and shaking it. Each oft these methods yields adequate results, and the one selected depends ont the location. Ifgum or sticky substances will be encountered while dust mopping, we will remove them with Proceed to work area, after placing equipment and materials on equipment carrier, move to area the procedure, replacing the object. dust. the putty knife. Floor Mats We will start by obtaining equipment and materials where work is to start Sweep exterior walkway and vestibule Vacuum entryway walk off mats Remove gum, tar and other foreign substances Use the putty knife to remove any gum, tar or similar substances from the floor areas during the Gather all pieces of equipment and unused materials, place them in the equipment carrier and sweeping proceed to storage location Clean and store equipment Return all unused materials to their proper storage location Vacuuming Vacuuming can be divided into two basic processes: frequent vaçuuming oft traffic Patterns and less frequent vacuuming of the entire area including all corners and hard-to-reach areas. Use or disclosure af data contained on this sheeti is subjecl to the restrictions on the title page ofthis Proposal Due Date: 03/28/2024 Response to RFP Page143 Carteret County Govermment Custodial Services Responselo RFP QINTEGRITY To clean traffic areas, we will begin at one end of the hard floor area and using al back and forth "zig-zag" type ofr motion work in one direction and then will return ahead of or alongside of the first pass and slightly overlap the edge of each previous pass. This pattern should be repeated When vacuuming the entire area is desired, the standard upright carpet vacuum will be used in the pattern described for the traffic pattern. A wand and a tool will be used for areas that are inaccessible for the upright machine. Our team will noti ignore these areas, as they will make the When using a wide area walk behind vacuum, we will begin at one side of the area and work toward the opposite side as if you were mowing a lawn. Vacuum areas inaccessible with the two or three times for heavily soiled areas. whole] job look bad. walk behind with an upright or canister vacuum. Checking extension cord and plugs for defects Checking to be sure dust collection system is empty Checking hose for blockage, obstructions, breaks or holes Report any defects to supervisor Proceed directly to assigned work areas Carpet Cleaning Step1: Obtaining equipment from storage area and inspect for obvious defects Checking revolving brushes and driving belt for wear (Always carry as spare belt during cleaning operation) Step2: Preparing work area by moving as much furniture as necessary to obtain sufficient room for Inspecting area for any damaged furniture or articles and report same to supervisor Placing vacuum in the farthest corner of work area and unwind electrical cord and attaching Plugging cord into electrical outlet. Be sure switchi is in the OFF position before cord is plugged Vacuuming carpeted flooring using a V or W pattern, sweep out corners and edges with lobby Moving backward while holding the cord in one hand to make sure the cord does not get caught Replacing furniture as a given area has been vacuumed which will eliminate walking on the Vacuuming, ending each pass on the pull stroke, in such a manner that the nap of the carpet lays Inspecting to be sure entire carpet has been properly vacuumed and all furniture has been Removing any carpet spots or stains with spot remover and cloth as required. Re-vacuum these vacuuming extension cord ifr necessary in Step3: broom or crevice tool on objects or the vacuum carpet after it is finished in the proper direction replaced ini its proper position areas ifi necessary Step 4: Extinguishing lights and close doors as directed Assembling all equipment and return them to storage area Step5: Due Date: 03/28/2024 Response lo RFP Page 144 Use or disclosure of data contained on this sheel iss subjecl lo the restrictions on the tille pageo ofthis Proposal Carlerel County Govermment Custodial: Services Response to RFP QINTEGRITY Emptying, clean filters and wipe clean vacuum cleaner Cleaning and wiping down vacuum for the next shift Reporting any defects, damage and inaccessible carpets or problems with vacuum to supervisor Salety Measures Prioritize Personal Protective Equipment (PPE) including gloves and eyewear. Implement proper lifting techniques to prevent strains or injuries. Inspect and maintain cleaning equipment regularly to ensure safe operation. Exercise caution when handling cleaning chemicals and hazardous materials. Conduct regular safety audits and encourage open communication among team members. 4.3.2 Daily Restroom. Maintenance Frequency Tasks Daily 1. Replenish all restroom supplies including but not limited to soaps, paper towels, toilet tissue, toilet seat covers. 2. Sweep floor. Mop at least three times a week with approved 3. Clean and sanitize toilets, seats, urinals, partitions, sinks, faucets, changing tables, doors and light switches. , Clean/wipe and polish all chrome surfaces and mirrors. 6. Dust and/or wash all walls, ledges, registers, doors and partitions as needed to keep free of dust, dirt and stains. 7. Empty all trash receptacles and replace with clean liners. 8. Empty sanitary disposal boxes and replace with waxed bag or 9. Ensure that toilets, urinals, faucets and drains are working and report issues tol Public Buildings staff. 10. Clean showers as applicable to specific locations. 11. All restrooms shall have a log, provided by the Contractor, that states who and when cleaned that 12. particular restroom. 13. Replace batteries for paper towel dispensers when required. Broom & dustpan 5Gallon mop bucket w/wringer Mop handle w/16 OZ. wet mop (green) Floor disinfectant Closed restroom signage Wet floor sign Dust mop assembly Dust mop head Counter brush Dust pan Putty knife Toilet bowl cleaner/disinfectant Johnny mop/Toilet bowl brush Disposable gloves cleaning product. 4. Clean all dispensers. plastic liner. Material and Equipment Due Date: 03/28/2024 Response tol RFP Page 145 Useor disclosure of data contained on this sheet iss subject to the restrictions on the title pageofthis Proposal Carleret County Government Custodials Services Response to RFP QINTEGRITY Cotton cloth Microfiber cloth Disinfectant cleaner solution plastic spray bottle Sponges Cleaner disinfectant Shower stall cleaner Hose and Gilmore gun Sponge Clean, dry cloths Deck brush withl handle Squeegee with handle Detail brush Rubber gloves Glass cleaner Squeegee Disposable gloves Paper towels Appronch Sweepand Mop Floor Pace closed restroom sign on the restroom door Placing wet floor sign on the outside of the restroom Damping mop restroom floor ensuring baseboards are mopped Completely sweepingvacuuming the restroom floor and sweep debrisi into dust pan and discard Allowing floor to dry completely before removing signage and reopening the restroom Spraying or squirting toilet bowl cleaner into the toilet bowl from the inside rim down to the Spraying disinfectant onto a clean cloth towel and wipe all toilet surfaces (toilet seat, outside of Toilet Cleaning Flushing toilet clearing it of any waste Using the. Johnny mop or toilet bowl brush Brushing inside of toilet rim down to water line toilet bowl, underside, top and plumbing pipes. Using: a dry cotton towel; dry all outside toilet surfaces Flushing toilet and proceed to the next task. Mirror Cleaning and Polish Chrome Surfaces Spraying restroom mirror with glass cleaner Spraying restroom mirror with glass cleaner Spraying restroom mirror with glass cleaner Polishing all the chrome surfaces as required water line Using a: squeegee to remove glass cleaner leaving a uniform finish Using a cotton towel to remove all excess from mirror frames and base Wiping and remove all access glass cleaner from mirror frames and base Dampening a cloth or sponge with clean water and wring it as dry as possible. Clean Walls and Doors Due Date: 03/28/2024 Response to RFP Page146 Usec or disclosure of data contained on this sheeti iss subject to the restrictions on the tille pagec ofthis Proposal Carteret County Government Custodial Services Responseto RFP OINTEGRITY Ifthe soiled area is non-electrical, spraying the area with a small amount of detergent solution We will never solution directly on top ofa switch, elevator button or other electrical device. Instead, spray a small amount onto the damp cloth, and use the cloth to clean the soiled area. orstubborn wall stains, it may be necessary to use a stronger detergent solution Our team will not rinse disinfectant cleaner and we will wipe excess solution from surface and Before cleaning, we will pick up all bits of soap from the dishes, floor gutter and drain areas. Using the Gilmore gun and hose, we will completely cover all wall surfaces of the shower with solution or disinfectant cleaner. We will use spray bottle if the area to be cleaned is small or would not warrant preparing al large amount of cleaner disinfectant solution. Agitating the cleaner disinfectant solution using a hand-held deck brush. We will use a deck brush with handle for gang shower situations. Use as sponge dampened with cleaner disinfectant solution to reach place that the deck brush cannot get, such as soap dishes, corners, chrome fixtures etc. A small amount of lotion cleanser may be used to remove built up soap from the Again, using the pump-up: sprayer, we will completely cover the floor of the shower with cleaner disinfectant solution.. Agitating the cleaner disinfectant solution with a deck brush Checking the drain for scum or mineral buildup. If buildup is present, using a small amount dissolving cleaner on a detail brush to remove the buildup. Ifc drains in shower rooms and locker rooms are not used for long periods, pouring water into the drains at frequent intervals to keep Using: a squeegee, removing excess solution from the wall and floor surfaces. Wiping all chrome fixtures with a clean dry cloth toj prevent water spotting. Ifthe shower area has a shower curtain, Replenishing all restroom supplies including but not limited to soaps, paper towels, toilet tissue, Emptying sanitary disposal boxes and replace with waxed bag or plastic liner. Ensuring that toilets, urinals, faucets and drains are working and reporti issues tol Public Buildings Replacing batteries for paper towel dispensers when required. Wear disposable gloves when handling restroom supplies and waste materials. Use caution when mopping floors toj prevent slips and falls. Ensure proper ventilation when using cleaning chemicals. Use appropriate personal protective equipment (PPE) when cleaning toilets and surfaces. Practice proper lifting techniques to avoid strains or injuries. Avoid direct contact with electriçal devices during cleaning activities. Monitor and address any potential hazards or maintenance issues promptly. and wipe with a damp cloth. allow to air dry Shower Cleaning Remove hair and other debris from the drains. soap dishes, as per the need. the traps full so that sewer gas does notl leaki into the room. thoroughly wiping with a sponge dampened with the cleaner disinfectant. Other Services toilet seat covers Cleaning all dispensers staff. Safcty Measures Due Date: 03/28/2024 Response to RFP Page147 Usec or disclosure of dala contained on this sheet is subjec to the restrictions on the title page of this Proposal Carlere! Counly Government Custodials Services Response to RFP OINTEGRITY 4.3.3 Daily Staff Break. Room Cleaning Frequency Tasks Daily 1. Clean and mop floors. 2. Clean sinks, tabletops, chairs, counters, inside and outside of 4. Replenish paper towels, soaps and other items ifa applicable. 5. Empty all trash and waste receptacles (wash if needed). Plastic liners 6. Replace batteries for paper towel dispensers when required. microwaves, and outsides of refrigerators. 3. Clean and disinfect vending machines. shall be used. Broom & dustpan 5Gallon mop bucket w/wringer Mop handle w/16 OZ. wet mop (green) Floor disinfectant Closed restroom signage Wet floor sign Appronch Material and Equipment Clean and Mop Floor Pacing closed restroom sign on the restroom door Placing wet floor sign on the outside oft the restroom Damping mop restroom floor ensuring baseboards are mopped Completely sweepingvacuming ther restroom floor and sweep debris into dust pan and discard Allowing floor to dry completely before removing signage and reopening the restroom Removing oven racks and wash, rinse, and sanitize them following the triple sink method. Then removing food product debris inside oven using a scraper and brush. Scrubbings surfaces usingasponge or clean cloth anda a Spray Bottle with properly diluted Heavy- Applying properly diluted Heavy-Duty Cleaner/Degreaser from al bucket with a sponge or clean Microwave Cleaning Duty Cleaner/Degreaser. cloth. Rinsing with potable water. Replacing the clean racks in the microwave. Outside Refrigerator Cleaning Cleaning doors, gaskets, and outside surfaces daily using a Spray Bottle filled with properly diluted Heavy-Duty Foaming Cleaner or Heavy-Duty Cleaner/Degreaser. Spraying a paper towel or clean cloth with the cleaner and clean the surfaces. Wiping the surfaces dry with a dry paper towel or clean cloth. Spraying surfaces with properly diluted Heavy-Duty Foaming Cleaner or Heavy-Duty Cleaner/Degreaser or apply the cleaner with a clean cloth. scrubbing as needed with a scrub pad, and then use a dry clean cloth or paper towels to pick up Sanitizing the unit using a paper towel or clean cloth and a Spray Bottle filled with properly the cleaning solution. Surfaces willl be rinsed thoroughly with potable water before sanitizing. diluted DisinfeclantSanitizer. Wipe and let air dry. Sink Cleaning Due Date: 03/28/2024 Response to RFP Page148 Use or disclosure ofa data contained on this sheet iss subject to the restrictions on the title pageofi this Proposal Carleret County Government Custodial: Services Response to RFP QINTEGRITY Turning on faucet and rinse any debris from the sink bowl Spraying disinfectant into sink and on faucet handles and surrounding surfaces Usingt thec cotton towel and/or green scrub pad wash ands scrubs stains from: sink bowl and surfaces Spraying disinfectant onto a clean cloth towel and wipe alls sinks surfaces (outside and underneath as well as pipes) Other Services Using a dry cotton towel; dry all outside toilet surfaces Replenishing paper towels, soaps and other items ifapplicable. Emptying all trash and waste receptacles (wash ifi needed) Replacing batteries for paper towel dispensers when required Use caution when mopping floors to prevent slips and falls. Ensure proper ventilation when using cleaning chemicals. Wear gloves when handling cleaning solutions to protect skin. Use proper lifting techniques when replacing batteries or handling heavy items. Follow manufacturer instructions for diluting and using cleaning products to prevent accidents Monitor and address any potential hazards or maintenance issues promptly. Safets Measures orc chemical exposure. 4.3.4 Weekly Services Frequcney Tasks Weekly 1. High and low dusting, dust ledges, including stairwells and windowsills. Dust bare surfaces or work stations, furniture and 2. Thoroughly vacuum upholstered: furniturei inc conference rooms, private offiçes and public areas before 8:00 AM. 3. Spot clean all walls and doors. 4. Sweep/vacuum stairways and landings, clean hand railings in stairwells. 5. - Using glass cleaner, clean all glass surfaces. 6. Clean/dust all window blinds. 7. - Clean/dust all exhaust vents, HVAC registers as needed. 8. Polish pews, rails, Judges Bench with non-oily polish in all courtrooms. 9. Recycle Bins shall be placed to curb when applicable. 10. Clean all glass surfaces, including but not limited toi interior windows, partition tops. storefronts, mirrors, doors etc. Microfiber cloth Broom Dustpan and brush Vacuum with attachments Disinfectant cleaner solution Plastic spray bottle Sponges Glass cleaner Squeegee Material and Equipment Due Date: 03/28/2024 Response lo RFP Page 149 Usec or disclosure ofa data contained on this sheet is subject to the restrictions on the title page ofthis Proposal Cartere! Counly Government Custodial Services Response to RFP QINTEGRITY Disposable gloves Paper towels Appronch Upholstered Furniture Care Our team will start by dusting furniture surfaces using the treated dust cloth or dusting tool. Items such as telephones, desk-sets, and picture frames shall be dusted, avoiding those things which appear too fragile to be handled safely. Papers, books and other work material left on tops We will use dusting tool dust wall surfaces up to a height of about eight feet, and most low Moving the treated cloth or dusting tool over the surface so that the dust particles are trapped in the fibers, avoid snapping, flicking or shaking the dust cloth or tool, which would redistribute To dust decorative moldings, venetian blinds, upholstered: furniture and other irregular surfaces, use aportablet tank vacuum equipped with as soft brush attachment. Usea a whisk broom to remove Dampening a cloth or sponge with clean water and wring it as dry as possible. If the soiled area is non-electrical, we will spray the area with a small amount of detergent We will spray the solution directly on top ofa switch, elevator button or other electrical device. Instead, spray asmall amount onto the damp cloth, and use the cloth to clean the soiled area. orstubborn wall: stains, it may be necessary to use a stronger detergent solution We will not rinse disinfectant cleaner. Wipe excess solution from surface and allow to air dry offurniture will be moved. surfaces. the dust to other surfaces. soil from crevices in upholstered furniture. solution and wipe with a damp cloth. Spot Clean Walls and Doors Glass Cleaning Spraying restroom mirror with glass cleaner Use a squeegee to remove glass cleaner leaving a uniform finish Use a cotton towel to remove all excess from mirror frames and base Spraying restroom mirror with glass cleaner Spraying restroom mirror with glass cleaner Wiping andi remove all access glass cleaner from mirror frames and base Gathering cleaning materials Closing the blinds Dusting the blinds Flipping the blinds and repeat Cleaning thes surrounding area Dust Window Blinds Other Services Cleaning/dusting all exhaust vents, HVAC registers as needed. Polishing pews, rails, Judges Bench with non-oily polishi in all courtrooms. Recycle Bins shall be placed to curb when applicable. Cleaning all glass surfaces, including but not limited to interior windows, storefronts, mirrors, Use caution when dusting high and low: surfaces to avoid injury from falling objects. Use or disclosure ofa data contained on this sheet is subject lo the restrictions on the title page ofthis Proposal doors etc. Safety Measures Wear gloves when handling cleaning solutions to protect skin. Due Date: 03/28/2024 Response to RFP Page 150 Carlerel County Government Custodial Services Responseto) RFP OINTEGRITY Use proper lifting techniques when moving furniture or equipment. Ensure proper ventilation when using cleaning chemicals. Avoid contact with electrical devices when cleaning walls and doors. Use caution when working on stairs or ladders to prevent falls ori injuries. Follow manufacturer instructions for diluting and using cleaning products to prevent accidents Monitor and address any potential hazards or maintenance issues promptly. orchemical exposure. 4.3.5 Annual Services Frequency Tasks Annually 1. All hard floor surfaces terrazzo, tile, VCT, concrete, etc. shall be top scrubbed removing a layer of finish, dirt and other debris. The floor shall then be recoated using the manufacturer's recommended floor finish sealer. Sheens/products TBD by site which shall be provided by 2. Carpets shall be cleaned two times (2x) per year at all facilities. This shall include steam clean, apply protector that aids int the prevention of the Contractor. damage and applying a carpet deodorizer. Personal Protective Equipment Tape Wet Floor Signs Dust Mop Putty Knife or Edging Tool 2Mop Buckets with Wringers Cotton Mop to apply cleaner Wiping Clean cotton mopi for rinse Rotary Floor Machine -Low Speed Blue Cleaning Pads Broom & Dust Pan Wet Pick-up Vacuum Burnishing machine & Pads Burnishing machine & Pads Appronch Material and Equipment Hard Floor Surface Cleaning Our team will start by assembling equipment Removing gum and other material with putty knife Dusting mope entire floor and remove all dry soil. Removing any freestanding objects from the floor. Vacuuming or clean the walk-off mats and set aside Wearing appropriate safety equipment according to product label directions. Using mop and bucket apply cleaner liberally to the floor. Using edging tool to clean close to baseboards and in corners. scrubbing floor with single disk floor machine and blue cleaning pad. After scrubbing, picking up cleaner solution with a wet vacuum or mop & bucket. Usec or disclosure of data contained on this sheet iss subject to the restrictions on the title page ofthis Proposal Mixing cleaner per label dilution. Note: We will add chemical to water and never leave chemicals unattended. Due Date: 03/28/2024 Response to RFP Pages! Carlerel County Government Custodial Services Responselo RFP OINTEGRITY Applying rinse water with clean rinse mop. Picking up rinse water with a wet vacuum or clean mop. With fresh water, wring rinse mop dry and mop over the floor. Checking for powder residue on the floor with palm of! hand. Burnishing the cleaned floor with an appropriate pad. Dust mopping entire floor and remove all dry soil. Allowing floor to dry to touch. Cleaning all equipment and return toi its appropriate area and removing wet floor signs. Recoating using the manufactures recommended floor finish sealer Steam Cleaning Carpet Remove everything from room Dusting the Baseboards Vacuuming entire carpet carefully Using stain remover on specific bad spots Filling the steam cleaner with hot water Adding soap as per the carpet size Starting in a corner Walking the machine in long lines across the room Moving the machine slowly to allow it to work Allowing the carpet to dry before stepping on it Applying protector that aids in the prevention of damage and applying a carpet deodorizer Wear personal protective equipment (PPE) such as gloves and goggles when handling cleaning Salety Measures chemicals. Use caution when operating floor machines to prevent injuries. Ensure proper ventilation when using cleaning chemicals. Use wet floor signs to alert others of potential slip hazards. Take care when moving furniture to prevent strain or injury. Monitor and address any potential hazards or maintenance issues promptly. Follow manufacturer instructions for diluting and using cleaning products to prevent accidents orc chemical exposure. 4.3.6 Special Additional Services Integrity acknowledges the special additional services mentioned in the Scope of Services (SOW) We will ensure that there is at least one staff member available during County business hours (8:00 AM-5:00 PM, Monday through Friday) at both the Courthouse Complex in Beaufort and the Health Department in Morehead City. Our staff will remain available at all times for immediate response. to accidental spills, blood borne pathogens, vomiting, etc. Any such incidents will be promptly cleaned followed by a deep clean within less than a two (2) hour response time. Our cleaning staff will be equipped with carpet cleaning extractors, blowers, Our cleaning staff will promptly report any issues such as light bulbs out, water leaks, or other and we will adhere to the following requirements: and other necessary items for the cleanliness and safety of these areas. safety concerns to Public Buildings. Due Date: 03/28/2024 Response to RFP Page 152 Use or disclosure of data contained on this sheet iss subject l0 the restrictions on the title page of this Proposal Carlere! County Government Custodials Services Response to RFP OINTEGRITY In line with COVID-19 and other virus prevention measures, we will circulate through the facilities during regular business hours to wipe down and disinfect commonly touched surfaces. We are prepared to address specific areas of concern, including the complete disinfection of individual offices following aj probable or confirmed case. Our staff will be properly equipped with Personal Protective Equipment (PPE) and sufficient toolslequipment We commit to conducting special cleanings ofareas where furniture, equipment, or boxes have been moved, ensuring that these areas are brought up to the same level of cleanliness and We will wash (squeegee) the exterior of entrançe glass on a monthly basis to maintain We acknowledge that some services may be required afterhours or on weekends, and we are to perform disinfection in accordance with CDC Guidelines. appearance as surrounding or adjacent areas within the same day. cleanliness and appearance. 4.4 COMPANY VEHICLE prepared to accommodate these requirements as needed. Integrity is dedicated to ensuring efficient and effective service delivery by providing a company vehicle for the transportation of supplies, materials, and equipment necessary to fulfil our contractual obligations at the facilities of Carteret County. Our vehicle will prominently display the Integrity logo and will be driven only by liçensed personnel, ensuring safe and reliable transportation at all times. OINTEGRITY Due Date: 03/28/2024 Response to RFP Page 153 Use or disclosure ofd data contained on this sheet is subject lo the restrictions on the title page ofthis Proposal Carleret County Government Custodial Services Responselo! RFP OINTEGRITY REFERENCES FROM ATI LEAST THREE SIMILAR CLIENTS Integrity National Corporation Vondor Name: Contact Information: Anloninus Hines, Ph: (240)882-7928, Email ahines@integnty corp. com Roferences Provide at least three (3) references Company Name!, Address:. Marine Corps Air Station Cherry Point, North Carolina, 28533-5001 Type of Business:, Custodial.Janitorial Services Contact Person:, Family Care Branch Manager: Kellie King Contact Information: Phr no: 242-466-4584, Email: eleAngumemcsao Montgomery County Zones 4&5 1301 Seven Locks Road Company Name: Address: Type of Business:, Janitorial Services Contact Person: Contract Adminstrator: Leslie Clark Contact Information: Phn no: 240-447-0558, Email: loslaclark@montgomerycounyma.gow Company Name:, Rockville District Court Address:, Rockville District Court/MSC Buiding, 191 E. Jefferson Street, MD 20850 Contact Information:, Ph no: 301-563-8884, Email: cale.ayemayamdgon Type of Business:, CustodialJanitorial Services Contact Person: Contract Monitor: Nicole Leary Due Date: 03/28/2024 Response to RFP Page 154 Use or disclosure of data contained on this sheeti iss subject lo the restrictions on the tille pageoflhis Proposal Carteret County Government Custodial Services Response to RFP OINTEGRITY Company Name:, Prince George's County Maryland Address: 1400 McCormick Drive, Suite 200 Largo, Maryland 20774 Type ofE Business:. Janitorial Services Contact Person:, Division Manager: Eric Miller Contact Information: Phi no: 301-817-4382, Email: camiler@co.py.mdus Company Name:. DOL Frances Perkins Building Washington Address: 200 Constitution Ave., NW, Washington, DC Type of Business: Custodial Services ContactPerson:, Contract Administrator: Richard Guillory Contact Information: Ph no: 202-570-0858, Email: ulboyichardm@dalgow Due Date: 03/28/2024 Response to RFP Page15s Use or disclosure of data contained on this sheet iss subject to the restrictions on the title page of this Proposal Carleret County Government CustodialServices Response to RFP OINTEGRITY FIMANCIALSTAHILITY 6.1 REFERENCE! LETTER-TRUIST. BANK 14401 Swetzer Lane Lairel, MO2 20707 Once 301 3133 3208 myohnsengmuste com RobetN. Joheson VicePresident Commersathanker TRUIST E 11/09/2023 To: Whom! It May Concern linei ising good standing. This letter istos state thatl Integrity! National Corporation! has al Ine ofcredite establishedy with Truist Bank. The liney was estabiahed0,/162023- andi has a lmit af53,000,000.001 with noo outstandingt balance. The Below ist the current Truist Bank Credit Rating. Standard& Poor'slisting A/A-1 Moodyslisting Sincerely, A2 Please feelf free tor reache out tor mev with anya addtionaiquestions. Robert N. Johnson Commerciall Banker,VP 301-313-2308 Due Date: 03/28/2024 Response to RFP Pagel 156 Use or disclosure of data contained on this sheet is subject to ther restrictions on the title page ofthis Proposal Carteret County Government Custodial Services Responseto RFP INTEGRITY 6.2 REFERENCE] LETTER-SANDY SPRING BANK Sandy Spring Bank From! here. Fort here. Reference: Inteprity National Corporation 1734Elton Rd Suite 230 Silver Spuing MD: 20903-5719 To Whom ItN May Concem This letter ist to verify that Intepnty National Corporation mamed abovel has abusiness checking accou! with Sandy Spring Bank ing goods standing. Thea accounl nber is 1620436601 andi the ABA touting nmber 055001096. Ify your need ay additional infommalion ont this account, please contact me al the number helow. Thank) you. Cora8ws Clak A Suow Sandy Sprng Bank 17801 Georgia Ave. Olney. MD: 20832 P:3 301-774-6100ext. 6809 M: 240-357-3806 ANEBPIERICP Senior Vice President, Tieasury Management Division and Commerciall Banking 6.3 FIMANCIALSTATEMENTS the Carteret County. 2023 2022 2021 Ifrequested by the county, Integrity will provide balance sheets from the preceding three years to The total revenue of Integrity National Corporation over the past three years has been as follows: $26,462,470 $26,596,419 $21,143,233 Response to RFP Due Date: 03/28/2024 Page157 Use or disclosure of data contained on this sheet is subjecl toi the restrictions on the title page of this Proposal Carleret County Government Custodial Services Response to RFP OINTEGRITY 3 CERTIFICATE OF INSURANCE As required by Carteret County, upon! being awarded the çontract, Integrity will promptly furnish ac Certificate of Insurance as per the stipulations outlined in the RFP document. This certificate will explicitly list "Carteret County Government, 302 Courthouse Square, Beaufort, NC 28516" as an additional insured party on our liability policy. BAN THE ISSING INSURERSI AUTHOR2ED NSURID e be andursel PM ACORD CERTIFICATE DOES NOT REPRESENTATNE MPORTANT ee #SUBROJATION WAME certficate does MS fnsyrance Asegciaes. inc Hunty Valey M021030 National Carparaton 1752 Road e 230 SpringMD 20503 COVERAGES CERTIFICATE OF LIABILITY INSURANCE AND1 TE CERNACATE! NOLDER. ak a ADDITIDNALI INSURED, thepolioten) ul have the tems ands vbteceridctel nes CERTIFICATE Is ISBUED AS MATTER OF INFORMATION ONLV AND CONFERS NO RIGNTS UPON DF CERTIFICATE HOLDFR TaS OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DELOW. ns CERTFICATE OF INSURANCE DOES NOT CONSTHUIE A CONIRACI elay, sertain palcles may n samant sitamenten edsenent) Sase 15181 hel rve 25o0o 278 CERTIRICATE MUMBER: 1MAE4714 REVISION NUMBER DAMSA A ss SIPOAA 1223 so A 1123 *120 CERTIFICATE HOLDER CANCELLATION SOADANYOFT ne EXPRATION DATE DANCE NoNCE WRL aE CEIMIRED N Eencectharmnse ACORD25001603) Due Date: 03/28/2024 DIRS2VISACORD CORPORATON Alnighisreseved The ACORD rame andlogo arer Irgisteredmanst C'ACORD Response tol RFP Page 161 Useor disclosure of data contained on this sheeti is subject to the restrictions on the title pageofthis Proposal IV. Consent Agenda 6. Approval of the Letter of Support of the NC Department of Transportation Ferry Division's Application for the Rural Ferry Program Grant to Replace the M/VSilver Lake Vessel Board of Commissioners Jimmy Farrington, Chair Mark Mansfield, Vice-Chair Bob Cavanaugh Chris Chadwick David Quinn Chuck Shinn EdV Wheatly June 17,2024 Ms. Veronica Vanterpool U.S. Department of Transportation 1200 New. Jersey Avenue, SE Washington, DC: 20590 Passenger Vessel Dear Ms. Vanterpool, County Manager Tommy R. Burns,"! Clerkt tot the Board Lori R.1 Turner tn Acting Administrator, Federal Transit Administration NCDOT Ferry Division Rural Ferry Program-R Replacement of the Motor Vessel (M/V) Silver Lake Vehicle and This letter is in: support of the North Carolina Department of Transportation Ferry Division's application for the Rural Ferry Program Grant to replace the M/V Silver Lake vehicle and passenger vessel. The M/V Silver Lake vessel provides service across the Pamlico Sound along the Cedar Island-Ocracoke and Swan Quarter-Ocracoke routes. The M/V Silver Lake is fifty-five years old and the Ferry Division's oldest vessel. Iti is past its useful life and is in marginal physical condition. The replacement oft the M/V Silver Lake is top priority for the Ferry Division, noting it as the number one priority for replacement within their recent Vessel Replacement. Study. Replacing this vessel would provide needed updates to the Ferry Division to maintain their fleet and continue to provide reliable service to the Cedar Island, Swan Quarter and Ocracoke communities. It also supports the USDOT's Justice40 Initiative, as the Climate and Economic Justice Screening Tool (CEJST) highlights that Swan Quarter and Ocracoke are within a disadvantaged The NCDOT Ferry Division provides vital transportation services in North Carolina, connecting people to jobs, education, and medical services, while also supporting the movement of goods and supplies. Iti is also critical in helping the region prepare for and respond to hurricanes and other disasters. This project will continue to strengthen the operations and resiliency of the Ferry Division, which is critical to coastal North census tract. Carolina. We appreciate your consideration of this application. Sincerely, Jimmy Farrington Chairman, Carteret County Board of Commissioners Carteret County Courthouse. 302 Courthouse Square e Beaufort, NC 28516-1898 wwwcanteretcounynegor IV. Consent Agenda 7. Approval of the Contract with Moffatt and Nichol to Develop a Bogue Banks Beach Management Plan Shore Protection. Manager J.I Ryan Davenport Tel:(252)241-3264 Ryan.davemport@cartertcountynegow Shore protection office proteotthebeach. com: Memorandum From: Ryan Davenport Date: May 24, 2024 To: Carteret County Board of Commissioners (CBOC). Re: Bogue Banks Beach Management Plan Contract In an effort to prevent beach nourishment from becoming an incentive for unsuitable development, the North Carolina Coastal Resource Commission adopted new rules that does away with the STATIC LINE EXCEPTION and replaces it with BEACH MANAGEMENT PLANS. The new rules require local governments to development a Beach Management Plan that. shall consist of a comprehensive document with supporting appendices and data that includes a review of the maintenance needed to achieve a design life of no less than 30 years of shore protection. The 50-year plan already in place by the Carteret County Shoreline Protection Office should more that cover this requirement. The attached contract with Moffatt and Nichol is to provide services for the development of this BEACH MANAGEMENT PLAN. The compensation for this service is a Lump Sum of $59,640.00. Each of the Bogue Banks municipalities will save approximately $40,000 each by not having to perform this task individually. The Carteret County Beach Commission voted unanimously to endorse this contract during their regular meeting on April 29, 2024. Shore Protection Office . P.O. Box 4297 . Emerald Isle, North Carolina 28594 www. protect the beach. com moffatt & nichol MN CLIENT AGREEMENT-BASIC AGREEMENT BETWEEN CLIENT ANDENGINEER FORPROFESSIONAL SERVICES THIS AGREEMENT is made on the 20th day of May, 2024, by and between, Carteret County hereinafter called CLIENT, and Moffatt & Nichol, a California Corporation, hereinafter called ENGINEER, for thet following Project (the "Project"): Bogue Banks Beach Management Plan The CLIENT and ENGINEER for mutual consideration agree as set forth below: 1. ENGINEER'S SERVICES be further described in Exhibit' "A'.. ENGINEER'S CHARGES The ENGINEER shall perform professional services in connection with the Project, as set forth below, and as may 2. In accordance with this Agreement, the ENGINEER shall provide professional services for which the CLIENT shall compensate Engineer and the total compensation shall not exceed the dollar amount indicated herein, and as may be further described in Exhibit "A". R LUMP SUM. Compensation for these services shall be al Lump Sum of $59,640.00 3. INSURANCE AND LIABILITY PROVISIONS 3.1. The ENGINEER shall acquire and maintain statutory workmen's compensation insurance coverage, employer's liability, comprehensive general liability insurance coverage and professional liability 3.2. The CLIENT agrees to limit the ENGINEER'S liability to the CLIENT and to all Construction Contractors and Subcontractors on the Project, due to the ENGINEER's professional negligent acts, errors or omissions, such that the total aggregate liability of the ENGINEER to those named shall not exceed the ENGINEER's total fee for services rendered on this Project. insurance coverage. 4. CLIENT'S RESPONSIBILITY The CLIENT shall, unless otherwise provided for in this Agreement, at no cost to the ENGINEER: 4.1. Furnish to the ENGINEER all survey and all soils data, as well as other Project documentation: as may be requested by ENGINEER, and upon which ENGINEER may reasonably rely. 4:2. The ENGINEER makes no representations concerning soil conditions and is not responsible for any liability that may arise out of the performance or failure to perform soils investigations and testing. 4.3. Guarantee full andi free access for the ENGINEER to enter upon all property required for the performance of the ENGINEER's services. 10-2020 MN CLIENT AGREEMENT-BASIC moffatt & nichol 4.4. Give prompt written notice to the ENGINEER whenever the CLIENT observes or otherwise becomes aware of any defect int the Project or other event which may substantially affect the ENGINEER'S performance of services under this Agreement. 5. REIMBURSABLE EXPENSES Reimbursable Expenses are in addition to ENGINEER'S compensation for services performed on an Hourly Rate basis andi include expenditures made by the ENGINEER, his employees or his consultants in the interest of the Project. 6. PAYMENTS TO THE ENGINEER 6.1. Progress payments shall be made in proportion to services rendered or as otherwise indicated within this Agreement and shall be due and owing upon the ENGINEER's submittal of any invoice. Past due amounts owed shall include al late payment Finance Charge which will be computed at the periodic rate of 1% per month, which is an Annual Percentage Rate of 12%, and willl be applied to 6.2. The ENGINEER may, upon seven days written notice, suspend services ICLIENT fails to make 6.3. No deductions shall be made from the ENGINEER's compensation on account of penalty or other 6,4. Hourly Rates and Reimbursable Expenses shall be subject to periodic revision as stated on the Rate Schedule. Ini the event revisions are made during thel lifetime of this Agreement, the increased or decreased Hourly Rates and Reimbursable Expenses shall apply to all remaining compensation fors services performed byt the ENGINEER when such rates provide the basis for the ENGINEER'S 6.5. Ifthe Project is delayed or ift the ENGINEER's services for the Project are delayed or suspended for more than three months for reasons beyond the ENGINEER's control, the ENGINEER may, after giving seven days written notice to the CLIENT, terminate this Agreement and the CLIENT: shall compensate the ENGINEER in accordance with thet termination provision contained hereinafter in any unpaid balance 30 days after the date oft the original invoice. payments. sums withheld from payments to Contractors. compensation. this Agreement. GENERAL PROVISIONS 7. 7.1. All Drawings, Specifications and other work data of the ENGINEER for this Project are instruments of service for this Project only and shall remain the property of the ENGINEER whether the Project is completed or not. The CLIENT shall not reuse any of the ENGINEER's instruments of service on extensions of this Project or on any other project without the prior written permission of the ENGINEER. Any unauthorized reuse shall be at the CLIENT's risk and the CLIENT agrees to defend, indemnify and hold harmless the ENGINEER from all claims, damages, and expenses including attorney's fees arising out of such unauthorized reuse of the ENGINEER's instruments of service by the CLIENT OR BY OTHERS ACTING THROUGH THE CLIENT. 7.2. Neither the CLIENT nor the ENGINEER shall delegate his duties under this Agreement without the written consent of the other. 10-2020 2 MN CLIENT AGREEMENT - BASIC moffatt & nichol 7.3. This Agreement may be terminated by either party by seven days written notice in the event of substantial failure to perform in accordance with the terms of this Agreement by the other party through no fault of the terminating party. Ift this Agreement is terminated, the ENGINEER shall be paid for services performed to the termination notice date including Reimbursable Expenses due plus Termination Expenses. Termination Expenses are defined as Reimbursable Expenses directly 7.4. This Agreement represents the entire and integrated agreement between the CLIENT and the ENGINEER and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both the CLIENT and 7.5. Any dispute or claim arising out of this Agreement shall be determined as follows: CLIENT and ENGINEER will negotiate in good faith to reach agreement. If fnegotiations are unsuccessful, ENGINEER and CLIENT agree the dispute shall be settled by mediation. In the event the dispute or any issues remain unresolved, the disagreement shall be decided by such remedies of law as they are available to the parties. This Agreement shall be governed by the laws of the State of 7.6. Should litigation occur between the two parties relating to the provisions of this Agreement, all litigation expenses, collection expenses, witness fees, court costs and attorney's fees incurred by the prevailing party shall be paid by the non-prevailing party to the prevailing party. 7.7. Neither Party shall hold the other responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the other or the other's 7.8. In the event any provisions of this Agreement shall be held to be invalid and unenforceable, the remaining provisions shall be valid and binding upon the parties. One or more waivers by either party of any provision, term, condition or covenant shall not be construed by the other party as a 7.9. The ENGINEER is not responsible for design and construction review services relating to the Contractor's safety precautions or to means, methods, techniques, sequences, or procedures required for the Contractor to perform his work.. Omitted services include but are not limited to shoring, scaffolding, underpinning temporary retainment of excavations and any erection methods 7.10. The ENGINEER intends to render his services under this Agreement in accordance with generally accepted professional practices for thei intended use of the Project and makes no warranty either 7.11. Any estimate of construction costs prepared by the ENGINEER represents his judgment as a design professional and is supplied for the general guidance of the CLIENT. Since the ENGINEER has no control over the cost of labor and material, or over competitive bidding or market conditions, the ENGINEER does not guarantee the accuracy of such estimates as compared to Contractor bids 7.12. (a) The parties shall comply with all applicable federal, state, and local laws, ordinances, rules, regulations, and orders in effect on the date of this Agreement, including applicable non-U.S. laws attributable to termination. the ENGINEER. California. employees and agents. waiver of a subsequent breach of the same by the other party. and temporary bracing. express ori implied. or actual cost to the CLIENT. and regulations, 3 10-2020 MN CLIENT AGREEMENT-BASIC moffatt & nichol (b) Neither party shall, directly or indirectly, undertake, cause or permit to be undertaken any activity related to this Agreement that is illegal under any applicable law, regulation, ordinance or other governmental requirement, including without limitation, the U.S. Foreign Corrupt Practices Act and the UK Bribery Act. In addition, no Party shall give, offer, promise or authorize, directly or indirectly, in connection with this Agreement, anything of value to an official, officer, employee or any other person in an official capacity for or on behalf of any government, state-owned enterprise, agents or advisors to (c) If either party breaches any of the covenants contained in this Article, the non-breaching party shall have the right to immediately terminate this Agreement without penalty and shall be indemnified by the otheri international organizations. breaching party against all losses arising under this Article 7.12. 8. NOTICES Any notices required to be given under this Agreement may be given by enclosing the same in a sealed envelope, postage prepaid, addressed as follows: CLIENT: Carteret County 302 Court House Square Beaufort, NC Moffatt & Nichol 4700 Falls of Neuse, Suite 300 Raleigh, NC 27609 Attention: Ryan Davenport ENGINEER: Attention: Nicole VanderBeke, PE Notices shall be deposited in the U.S. Postal Service. When so given, such notice shall be given from the time of mailing the same. 10-2020 MN CLIENT AGREEMENT BASIC moffatt & nichol IN WITNESS WHEREOF, the parties hereto have executed this Agreement which is in effect as of the day and year first above written when signed by! both parties. ENGINEER's Federal Tax ID# 95-1951343 Attachments: Exhibit "A" ENGINEER: Moffatt & Nichol A California Corporation DATE: ATTEST BY: TITLE: WITNESS: CARTERET COUNTY A4 Managing Principal Mwck Vancbhe 5/20/2024 Clerk to Board Act Chairperson, Carteret County Board of Commissioners This agreement has been pre-audited in the manner required by the Local Government Budget and Fiscal Control APPROVED AS TO FORM & LEGALITY Finance Director County Attorney 5 10-2020 MN CLIENT AGREEMENT- -BASIC moffatt & nichol EXHIBIT"A" STATEMENT OF SERVICES 10-2020 4700F Falls ofNeuse Road, Suite 300 Raleigh, North Carolina2 27609 www.r moffattnichol.com moftait & nichol (919)798-4626 May 20, 2024 Ryan Davenport Shore Protection Manager Carteret County 7500 Emerald Drive Emerald Isle, NC: 28594 Subject: Beach Management Plan Bogue Banks Carteret County, North Carolina Dear Mr. Davenport: The North Carolina Coastal Resources Commission (CRC) recently amended Title 15A of North Carolina Administrative Code (NCAC) Subchapter 7H .0304;.0305; .0306; .0308; .0309; .0310 and Subchapter 7J.1200; .1202; .1203; .1204; .1205; .1206; and repealed Subchapter 7H .1301 through .1303 to replace and streamline the existing Development Line and Static Line Exemption rules under the Ocean Hazard Areas of Thei intent of the amended rules is to! provide an approach for local communities to utilize local and subregional Beach Management Plans to support delineation of the vegetation line (VL) that considers the communities long-term commitment to maintaining the beach through a managed beach nourishment plan. With an approved CRC Beach Management Plan in hand, communities can define oceanfront setbacks measured from Toutilize the less restrictive existing vegetation line as a baseline for measuring oceanfront setbacks, the County will need to develop a beach management plan (BMP), inclusive of Emerald Isle, Indian Beach/Salter Path, Pine Knoll Shores, and Atlantic Beach, and have it approved by the CRC. The CRC's rules, specifically 15A NCAC 07J.1200, require the BMP to consist of a long-term (minimum of 30 years) maintenance plan that addresses the anticipated maintenance event volume triggers and schedules, long-term sand needs, and annual monitoring protocols, as well as identification of financial resources and/or funding sources necessary to fund Moffatt & Nichol (M&N) has prepared this proposal to develop the BMP and associated application for submission to the Division of Coastal Management (DCM). In addition, M&N will attend a meeting with the County, Towns, and public to discuss the rule amendments, review thel BMP, and address concerns that can be integrated into the final BMP. M&N will: also present the final BMP to the CRC for approval. Environmental Concern. The amended code went into effect on August 1, 2022. the existing vegetation line rather than by the more restrictive pre-project vegetation line. these long-term nourishment activities. Page 1 Bogue Banks Beach Management Plan May 20, 2024 Task1 1-Meetings and Coordination This task includes attendance by two M&N staffat one (1): County meeting to inform the County and individual Towns of Emerald Isle, Indian Beach/Salter Path, Pine Knoll Shores, and. Atlantic Beach as well as the public on the purpose and details of the BMP, and one (1) CRC meeting to present the BMP for approval. A slide presentation willl be prepared for each meeting. This task also includes coordination with County and DCM staff during the preparation and review of the BMP document.. Deliverables: Notes from coordination calls with County and DCM staff Slide Presentation for County and CRC meetings Task2-1 Preparation of Beach Management Plan DCM recommended that the BMP is structured similar to the static line exception reports previously prepared by the Carteret County beach communities that fall under the Bogue Banks Master Beach Nourishment Plan (BBMBNP). Therefore, M&N will develop a BMP that generally consists of the following outline. Purpose b. Project Background and Beach Nourishment History Project Design Template and Nourishment Cycle Project Borrow. Area Information Project Monitoring and Performance Project Construction and Development of Pre-I Project Line Future Nourishment Plan Financial Resources Public Involvement Process Summary References The BMP will utilize and integrate studies, findings, and appropriate data from the BBMBNP which has been compiled in previous static line exception documents for the individual Towns of Emerald Isle, Indian Beach/Salter Path, Pine Knoll Shores, and Atlantic Beach into one BMP document for the County. A draft report will be provided to the County and Towns for review and made available for the public to access prior toj presentation at a public meeting at which comments from the County, Towns, and public willl be taken. The final report will incorporate and/or address comments from the County, Towns, and public before being submitted tol DCM for review. Presentation: of the final BMP will be conducted at: a CRC meeting for approval. Deliverables: Draft Report for Review by County, Towns, and Public Presentation of Draft Report to County, Towns, and Public Finall Report for Submittal to DCM, incorporating County, Town, and Public Comments Presentation of Final Report to CRC Schedule: Itis anticipated that thel Draft Report willl be completed by Spring 2025, followed by presentation to the County, Towns, and public. County, Town, or public comments will then be incorporated into a Final Report to be submitted to DCM for review by Summer 2025. The final BMP is expected to be presented at a CRC meeting for: approval in Fall 2025. Page2 - Bogue Banks Beach Management Plan May 20, 2024 Fee: Task The lump sum fee to conduct Tasks 1 and 2is $59,640 as indicated in the table below. Fee $14,300 $45,340 Total $59,640 Task 1- Meetings and Coordination Task 2-1 Preparation of Beach Management Plan Ifyoul have further questions or need clarification of any of the: abovei items, please contact Nicole VanderBeke at lhicdmdfimstalen or 919-280-6317- As always, thank you for the opportunity to serve Carteret County. Sincerely, 7A4 Mark Pirrello, P.E. Coastal Discipline Manager ficeVaudolote Nicole VanderBeke, PE Project Manager - Page 3 IV. Consent Agenda 8. Approval of the Raymond's Gut Dredging Contract PLANNING AND DEVELOPMENT BT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: June 10, 2024 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager RE: Raymond's Gut Dredging Project 48 As you are aware the Waterways Management Committee reviewed and recommended moving forward with the above referred project. We applied for and received funding from the NC Shallow Draft Navigation Fund and matched this with funds from the adjacent neighboring property owners. This project was bid three times with nol bid being received the first time, one the second time, and twol bids the third time. The twol bids we received for the third bid opening were from Carolina Marine Structures and Coastal Dredging LLC. Coastal Dredging provided thel low bid in the amount of $97,4 450. We recommend award of this bid. Please let me knowi if youl have any questions. Carteret County Budget Amendment Fiscal Year 2023-2024 Department: Date: Justification: Fund Finance 6/17/2024 Toappropriate State funding for Raymond's Gut Dredging Project Description Account Number 400.20.3811.300 Increase 72,450 Capital Improvement Fund NC Shallow Draft Navigation Grant Total Increase inf Revenues 72,450 72,450 Capital Improvement Fund Raymond's Gutl Dredging Project 400.20.8110.82100 Total Increase Expenditures 72,450 Approval Chairman, Board of Commissioners, Date: CONTRACT County of Carteret, NC SCOPE OF WORK Dredge approximately 975 CY by bucket to barge system from Raymond's Gut Channel to improve the navigation access between stations 0+00 and 16+00 as shown on the plans. The dredge spoil material shall be placed within a Contractor obtained material disposal site. SPECIFICATIONS 01005 Special Work Requirements and Restrictions 01010 Summary ofWork 01220 Measurement and Payment 02883 Material (Upland Filly Placement 35223 Dredging Appendix A = Raymond's Gut General Permit Appendix B - Construction Drawings GENERAL CONDITIONS GENERAL Itis understood and agreed that by submitting a proposal that the Contractor has examined these contract documents, drawings, and specifications, has visited the site of the work, and has satisfied himself relative to the work to be performed. MATERIALS, EQUIPMENT AND EMPLOYEES a) The contractor shall, unless otherwise specified, supply and pay for all labor, transportation, materials, tools, apparatus, lights, power, fuel, sanitary facilities and incidentals necessary for the completion of his work, and shall install, maintain and remove all equipment of the construction, other utensils or things, and be responsible for the safe, proper, and lawful construction, maintenance and use of same, and shall construct in the best and most workmanlike manner, a complete job and everything incidental thereto, as shown on the plans, stated in the specifications, or reasonably implied there from, all in accordance with the b) All materials shall be new and of quality specified, except where reclaimed material is authorized herein and approved foruse. Workmanship shall at all times be ofa grade accepted as the best practice oft the particular trade involved, and as stipulated in written standards of recognized organizations or institutes of the respective trades except as exceeded or qualified contract documents. by the specifications. c) No changes shall be made in the Work except upon written approval and change order issued by d) Products are generally specified by ASTM or other reference standard and/or by manufacturer's name andi modelnumber or trade name. When specified onlybyreference standard, the Contractor may select any product meeting this standard, by any manufacturer, When several products or manufacturers are specified as being equally acceptable, the Contractorhas the option ofusing any e) However, the contractor: shall be aware that the cited examples are used only to denote the quality standard of product desired and that they do not restrict bidders to a specific brand, make, manufacturer or specific name; that they are used only to set forth and convey to bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable. Substitution of materials, items, or equipment of equal or equivalent design shall be submitted to the architect or engineer for approval or disapproval; such approval or disapproval f) Ifat any time during the construction and completion of the work covered by these contract documents, the conduct of any worker of the various crafts be adjudged a nuisance to the Owneror ifanyworkeri is considered detrimental to the work, the Contractor shall order such parties removed the Carteret County Assistant Manager. product andr manufacturer combination listed. shall be made by the architect or engineer prior to the opening of bids. immediately from the site. g) The contractor shall designate a oremansupenntenoen: who shall direct the work. CODES, PERMITS, AND INSPECTIONS a) The Contractor shall obtain the required permits, except for the Minor Works Permit provided byt the County, give all notices, and complywith alll laws, ordinances, codes, rules, and regulations bearing on the conduct of the work under this contract. If the Contractor observes that the drawings and specifications are at variance therewith, he shall promptly notify the Public Buildings Manager in writing. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, codes, rules, and regulations, and without such notice to the Owner, he shall bear all cost arising b) All work under this contract shall conform to the current North Carolina Building Code and other from non-compliance with requirements. state and federal codes as are applicable. SAFETY REQUIREMENTS a) The Contractor shall be solely responsible for the entire site and the construction of the same and provide all the necessary protections as required by laws or ordinances governing such conditions and as required by the Owner or Designer. He shall be responsible for any damage to the Owner's property or that of others on the job, by himself, his personnel, or his subcontractors, and shall make good such damages. He shall be responsible for and pay for any claims against the Owner b) The Contractor shall adhere to the rules, regulations and interpretations of the North Carolina Department of Labor relating to Occupational Safety and Health Standards for the Construction Industry (Title 29, Code of Federal Regulations, Part 1926 published in Volume 39, Number 122, Part 11, June 24, 1974, Federal Register), and revisions thereto as adopted by General Statutes The Contractor shall provide all necessary safety measures for the protection of all persons on the work, including the requirements of the AGC Accident Prevention Manual in Construction as amended, and shall fully comply with all state laws or regulations and North Carolina Building Code requirements to prevent accident or injury to persons on or about the location oft the work. He shall clearly mark or post signs warning of hazards existing and shall barricade excavations and similar hazards. He shall protect against damage or injury resulting from falling materials and he shall arising from such damages. of North Carolina 95-126 through 155. maintain all protective devices and signs throughout the progress of the work. TAXES Carteret County is not exempt from North Carolina State Sales and Use Taxes on labor, material, and equipment to be incorporated in the Contractor's Proposal. Said taxes shall be included in invoices submitted by Contractor. Contractor in submitting his invoices shall break out all sales taxes as a separate item and County where purchases were made. EQUAL OPPORTUNITY a) The non-discrimination clause contained in Section 202 (Federal) Executive Order 11246, as amended by Executive Order 11375, relative to Equal Employment Opportunity for all persons without regard to race, color, religion, sex or national origin, and the implementing rules and b). The Contractors agree not to discriminate against any employees or applicant for employment because of physical or mental handicap about any position for which the employees or applicant is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices. regulations prescribed by the Secretary ofLabor, are incorporated herein. INSURANCE (a) To the fullest extent permitted by laws and regulations, Contractor shall indemnify and hold hamless the County and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or arbitration) arising out of or resulting from Contractor's performance of this Contract or the actions of the Contractor or its officials, employees, or contractors under this Contract or under contracts entered into by the Contractor in connection with this Contract. This indemnification shall (b) In addition, Contractor shall comply with the North Carolina Workers' Compensation Act and shall provide for the payment ofworkers' compensation to its employees in the manner and to the extent required bysuch Act. Additionally, Contractor shall maintain, at its expense, the following minimum $1,000,000 per occurrence /$2,000,000 aggregate-Bodily Injury Liability, and $100,000 - Property Damage Liability or 1,000,000 per occurrence /$2,000,000 aggregate- Combined Single Limit Bodily Injury and Property Damage. (c) The Contractor upon execution oft this Contract shall furnish to the Countya Certificate of Insurance reflecting the minimum limits stated above. The Certificate shall provide for thirty-(30) days advance written notice in the event of a decrease, termination, or cancellation of coverage. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Contractor shall at all times comply 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 Contractor shall not be interpreted as limiting the Contractor's liability and obligations under the survive the termination of this Contract. insurance coverage: Contract. INVOICE FOR PAYMENT a) Payment will be made lump sum within thirty (30) consecutive days after acceptance of the work and the submission both of notarized contractor's affidavit and four copies of invoices, which are to include the contract, account, and job order numbers. No partial payments are authorized. b) The invoice shall note the amount of Sales Tax paid by the Contractor, contain release of lien from subcontractors and vendors for prior invoices paid, and contain a notarized contractor's affidavit. The contractor's affidavit shall state, "This is to certify that all costs of materials, equipment, labor, and all else entering into the accomplishment oft this contract, including payrolls, have been paid in d) Executed contract documents, insurance certifications and, upon completion and acceptance of full." the work, invoices and other information requested are to be sent to: Eugene Foxworth Assistant County Manager Carteret County Planning & Inspections 210 Tumer Street Beaufort, NC: 28516 e) Itis imperative that contract documents, invoices, etc., be sent only to the above address in order to assure proper and timely delivery and handling. CLEAN UP a) The Contractor shall keep the site and surrounding area reasonably free from rubbish at all times and shall remove debris from the site orwhen directed to do so by the Owner. Before final inspection and acceptance of the project, the Contractor shall thoroughly clean the sites and completely prepare the project and site for use by the Owner. GUARANTEE a) The contractor shall unconditionally guarantee materials and workmanship against patent defects arising from faulty materials, faulty workmanship, or negligence for a period of twelve (12) months following the final acceptance oft the work and shall replace such defective materials orv workmanship b) Where items of equipment or material carry a manufacturer's warranty for any period in excess of twelve (12) months, then the manufacturer's warranty shall apply for that particular piece of equipment or material. The contractor shall replace such defective equipment or materials, without Additionally, the owner may bring an action for latent defects caused by the negligence of the contractor, which is hidden or not readily apparent to the owner at the time of beneficial occupancy without cost to the owner. cost to the owner, within the manufacturer's warranty period. ort final acceptance, whichever occurred first, in accordance with applicable law. CONTRACTOR-SUBCONTRACTOR RELATIONSHIPS The Contractor agrees that the terms of these contract documents shall applye equally to Subcontractors as to the Contractor, and that subcontractors: are bound by those terms as employees oft the Contractor. SUPPLEMENTARY GENERAL CONDITIONS TIME OF COMPLETION The Contractor shall commence work under this Contract on a date to be specified in written order from the County and shall fully complete all work as follows: Initiate Mobilization efforts on or before June 24, 2024. Complete all in-water dredging activities by July 26, 2024. Complete all work items (FINAL COMPLETION) as agreed to by the Disposal Site owner. Ift the Contractor is delayed at any time in the progress of his work by any act or negligence of the Owner, his employees or his separate contractor, by changes orderedi in the work; bya abnormal weather conditions; by any causes beyond the Contractor's control or by other causes deemed justifiable by Owner, then the contract time may be reasonably extended in a written order from the Owner upon written request from the contractor within ten days following the cause for delay. LIQUIDATED DAMAGES Contractor and Owner recognize that time is of the essence and that Owner will suffer financial loss if the Work is not completed within the times specified above, plus any extensions thereof allowed in accordance with the Contract Documents. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), in the event that the Contractor does not complete at least the work, in the time allotted under TIME OF COMPLETION above, the Contractor shall pay a sum of $1,000/ day for each day the work continues until finished. Liquidated damages shall only apply to the in water dredging activities (work). UTILITIES Temporary utilities services are furnished at contractor's expense unless otherwise noted. (power, water, sewer, steam, telephones, portable toilets, trash containers, etc.) INSTRUCTIONS FORI WORKING ON COUNTY PROPERTY written notice to the Public Building Manager. No temporary services required. a) Parking & Traffic Construction that will block facility traffic flow/close street requires one-week b) Decorum - Iti is illegal for any person to have firearms, alcoholic beverages, drugs (except those prescribed by a physician) on County properly. Violators will be reported to local law enforcement. c) Behavior- Indecent language, harassing "cat" calls or whistles, etc., will not be tolerated. Violators will be removed from county property immediately; questions will be asked later. Proper dress is required, long pants and shirts will be worn at all times, Loud music is not permitted. d) Use of Building Contractor personnel are not permitted to use Buildings/Facilities for restrooms, eating, or leisure activity. Unless prior approval is granted by County Representative. e) Locate for Utilities When digging or trenching on or adjacent to County property, a 48-hour notice is required to locate existing underground utilities. Contractor must contact the Public Works Department (252-728-8595) as well as the NC One Call Center (1-800-632-4949) for public ) Disruption of Utilities - When any underground utilities or unusual conditions are damaged or encountered, contact the Public Works Department (252-728-8595) immediately. The Public Works Department will investigate and advise as needed. Contractor must have personnel available to effect immediate repair. If damage occurred due to failure of the County to properly utilities. locate utilities, the contractor will be reimbursed. g) Planned Outages Outages needed to allow contractor to complete or perform work, must be scheduled with the Public Buildings Department (252-728-8425). One-week written notice is h) Access to Buildings Access to perform work in a building after normal working hours (8:00 a.m. p.m. Monday Friday) must be coordinated through the Public Buildings Department with 24 hours in advance. Exterior work perfored after normal working hours should also be reported to required for alloutages. to5:00 the Public Works Department 24 hours in advance. ALTERNATE BIDS (ADD OR DEDUCT) MINORITY BUSINESS PARTICIPATION None a) It is the intent of the County to encourage Contractors in making every effort to utilize Minority b) Bidders can use the Office for Historically Underutilized Business website Mps/w.doanegowawbaoasbalyumamanutzdousnesssup to locate HUB C) Nothing in these guidelines shall be construed to require contractors or awarding authorities to award contracts or subcontracts to or to make purchases of materials or equipment from minority- business contractors or minority-business subcontractors who do not submit the lowest Business Enterprises for subcontracted work. contractors. responsible, responsive bid or bids. E-VERIFY EMPLOYER COMPLIANCE The contractor represents and covenants that the contractor and its subcontractors comply with the requirement of Article 2 of Chapter 64 of the North Carolina General Statutes (NCGS). In this E-Verify Compliance section, "contractor" "its subcontractors" and' "comply" shall have the meanings intended by NCGS 153A-499 (b). The County is relying on this section in entering into this contract. The parties agree to this section only to the extent authorized by law. Ift this section is held to be unenforceable or invalid in whole or in part, it shall be deemed amended to the extent necessary to make this contract comply with NCGS 153A-499 (b). SUPERINTENDENT The Contractor shall employ a competent superintendent who shall represent the Contractor and have the authority to make field decisions necessary for performing the work. Competency must be demonstrated by performing high quality construction: work on time according to Contractor's approved! schedule. County reserves the right to require replacement of the superintendent by Contractor without explanation from the County. INDEMNIFICATION The Contractor will indemnify and hold the County harmless from any and all liability, expense, judgment, suit, or cause of action for personal injury, death, or direct damage to tangible property which may accrue against the County to the extent iti is caused byt the negligence of Contractor, or its Sub-Contractors, or their employees or agents, while performing duties under this Agreement, provided that the County gives the Contractor prompt, written notice of any such claim or suit. PERFORMANCE AND PAYMENT BONDS A Performance Bond is required. Al Payment Bond is required. PRE-BID CONFERENCE None. BID SUBMISSION Bids will be received until 2:00 pm local time on June 10, 2024, by Carteret County. Bids may be submitted in sealed envelopes to the attention of Eugene Foxworth, Assistant County Manager at 210Turner St., Beaufort, NC 28516. The bid opening will occur at 210 Tumer Street, Beaufort, NC 28516. SUMMARY OF PAPERWORK Prior to Award 1-S Submit IRS form W-9. County. Final Payment 2-Submit Certificate of Insurance for liability and Worker's Compensation to include Carteret 3-Submit Iran Divestment Act Certification. 1-Submit invoice only after work is completed. 4-Submit Contractor's Affidavit Letter. 2-Submit completed Sales Tax Summary and Detail forms, state "None" if applicable 3-Submit Contractor's Warranty Letter, state date of acceptance agreed with owner. PROPOSAL AND CONTRACT Carteret County The undersigned, as bidder, proposes and agrees if this proposal is accepted to contract with the County of Carteret for the furnishing of all materials, equipment, and labor necessary to complete the construction of the work described in these documents in full and complete accordance with plans, specifications, and contract documents, and to the full and entire satisfaction of the County of Carteret for the sum of: Item Mobilization Disposal Site Placement Restoration Quantity 1 1 975 1 Total Unit LS LS CY LS Unit Price Total 12,840.00 11,100.9 W,350.0 8,5400 94,450." 0D 1.0 2.0 Dredged Material 3.0 Dredging & Material 4.0 Demobilization & Site 65.004 Total Bid based on estimated quantities above $ Ninehy- Sun-uncwd fuludud f4: (Use words) day of Jihe Respectively submitted this ID 2024. Ccosul Dudgng LL Contractot Federal ID# ap- 374305 Witness Wanda bop By: fsib Title:garebn Meng. (Owner, partner, corp. Pres. OrVice Pres.) Address: Pp Box 295 mpnbex2 - Attest: (corporation) (Corporation Seal) (Proprietorship orF Parhnershp BinlBosny Snoads Roy NC284L0 Email Asalanyiguaepalan By: Title: License #: 13ua9 Note: Provide three original signed documents after selection. (Corporation Secretary) NORTH CAROLINA COUNTY OF CARTERET GOVERNMENT Tommy Burns, County Manager (Seal) Contractor: Authorized Representative Printed Name Title (Seal) This instrument has been pre-audited in the manner required by the Local Government Budget and Fiscal Control Act. Approved as to form: Dee Meshaw, County Finance Officer Sharon Griffin, County Attorney a Notary Public of the State and County aforesaid certify that Tommy Burns acknowledged that he is the County Manager of County of Carteret, and that authority duly given as the act of the Board signed the foregoing instrument signed in its name by the County Manager, sealed with its corporate seal. WITNESS my hand and official seal, this_ day of 2024. Notary Public My Commission expires: Payment Bond PAYMENT BOND Contractor Surety Name: (Full formal name ofContractor) Address (principal place ofbusiness): [Address ofContractor's principal place of Name: [Full formal name of Surety] Address (principal place ofbusiness): [Address of Surety's principal place of business] business] Owner Contract Name: Carteret County Mailing address (principal place ofbusiness): 210 Turner Street Beaufort, NC:28516 Bond Description frame and location): Raymond's Gut Channel Maintenance Dredging Contract Price: [Amount, from Contract] Effective Date of Contract: [Date, from Contract] Bond Amount: [Amount] Date of Bond: [Date] (Dale afBondo camot be earlier than Effective Dale ofContraci) Modifications to this Bond form: D None D See Paragraph 18 representative. Contractor as Principal Coastal Ddnauc (Fullf Igaygmmaty Name: Jonathan Jopp Title: Member Attest: hnda Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth in this Payment Bond, do each cause this Payment Bond tol be duly executed by an authorized officer, agent, or Surety By: Name: Title: Attest: Name: (Full) formal name of Surely) (corporate seal) (Signatire)Attach. Power of Attorney) (Printed or typed) (Signature) (Printedo or typed) By: bignayre) (Printed or typed) (signature) (Printed orbpel Name: Wanda Title: mombeN Aimrialsodayy Title: Contractor, Strely, Owner, or other party is considered plural where applicable. Notes: (1) Provide supplemental execulion' by any additional parties, suche as) joint venturers. (2). Any singularn reference t0 EJCDC* C-615, Payment Bond. and American Sodietyo of Civil Engineers. Allrightsreserved. Page1of4 Copyrighto 2018 National Society of Professional! Engineers, American Councii ofe Engineering Companies, T $ 3 Detalls on Back. Photo Safe Deposite 1. The Contractor: and Surety,jointly: and: severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials, and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the 2. Ifthe Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds harmless the Owner from claims, demands, liens, or suits by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, 3. Ift there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond will arise after the Owner has promptly notified the Contractor and the Surety (at the address described inl Paragraph 13)ofclaims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, 4. When the Owner has satisfied the conditions in Paragraph 3, the Surety shall promptly and at the Surety's expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, following terms. then the Surety and the Contractor shall have no obligation under this Bond. or suits to the Contractor and the Surety, demand, lien, or suit. 5. The Surety's obligations to a Claimant under this Bond will arise after the following: 5.1. Claimants who do not have a direct contract with the Contractor 5.1.1. have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90). days after having last performed labor or last furnished materials or equipment included in the Claim; and 5.1.2. have sent a Claim to the Surety (at the address described in Paragraph 13). 5.2. Claimants who are employed by or have a direct contract with the Contractor have sent a Claim 6.. Ifar notice of non-payment required by Paragraph 5.1.1 is given by the Owner to the Contractor, thati is sufficient to satisfya a Claimant's obligation to furnish av written noticeo ofnon-payment under Paragraph 7. When a Claimant has satisfied the conditions of Paragraph 5.1 or 5.2, whichever is applicable, the 7.1. Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that 7.3. The Surety's failure to discharge its obligations under Paragraph 7.1 or 7.2 will not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as toa Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 7.1 or7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to Copyrighto 2018 National Soclety of Professional Engineers, American Council ofE Engineering Companies, to the Surety (at the address described in Paragraph 13). 5.1.1. Surety shall promptly and at the Surety's expense take the following actions: are disputed; and 7.2. Pay or arrange for payment of any undisputed amounts. recover any sums found to be due and owing to the Claimant. EJCDCS C-615, Payment Bond. Page 2of4 and American Society ofCivilEngineers. Allr rights reserved. 8. The Surety's total obligation will not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Paragraph 7.3, and the amount of this Bond will be credited for any 9. Amounts owed by the Owner to the Contractor under the Construction Contract will be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfying obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to 10. The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants 11. The Surety hereby waives notice of fany change, including changes oftime, to the Construction Contract 12. No suit or action will be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2, or (2) on which thel last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of(I) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction oft the suit willl be 13. Notice: and Claims tot the Surety, the Owner, ort the Contractor must be mailedo or delivered to the: address shown on the page on which their signature appears. Actual receipt of notice or Claims, however 14. When this Bond has been furnished to comply with a statutory or other legal requirement in thel location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement will be deemed deleted here from and provisions conforming to such statutory or other legal requirement willl be deemed incorporated herein. When so furnished, the intent is that this 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy ofthis Bond or shall permit a copy to be made. payments made in good faith by the Surety. use the funds for the completion of the work. under this Bond. or to related subcontracts, purchase orders, and other obligations. applicable. accomplished, willl be sufficient compliance as oft the date received. Bond will be construed as a statutory bond and not as a common law bond. 16. Definitions 16.1. Claim-A written statement by the Claimant including at a minimum: 16.1.1. The name of the Claimant; 16.1.2. The name of the person for whom the labor was done, or materials or equipment 16.1.3. A copy of the agreement or purchase order pursuant to which labor, materials, or equipment was furnished for use ini the performance of the Construction Contract; furnished; 16.1.4. A brief description oft the labor, materials, or equipment furnished; EJCDCP C-615, Payment Bond. and American Society of CivilEngineers. Allrights reserved. Copyrighto 2018 National Society of Professionall Engineers, American Council of Engineering Companies, Page3of4 16.1.5. The date on which the Claimant last performed labor or last furnished materials or 16.1.6. The total amount earned by the Claimant for labor, materials, or equipment furnished as 16.1.7. The total amount of previous payments received by the Claimant; and 16.1.8. The total amount due and unpaid to the Claimant for labor, materials, or equipment 16.2. Claimant--An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials, or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent oft this Bond is to include without limitation in the terms of "labor, materials, or equipment" that part of the water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien. may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 16.3. Construction Contract-The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the 16.4. Owner Default--Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply 16.5. Contract Documents--All the documents that comprise the agreement between the Owner and 17. Ifthis Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond will be deemed to be Subcontractor and the term Owner will be deemed to be Contractor. equipment for use in the performance of the Construction Contract; oft the date of the Claim; furnished as of the date of the Claim. Contract Documents. with the other material terms ofthe Construction Contract. Contractor. 18. Modifications to this Bond are as follows: None, EJCDC C-615, Payment Bond. and American! Society of Civil Engineers. All rights reserved. Copyrighto 2018 NationalSociety of Professionall Engineers, American Council ofE Engineering Companies, Page 4of4 Performance Bond PERFORMANCE BOND Contractor Surety Name: [Full formal name ofContractor) Address (principal place of business): [Address of Contractor's principal place of Name: [Full formal name of Surety] Address (principal place ofbusiness): [Address of Surety's principal place oft business] business] Owner Contract Name: Carteret County Mailing address (principal place ofbusiness): 210 Turner Street Beaufort, NC: 28516 Bond Description (name and! location): Raymond's Gut Channel Maintenance Dredging Contract Price: [Amount from Contract] Effective Date ofContract: [Date from Contract] Bond Amount: [Amount] Date of Bond: [Date] (Date ofBondc cannot be earlier than Elective Dale afContract) Modifications to this Bond form: D None D See Paragraph 16 agent, or representative. Contractor as Principal Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth in this Performance Bond, do each cause this Performance Bond to be duly executed by an authorized officer, Surety By: Name: Title: Attest: Name: Coslat DAing HC fulfrmalypag K (Full formal name ofSurey) (corporate seal) (Signature)(Alach Power ofA Attorney). (Prinled or byped) (Signature) (Printed or typed) By: Name: Jonfhan Title: membr Attest: Wanda (Printedort uyped) - Name: Title: B menha-Cnantiao Souleuy Contractor, Surety, Owner, or other party is considered plural where applicable. Noles: (1) Provide supplemental execution by any additional parties, suche as joindenturers. (2) Any singular reference t0 EJCDC C-610, Performance Bond. and American Society of Civil Engineers. Allrightsreserved. Guidelines Page 1of4 Copyrighto 2018 National Society of Professional Engineers, American Council of Engineering Companies, 19. The Contractor and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner for the performance of the Construction Contract, which is 20. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in 21. Ifthere is no Owner Default under the Construction Contract, the Surety's obligation under this Bond 21.1. The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice may indicate whether the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owners shall attend. Unless the Owner agrees otherwise, any conference: requested under this Paragraph 3.1 will be held within ten (10) business days of the Surety's receipt oft the Owner's notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time toj perform the Construction Contract, but such an agreement does not waive the Owner's right, ifany, subsequently to declare a Contractor Default; 21,2. The Owner declares a Contractor Default, terminates the Construction Contract and notifies the 21.3. The Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction 22. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 does not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 23. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the 23.1. Arrange for the Contractor, with the consent of the Owner, to perform and complete the 23.2. Undertake to perform and complete the Construction: Contract itself, through its agents or 23.3. Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7i in excess ofthe Balance ofthe Contract Price incurred by the Owner as 23.4. Waive its right toj perform and complete, arrange for completion, or obtain a new contractor, and 5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or 5.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. Copyright" 2018 National Society ofProfessional! Engineers, American Council of Engineering Companies, incorporated herein by reference. Paragraph 3. will arise after: Surety; and Contract. Surety's expense take one ofthe following actions: Construction Contract; independent contractors; aresult of the Contractor Default; or with reasonable promptness under the circumstances: EJCDC C-610, Performance Bond. and American! Society of CivilE Engineers. Allr rights reserved. Guidelines Page 2of4 24. Ifthe Surety does not proceed as provided inl Paragraph 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 5.4, and the Owner refuses the payment, or the Surety has denied liability, in whole or inj part, without further notice, the Owner shall be entitled to enforce any remedy available to 25. Ift the Surety elects to act under Paragraph 5.1,5.2, or 5.3, then the responsibilities of the Surety to the Owner will not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety will not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract 25.1. the responsibilities of the Contractor for correction of defective work and completion of the 25.2. additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 5; and 25.3. liquidated damages, ori ifno liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 26. Ift the Surety elects to act under Paragraph 5.1,5.3, or 5.4, the Surety's liability is limited to the amount 27. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price will not be reduced or set off on account of any such unrelated obligations. No right ofaction will accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors, and assigns. 28. The Surety hereby waives notice of any change, including changes oft time, tot the Construction Contract 29. Any proceeding, legal or equitable, under this Bond must be instituted in any court of competent jurisdiction in the location in which the work or part ofthey work is located and must be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails toj perform its obligations under this Bond, whichever occurs first. Ifthe provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available tos sureties as a defense in thej jurisdiction of the suit will be applicable. 30. Notice to the Surety, the Owner, or the Contractor must be mailed or delivéred to the address shown on 31. When this Bond has been furnished to comply with as statutory or other legal requirement in thel location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement will be deemed deleted therefrom and provisions conforming to such statutory or other legal requirement will be deemed incorporated herein. When sO furnished, the intent is that this 32.1. Balance of the Contract Price-The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owneri in settlement ofinsurance Copyrighto 2018 National Societyo of Professional Engineers, American Council of Engineering Companies, the Owner. Price, the Surety is obligated, without duplication for: Construction Contract; oft this Bond. or to related subcontracts, purchase orders, and other obligations. the page on which their signature appears. Bond will be construed as a statutory bond and not as a common law bond. 32. Definitions EJCDC C-610, Performance Bond. and American! Society of Civil Engineers. Allr rights reserved. Guidelines Page 3of4 or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalfofthe Contractor under the Construction Contract. 32.2. Construction Contracl-The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the 32.3. Contractor Default-Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to çomply with a material term oft the Construction Contract. 32.4. Owner Default Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply 32.5. Contract Documents-All the documents that comprise the agreement between the Owner and 33. Ifthis Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond will be deemed to be Subcontractor and the term Owner will be deemed to be Contractor. Contract Documents. with the other material terms of the Construction Contract. Contractor. 34. Modifications. to this Bond are as follows: None. EJCDC C-610, Performance Bond. and American! Society of Civil Engineers. Allrights reserved. Guidelines Page 4of4 Copyright" 2018 National Society of Professional Engineers, American Council of Engineering Companies, 01005 Special Work Requirements: & Restrictions SECTION 01005 SPECIAL WORK REQUIREMENTS AND RESTRICTIONS PART1GENERAL 1.0 TIME OF COMPLETION The time of completion for this project shall require the Contractor to have 30 days to complete the dredging activities from the date of award. The award shall be provided within 10 days from the bid opening. Any additional land-based work for site grading or demobilization efforts may be completed as agreed to by the Disposal Site owner and the Contactor. 2.0 NOISE CONTROL AND ABATEMENT The Contractor shall employ the use of properly installed and maintained mufflers, silencers, and manufacturer's recommended sound suppressors on all plant, machinery, and equipment used on this work. The use of sound signals such as whistles, horns, or bells shall not be used if two- way radio communication can accomplish the required function. The Contractor shall not use sound signals, with the exception of those signals requiredf forvesseloperations by the U.S.Coast Guard, during the time between sunset and sunrise. 3.0 LAYOUT OF WORK AND SURVEYS 3.1 General The Contractor shall be responsible for the layout of all work, including hydrographic surveys of the dredge area for the purpose of calculating payment volumes. The Contractor must retain the services of an independent registered/certified Surveyor currently licensed in the State of North Carolina to perform and certify this work. This independent registered/cerified Surveyor must be licensed to perform survey work in the State of North Carolina, ing good standing with the NCBELS, and approved by the Owner. The markings to layout the work shall be placed in the immediate work areas only and shall not be removed until a respective work area has been completed and accepted for payment purposes by the Owner. A work area shall be defined as a 2001 ft continuous channel section. As applicable, the Owner will furnish within 7 calendar days of receipt of a written request by the Contractor, the coordinates and monument descriptions for the existing horizontal The Contractor shall be responsible for using this information to conduct the navigation dredging and material placement at the locations and grades indicated. The Contractor shall be responsible for all costs to layout the work, to establish and maintain markings of the channeldredging: areas and placement areas, all surveys and volume computations required of the Contractor, and the removal of all markings placed in a respective work area upon completion ofthe work as specified. The contract completion time will not be extended due to failure of the Contractor to adequately control within vicinity of the work areas. establish and maintain his markings of the work areas. SECTION 01005 - Page 1 3.2 Datum and Benchmarks The plane coordinates and bearings are based on the North Carolina State Plane Coordinate System, North American Datum 1983. The elevations for the dredging and material placement are referenced to Mean Low' Water (MLW). NCGS Monument CAKING shall be used to establish vertical controlf for all dredging operations. Ther monument is located in Peletier along highway NC- 58, approximately: 250 feet south oft the NC-58 and Five Aprils Drive intersection (2,579,313.08E, 359,161.28N). The NGS datasheet for the monument shall be provided upon request to the Owner. The monument elevation is 30.76 feet NAVD88 (29.74 feet MLW). 3.3 Costs The entire cost to the Contractor for furnishing, equipping, and maintaining the foregoing access tot the dredge shall be included in the contract price. If the Contractor fails to meet these requirements, the Owner will secure the facilities referred to above, and their costs will be deducted from payments due to the Contractor. Pre-Dredging Survey At project Notice to Proceed, perform and submit to CE a Pre-Dredging Survey (at Contractor expense) meeting requirements of 3.5 and its subparagraphs. This survey should be submitted to the CE at least 3 days prior to dredge work The contractor may use an existing survey conducted by McKim & Creed in January 2024 as the pre-construction survey. No credit or compensation shall be commencing. given for use of this survey, After-Dredging Survey of this Section. At project completion, contractor shall perform and submit to CE an After-Dredging Survey (at contractor expense) meeting requirements of paragraphs 3.5 and 3.5.1 3.4 Channel Segment Surveys Pre-construction and post-construction surveys for acceptance shall be taken by the independent registered/certifted surveyor as specified immediately prior to and after dredging in a respective channel dredging segment. A channel segment shall consist at a maximum of 200 linear feet of continuous channel length. Pre-construction surveys shall be taken within three (3) calendar days of dredging. Post-construction surveys shall be taken within three (3) calendar days following Surveys shall bet taken on parallel profile lines (ranges)spaced: atar maximum of 1001 feet intervals. The minimum stationing interval shall be 10 feet or at breaks in slope. Surveys shall extend a dredging. minimum of 25 feet beyond the channel limits expected at MLW. SECTION 01005 - Page 2 The Contractor may use an existing survey conducted by McKim & Creed in January 2024 (for Carteret County) as the pre-construction survey. No credit or compensation shall be given for use of this survey data, 3.5 Dredging Records and Survey Data All original field notes, computations, and other records for the purpose of layout of surveys and determining volume of dredged material shall be recorded in duplicating field books, the original pages of which shall be stamped and signed by the independent registered/certfied surveyor as specified and furnished promptly to the CE at the site of the work. The Contractor shall furnish the CE the profile data compiled and certified by an independent registered/certied surveyor as specified for each respective survey on a computer disk or other electronic file (email). The data a. ASCII files having a descriptive header, including the date and station of each profile line followed by three (3) columns: Easting (x), Northing (y), and Elevation (z). b. The CE reserves the right to change and revise requirements for survey data formats as shall be submitted to the CE in the following files: described above at the Preconstruction Conference. 4.0 Channel Bathymetric Surveys The Contractor will provide the CE with pre-and post-dredging bathymetric surveys of Raymond's Gut. The pre-dredging bathymetric surveys shall be completed and provided to the CE at least three (3) days prior to work commencement to allow the CE to adjust the design for changed conditions. The post-dredging survey will be conducted within 3 days after the completion of dredging. 4.1 Singlebeam Surveying Method The singlebeam survey system will be used. Horizontal location of survey lines and depth sounding points willl be determined by the use of an automated positioning system utilizing DGPS (differential global positioning system). Depth soundings will be taken using a 200 KHz frequency depth sounder. In the presence of fluff, a low frequency depth sounder can be used. The fathometer will be calibrated using velocity casts to account for variations in the speed of sound in the water at the survey site and compared to periodic bar checks for consistency. The echo sounder system willl be calibrated at the job site and verified for accuracy twice daily. 4.2 Survey Lines Depth soundings will be secured by running survey. lines parallel to the longitudinal axis of the channel. Lines shall be run on no greater than 100fti intervals (stations) to assure good coverage of the bottom. Cross check lines will be run along the channel toes and centerline. The after dredging survey will be performed in the same manner and location (stations) as the before Copies of post-dredging hydrographic data will be submitted to the CE within seven (7) days of completing the field work for each survey. The delivery format for data submission is an ASCIE file containing x, y, and Z data. The horizontal data will be provided in the North American Datum of 1983 (NAD '83) North Carolina State Plane, U.S. survey feet. Vertical data will be provided in feet dredging survey. referenced to Mean Low Water (MLW), unless otherwise specified. SECTION 01005-F Page 3 Table 1 shows the profile lines and azimuths to be surveyed for payment. No other profiles shall be considered for the purpose of payment without prior approval from the CE. However, payment may be withheld until review and approval oft the Quality Control (cross check) lines required along the channel toes, as described above. Table 1. Survey Control for Dredge Area Easting 2,569,261.11 361,103.99 2,569,217.28 361,015.31 2,569,175.91 360,924.28 2,569,128.92 360,836.11 2,569,067.84 360,757.30 2,569,004.68 360,679.77 2,568,946.3 360,598.58 2,568,895.61 360,512.39 2,568,844.75 360,426.28 2,568,788.79 360,343.48 2,568,712.38 360,285.27 2,568,637.36 360,223.09 2,568,585.53 360,137.57 2,568,532.76 360,052.63 2,568,479.99 359,967.69 2,568,427.22 359,882.75 2,568,374.44 359,797.81 2,568,321.67 359,712.86 2,568,268.90 359,627.92 Notes: Coordinates reference NC State plane NAD83 (eet). END OF SECTION Station 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 Northing Azimuth () 298.07 293.15 296.12 301.00 308.85 309.51 300.46 300.73 300.29 305.11 337.50 300.49 301.85 301.85 301.85 301.85 301.85 301.85 301.85 SECTION 01005 Page 4 01010 Summary of Work SECTION 01010 SUMMARY OF WORK PART1-GENERAL 1.0 PROJECT DESCRIPTION This project includes the work associated with the maintenance dredging of Raymond's Gut Channel by bucket to barge dredge and placement of approximately 975 cubic yards (CY) of material within a Contractor selected and Division of Coastal Management The project construction will be under one contract with Carteret County, referred to as Owner. The Owner expects all awarded portions of this project to proceed with deliberate The work will include the upland disposal of dredge material at a location approved at the County's discretion. The Contractor shall be responsible for securing a disposal site suitable to the CAMA permit approved by NC Division of Coastal Management (DCM). The Contractor shall have four (4) days from the Bid Opening to secure the use and DCM approval oft the spoil site. The County reserves the right to beginnegotiations with the next lowest bidder if the current bidder cannot get approval from the County within the 4 calendar days from the Bid Opening date. This process shall continue until a disposal site has been authorized. The successful bidder will be the bidder who first provides an approved disposal site. The County reserves ther rightto cancel the project at any time prior to award due to any reason including the lack of available disposal area or budget concerns for completing the project. No consideration or payment shall be given for any Work shall not begin until after permit issuance. The County & Contractor shall have the right to cancel or postpone the project if the permit is not issued in a timely fashion. Approved placement site. speed. work efforts provided prior to contract award. 1.1 PROJECTI LOCATION AND SCHEDULE A. Location: The project is located in Raymond's Gut, Carteret County, North Carolina as shown in the plans. B. Schedule 1. Bid Opening is anticipated on June 10, 2024, with Contract Award and Notice 2. Substantial completion of the BASE BID work, including all dredging and material removal/trucking: activities, must be completed prior to July2 26, 2024. to Proceed anticipated on or before June 18, 2024. Demobiization must be completed before Final Payment. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The Work includes the provision of labor, materials, equipment, and services required to complete the Raymond's Gut Channel Maintenance Dredging as described in the Bidding Documents, Contract Documents, plans, and specifications. The work generally consists of the following: SECTION 01010-F PAGE1 1. Base Bid consists of dredging Raymond's Gut Channel (as shown on the plans). The workwill be conducted by a bucket dredge removing approximately 975 CY from the navigation channel and placement in a Contractor selected disposal site conforming to Division of Coastal Management requirements. 2, Restoration of accesses, staging areas, and infrastructure to conditions equivalent to or better than those existing before construction. 1.3 USE OF THE PREMISES A. Ally work shall be within the limits of construction shown on the plans or as otherwise obtained through a 3d party agreement approved by Carteret County. Contractor is responsible to correct all collateral damage to existing conditions C. The Contractor shall make provisions for maintaining two-way vehicular traffic at all times on the road(s) immediately adjacent to the work area(s) and those used for transporting dredged material, including the staging and access areas. B. caused byl his work. 1.4 EXAMINATION OF PLANS AND: SITE work before submitting al bid. 1.5 AUTHORITY OF THE ENGINEER (CE) The Contractor shall examine the plans and site and familiarize himself with the scope of The Contractor shall perform all of the work specified herein to the entire satisfaction, approval, and acceptance by the Owner or Engineer (CE). For the purpose of these specifications the terms Owner and Engineer shall be used interchangeably. Thel Engineer shall decide the answers to all questions relating to measurements of quantities, to the character of the work performed, and to whether the rate of progress will ensure completion within the Contract time. In addition, the CE will decide all questions as to the meaning of the specifications, and the CE shall have the authority to stop the work if necessary to provide its proper execution. 1.6 AUTHORITY AND DUTIES OF THE INSPECTOR(S) A. Inspectors (if any) employed by the Owner are authorized to inspect all work performed and materials furished. Such inspection shall extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials used. The Inspector is not authorized to alter or waive the provisions of these B. The Inspector is placed on the project to keep the CE informed of its progress and the manner in which it is being performed. The Inspector will endeavor to call to the attention of the Contractor any nonconformance with the plans or specifications. The Inspector is not authorized to make a final acceptance of the work or any part of it, to approve any operation or item, to issue instructions contrary to the plans and specifications, or to act as foreman for the Contractor. The Inspector will have authority to reject defective work and materials and to specifications or to make changes in the plans. suspend work that is being improperly performed. SECTION 01010-PAGE2 C. Such inspection shall not relieve the Contractor of any obligation to furnish acceptable materials or to provide completed construction that is in strict accordance with the plans and specifications. D. The Inspector will exercise such additional authority only as may from time to time be delegated by the CE, who shall also advise the Contractor in writing of such delegations of authority affecting his operations. 1.7 PERSONNEL - SUPERVISION An experienced superintendent and necessary assistants competent to supervise the particular types of work involved shall be assigned to the project by the Contractor and shall be available at all times when work is in progress. The Contractor shall notify the CE in writing of the superintendent assigned. The superintendent shall represent the Contractor and all directions given to the superintendent shall be as binding as ifgiven to the Contractor. 1.8 CONTRACTORS RESPONSIBILITY FOR WORK A. Until final acceptance of the work by the Owner, the Contractor shall be responsible for maintenance and the correction of any damages that may occur in conjunction with this work. The Contractor shall rebuild, repair, restore, and make good all discrepancies or damages to any portion of his work as determined byt the B. In case of suspension of work due to inclement weather, the Contractor shall be responsible for the project and shall take such precautions as may be necessary to prevent damage to the work and provide for adequate drainage, without compensation. Therefore, scheduling ofwork shall be most important in minimizing CE. maintenance of completed work. PART2-PRODUCTS NOT USED PART3-EXECUTION NOT USED END OF SECTION SECTONOIORO-PAGE3 01220 Measurement and Payment SECTION 01220 MEASUREMENT AND PAYMENT PART1 1- GENERAL 1.0 LUMP SUM PAYMENT ITEMS A. Payment items for the work of this contract for which contract lump sum payments will be made are listed in the BID TAB and described below. All costs for items of work, which are not specifically mentioned to be included in a particular lump sum or unit price payment item, shall be included in thel lump sum price for Bid Item 1, Mobilization. The lump sum price and payment made for each item listed shall constitute full compensation for furnishing all plant, labor, materials, and equipment, and performing any associated Contractor quality control, environmental protection, meeting safety requirements, tests, and reports, and for performing all work required for which B. Bid Item No. 1, MOBILIZATION: Mobilization shall include all Contractor costs for operations accomplished prior to the commencement of actual dredging operations; this shall include project layout; location and protection of utilities; traffic control; site preparation; transfer of dredge, attendant plant, and equipment to site, placement site inspection; and any other associated work that is necessary in advance of the actual dredging operations, including preparation of the turbidity curtain at the dredge site. All costs connected with the mobilization, as defined above, willl be paid at the Contract .Bid Item No. 2, DREDGED MATERIAL DISPOSAL SITE: Shall include all costs associated with obtaining, permitting, and preparing the Contractor selected disposal site. This shall include site preparation, installation and maintenance of erosion and sediment control measures, installation and maintenance of effluent control measures, silt fencing, site grading for berm creation, and maintenance of the site including offloading areas, ramps, and other areas features necessary to complete the work. All costs connected with the site work, as defined above, willl be paid at the Contract lump E.E Bid Item No. 4, DEMOBILIZATION AND SITE RESTORATION: Shall include demobilization of all equipment, restoration of site conditions at the designated site(s), and removal of sediment and erosion control devices after site restoratonlstabization is complete. All costs connected with the demobilization and site restoration, as defined above, will be included in the final payment, paid at the Contract lump sum separate payment is not otherwise provided. lump sum price for this item. sum for this item. price for this item. SECTION 01220 Measurement and Payment - Page 1 2. UNIT PRICE BID ITEMS A. Payment items for the work of this contract on which the contract unit price payments will be made are listed in the BID TAB and described below. The unit price and payment made for each item listed shall constitute full compensation for furnishing all plant, labor, materials, and equipment, and performing any associated Contractor quality control, environmental protection, meeting safety requirements, tests, and reports, and for performing all work required for each of the unit price items. B. Bid Item No. 3- DREDGING, AND MATERIAL PLACEMENT 1. Dredging of material from Raymond's Gut Channel, as shown on the plans, and placement within the material placement site shall be paid on a cubic yard basis. The Contractor shall conduct pre- & post dredge surveys in the channel (dredge area) for the purpose of calculating volumes. All cost associated with the survey work and dredging efforts (inclusive of material placement) shall be paid at the Contract Unit price for this item. However, in no case shall the total monies paid for the dredging and material placement work exceed the unit cost for dredge and 2 Volumes will be calculated by the Owner by computing the total volume removed between the pre-dredge and post dredge surveys. The Contractor shall provide survey data along the profiles and azimuths identified by the Owner for the purpose of calculating the area removed. The Owner shall use the Average-End Area method for calculating the total volume of material removed from the dredge area. Only the profiles and azimuths identified shall be considered for the purpose of payment. Only material removed from within the dredge template (inclusive of any allowable overdredge) shall be credited for payment. No consideration shall be provided for material removed outside of the dredge template. Volumes shall include materials removed within thel limits of overdepth and side slopes described on the Contract Drawings, less any deductions that may be required for misplaced placement of 975CY. material. 3. Final acceptance shall be as described in Section 35223. No payments shall be approved unless all required erosion and sediment control measures are installed and maintained as approved by the Owner. PART 2 - PRODUCTS (NOT USED) PART3-EXECUTION (NOT USED) END OF SECTION SECTION 01220 Measurement and Payment - Page 2 02883 Material (Upland Fill) Placement SECTION 02883 MATERIAL (UPLAND FILL) PLACEMENT 1.0 PLACEMENT OF DREDGED MATERIAL 1.1 General Material dredged from Raymond's Gut Channel will be transported to the placement site as prescribed herein and in SECTION 35223 DREDGING. The material shall be graded smooth to eliminate the potential for water ponding after placement. All ruts, divots, depressions, holes, or other obstructions capable of holding water shall be removed from the material surface and site shall be smooth graded. The Contractor shall be responsible to maintain the upland material placement site until FINAL COMPLETION. 1.2 Upland Disposal Area Control Prior to the commencement of operations and after completion thereof, a joint inspection by representatives of the Contractor and the CE will be made, The Contractor shall video record the existing site conditions during the inspection. The purpose of the inspection is to avoid potential claims that allege damages were caused byo construction activities. The complete video inspection record of pre-construction and post-construction conditions shall be provided in digital format to the CE within 48 hours of the inspection. Control for upland fill operations shall include but not be limited to the following: a. Unless otherwise indicated the Contractor shall remove trees stumps, logs, shrubs, and brush within the limits of proposed grading prior to the placement of material in the designated placement site. Unless otherwise prohibited by State, Federal, orL Local permit agencies, or the Owner, controlled burning of the cleared trees, logs, shrubs, and brush may be performed with approval from the Engineer. The specific time, location, and manner of burning shall be subject to approval and a request made in writing a minimum of 10 days prior to commencement of initiation of burning. The Contractor shall be b. The Contractor shall ensure that personnel are present during all material placement responsible for obtaining any required buming permits. activities. 1.3 Method of Discharge to Temporarily Contain Material Prior to Spreading The Contractor shall construct temporary dikes as necessary to ensure any dredge effluent shall not re-enter the adjacent waters from the material placement site. Placement of the temporary dikes shall be at the Contractors selection; however, the CE and Owner shall maintain authority to require the Contractor to construct additional dikes and/or increase the length of dikes for the purpose of preventing the dredged material from re-entering the adjacent waters. The temporary dikes shall be constructed from the existing material or as agreed by the Owner of the material placement area. At the completion of fill placement activities, the Contractor shall SECTION 02883 - Page 1 adjust the temporary dikes and berms by distributing and smooth grading the material as defined in Section 1.1. The Contractor shall smooth grade the entire placement site to form one (1) contiguous and uniformemergent placement area. The maximum (steepest) slope allowed fort the placement area is 1V:5H. The Contractor shall also smooth grade the top of the fill placement site (above MTL) to discourage any water ponding or entrapment. 1.4 Dredged Material Construction, Grading, and Final Acceptance The final grading of the material placement area shall subject to Owner's Approval. 1.5 Improperly Placed Upland Material Any dredged material placed outside the vertical or horizontal limits of the fill area will not be paid for and shall be regraded or removed as directed by the CE at the Contractor's expense. The fill areal limits are to be determined by the Contractor andi must be approved at the Owner's discretion. The fill area must conform to the CAMA general permit approved by the NC Division of Coastal Management without exception. 2.0 FIELD QUALITY CONTROL The Contacorshalestabisn and maintain qualitycontroli for the dredged material placement work and all other operations in connection with the work in the field to assure compliance with contract requirements. The Contractor shall inspect for compliance with contract requirements and record a. All equipment used in the work is approved and in satisfactory working condition. b. Checks to ensure safe work practices are performed at all times as specified. C. Alll results of inspections shall be documented with video tapings, narrative explanations, and photographs as necessary to document the conditions of field quality. The results and supporting data shall be recorded and provided by the Contractor in the Daily Report the inspection of all operations including but not limited to the following: of Operations. --END OF SECTION-- SECTION 02883 - Page 2 35223 Dredging SECTION 35223 DREDGING PART1-GENERAL 1.1 SCOPE A. The work covered by this Section includes the furnishing of all material and equipment and the performing of all labor to complete the mechanical dredging and disposal of the dredged material as shown on the Contract Drawings and as herein specified or directed by the Owner. B. This work shall include, but is not limited to: 1. Maintenance dredging of Raymond's Gut Channel. 2. Placement of dredged materials at the dredged material disposal site. 3. Removal and disposal of underwater debris encountered during dredging C. The materials to be removed under this Contract primarily consist of maintenance dredged materials and are principally mud, silt, soft clay, sand, debris, trash, and combinations thereof, but shall include any material found within the area to be dredged. Minor variations in the subsurface materials are to be expected and, if encountered, will not be considered as being materially different with the purview of operations. General Provision 104.03 "Differing Site Conditions." 1.2 REFERENCES A. None 1.3 SUBMITTALS A. Dredging Operation Plan: Prior to any dredging work, the Contractor shall submit a dredging plan for approval by the Owner. No work shall begin without approval of the 2. Order of Work including where dredging will commence and how it should plan by the Owner. The plan shall include the following: 1. Method and equipment for dredging. 3. Quality Control procedures. authorities clearly defined Schedule Spill Containment Plan advance. Complete project team organization with duties, responsibilities, and B. Material Placement Plan: Prior to any dredging work, the Contractor shall submit a material placement plan for approval by the Owner. No work shall begin without 1. Method and equipment (including layout of any berms, silt fencing, or other BMP's) to prevent spillage of dredged material and effluent waters during operations, inclusive of any proposed efforts to prevent shoreline erosion along the disposal approval by the Owner, The plan shall include the following: site in the event a spill or discharge event occurred. SECTION 35223 - Page 1 2. Fuel spill control plan - The Contractor shall provide a Spill Control Plan. The plan shall include the procedures, instructions, and reports to be used in the event of an unforeseen spill of a substance regulated by the Emergency Response and Community Right-to-Know Act or regulated under State or local laws or C. The name of the individual who shall be responsible fori implementing: jand supervising D. Training requirements for Contractor's personnel and methods of accomplishing the E. A list of materials and equipment to be immediately available at the job site, tailored F. The names and locations of suppliers of containment materials and locations of additional fuel oil recovery, cleanup, restoration, and materialt-placement equipment G. The methods and procedures to be used for expeditious contaminant cleanup. H. The name of the individual who shall report any spills or hazardous substance releases and who shall follow up with complete documentation. This individual shall immediately notify the CE in addition to the legally required Federal, State, and local reporting channels including the National Response Center at 1-800-424-8802, and the N.C. Division of Water Quality (DWQ) Wilmington Regional Office at (910) 796- 7215if a reportable quantity spill occurs. The plan shall contain al list of the required Contaminant Prevention Plan: As a part of the Spill Control Plan, the Contractor shall prepare a contaminant prevention statement identifying potentially hazardous substances to be used on the job site and intended actions to prevent accidental or intentional introduction of such materials into the air, water, or ground. The Contractor shall detail provisions to be taken to meet Federal, State, and local laws and The Owner has no knowledge of material within the indicated limits of dredging of such size or character that would require the use of special or additional plant for its regulations. This plan shall include as a minimum: the containment and cleanup. training. toc cleanup work of the potential hazard(s) identified. available in case of an unforeseen spill emergency. reporting channels and telephone numbers. regulations regarding the storage and handling oft these materials. 1.4 OBSTRUCTIONS economical removal. 1.5 SITE CONDITIONS A. The material to be dredged is composed of sediment that has accumulated over time. Characteristicaly, shoaling deposition depth varies, and the material type ranges from The Owner has not obtained sediment data to describe the current conditions to be expected. The Contractor shall be responsible fora and shall make a site inspection and shall assume responsibility for making an independent assessment of the conditions affecting time and cost and shall include the value of same in the relevant contract mud, silt, soft clay, sand, debris, trash, and combinations thereof. item. SECTION 35223 = Page 2 The Contractor shall satisfy himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of disposal, handling and storage of materials, availability of labor, and uncertainties of weather, water levels, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect D. The Contractor further shall satisfy himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site, any exploratory work data available from the Owner, as well as from information presented by the Drawings and Specifications made a part of this Contract. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully The Contractor is solely responsible for determining if any hazardous conditions, materials, or obstructions are within or adjacent to the areai tol be dredged, the dredged material placement site, and the route between the area to be dredged and the dredged material placement site. No hazard surveys have been completed for this area. If any hazardous conditions, materials, or obstructions are identified, the A. The Contractor shall comply with conditions and requirements of the CAMA General A. Provide and maintain during the life of the contract, environmental protective measures. Also, provide environmental protective measures required to correct conditions, such as oil spills or debris that occur during the dredging operations. Comply with Federal, State, and local regulations pertaining to water, air, and noise A. Contractor shall participate in a dredging pre-construction, progress, and post- construction meetings as determined by the Owner. The Contractor's projectmanager the work or the cost thereof under this Contract. performing the work. Contractor shall notify the Owner immediately. 1.6 PERMITS Permit for this project. 1.7 ENVIRONMENTAL PROTECTION REQUIREMENTS pollution. 1.8 MEETINGS and superintendent shall attend. PART2-P PRODUCTS (NOT USED) PART3-E EXECUTION 3.1 INSPECTION A. A joint inspection of all facilities (material placement site, construction easement, dredge site, adjacent structures) will be conducted by the Contractor and the Owner prior to commencing operations and upon completion of operations to ascertain any damages or deficiencies. Inspection shall document the condition of existing landscaping, shoreline, storm drain outfalls, and other site amenities (pavement, sidewalks, curb, and gutter, etc.). SECTION 35223 - Page 3 B. The Contractor shall repair any damage attributed to the Contractor's operation in a C. Contractor shall inspect and keep records of work performed. At the request of the Owner, Contractor shall furnish boats, boatmen, laborers, and materials necessary for inspecting and supervising the work. When requested by Owner or CE, Contractor shall provide transportation for the Owner and inspectors to and from adjacent points A. Limits of Dredging: The limit of dredging is as shown on the Contract Drawings. Unless otherwise shown, the Contractor shall dredge within the limits to the lines and grades B. Dredging: Material excavated by bucket dredges (bucket, drag, or dipper) shall be placed in SCOWS or on barges/ / truck as necessary for transportation to the material placement site. Excavated material may not be re-placed or stored in the water (misplaced) or stockpiled onsite outside of the placement limits. The excavated material must be placed a minimum of 30-ft landward of the MHW line within the material placement site. All effluent waters must be contained within the material Aturbidity curtain shall also be required to surround the dredging operations within the Raymond's Gut Channel. The Contractor shall routinely monitor the curtain to ensure any turbidity plume is captured inside the curtain boundaries. Upon notice, the Contractor shall immediately repair any gaps or loose connections between curtains All scowS, workboats, and barges shall be kept in good condition and the coamings keptingood repair. Failure to repair leaks or change methods of operations that cause overflow or spillage will result in suspension of dredging andlor rehandling operations and require prompt repair or change of operation to prevent leakage, . Furnish, set, and maintain buoys or PVC pipe markers at not more than 200-foot intervals along the work limits to define the work and to facilitate inspection. Establish and maintain gages in locations observable from each part of the work sO that the depth /bottom elevation may be determined. Suspend dredging when the gauges or D. Furnish, set, and maintain buoys or PVC pipe markers to clearly mark any utilities within the area of work located during construction or shown or noted on the Contract E. Trash, debris, and other miscellaneous man-made and natural objects should be 1. The materials may be encountered at any location but are expected to be primarily 2. Material to be expected may include, but is not limited to, plastics, lumber, tree 3. Such materials shall be handled in accordance with the following: timely manner. on shore and the dredging plant. 3.2 CONDUCT OF DREDGING WORK shown. placement site until the fines have settled from the water column. top prevent leaks of the turbidity plume. overflow, or spillage. ranges cannot be seen or followed. Drawings or within the Project Manual. expected during dredging. limited to the surface and near surface areas. trunks, and tree branches. SECTION 35223 - Page 4 a. Material shall be placed in a separate barge or other conveyance. b. Material shall be disposed of outside the limits of work on a land disposal area ina accordance with local, state, and Federal laws and regulations. No debris or woody material shall be allowed to be placed in the Raymond's Gut Placement Area, and the Contractor shall, at no additional expense to the Owner, remove and legally dispose of any debris found in such area. F.. The Contractor shall coordinate any tree trimming or vegetation removal required with the Owner prior to work. G. Overdepth and Side Slopes . Overdepth: The Contractor shall not be provided any overdepth allowance and shall account for this within the unit price bid item for Dredging, and Material 2. Excessive Dredging: Material taken from beyond the limits as defined in subparagraphs one (1)above will be deducted from the total amount dredged as excessive overdepth dredging. Nothing herein should be construed to prevent payment for the removal of shoals performed in accordance with Paragraph 3.2.L. The Contractor should be aware that dredging of material below depths authorized in the Permit will expose him to potential legal action and fines from Federal and H. The prosecution of work: shall ensure the stability of pipes, culverts, revetments, utilities, and other structures lying on or adjacent to the site of the work, insofar as structures may be jeopardized by dredging operations. Repair damage resulting from dredging operations, insofar as such damage may be caused by variation in locations or depth of dredging, or both, from that indicated or permitted under the contract. Provide for safe transportation and disposal of dredged materials. Transport and dispose of dredged material in the material placement area. The deposit of dredged The Contractor shall provide a system of communication between the Owner, dredge crew and the crew at the material placement site. At a minimum the Contractor shall provide working cell phone numbers of the responsible site personnel and make every .V Within 3 working days of notifying the Owner in writing of the completion of the final acceptance section, a post dredge survey shall be completed of the acceptance area by the Contractor. A final examination of the project site and of 2. Should any shoals, humps or other lack of contract depth be disclosed by this examination within the dredging area, the Contractor shall remove same by 3. Final acceptance of the whole or a part of the work and the deductions or corrections of deductions made thereon will not be reopened after having once been made, except on evidence of collusion, fraud or obvious error, and the acceptance of a completed section shall not change the time of payment of the Placement. State Regulatory Agencies. materials in unauthorized places is forbidden. attempt to monitor calls from the Owner. K.F Final Examination and Acceptance the post dredge survey will be conducted by the Owner. dredging at the contract rate. retained percentages of the whole or any part of the work. SECTION 35223-Page 5 L. Shoaling: If, before the Contract is completed, shoaling occurs in any section previously accepted, including shoaling in the finished canal, because of the natural lowering of the side slopes, the Owner may direct the Contractor to re-dredge the M. Upon final acceptance of the work, promptly remove plant, including ranges, buoys, shoaled areas at the Unit Price Bid. piles, and other markers or obstructions. 3.3 DISPOSAL OF DREDGED MATERIAL A. Disposal Water may not be used to remove dredged material from any container on-site, such as a scowl, barge, or bucket. Only mechanical or gravitational means may be 2 Water may not be used to move dredged material or in an attempt to liquefy dredged material. Dredged material that has been deposited in the placement area 3. Any water or liquid from dredged material, wash off, and rainwater within the assigned placement area shall be directed to a BMP, such as a silt fence, to 4. Mats or other means approved by the Owner may be used to stabilize the 5. The Contractor is responsible for the means and methods of continuously placing dredged materials within the assigned area and for all items listed in this section. All work shall be done by the Contractor, or at the expense of the Contractor. B. Site Visit: The Contractor is responsible for visiting the site prior to submitting bid documents to familiarize themselves with equipment accessibility and type limitations. C. C Coordination of Work: The Contractor is advised that other Contractors and the Owner are likely to be performing work in adjacent areas. The Contractor shall be responsible for coordinating his activities with the other Contractors and the Owner to avoid 1. All operations related to the storage of equipment and materials shall be confined to the areas approved byt the Owner. The Contractor shall include his requirements for storage space in his plan of operation submitted for approval. 2. The Contractor shall use only established roadways or construct and use such temporary roadways as may be authorized by the Owner. Where materials are transported in the prosecution oft the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross any roadways, curbs or utilities, protection against damage shall! be provided by the Contractor and any damaged roadways, curbs, or utilities shall be repaired 3. The Contractor shall be responsible for any necessary maintenance or E. - Site Attendant: The Contractor shall provide an attendant, on-site at all times during the placement of dredged material. The attendant shall keep close watch over the disposal area to detect offload area issues or failure, manage, and maintain the used to remove dredged material from within any container. shall only be moved by mechanical means. discourage turbidity and further shoreline erosion. Contractor's assigned material plaçement area. interference with each other's operations. D. Roadways and Storage Areas: promptly by, or at the expense of the Contractor. improvement, and periodic clean-up of the storage areas. SECTION 35223 - Page 6 placement area and provide site security during operations. At all times, the attendant shall be in phone or radio contact with the dredging operation to alert the Contractor of any conditions which require assistance to control or dredging operations to be F. Safety and Fire Protection: The Contractor, his subcontractors, and employees shall comply with all regulations regarding safety and fire protection. The Contractor shall familiarize himself and all personnel engaged in work under his direction, with the location ofa telephone fori fire reporting. Bottles, cans, and other trash shall be placed int trash receptacles to eliminate safety hazards. No burning will be allowed. 1. The Contractor shall provide barriers such as spill curtains and absorbent material ata all dredged material offload areas associated with this project in order to contain and recover any spilled material. Before commencing operations, the Contractor shall obtain approval from the Owner for the Contractor's spill containment plan. 2. The Contractor shall employ measures to prevent or control spills of fuels or lubricants from entering the waterway. The Contractor shall submit a fuel spill control plan to the Owner for approval before commencing unloading operations, including plans for recovery of any spilled fuels or lubricants. Any spills of fuels, lubricants or other material shall be reported immediately to the NC DEQ and the H. The Contractor shall be responsible for the maintenance and repair to roads, channel markers, and navigation signs associated with this project, rights-of-way, and other access points throughout the Contractor's performance. This responsibility includes only those channels, roads, and areas that the Contractor actually uses in his operations. Maintenance of roadways shall include the control of dust that may occur as a result of the Contractor's activities. The Contractor may employ only those Upon completion of the dredging work and before final payment will be made, all areas occupied and used by the Contractor shall be cleaned of all rubbish, temporary structures, and buildings that were placed thereon by the Contractor. All dredged materials that were spilled or misplaced by the Contractor shall be cleaned up as directed by the Owner. The material placement area shall be graded to prevent water ponding on site. All ruts, ditches, or holes shall be filled and smooth graded to allow L. Security: The Contractor shall be responsible for his/her own equipment for the duration of the work. The Contractor may establish a secure staging area for the purpose of protecting the equipment. The staging area must be approved by the Owner and access shall not be restricted to the Owner or Owner's Representative. A. Upon completion of dredging and removal of dredging plant, the Contractor shall restore the construction area, staging areas, material placement area, and any streets top preconstruction conditions. Work shall include, but is not limited to, grading, bank restoration, and repair of damaged site amenities. The work area shall be restored to stopped. G. Spills: Owner. methods of dust control that have been approved by the Owner. vehicular and pedestrian access on the site. 3.4 SITE RESTORATION pre-construction conditions or better, as defined by the Owner. END OF SECTION SECTION 35223 - Page 7 APPENDIX/ A Raymond's Gut Channel CAMA General Permit BCAMA ODREDGE & FILL GENERAL PERMIT NO 100403 Previous permit. Date previous permit Issued. ABOD DNew Modification Complete Reissue Partial Reissue Asa authorized! byt the State ofNorth Carolina, Department of Environmental Quality and the Coastal Resources Commlssion! Ina an area ofe environmental concern pursuant to: ISANCACD7H.1600 Applicant Name. Carhevet County Address. 210 Tuvnex st. Clity. Beaufovet Phone #( Q52,32.8-8645 Rules attached. General Permit Rules: avallable: at thef followingli MamdacsNcAmanla Authorized/ Agent. HDR,Inc. Project Location (County):- Covteret Street Address/Statel Road/Lot mo.Ravynonds Gut State_ NC ZIP 285160 Email augonafaamchnecaniarchsumtypgmla Clty. Swanshovo ZIP 28584 Affected bqcw 3Ew XPTA DEs DPrs Ady. Wtr. Body. RoNwoncks Gut (nat/man/unk) AEC(s): DJOEA IHA ORW:yes/0) Duw PNA:yes(O) SPIMA [pws Closest! Maj. Wir. Body. Wohite OakRiv-er Type of Project/ Activity. Fvopcsed mointenance dvedging (Scale: Shoreline length. Access length, Pier (dock)! length - Fixed Platform(s). 2 FloatingP Platform(s). Fingerpler(s). Total Platform area. Groin! length/H. Bulkhead/ Riprapk length. Avgo distance offshore, Breakwater/Sil!, Max distance/ length. Basin, channel. Cublcy yards. 975cy Boat ramp. Boathouse! Boatlift. Beach Bulldozing. Other. SAV observed: Moratorlum: n/a Site Photos: Riparian Waiver Attached: Stomped, * Refexence Dvavoings Yec104-8-24 O Maintpnance dlveaging-ente 2) 18 cross seohon drabings anc other documerds. DCMT Alalngpemtmhrar may! ber requiredby:- Covleret CowAtY Permit Conditions OAll excavoec, woidlerial shall be placed AL main-renante GRCAVCLOA sholl be alaimmot 6om CkS edge.Shall not exceed Cohheding lAoter TAMPAMNEUSEBUER: (circle one) Ls See additional notes/conditions on! back Chtiyely mleH.seIOND. CWfLov cAcavattonoME). note on! back regarding River Basinr rules IAM AWARE OF STATUTES, CRCRULES AND CONDITIONS THAT APPLY TO1 THIS PROJECT ANDI PVDOKUMCAIMIN: (Please Initial). SKP cp4s (07H15bo) EusLae D Foylvof Agentgr Applicant PRINTEO-Nane Guy AHz Signature Pleaser reado compliance statement onb back ofp permit" $400 Application Fee(s) KoYo Cuuthorie PermitOficer's PRINTEDName Haraclethée Signature 05144 A67736 Check) /MoneyOrder IssulngDate' 091324 Explration Date APPENDIXI B Construction Drawings Maintenance Dredge Limits Depth (ft- MLW) >0 -0.9-0 -1.9--1 -2.9--2 -3.9--3 -4.9--4 -5.9--5 <-6 USFeet 500 Typical Channel Cross-Section 0+00-5+00 12' Typical Channel Cross-Section 5+00-1 18+00 3.5' 2.5 12' NC58 C24 Swânsboro Hammocks Beach State Park Cape_Carteret Emerald Isle MAINTENANCE DREDGING TEMPLATE E2 RAYMOND'S GUT CARTERET COUNTY VATTAVAEILAACIMENT B % 0 2J : 6 6 * € 0 2 9 0 = 0 E a B > 0 a 00 L 3 B 9 8 X * I n - - aj 9 a CO J 3 X * € @ ai 3 X * I i 5 5 E 3 3 0 3 X % 9 5 5A - 5 3 - - o 3 € @ 5 2 3 8 3 X * 5 E 2l 5 o 3 0 2 € 5 ni - m : 13 8 J B > 08 5 a 5 3 - 27 a * 5 3 L s : B J 3 > d0 a - l - i 5 3 > 0 T 5 5 ni IV. Consent Agenda 9. Approval of the DSS Exterior Repairs and Painting Contract with Commercial Roofing Systems, Inc. $42,532.00 PLANNING AND DEVELOPMENT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: June7,2024 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager RE: Social Services Exterior Repairs and Painting 48 As part of our preventative maintenance program we have identified some areas of the Social Services Buildingi in Beaufort that need minor repair and or paint. These are mostly shutters, railings, and soffits. Public Buildings solicited that received three bids for this project. The low bidder was Commercial Roofing Systems in the amount of $42,532.00. We recommend award of their bid. Please let me know if youl have any questions concerning their request. CARTERET COUNTY GOVERNMENT Phone: 252-648-7877 CAR Department of Social Services Exterior Repairs and Painting Bid Tab Bid closing date: May 30, 2024 @ 9:00 AM EST. Company Commercial Roofing Systems, Inc. Novus Construction Davies Contracting Base Bid $42,532.00 $72,200.00 $127,672.68 Mailing: 5231 Business Drive Newport, NC: 28570 Location: 5231 Business Drive Newport, NC: 28570 RET CO 3077213 CAROY Request for Proposal Carteret County Government Department of Social Services Exterior Painting and Repairs Carteret County, North Carolina Issued: May 14, 2024 Optional Site Visit: May 21, 2024 at 10:00 AM, EST. Submission Deadline: May 30, 2024 by 9:00 AM, EST. Carteret County Department of Social Services Exterior Painting and Repairs Contract CARTERET COUNTY PUBLIC BUILDINGS Phone: 252-648-7877 CAI REQUEST FOR PROPOSAL Date: To: Project Name: Scope of Work: 05/14/2024 Interested Contractors Department of Social Services Exterior Painting and Repairs Carteret County Government is soliciting competitive proposais to enhance and protect the exterior of the Department of Social Services by replace sections of damaged wood, vents, flashing and paint the facility located The Contractor shall abide by the details and shall refer to the diagram and associated pictures in addition to the 210 Craven Street, Beaufort, NC 28516. scope of work specified within the documents provided below. Preparation Most damaged areas have been identified. It shall be the Contractors responsibility to thoroughly inspect and identify areas of damaged and rotted exterior wood around the entire perimeter and courtyard priort to submitting their proposal. Damagedrotten wood shall be removed and replaced with pretreated wood with like dimensions and shape. Flashing and vents identified shall be replaced to match existing material, size Alle existing painted surfaces shall be cleaned of all moisture, dirt, oil, grease, rust, and other foreign matter prior to painting. Necessary site preparation such as scraping, sanding, pressure washing, caulking, hole repair, wood replacement and priming shall be performed as needed to ensure smooth/flush surface and integrity of the end product.. Filler(s) shall be smooth to the contour of object. Metal rail, doors, frames, shutter hardware, lintels, and any other pre-painted metal surfaces shall be preparedi in ai manner to receive a rust inhibitor prior to painting with appropriate paint. Exterior Super Paint, Semi-gloss paint, or equivalent with County approval, shall be applied evenly by brush or roller without runs, drips, air bubbles or other defects to all areas being painted. Alle eight (8) exterior doors, regardless of existing color, shall be painted green. Color- SW 6461 Isle of Alls shutters shall be repaired as needed and painted green. Color- = SW 6461 Isle of Pines, or equivalent One (1) set of existing green railing system shall be painted green. Color- SW6 6461 Isle of Pines, or One (1) courier box shall be painted green. Color- - SW 6461 Isle of Pines, or equivalent with County All door frames, window casings, overhangs, dormers, vents, gables, fascia, trim, moldings, hardiboard, cupola, and any other wood or metal existing painted surfaces, shall be painted beige. Color- SW6127 All existing shutter hardware shall be painted black. Color - SW 6258 Tricorn Black, or equivalent with and style. Painting Pines, or equivalent with County approval. with County approval. equivalent with County approval. approval. Ivoire, or equivalent with County approval. County approval. 2 Carteret County Department of Social Services Exterior Painting and Repairs Contract Courtyard Gutter Installation Furnish and install one hundred and twenty-five feet (125') of 6-inch white seamless gutters with associated hardware, two (2) corner splash guards, down spouts and gray rubber splash blocks leading towards the center storm drain and away from HVAC equipment and door. Gutters shall be installed at as slope of 0.25- - The Contractor shall provide all labor, materials, SDS, equipment and dedicate a competent supervisor to All paint and painting materials shall be moved offsite before start of business. At no time shall brushes or All surfaçes including but not limited to, brick, windows, shingles, hardware, landscaping and sidewalks shall be protected from chipped paint, dirt and paint splatter. All associated debris shall be cleaned and At no time shall the existing cameras be removed or covered. The Contractor shall cut in and paint around these and any other attached building accessories. Window screens shall be removed and reinstalled to Areas without sidewalks and main entrances may be painted during normal business hours with. a predetermined schedule and County approval. All other areas shall commence after normal business hours Any damages caused by the Contractor shall be the Contractor's responsibility to fix or replace at the The Contractor shall obtain the required permits, if required, give all notices to the POC (including a copy of any permits), and comply with all laws, ordinances, codes, rules and regulations bearing on the conduct of the work. Permits shall be posted onsite at project location. No time extensions shall be granted or financial consideration given to the Contractor for time or monies lost due to violations of any such ordinance, code, 0.5 inches per every ten (10') foot or per manufactures recommendations. Cleaning and Miscellaneous direct work as outlined within these documents. rollers be cleaned onsite. hauled off at the end of each working day. ensure all areas are painted. The Contractor shall verify any and all measurements. with County approval. Barricades shall be used while working. County's discretion. law or regulations that may occur. Award of Contract Carteret County Government reserves the right to award to multiple Contractors deemed to be fully qualified and best suited among others submitting proposals on the basis of the evaluation factors included within this RFP. Once the proposals are ranked by Carteret County Governments Committee and the qualified contractor is determined, Carteret County Government may conduct further negotiations, and/or request presentations to any or all Contractors. Carteret County Government reserves the right to accept or reject, in whole or in part, proposals directed to the best interest of the County. Each Contractor shall fill out the required information within this RFP, submit Certificate of Insurance for liability and Worker's Compensation in order for the proposal to be qualified. Contractors must submit three (3) sealed original hard copies of this contract. Carteret County Government reserves the right to reject any or all proposals for any reason. Carteret County POC All inquiries concerning the Scope of Services, Site Visits or Proposal Submission Requirements should be directed to: Mr. Ray Farnum Project Coordinator 5231 Business Drive, Newport, NC 28570 Email: Ray.farnum@carteretcountyne.aoy Telephone: 252-241-6913 Proposals shall be mailed and/or hand delivered to the address of the POC shown above, and the sealed envelope shall clearly state the name of this RFP. It is the sole responsibility of the Contractor to ensure that their proposal arrives by the designated submission date assigned. Carteret County Department of Social Services Exterior Painting andl Repairs Contract 3 Issued Date: May 14, 2024 Optional Site Visit: Interested Contractors are encouraged to attend the optional site on Tuesday, May 21, 2024 at Due Date - Three copies of sealed bids must be mailed or hand delivered to the General Services Facility to the attention of Mr. Ray Farnum located at 5231 Business Drive, Newport, NC: 28570 no later than Thursday, May 30, Bid Opening Sealed bids willl be opened on Thursday, May 30, 2024 @ 9:05 AM EST in the main conference room at the General Services Facility located at 5231 Business Drive, Newport, NC 28570. Qualified Contractors 10:00 AM, EST which will be located at the main entrance of the project location. 2024 by 9:00 AM, EST. are invited. Contractors shall providet their W-9a as wella asc current Certifiçates ofl Insurance forp public liability, property damage, and Workers' Compensation. Certifiçates ofInsurance shall have TheC Contractor shall unconditionally guarantee materials and workmanship against patent defects arising from faulty materials, faulty workmanship or negligence foraperiode oftwelve Payment willl ber madei in onel lumps sumy withint thirty (30) consecutive days after acceptance ofthe work andt thes submission botho of notarized contractor's affidavit andf four copies of "Carteret County Govemment, 302 Courthouse Square, Beaufort, NC 28516" listed: as additionally insured, withy proposal submission. (12)months following thef finala acceptance ofthe work ands shall replace such defectiver materials or workmanship without costt tot thec owner. invoices, which aret toi include thec contract, account andj jobc order numbers, ifapplicable. Please provide your proposal with break outs forl labor, materials and tax,i ifapplicable. Failure to abide! by the conditions within may results as ani incomplete proposal. Carteret County Department of Social Services Exterior Painting and Repairs Contract 1 Example of wood rotto! be removed and replaced, 2 Vents to be replaced REnove utencathras veins (3) 4 Pajntline set COVETS:EE epal Carteret County Department of Social Services Exterior Painting and Repairs Contract poor to be painted green repar - rails Replacen mising step Repaivs reas Carteret County Department of Social Services Exterior Painting and Repairs Contract Remove and replace damas wood. Caulk Tobepainted green R&R R&R Carteret County Department of Social Services Exterior Painting and) Repairs Contract 7 Matche existingcolor Carteret County Department of Social Services Exterior Painting and Repairs Contract GENERAL CONDITIONS GENERAL a) It is understood and agreed that by submitting a bid that the Contractor has examined these contract documents, drawings and specifications and has visited the site of the Work, and has satisfied himself relative to the Work to be performed. MATERIALS, EQUIPMENT AND EMPLOYEES a) The Contractor shall, unless otherwise specified, supply and pay for all labor, transportation, materials, tools, apparatus, lights, power, fuel, sanitary facilities and incidentals necessary for the completion of his work, and shall install, maintain and remove all equipment of the construction, other utensils or things, and be responsible for the safe, proper and lawful construction, maintenance and use of same, and shall construct in the best and most workmanlike manner, a complete job and everything incidental thereto, as shown on the plans, stated in the specifications, or reasonably implied there from, all in accordance with the contract documents. b) All materials shall be new and of quality specified, except where reclaimed material is authorized herein and approved for use. Workmanship shall at all times be of a grade accepted as the best practice of the particular trade involved, and as stipulated in written standards of recognized organizations or institutes of the respective trades except as exceeded or qualified by the c) No changes shall be made in the Work except upon written approval and change order by d) Products are generally specified by ASTM or other reference standard and/or by manufacturer's name and model number or trade name. When specified only by reference standard, the Contractor may select any product meeting this standard, by any manufacturer. When several products or manufacturers are specified as being equally acceptable, the Contractor has the e) However, the contractor shall be aware that the cited examples are used only to denote the quality standard of product desired and that they do not restrict bidders to a specific brand, make, manufacturer or specific name; that they are used only to set forth and convey to bidders the general style, type, character and quality of product desired; and that equivalent products will be acceptable. Substitution of materials, items or equipment of equal or equivalent design shall be submitted to the architect or engineer for approval or disapproval; such approval or disapproval shall be made by the architect or engineer prior to the opening of bids. Ifat any time during the construction and completion. of the work covered by these contract documents, the conduct of any worker of the various crafts be adjudged a nuisance to the Owner ori if any worker be considered detrimental to the work, the Contractor shall order such parties g) The contractor shall designate a oremansupermengen: who shall direct the work. specifications. Director, Carteret County General Services. option of using any product and manufacturer combination listed. removed immediately from the site. CODES, PERMITS AND INSPECTIONS a) The Contractor shall obtain the required permits, if required, give all notices, and comply with all laws, ordinances, codes, rules and regulations bearing on the conduct of the work under this contract. If the Contractor observes that the drawings and specifications are at variance therewith, he shall promptly notify the Designer in writing. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, codes, rules and regulations, and without such notice to the Owner, he shall bear all cost arising from non-compliance with requirements. Carteret County Department of Social Services Exterior Painting and] Repairs Contract b) All work under this contract shall conform to the current North Carolina Building Code and other state and national codes as are applicable. SAFETY REQUIREMENTS a) The Contractor shall be solely responsible for the entire site and the construction of the same and provide all the necessary protections as required by laws or ordinances governing such conditions and as required by the Owner or Designer. He shall be responsible for any damage to the Owner's property or that of others on the job, by himself, his personnel or his subcontractors, and shall make good such damages. He shall be responsible for and pay for any claims against b). The Contractor shall adhere to the rules, regulations and interpretations of the North Carolina Department of Labor relating to Occupational Safety and Health Standards for the Construction Industry (Title 29, Code of Federal Regulations, Part 1926 published in Volume 39, Number 122, Part 11, June 24, 1974 Federal Register), and revisions thereto as adopted by General Statutes c) The Contractor shall provide all necessary safety measures for the protection of all persons on the work, including the requirements of the AGC Accident Prevention Manual in Construction as amended, and shall fully comply with all state laws or regulations and North Carolina Building Code requirements to prevent accident or injury to persons on or about the location of the work. He shall clearly mark or post signs warning of hazards existing, and shall barricade excavations and similar hazards. He shall protect against damage or injury resulting from falling materials and he shall maintain all protective devices and signs throughout the progress of the work. the Owner arising from such damages. of North Carolina 95-126 through 155. TAXES a) Carteret County is not exempt from North Carolina State Sales and Use Taxes on labor, material and equipment to be incorporated in the Work. Said taxes shall be included in invoices submitted by Contractor. Contractor in submitting his invoices shall break out all sales taxes as a separate item and County where purchase was made. EQUAL OPPORTUNITY a) The non-discrimination clause contained in Section 202 (Federal) Executive Order 11246, as amended by Executive Order 11375, relative to Equal Employment Opportunity for all persons without regard to race, color, religion, sex or national origin, and the implementing rules and regulations prescribed by the Secretary of Labor, are incorporated herein. b) The Contractors agree not to discriminate against any employees or applicant for employment because of physical or mental handicap about any position for which the employees or applicant is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices. INSURANCE (a)To the fullest extent permitted by laws and regulations, Contractor shall indemnify and hold harmless the County and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or arbitration) arising out of or resulting from Contractor's performance of this Contract or the actions of the Contractor or its officials, employees, or contractors under this Carteret County Department of Social Services Exterior Painting and Repairs Contract 10 Contract or under contracts entered into by the Contractor in connection with this Contract. This (b) In addition, Contractor shall comply with the North Carolina Workers' Compensation Act and shall provide for the payment of workers' compensation to its employees in the manner and to the extent required. by such Act. Additionally, Contractor shall maintain, at its expense, the indemnification shall survive the termination of this Contract. following minimum insurance coverage: $1,000,000 per occurrence /$2,000,000 aggregate-Bodily, Injury Liability, and $100,000 - Property Damage Liability or 1,000,000 per occurrence /$2,000,000 aggregate- (c)T The Contractor upon execution of this Contract shall furnish to the County a Certificate of Insurançe reflecting the minimum limits stated above. The Certificate shall provide for thirty-(30) days advance written notiçe in the event of a decrease, termination or cancellation of coverage. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Contractor shall at all times comply 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 Contractor shall not be interpreted as limiting the Contractor's liability Combined Single Limit Bodily Injury and Property Damage. and obligations under the Contract. INVOICE FOR PAYMENT a) Payment will be made in one lump sum within thirty (30) consecutive days after acceptance of the work and the submission both of notarized contractor's affidavit and four copies of invoices, b) Each invoice shall note the amount of Sales Tax paid by the Contractor, contain release of lien from subcontractors and vendors for prior invoices paid, and contain a notarized contractor's c) The Contractor's affidavit shall state, "This is to certify that all costs of materials, equipment, labor, and all else entering into the accomplishment of this contract, including payrolls, have been d) Executed contract documents, insurance certifications and, upon completion and acceptance of which are to include the contract, account and job order numbers. affidavit. paid in full." the work, invoices and other information requested are to be sent to: Ray Farnum Project Coordinator Carteret County Government 5231 Business Drive, Newport, NC 28570 252-241-6913 e) It is imperative that contract documents, invoices, etc., be sent only to the above. address in order to assure proper and timely delivery and handling. Carteret County Department of Social Services Exterior Painting and Repairs Contract II CLEANING UP a) The Contractor shall keep the sites and surrounding area reasonably free from rubbish at all times and shall remove debris from the site from time to time or when directed to do so by Carteret County. Before final inspection and acceptance of the project, the Contractor shall thoroughly clean the sites, and completely prepare the project and site for use by Carteret County. GUARANTEE a) The Contractor shall unconditionally guarantee materials and workmanship against patent defects arising from faulty materials, faulty workmanship or negligence for a period of twelve (12) months following the final acceptance of the work and shall replace such defective materials or b) Where items of equipment or material carry a manufacturer's warranty for any period in excess of twelve (12) months, then the manufacturer's warranty shall apply for that particular piece of equipment or material. The Contractor shall replace such defective equipment or materials, c) Additionally, the owner may bring an action for latent defects caused by the negligence of the contractor, which is hidden or not readily apparent to the owner at the time of beneficial occupancy or final acceptance, whichever occurred first, in accordance with applicable law. The Contractor agrees that the terms of these contract documents shall apply equally to a subcontractor as to the Contractor, and that the subcontractor is bound by those terms as an workmanship without cost to the owner. without cost to the owner, within the manufacturer's warranty period.. CONTRACTOR-SUBCONTRACTOR RELATIONSHIPS employee of the Contractor. Carteret County Department of Social Services Exterior Painting andl Repairs Contract 12: SUPPLEMENTARY GENERAL CONDITIONS TIME OF COMPLETION The Contractor shall commence work to be performed under this Contract on a date to be specified in written order from Carteret County and shall fully complete all work hereunder within 30 consecutive Ifthe Contractor is delayed at any time in the progress of his work by any act or negligence of the Owner, his employees or his separate contractor, by changes ordered in the work; by abnormal weather conditions; by any causes beyond the Contractor's control or by other causes deemed justifiable by Owner, then the contract time may be reasonably extended in a written order from the Owner upon calendar days from the Notice to Proceed for this contract. written request from the contractor within ten days following the cause for delay. UTILITIES Temporary utilities services are furnished at contractor's expense unless otherwise noted. (i.e.; power, water, sewer, steam, telephones, portable toilets, trash containers, etc.) INSTRUCTIONS FOR WORKING ON COUNTY PROPERTY written notice to the Public Building Manager. a) Parking & Traffic - Construction that will block facility traffic flow/close street requires one-week b) Decorum It is illegal for any person to have firearms, alcoholic beverages, drugs (except those prescribed by a physician) on County property. Violators will be reported to local law C) Behavior Indecent language, harassing "cat" calls or whistles, etc., will not be tolerated. Violators will be removed from county property immediately; questions will be asked later. Proper dress is required, long pants and shirts will be worn at all times. Loud music is not d) Use of Building Contractor personnel are not permitted to use Buidings/Facities for restrooms, eating, or leisure activity. Unless prior approval is granted by County Representative. e) Locate for Utilities - When digging or trenching on or adjacent to County property, a 48-hour notice is required to locate existing underground utilities. Contractor must contact the Public Works Department (252-648-7878) as well as the NC One Call Center (1-800-632-4949) for f) Disruption of Utilities When any underground utilities or unusual conditions are damaged or encountered, contact the Public Works Department (252-648-7878) immediately. The Public Works Department will investigate and advise as needed. Contractor must have personnel available to effect immediate repair. If damage occurred due to failure of the County to properly g) Planned Outages - Outages needed to allow contractor to complete or perform work, must be scheduled with the Public Buildings Department (252-648-7877). One-week written notice is h) Access to Buildings Access to perform work in al building after normal working hours (8:00 a.m. to 5:00 p.m. Monday Friday) must be coordinated through the Public Buildings Department with 24 hours in advance. Exterior work performed after normal working hours should also be enforcement. permitted. public utilities. locate utilities, the contractor will be reimbursed. required for all outages. reported to the Public Works Department 24 hours in advance. Carteret County Department of Social Services Exterior Painting andl Repairs Contract 13 ALTERNATE BIDS (ADD OR DEDUCT) N/A MINORITY BUSINESS PARTICIPATION a) Iti is the intent of the County to encourage Contractors in making every effort to utilize Minority Business Enterprises for subcontracted work. The County has established efforts to record participation of such Enterprises by the attached "Appendix E -MBE DOCUMENTATION FOR CONTRACT PAYMENTS". The Contractor shall include the attached Appendix E with each pay application. b) Bidders can use the Office for Historically Underutilized Business website PdataR.Cane to locate HUB contractors. c) Nothing in these guidelines shall be construed to require contractors or awarding authorities to award contracts or subcontracts to or to make purchases of materials or equipment from minority-business contractors or minority-usiness subcontractors who do not submit the lowest responsible, responsive bid or bids. E-VERIFY EMPLOYER COMPLIANCE The contractor represents and covenants that the contractor and its subcontractors comply with the requirement of Article 2 of Chapter 64 of the North Carolina General Statutes (NCGS). In this E-Verify Compliance section, "contractor" "its subcontractors" and' "comply" shall have the meanings intended by NCGS 153A-499 (b). The County is relying on this section in entering into this contract. The parties agree to this section only to the extent authorized by law. If this section is held to be unenforceable or invalid in whole or in part, it shall be deemed amended to the extent necessary to make this contract The Contractor shall employ a competent superintendent who shall represent the Contractor and have the authority to make field decisions necessary for performing the work. Competency must be demonstrated by performing high quality construction work on time according to Contractor's approved schedule. County reserves the right to require replacement of the superintendent by Contractor without The Contractor will indemnify and hold the County harmless from any and all liability, expense, judgment, suit, or cause of action for personal injury, death, or direct damage to tangible property which may accrue against the County to the extent it is caused by the negligence of Contractor, or its Sub- Contractors, or their employees or agents, while performing duties under this Agreement, provided that Carteret County Government shall have the right to terminate this contract immediately by written notice to the Contractor if the Contractor fails to execute the services promptly and to Carteret County Governments satisfaction, or fails to perform any obligation imposed by any provisions of this Contract. In the event of termination for default, Carteret County Government has against the Contractor all comply with NCGS 153A-499 (b). SUPERINTENDENT explanation from the County. INDEMNIFICATION the County gives the Contractor prompt, written notice of any such claim or suit. TERMINATION remedies provided by law and equity. Carteret County Department of Social Services Exterior Painting and Repairs Contract 14 PERFORMANCE AND PAYMENT BONDS A Performance Bond is not required. AF Payment Bond is not required. PRE-CONSTRUCTION CONFERENCE be set after award of contract. The owner may require a pre-construction conference to review project with contractor. Date will PROJECT SCHEDULE The owner may require a project schedule to show dates for planned work phases and completion date. SUMMARY OF PAPERWORK Prior to Award 1-S Submit Certificate of Insurance for liability and Worker's Compensation. 3-Submit breakdown of materials, labor and tax on a company letterhead. 2-Submit Iran Divestment Act Certification. After Award 1-Submit Project Schedule Final Payment 2-Submit completed Sales Tax Summary and Detail forms, state "None" if applicable. 1-Submit invoice only after work is complete. 3-Submit Contractor's Affidavit Letter. 2-Submit completed Sales Tax Summary and Detail forms, state "None" if applicable. 3-Submit Contractor's Warranty Letter, state date of acceptance agreed with owner. Carteret County Department of Social Services Exterior Painting and Repairs Contract 15 Department of Social Services Beaufort, N.C. 1050 W. Corbett Avenue Svensherer*s RFPI Number (i applicable): Extarior-painting & Repairs Name of Vendor or Bidder: Commercial Roofing Systems, Inc. IRAN DIVESTMENT ACT CERTIFICATION REQUIRED BYI N.C.G.S. 147-86.59 As of the date listed below, the vendor or bidder listed above is not listed on the Final Divestment List The undersigned hereby certifies that he or she is authorized by the vendor or bidder listed above to created byt the State Treasurer pursuant tol N.C.G.S.1 147-86.58. make the foregoing otatement. 5/30/2024 Date President Title Signature Sharon J. Murray PrintedName Notes to persons signing this form: N.C.G.S. 147-86.59(a) requires this certification for bids or contracts with the State of North Carolina, a North Carolina local govemment, or any other political subdivision of the State of North Carolina. The certification is required at the following times: When ac contract is entered into (ift the certification was not already made when the N.C.G.S. 147-86.59(b), requires that contractors with the State, a North Carolina local govemment, or any other political subdivision of the State of North Carolina must not utilize any subcontractorf found ont the State Treasurer's Final Divestment! List. The State Treasurer's Final Divestment List can be found on the State Treasure's website at the address desarsmlnnani will be updated every 180 days. When al bid is submitted vendor made its bid) When a contract is renewed or assigned Carteret County Department of Social Services Exterior Painting and Repairs Contract 16 FEDERAL CERTIFICATIONS THE UNDERSIGNED STATES THAT: 1. HE OR SHE IS THE DULYAUTHORIZED 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, ASSET OUT! HEREIN: A. THE CERTIFICATION REGARDING NONDISCRMINATION: B. THE CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS; C. THE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE; 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. The Contractor shall reguireflisubeontnados, ifany, to1 maket the same certifications and disclosure. Sharon J. Murray President Title 5/30/2024 Date Signature Contractor Name Commercial Roofing Systems, Inc. [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)" Title VI ofthe Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis ofrace, color or national origin; (b) Titlel IX of the Education Amendments of 1972, as amended (20 U.S.C. $$1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) Section 504 oft the Rehabilitation Act of 1973, as amended (29 U.S.C. $794), which prohibits discrimination on thel basis ofhandicaps; (d)t the Age Discrimination Act of1975, as amended (42 U.S.C. $86101- 6107), which prohibits discrimination ont the basis of age; (e)t the Drug Abuse Office and' Treatment. Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (0) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiserimination on the basis of alcohol abuse or alcoholism; (g) Title VII of the Civil Rights Act of 1968 (42 U.S.C. $$3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (h) the Food Stamp Act and USDA policy, which prohibit discrimination on the basis of religion and political beliefs; and () the requirements of any other nondiscrimination statutes which may apply to this Agreement. Carteret County Department of Social Services Exterior Painting and Repairs Contract 17 II. Certification Regarding Drug-Free Workplace Requirements 1. THE CONTRACTOR CERTIFIES THATI IT WILL PROVIDE ADRUG-FREE WORKPLACE BY: Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use ofa a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violation of such prohibition; Establishing a drug-free awareness program to inform employees about: The dangers of drug abuse in the workplace; ii. The Contractor's policy ofr maintaining a drug-free workplace; ii. 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; Making it a requirement that each employee be engaged in the performance of the agreement be given a copy of the d. Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the statement required by paragraph (a); agreement, the employee will: Abide by the terms oft the statement; and than five days after such conviction; otherwise receiving actual notice ofsuch conviction; ii. Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later Notifying the Department within ten days after receiving notice under subparagraph (d)(ii) from an employee or Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(ii), with respect to any Taking appropriate personnel action against such an employee, up to and including ii. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by al Federal, State, or locall health, law enforcement, or other appropriate agency; and Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), 2. The sites for the performance of work done in connection. with the specific agreement are listed below (list all sites; add employee who is so convicted: termination; or (b),(c).(d),(e),: and(). additional pages ifnecessary): Address Street. 210Craven: Street or4 402 Broad Street City, State, Zip Code Beaufort, NC28516 Carteret County Department of Social Services Exterior Painting and Repairs Contract 18 3. Contractor willi 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. 45C.F.R.82.510. III. Certification Regarding Environmental Tobacco Smoke Public Law 103-227, Part C-Environmental Tobacco Smoke, also known as the Pro-Children 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 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 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 loan administrative compliance order on the responsible entity. subgrantees shall certify accordingly. Carteret County Department of Social Services Exterior Painting and Repairs Contract 19 State Certifications Contractor Certifications Required by) North Carolinal Law Instructions: Theparson whos signs this document shouldn read thet texto ofthes statutes and Executive Order listed below ando consult with counsela and other) kuowledgaable) persons bafores signing. Thet texto ofeachl North Carolina General Statutes and ofthe Executive Order can! bef found online at: Article2c ofChapter 64: a G.S. 133-32: bwy GS. 105-164.8(): G.S. 143-48.5: G.S. 143-59.1: GS. 143-59.2: GS. 143-133.3: P t GS. 143B-139.6C: www CFL cm Eana(Leritarine Ites at PDFByArtice e-133-32 DEB BySa: Sutres N - Certifications 64/Anide 2pdf 05GS 105-15 143GS 143-43.5km! 143.03 143-59.124f 143G3 143-59.2.04 14305 143-133.3h1 14BOS 143E-139.6Cdf Executive Order No. 24(Perdue, Gov., Oct 1, 2009): l/www (I) Pursuant to G.S. 133-32 and Executive Order No. 24 (Perdue, Gov., Oct. 1,2009), the undersigned hereby certifies that the Contractor mamed below is in compliance with, and has not violated, the provisions of either said statute or Executive Order. country" as set forthi in G.S. 143-59.1()2)aer December 31, 2001 but the United Statesi ist not the principal market for the publict trading ofthe stock oft the corporation incorporated in the tax haven country. (2) Pursuant to GS. 143-48.5 and G.S. 143-133.3, the (4) Pursuant to GS. 143-59.2(b), the undersigned hereby undersigned hereby certifies that the Contractor named certifiest that none ofthe Contractor's officers, directors, below, and the Contractor's subcontractors, complies or owners (if the Contractor is an unincorporated with the requirements of Article 2 of Chapter 64 ofthe business entity) has been convicted of any violation of NC General Statutes, including! the requirement foreach Chapter 78A ofthe General Statutes or the Seçurities Act employer with more than 25 employees in North of 1933 or the Securities Exchange Act of 1934 within Carolina to verify the work: authorization of its 10 years immediately prior to the date of the bid (3) Pursuant to GS. 143-59.1(b), the undersigned hereby certifies that the Contractor will not use a former certifies that the Contractor named below is not an employee, as defined by G.S. 143B-139.6C()0), of "ineligible Contractor" as set forthi in G.S. 143-59.1(a) thel North Carolina Department ofl Health and Human (a) Neither the Contractor nor any ofits affiliates has Departmenti iny violation ofG.S. 143B-139.6C and that refused toc collectt the use taxl levied under Article5 aviolation ofthat statute shall void the Agreement. of Chapter 105 oft the General Statutes oni its sales (6) The undersigned hereby certifies further that: deliveredt tol North Carolina when the sales met one (a) Hec or she isa aduly authorizedr representative ofthe haven country as set forth in G.S. 143- (c) He or she understands that. any person who employees through the federal E-Verify system."E solicitation. Verify System Link: swwusis.zoy (5) PursuanttoG.S. 143B-139.6C, the undersigned bereby Services in the administration ofa contract with the because: orn more ofthec conditions ofG.S. 105-164.8(b); and (b) [check one ofthef following boxes) 01 Neither the Contractor nor any ofi its affiliates has incorporated or reincorporated in a "tax 59.1(c)2)after! December 31, 2001;or OThe Contractor or one of its affiliates has incorporated or reincorporated: in a "tax haven Contractor named below; (b) He or she is authorized to make, and does hereby make, the foregoing certifications on behalfo ofthe Contractor,; and knowingly submits a false certification inr response tother requirements a(0518391m-9laui be guilty ofaClassIf felony. Contraco'sName Commercial Roofing Systems, Inc Contractor's Authorized. Agent: Simahre Wimess: 5/30/2024 Date 5/30/2024 Dae_ PrintedName Sharon J. Murray Tue_ President Simature PrintedName Rufus E. Murray Tule, Corporate Secretary Thes witnesss should bey presentshenthe' Contractor'sA AuthorizedAgent: signst this certification and should: sign and date this document immediately thereafter! Cootractoc Cetifictics Palwacaabma. 82016) Paalofl Carteret County Department ofSocial Services Exterior Painting andi Repairs Contract 20 PROPOSAL AND CONTRACT Carteret County Department of Social Services Exterior Painting and Repairs The undersigned, as bidder, proposes and agrees ift this proposal is accepted to contract with the Carteret Carteret County for thet furnishing of all materials, equipment, labor and tax necessary to complete these documents in full County Department of Social Services Exterior Painting and Repairs described in and to the full and and complete accordance with requirements, specifications, and contract documents, entire satisfaction of Carteret County for the sum of: 42,532.00 Contractor: Commercial Roofing Systems, Inc. Federal ID#: 56-1864988 By: Title: President Witness: (Owner, partner, corp. Pres. or Vice President) Address: 1050W. Corbett Avenue Swansboro, N.C. 28584 Email Address: aatidto.e Attest: (corporation) GEAL 1994 MIgARO (Corporate/Seal) By: Rufus E, Murray License # NC 36211 Title: Coporate Secfetary ChsiLsiN ofSocial Services Exterior Painting andl Repairs Contract 21 Carteret County Department have expressed their agreement to these terms by causing this INT TESTIMONY WHEREOF, the parties Contract to be executed by their duly authorized office or agent. COUNTY OF CARTERET Tommy Burns, County Manager dume Director (Seal) Boe U Jessica Adams, DSS Commercial Roofing Systems, Inc. Contractor 1 Authorized Representative Sharon J. Murray Printed Name President Title (Seal) This instrument has been pre-audited In the manner required by the Fiscal Local Government Budget and Control Act. Approved as to form: County Attorney Dee Meshaw, County Finance Officer NORTH CAROLINA COUNTY OF CARTERET GOVERNMENT Tommy Burns acknowledged given as the act of the Board signed sealed with its corporate seal. al Notary Public of the State and County aforesaid certify that that hei is the County Manager of County of Carteret, and that authority duly the foregoing instrument signed in its name by the County Manager, 1,. WITNESS my hand and official seal, this. day of 2024 Notary Public My Commission expires: 22 of Social Services Exterior Painting andl Repairs Contract Carteret County Department Commercial Residential Industrial Built-Up E.P.D.M. Rubber Modified Bitumen General Construction Rufus MURRAY N.C. License #36211 May 30, 2024 1050W. Corbelt Avenue Swansboro, NC 28584 COMMERCIAL RODFNESYSIEMS.NC. (910): 326-7800 Professtonals In Qualtty Roofing& Constructton FAX/910)3267234 Carteret County Government General Services Facility 5231 Business Drive Newport, N.C. 28570 Re: Sealed Bid Beaufort, N.C. Bid: 5/30/2024 Subject: Proposal Breakdown Attn: Mr. Ray Farnum- - Project Coordinator Department of Social Services Exterior Painting & Repairs Materials Sales Tax 6.75% Labor Rental Equipment Overhead & Profit TOTAL $8,500.00 $573.75 $22,005.00 $2,000.00 $9,453.25 $42,532.00 SharonJ, Murray A President "Building Our Reputation On Customer Satisfaction" IV. Consent Agenda 10. Approval to Allow the Health Department Dental Program Apply fora Grant to Purchase a Vehicle to Carry Portable Dental Equipment Randall w. Willlams, M.D., FACOG Health and Human Services Director Carteret county meaitn & Muman services Department of Social Services 210 Craven Street Beaufort, NC 28516 252.728.3181 Health Department 3820-A Bridges Street Morehead City, NC2 28557 252.728.8550 Environmental Health 252.728.8499 wwwsanteretcoumymegow Nina M. Oliver, MS Health Director Jessica G. Adams DSS Director To: From: Date: Subject: CARTERET COUNTY HEALTH&HUMAN: SERVICES Building Stronger Lives Together Carteret County Board of Commissioners Carteret County Human Services Board Nina Oliver, Public Health Director May 31, 2024 Request to Apply to a Red Rock Grant for Dental Equipment The Carteret County Health Department Dental Program would like to apply for a Red Rock Grant for an estimated $80,000-90,000. This funding would be used to purchase a vehicle that would carry portable dental equipment. The dental equipment would be used to set up in schools to provide children cleanings and dental treatment. It will create an efficient way to access patients and the ability to develop a continuity of dental care for middle and high school age children. Itwill also allow the program to offer services on a regular basis to the daycare facilities throughout the County. The health department dental program is one of only two providers in the County that accepts Medicaid. Applying for and receiving the grant would allow us to reach even more of those in our community that need help with their oral health. The deadline for this grant is August We respectfully request the Board's approval for the Carteret County Health Department to apply 2nd 2024. for this grant. Should you have any questions, please contact me. Thank you. IV. Consent Agenda 11. Approval to Increase the Equipment Capitalization Threshold from $5K to $10K CARTERET COUNTY FINANCE Denise H. Meshaw, CPA Deputy County Manager Finance Department Tel: (252)728-8410 Fax: (252)728-0133 em@careetounypnego" ww.caneretcounynegor To: From: Date: Subject: Board of Commissioners Dee Meshaw, Deputy County Manager June 17, 2024 Equipment Capitalization Threshold For your consideration is a recommendation to increase the equipment capitalization threshold from $5,000 to $10,000. This threshold has not been increased since 2005. The County is now in a situation of capitalizing equipment that should not be capitalized on the financial statements for financial statement reporting. This change will be effective fiscal year 2024 and going forward. Carteret County Finance . 210: Turner Street . Beaufort, North Carolina 28516-1898 CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Nick Wilson Title: Month Award Brief Summary: Regular Item V. ITEM TO BE CONSIDERED Recognition of the April, May, and June 2024 Recipients of the Jaime Hicks Long Employee of the Mr. Wilson will present each employee to the Board and make a few comments about their accompishments The Board will present certificates of appreciation to the employees Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: BACKGROUND Attachments: 1 2. 3 4 5 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director € a a mm C @ - p - e - - 9D) N @ S e O S O 9 S LL< CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Title: Public Comments Brief Summary: Regular Item VI. ITEM TO BE CONSIDERED Citizens will be provided three minutes to speak during Public Comment. If the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: BACKGROUND Attachments: 1N/A 2. 3. 4 5 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Eugene Foxworth Regular Item VII TEMTOBECONSDERED Request tor rezone a2.11-acre parcel located at1 121 Eagle Road Newport, NC 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District)t to B-1CZ (General Business Conditional Zoning! District). Brief Summary: Bryan Carrillo ont behalf of his mother Aurora Carrilo Ruizi is requesting tor rezone a2.11-acre parcel located at 121 Eagle Road Newport, NC: 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District) toE B-1CZ (General Business Conditional Zoning! District). Currently, the property is vaçant. The subject propertyi is bordered by single-family dwellings tot thel North and South, abusiness and single-family dwellingt tot the East, anda a vacant parcel tot the West. The This conditional zoningr requesti includes certains site-s -specific conditions that have been agreed tobyt the property owner. These conditions includel limiting thes sitet tot the The owner oft the parçel has also agreed tot the condition ofr maintaining the section of Eagle Roadt thati is adjacent to this 2.11-acre parcel and keepingi itupt tol NCDOT subject propertyi is bordered by R-20: zoning! North and South, B-1 and R-15Mz zoningt the! East, and R-15M: zoning tot the West. following use: oLandscaping Business standards. These standards include: OMaintaining Eagle Road as ap public right-of-ways sot that 20 cars can pass int both directions oMaintaining Eagle Road sot thati itisp passable under allr normal conditions excepte extreme weather oAddingr new gravel and grading when necessary such as fillingi inj potholes and clearing: any obstructions that preventt the normal flow oft traffic The subject property is situatedy within thel Limited Transition CAMA Land Use Plan classification. Areasi included withint thel Limited Transition classification are areas that will experience increasing development during the next five tot teny years. Thisr requesti is consistent with the CAMA Land Use Plan. 25 surrounding property owners have been notified. To date, staff has received8 8 objections and 2noc objections. Atit its meeting on May 13,2024 the Planning Commission voted6-Oto unanimously recommend approving the rezoning request fora a2.11-acre parcel located at 121 Eagle Road Newport, NC: 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District) to B-1CZ (General Business Conditional Zoning! District). Staff is happy to answer any questions that you may! have. lFthe Board of Commissioners approves oft the agenda item as presented, the following motion(s) is (are) suggested: 1) Motiont to open the public! hearing. 2) Motiont to close the public hearing. 3) Motiont to approve/deny a request tor rezonea a2.11-acre parcel located at 121 Eagle Road! Newport, NC: 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District)t toE B-1CZ (General Business Conditional Zoning District). 4) Motiont to approveldeny the Statement ofF Plan Consistency & Reasonableness. BACKGROUND Attachments: 1Staff Memo 2 Application and Maps 3 Statement Plan of Consistency & Reasonableness 4Excerpt from Planning Commission Minutes 5 Publick Hearing! Notice REVIEWEDBY County Attorey ACM/Finance Director Originating Department Planning and Development Staff Contact: Eugene Foxworth County Manager Clerk tothe Board PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: June 17, 2024 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager & Planning Director RE: Request to rezone a2 2.11-acre parcel located at 121 Eagle Road Newport, NC 28570 (PIN#: 633601466986000 from R-15M (Single-Family Residential District) to B-1CZ (General Business Conditional Zoning District). Bryan Carrillo on behalf of his mother Aurora Carrillo Ruiz is requesting to rezone a 2.11-acre parcel located at 121 Eagle Road Newport, NC 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District) to B- Currently, the property is vacant. The subject property is bordered by single-family dwellings to the North and South, al business and single-family dwelling to the East, and a vacant parcel tot the West. The subject property is bordered by R-20 zoning North and South, B-1 and R-15M zoning the East, and R-15M This conditional zoning request includes certain site-specific conditions that have been agreed to by the property 1CZ (General Business Conditional Zoning District). zoning to the West. owner. These conditions include limiting the site to the following use: Landscaping Business The owner of the parcel has also agreed tot the condition of maintaining the section of Eagle Road that is adjacent to this 2.11-acre parcel and keeping it up to NCDOT standards. These standards include: Maintaining Eagle Road as a public right-of-way SO that 2 cars can pass in both directions Maintaining Eagle Road so that iti is passable under all normal conditions except extreme weather Adding new gravel and grading when necessary such as filling in potholes and clearing any obstructions that prevent the normal flow oft traffic The subject property is situated within the Limited Transition CAMA Land Use Plan classification. Areas included within the Limited Transition classification are areas that will experience increasing development during the next five 25s surrounding property owners have been notified. To date, staff has received 8 objections and 21 no objections. Ati its meeting on May 13, 2024 the Planning Commission voted 6-01 to unanimously recommend approving the rezoning request for a2.11-acre parcel located at 121 Eagle Road Newport, NC: 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District) to B-1CZ (General Business Conditional Zoning District). to ten years. This request is consistent with the CAMA Land Use Plan. Staff is happy to answer any questions that you may have. REZONING APPLICATION Aurora Carrillo Ruiz Applicant: Bryan Rios Carrillo Address: 3273 Highway 24, Newport NC Owner (If not Applicant): Address: Telephone: E-mail: 04/11/2024 Date: 3273 Highway 24, Newport NC 28570 252-342-1041 bryannios@riosiandscape.com Telephone: E-mail: Signature: Aurn Torillric 121 Eagle Rd, Newport, NC 28570 Property address! location: PIN: 633601466986000 Current Zoning: R15M Proposed Zoning: B1-CZ Please explain why the rezoning that you are requesting is warranted: Parcel is currently vacant and approximately 2.11 Acres. Uses we would like permitted are "landscaping business" Owner has a andscapngharuscaping business and would like to move his business to this location. This property is located within the Limited Transition CAMA Land Use Classification which includes areas that will experience increasing development during the next five to ten years. There is currently B1 Zoning to the east with a commercial business located on the lot (Southeast Industrial Services, LLC) which is also directly adjacent to al Industrial and Wholesale lot. Property owner will be responsible for maintining the section of Eagle Road thati is adjacent to this 2.11 acre parcel and keeping it up to DOT standards. These standards include: maintaining Eagle Road as a public right of way so that 2 cars can pass in both directions, maintaining Eagle Road so that iti is passable under all normal condtions except extreme weather, and adding new gravel and grading when necessary, such as filling in potholes and clearing any obstructions that prevent the normal flow of traffic. ForStattise.Only: Application Number: Amt. Rec'd: Received by:. Date: Carteret County Department of Planning and Development Eugene Foxworth, Director Main Office: 3820 Bridges Street Suite B Western Office: 701 Cedar Point Blvd. Morehead, City, NC: 28557 Tel: (252) 728-8545 Fax (252) 732-2065 Cedar Point, NC 28584-8013 Tel: (252)2 222-5833 Fax: (252)222-5825 M/OrTaAd,09 avod S88IH ONS N3AVAD E - CDIcO0 V PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone: 252-728-8545 Fax: 252-732-2065 REZONING MAPAMENDMENT Applicant: Owner: Address: Tax Map and Parcel(s): Parcel Size: REQUEST: Bryan Carrillo Aurora Carrillo Ruiz 121 Eagle Road Newport, NC 28570 PIN#: 633601466986000 2.11-acres Bryan Carrillo on behalf of his mother Aurora Carrillo Ruiz is requesting to rezone a2.11-acre parcel located at 121 Eagle Road Newport, NC 28570 (PIN: 633601466986000) from R-15M (Single-Family STATEMENT OF CONSISTENCY REASONABLENESS, & RECOMMENDATION: At their meeting on May 13, 2024 the Planning Commission voted to recommend approval the proposed Residential District) to B-1CZ (General Business Conditional Zoning District). the rezoning map amendment and made the following statements: The Planning Commission find and determine that case number 2024-000030 is consistent with Iti is consistent, it is contiguous to B-1 directly across the street, the fact that the highway is the goals, objectives, and policies oft the CAMA Land Use Plan because: not counted as a division, so it is consistent and it's contiguous. Itis reasonable and in the public interest because: Itis reasonable because they are redoing the road, and it's maintaining the roads and is relatively low impact. Motion to approve: Mike Laws Seconded by: Norwood Jackson Followed by a unanimous vote (6-0) of approval from the Committee Mailing: 3820 Bridges Street, Suite B, Morehead City, NC 28557 PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone: 252-728-8545 Fax: 252-732-2065 Prior to adopting or rejecting any: zoning amendment, the governing board shall adopt a statement describing whether its action is consistent with an adopted comprehensive plan and explaining why the board considers the action taken to be reasonable and int the publici interest.. The planning board shall advise and comment on whether the proposed amendment is consistent with any comprehensive plan that has been adopted and any other officially adopted plan that is applicable. The planning board shall provide a written recommendation to the board of county commissioners thata addresses plan consistency and other matters as deemed appropriate by the planning board, but a comment by the planning board that a proposed amendment is inconsistent with the comprehensive plan shall not preclude consideration or approval oft the proposed amendment by the goveming board. REZONING MAPAMENDMENT (NCGS 160D-605) Applicant: Owner: Address: Parcel Size: REQUEST: Bryan Carrillo Aurora Carrillo Ruiz 121 Eagle Road Newport, NC 28570 2.11-acres Tax Map and Parcel(s): PIN: 633601466986000 Bryan Carrillo on behalf of his mother Aurora Carrillo Ruiz is requesting to rezone a2.11-acre parcel located at 121 Eagle Road Newport, NC 28570 (PIN: 633601466986000 from R-15M (Single-Family Residential District) to B-1CZ (General Business Conditional Zoning District). STATEMENT OF CONSISTENCY &F REASONABLENESS: At their meeting on June 17, 2024 the Board of Commissioners voted to approve/deny the rezoning map amendment and made the following statements: The Commissioners find and determine that case number 2024-000030 is consistent / is not consistent with the goals, objectives and policies of the CAMA Land Use Plan because: Is/ls not reasonable and in the public interest because: Motion to approve/deny by: Seconded by: Mailing: 3820 Bridges Street, Suite B, Morehead City, NC 28557 PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone: 252-728-8545 Fax: 252-732-2065 PUBLIC NOTICE Pursuant to Chapter 160D-601 of the North Carolina General Statutes, the Carteret County Board of Commissioners will hold a public hearing on June 17, 2024 at 6:00 p.m. in the Board of Commissioners' Meeting Room (302 Courthouse Square, Administration Building, Beaufort, NC) to discuss a request to rezone a 2.11-acre parcel located at 121 Eagle Road Newport, NC 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District) to B-1CZ (General Business Conditional Zoning District). Acopy of the proposed request is available for publici inspection in the Carteret County Planning and Development Department, 3820 Bridges Street, Suite B, Morehead City, NC 28557. Eugene Foxworth Planning Director Advertise: Carteret County News-Times Sunday, June 2, 2024 Sunday, June 9, 2024 Location: 3820 Bridges Street, Suite B, Morehead City, NC 28557 PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone: 252-728-8545 Fax: 252-732-2065 PLANNING COMMISSION MEETING Monday, May 13"h, 2024 The Carteret County Planning Commission held its regular scheduled meeting on! May 13H,2024at5:30 p.m. in the Administration Building, Courthouse Square in Beaufort, North Carolina. Members present included: Dean Graham, Chairman Bruce Rogers Jr., Vice-Chairman Mr. Norwood Jackson Mr. Michael Laws Mr. Edward Myers Mr. William Rogers Mr. Dominick Spadaro Also present were: Mr. Eugene Foxworth, Planning Director Mr. Gregory Hartman, Assistant Planning Director Mr. Cole Barrow, Planner Ms. Caroline Brandt, Administrative Manager 1. Call to Order Chairman Graham called the meeting to order at 5:30 p.m. 2. Approval of the Minutes: April 8h, 2024 Chairman Graham made a motion to approve the minutes, Commissioner Dominick Spadaro seconded the motion, followed by a unanimous vote (6-0) of approval from the committee. 3. Rezoning Request Mr. Barrow presented: Background: Jason Byrd, on behalf of Roberts Family Investments, LLC, is requesting a special use permit to allow the uses of Storage yard (boats) and Storage (overnight recreational andlor camping vehicles) in the LIW (Light Industrial Wholesale) zoning district at a 5.09-acre parcel located at 190 Utopia Drive Road Newport, NC 28570 (PIN#: 634601174095000). In the LIW zoning district, the uses of Storage yard (boats) and Storage (overnight recreational and/or camping vehicles) are permitted only if a special use permit is granted. Currently, the property is vacant with a pond. The subject property is bordered by vacant land to the North, Single-family dwellings tot the East and West, then Bally Refrigerated Boxes to the The subject property is bordered by R-15M zoning to the North and West, R-20 zoning to the East, The subject property is situated within the Limited Transition CAMA Land Use Plan classification. Areas included within the Limited Transition classification are areas that will experience increasing 27 surrounding property owners have been notified. Staff is happy to answer any additional South. and LIW: zoning to the South. development during the next five to ten years. questions that you may have. Chairman Dean Graham: Do any commissioners have any questions for staff? William Rogers: So, is this az zoning request or a special use permit? Cole Barrow: It's special use permit. William Rogers: Did we get feedback on those? Cole Barrow: No sir. Edward Meyers: Is as special use like an architectural review type deal? Cole Barrow: No, it's more uses that are allowed in a: zoning district that might need a closer eye. Typically, that might be more intensive uses you know compared to other uses in the: zoning district. But for whatever reason, our table of permitted uses require special permit LIW for boat storage/RV storage. So, it's just Edward Meyers: And this goes to the full board after us, the county commissioners, this is it? something the board may want to put al keener eye on: Cole Barrow: believe this is it, yes sir. Edward Meyers: No buffering will be required to work anything in? Eugene Foxworth: Anytime there's commercial use adjacent to a residential use there is screening and buffering required on the property. William Rogers: What! kind of bushes? Norwood Jackson: 5-foot tall bush? Williams Rogers: 5-foot when you plant them? Eugene Foxworth: Whatever kind you want to plant, it's just got to be 5-foot when you plant them. Eugene Foxworth: It's pretty awesome. It's actually evergreens that are 3-foot at the time of planting, needs to be 5-foot within 3 growing seasons. This is our standing buffer. Edward Meyers: And there was no..? Eugene Foxworth: Typically, when we want to see these situations with the applicant wanting to put up a fence, they would talk to the neighbors are good with it, we have ways to allow that... in lieu oft the vegetative screening. Edward Meyers: Well it. could be worse. William Rogers: To confirm, our use is in light industrial wholesale.. just a warehouse? Cole Barrow: would have to look at the list of permitted uses, you know the uses that are permitted by right like any zoning district, these two uses in partiçular, just require special use permit. Just the way it was Michael Laws: 175, 173, 172, 174 their depicted in the aerial. What are those uses? l'mj just curious. written. Cole Barrow: Down there is Bally. Chairman Dean Graham: Carteret Craven. Michael Laws: Okay, know where we're at. William Rogers: I just can'tsee 24. Edward Meyers: Idon'tguess that you're here for that? Chairman Dean Graham: Anyone have any questions? Anyone in the audience? William Rogers makes a motion to approve. Dominick Spadaro seconds the motion. The motion is passed with a unanimous vote (6-0)ofapproval, Finding of Facts: (1) The proposed will/will not materially endanger the public health or safety if located where proposed and if developed according to the plan, as submitted and if approved. All commissioners unanimously agree ity will not be an endangerment. (2) The proposed use does/does not meet all required conditions and specifications. All commissioners unanimously agree it does meet all the requirements. (3) The proposed use will/will not substantially injure the value of abutting or adjoining property or the use is/is not a public or semi-public use that will serve a public necessity. Commissioner William Rogers states ity will not substantially injure the value, andi itis a public use that will serve a public necessity. (4) Ifdeveloped according to the plan as submitted, the location and character of the use will/will not be in harmony with the area in which itist to be located and in general conformity with the Carteret County CAMA Land Use Plan. All Commissioners unanimously agree it will be in harmony with the area. Commissioner William Rogers made a motion to approve the special use permit request. Chairman Graham asks if all are in favor, all commissioners unanimously agree (6-0). 4. Rezoning Request Mr. Hartman presents: Background: Bryan Carrillo on behalf of his mother Aurora Carrillo Ruiz is requesting to rezone a 2.11-acre parcel located at 121 Eagle Road Newport, NC 28570 (PIN#: 633601466986000) from R-15M (Single-Family Residential District) to B-1CZ (General Business Conditional Zoning Currently, the property is vacant. The subject property is bordered by single-family dwellings to the North and South, al business and single-family dwelling to the East, and a vacant parcel to the The subject property is bordered by R-20 zoning North and South, B-1 and R-15M zoning the East, The conditional zoning request includes certain site-specific conditions that have been agreed to by the property owner. These conditions include limiting the site to the following use: District). West. and R-15M zoning to the West. Landscaping Business The owner of the parcel has also agreed to the condition of maintaining the section of Eagle Road that is adjaçent to this 2.11-acre parcel and keeping it up to NCDOT Maintaining Eagle Road as a public right-of-way sO that 2 cars can pass in both directions Maintaining Eagle Road so that iti is passable under all normal conditions except extreme standards. These standards include: weather. Adding new gravel and grading when necessary such as filling in potholes and clearing any obstructions that prevent the normal flow of traffic. The subject property is situated within the Limited Transition CAMA Land Use Plan classification. Areas included within the Limited Transition classification are areas that will experience increasing development during the next five to ten years. This request is consistent with the CAMA Land Use 25 surrounding property owners have been notified. To date, staff has received 8 objections and 2 Plan. no objections. Staff is happy to answer any questions that you may have. Edward Meyers: How is this different than the last time we were here? Gregg Hartman: So, the new use is landscaping business, which is the new use that was added to the table of permitted uses. The applicant has pared down, he had five or six in the original, Ithink nursery, greenhouse. He has consolidated that into one singular use being landscaping business. Which was a use that we added to the table of permitted uses within the last year. He's also agreed to maintain the road as a condition of the rezoning sO the entire frontage of Eagle Road that fronts his parcel, he's agreed to maintain. Michael Laws: Iremember that was a point of contention. Gregg Hartman: Yes, it was when Iknow it went to board of commissioners, that was one oft the main reasons for not approving ity was the fact that the road was not going to be maintained. The commissioners even ended up coming back that if maintaining the road were to be a condition that the owner would agree to. Edward Meyers: Was that the main contention last time? Gregg Hartman: It was, it was the road. Ity was also the fact that it would be a business in a predominantly residential area. Some folks were worried about property values, increase in vehicular traffic down Eagle road. Edward Meyers: This is directly across the street from Hibbs Road? that's south of Kelly Lane. There's two parcels there. Commissioners discuss amongst themselves.. Gregg Hartman: Yeah, it's al litte bit south-east. The parcel zone B-1. There's a little bit of business zoning, Michael Laws: Does the county or county staff recognize the fact that under the North Carolina Utility Commission does recognize the fact that a road cannot separate contiguous property? So, B-1, directly across the street, it would be considered contiguous, correct? Eugene Foxworth: Iconsider it contiguous, yes. Michael Laws: Exactly, so, aroad or right away, it cannot separate. Eugene Foxworth: Consider it would share the property line... Michael Laws: Because it would connect? Eugene Foxworth: Because of the facti it does. Michael Laws: Okay. So, we could, in this particular case, iti is in fact contiguous? Commissioners look over the aerials and discuss amongst themselves. with that, or are they going to come back with something else there? Norwood Jackson: Does anybody know they own the property behind this road too, what the intentions are Bryan Carrillo: This would stay residential, they want to put some houses back there. Where that minor subdivision worked out. They) want to put some houses on that parçel back there. Gregg Hartman: Bryan, if you could just state your name and address for the record please. Bryan Carrillo: Sure, Bryan Ruiz Carrillo. My address is 3273 Highway 24. I'm the applicant, partner, and son of the business owners. The lot directly behind the 2-acre parcel, the conditional use is going to stay residential, they plan on putting three houses back there. Theyre working out the minor subdivision for that. Edward Meyers: So, you have septic tank approval? Bryan Carrillo: Yes, we have septic tank approval for all three of those lots. Chairman Dean Graham: What is the business you're asking conditional use for? Bryan Carrillo: There is no approval as of yet, we'r re trying to work something out that it might be approved but it's looking like it will most likely not be approved. Not too sure there, we'll probably have to use porta- potties or something like that for restroom use there. But we'r re not planning on being there too often during the week mornings or evenings anyways sO that shouldn't be too much of a problem on the business side Eugene Foxworth: have a question. One of the points of contention with the commissioners last time was that you stockpile al lot of material on that lot behind it. Do you still have al lot of that material stockpiled, or Bryan Carrillo: Yes sir, we took all of that, mostly concrete believe, all of that has been removed. There's nothing on the 2-acre parcel for business use. My dad started using residential stuff. He planted some stuff, he's got some corn, put up a small fence. But no structures, nothing like that. That's only for houses and oft things. what's your intention? residential use. Eugene Foxworth: Thank you. Bryan Carrillo: Yes sir. Norwood Jackson: Ihave a question. What are the people complaining about concerning Eagle Road, are you going to take care ofit, are you going to continue maintaining down Eagle Road to this minor subdivision? stretch. Bryan Carrillo: Yes, think that would be beneficial for everybody. Not only for us, but for the neighbors as well soi ify you really think abouti it, it will be that entire 5-acre section that willl be maintained. It's agood Edward Meyers: How long is that stretch along that road? least a couple 1001 feet long, maybe atl least 500 feet or so? Bryan Carrillo: Let's see, Idon'tknow how long that section is off the top of my head but it's probably at Michael Laws: Total? Bryan Carrillo: Yes, total. Michael Laws: lagree to that scale. William Rogers: Gregg, the email you sent, that was all of the complaints, right? Gregg Hartman: Correct, that is alli that we have received through Friday when you sent the email out, We have not received anymore. Bryan Carrillo: Yes sir. Edward Meyers: That's 5001 feet of 30-foot wide gravel? Edward Meyers asked Bryan to approach the stand to point out an area on the maps. Bryan Carrillo: So that does take a pretty good beating. We actually went ahead and grated it out al little and added some gravel a couple months ago, and its already formed potholes again soi it would definitely be beneficial for the neighborhood there for us to continue to maintain it. We did mention it last time too, to the neighborhood that if they wanted to get together somehow and work out something before that we could help them maintain the rest of Eagle Road. That's definitely something we could doi if they just helped us pay for some of the extra gravel. Edward Meyers: thought you said they had equipment? Bryan Carrillo: Yes, we do have plenty. Edward Meyers: But they have their own equipment? Bryan Carrillo: Yeah, mean guess they do. I've never seen them do anything with it. Ithink they said they've tried to maintain it but Idon'tknow if they have the equipment fori it because l've never seen them out there doing it so it looks like it hasn't been done. William Rogers: What does it take to get the state to maintain a road like that? Eugene Foxworth: So, that's al big question you just asked. We work with legislators for the last 10 years SO there's a couple things that would have to happen. One is you have to have 75% of the property owners representing 75% of the: street frontage to sign a petition to ask the county to loan them the money, go out and contract, loan them the money, to bring that road up to state standards. The cost of doing thati is immense. The last time Idid that ity was $670,000. Which is assessed back on their taxes. Iti is taxable for up to 10 years. Itis what iti is. We've been unable to, I've run this ragged on Eagle Road before. We're unable to because oft that cost, to get enough signatures to make that viable. William Rogers: We would need to discuss it with another neighbor? Eugene Foxworth: Sure. William Rogers: Isit one of those HOAs? Eugene Foxworth: So, in fact we did do this with Hibbs Acres immediately next door, we did that subdivision like that. tos speak on this? Chairman Dean Graham: Anyone have any questions? Is there anyone else in the audience who would like William Rogers: guess missed last time this showed up, SO did all the neighbors show up unhappy with Chairman Dean Graham: They were here for the planning board meeting. Ifiremember right they had one the planning commission last time or just the commissioners? spokesman for the whole neighborhood speaking oni it,ifiremember right. William Rogers: All of the same neighbors didn't come to this one? Bruce Rogers: We got all the letters back, SO. Edward Meyers: It's the mainly the road, it's not the use, excepti its adjacent to residential. Michael Laws: The fact that this man is in this business, helps the situation. If the road was the issue, and not the business think they're adding potential to the homes. Ithink its beneficial whether they realize itor Norwood Jackson second the motion to approve. All of the commissioners unanimously agree (6-0). not. Imake a motion to approve. Statement Of Consistency, Reasonableness, & Recommendation: proposed the rezoning map amendment and made the following statements: At their meeting on May 13th, 2024 the Planning Commission voted to recommend approval of the The Planning Commission find and determine that case #2024-000030 Is consistent with the Michael Laws: Iti is consistent, iti is contiguous to B-1 directly across the street, the fact that the goals, objectives, and policies of the CAMA Land Use Plan because: highway is not counted as a division, so iti is consistent and it's contiguous. Itls reasonable and in the public interest because: William Rogers: Iti is reasonable because they're reworking the road, and it's maintaining the roads... and its relatively lowi impact. Norwood Jackson makes a motion to approve, William Rogers seconds the motion. All commissioners unanimously agree (6-0). 5. Text Amendments to the Carteret County Zoning Ordinance Mr. Barrow presents: Ordinance. Request: Proposed text amendments to sections 1102 and 2003 oft the Carteret County Zoning Specifically, these text amendments include updates to the required size for parking spaces to align In. January 2025, NCGS 160D-702 goes into effect which sets a maximum parking space size of9f feet wide by 20 feet long unless the parking space is designated for handicap, parallel, or diagonal parking. Staff has prepared the proposed changes to the Zoning Ordinance and is happy to answer any with Chapter 160D, Section 702 of the North Carolina General Statutes. questions that you may have. Edward Meyers: It's the minimum spacing now? Cole Barrow: Yes sir. Edward Meyers: It's the minimum spacing now? Not up to 91 feet? Cole Barrow: Oh yes, the minimum spacing, excuse me. Bruce Rogers: Ity was 10 and now its 9? Cole Barrow: Yes, it was 10 and now it's9. Commissioners and audience laugh. Chairman Dean Graham: Making its smaller, harder to park my truck. Cole Barrow: They can do more, this is just all we can hold itt to the state's standards. William Rogers: "Unintelligible" 9 being bare minimum. So we just need ar motion?lmean this is state statute, it's not up to us. Eugene Foxworth: They're telling us what's good for us. William Rogers makes a motion to accept the changes. Edward Meyers: It's 160D that's proposed? Edward Meyers seconds the motion. All Commissioners unanimously agree in favor (6-0). 6. Pamlico Sound Regional Hazard Mitigation Plan Update Eugene Foxworth: It's time to update our Pamlico Sound Regional Hazard Mitigation Plan. We need someone to volunteer for the board. We had mentioned Mr. Rouse since he is not present and Mr. Kennedy. I don't know ift that was informal nomination. But this happened to me on an authority board! served on last month, SO had the pleasure of being nominated and selected to serve as subcommittee myself. It think either oft these gentlemen deserve it, butlcan't make that nomination, so if you all wanted to Bruce Rogers agrees with the nominations. motions to approve the nominations. Michael Laws seconds the motion. The vote amongst commissioners was a unanimous vote of approval (6-0). itwould be your pleasure. 7. Next Meeting: June 10,2024 at 5:30 8. Adjournment: Chairman Dean Graham adjourned the meeting at 5:57 p.m. OWNER RICE,ROBERT LEEJR HOLT,ROBERTI TOISON/CHARLESKI! RUIZ,AURORA CARRALLOETVIR CHRIST/NICOMLASETUXI MADIONS PAUL,AUSTIN ETVIR ADNALOY HOPKINS,DIANA CLEMONS FRABUTT,JAMES RANDALL LEWIS,BENJAMIN. AE ETAL HUNT PERRY,TREYBURN CARL WHALEY,LOIS PENNY SNAVELYJERRYEI JRE ETUXJ JILL WADE,FRANCIS WINSTON. JRL L/T GWIN,MARK ETUXI MAURICA: SMITH SHERMAN/SUSAN CETAL SHERMAN GOODWIN,DENNIS ME ETUX PEGGYB 1904. SMITH,ROBERT EETUX ROSE WHITLATCH.ORRIES HARVEY,VERNON GETUXLISAS THOMAS,HASSELLF THOMASHASSELLF CANNON/SANDRA OGLESBY ETAL ROUSESSEPTICTANKI INC COPE,ARMONCIR ROUSES SEPTICTANK INC 121 eagle road tot these addresses MAIL_HOUSE MAIL_ST 1506 107 404 3273 200 104 1268 202 102 1705 169 1269 1253 1258 201 101 1309 105 181 181 1715 123 103 123 MAIL_CITY NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT MOREHEAD CITY NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT MOREHEAD CITY NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT NEWPORT MAI MAIL Z15 NC 28570 NC 28570 FL 33317 NC2 28570 NC 28570 NC 28570 NC28570 NC28570 NC 28570 NC 28557 NC 28570 NC 28570 NC: 28570 NC 28570 NC 28570 NC 28557 NC 28570 NC 28570 NC 28570 NC 28570 NC 28570 NC 28570 NC 28570 NC 28570 NC 28570 HIBBSRD KELLYLANE HWY24 MURDOCHI ROAD KELLYLN HIBBS ROAD MURDOCHI ROAD KELLYLANE OLDE FARM ROAD WHALEY LN. HIBBS RD HIBBSROAD HIBBS ROAD MURDOCH RD CLUBHOUSE DRIVE KELLY LANE HIBBS RD KELLY LANE EAGLEF RD EAGLERD JESSEWAY PETERD KELLYLN PETERD NW68THAVEAPT108 PLANTATION ICertify that notifications were: sent viai first class mail regarding the rezoning request at Signature Date CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Eugene Foxworth Regular Item VIII. ITEMTOBE CONSIDERED Proposed text amendments tos sections 1102 and 2003 oft the Carteret County Zoning Ordinance Brief Summary: Carteret County Planning and Development Department is proposing text amendments tos sections 1102 and 2003 oft the Carteret County Zoning Ordinance. Specifically, these text amendments include updates tot the required size for parking spaces to align with Chapter 160D, Section 702 oft the North Carolina General Statutes. In. January 2025, NCGS1 160D-702 goesi into effect which sets ar maximum parking space size of9f feet wide by 20f feetl long unless the parking spacei is designated for handicap, parallel, or diagonal parking. Atitsr meeting on May 13, 2024, the Planning Commission voted 6-0tou unanimously recommend: approving the proposed text amendments tos sections 1102 and2 2003 oft the Carteret County Zoning Ordinance. Staff has preparedt the proposed changes tot the Zoning Ordinance andi is happy to answer any questions that) you may have. Ifthe Board of Commissioners approves oft the agenda item as presented, thet following motion(s) 3)A Motion to approveldeny ther reloution to amends sections 1102 and 2003 oft the Carteret County Zoning Ordinance is (are)s suggested: 1N Motion to open the publich hearing. 2) Motiont toc close the publich hearing. andt the Statement of Plan Consistency Originating Department Planning and Development Staff Contact: Eugene Foxworth Countyl Manager Clerk tot the Board BACKGROUND Attachments: 1_Staff Memo 2F Proposed Text Amendments tot the Zoning Ordinance 3 Resolution and Statement Plan of Consistency& Reasonableness 4Excerpt from Planning Commission Minutes 5F Public Hearing Notice REVIEWEDBY County Attorney ACM/Finance Director PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone 252-728-8545 Western Office Phone 252-222-5833 17 MEMORANDUM DATE: June 17, 2024 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager & Planning Director RE: Proposed text amendments to: sections 1102 and 2003 of the Carteret County Zoning Ordinance Carteret County Planning and Development Department is proposing text amendments to sections 1102 and 2003 Specifically, these text amendments include updates to the required size for parking spaces to align with Chapter InJ January 2025, NCGS 160D-702 goes into effect which sets a maximum parking space size of 91 feet wide by 20 feet long unless the parking space is designated for handicap, parallel, or diagonal parking. Ati its meeting on May 13, 2024, the Planning Commission voted 6-0 to unanimously recommend approving the proposed text amendments to sections 1102 and 2003 of the Carteret County Zoning Ordinance Staff has prepared the proposed changes to the Zoning Ordinance andi is happy to answer any questions that you oft the Carteret County Zoning Ordinance 160D, Section 702 oft the North Carolina General Statutes may have Carteret County Zoning Ordinance Proposed Amendment (May 13, 2024) Page 1of1 By Deleting: 1102. Definitions Parking space. A parking space is defined as an off-street space available for the parking of motor vehicles. A standard parking space must have minimum dimensions of 40 feet in width and 20 feet in length with a total minimum area of 200 square feet. This area does not include any passageways and driveways used for access to the space or spaces. Where there are lots designed to accommodate more than ten vehicles, up to 25 percent of the spaces may have minimum dimensions of 7.5 feet in width and 16 feet in length. The smaller spaces, if provided, shall be designated for use only by compact cars. By Adding: 1102. Definitions Parking space. A parking space is defined as an off-street space available for the parking of motor vehicles. A standard parking space must have minimum dimensions of 9 feet in width and 20 feet in length with a total minimum area of 180 square feet. This area does noti include any passageways and driveways used for access to the space or spaces. Where there are lots designed to accommodate more than ten vehicles, up to 25 percent of the spaces may have minimum dimensions of 7.5 feet in width and 16 feet in length. The smaller spaces, if provided, shall be designated for use only by compact cars. By Deleting: 2003. Parking space and travel aisle width defined. 2003.1. A parking space is defined as an off-street space exclusively available for the parking of motor vehicles. A standard parking space must have minimum dimensions of 10 feet in width and 20 feet in length with a minimum of 200 square feet needed. This area does noti include any passageways and driveways used for access to the space or spaces. Where there are lots designed to accommodate more than 10 vehicles, up to 25 percent of the spaces may have minimum dimensions of7.5 feet in width and 16 feet in length. The smaller spaces, ifp provided, shall be designated for use 2003.2. The minimum width of a travel aisle width in a parking lot with two-way (2 lanes) traffic shall be 24 feet. The only by compact cars. By Adding: minimum width ofat traffic aisle for one-way (1 lane) parking shall! be 141 feet. 2003. Parking space and travel aisle width defined. 2003.1. A parking space is defined as an off-street space exclusively available for the parking of motor vehicles. A standard parking space must have minimum dimensions of 91 feeti in width and 201 feet inl length with a minimum of 180 square feet needed. This area does noti include any passageways and driveways used for access tot the space or spaces. Where there are lots designed to accommodate more than 10 vehicles, up to 25 percent of the spaces may have minimum dimensions of7.5 feet in width and 161 feet in length. The smaller spaces, if provided, shall be designated for use 2003.2. The minimum width ofa a travel aisle width in a parking lot with two-way (2 lanes) traffic shall be 24 feet. The only by compact cars. Text: Text to ber removed Text: Texttob beadded minimum width ofat traffic aisle for one-way (1 lane) parking shall be 141 feet. PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone: 252-728-8545 Fax: 252-732-2065 Prior to adopting or rejecting any zoning amendment, the governing board shall adopt a statement describing whether its action is consistent witha an adopted comprehensive plan and explaining why the board considers the action taken to be reasonable and int the public interest. The planning board shall advise and comment on whether the proposed amendment is consistent with any comprehensive plan that has been adopted and any other officially adopted plan that is applicable. The planning board shall provide a written recommendation to the board of county commissioners thata addresses plan consistency and other matters as deemed appropriate byt the planning board, but a comment by the planning board that a proposed amendment is inconsistent with the comprehensive plan shall not preclude consideration or approval of the proposed amendment by the govering board. (NCGS 160D-605) ZONING ORDINANCE TEXTAMENDMENT REQUEST: Proposed Text Amendments to Sections 1102 and 2003 of the Carteret County Zoning Ordinance STATEMENT OF CONSISTENCY & REASONABLENESS: At their meeting on June 17, 2024 the Board of Commissioners voted to approve/deny the proposed text amendments to the Carteret County Zoning Ordinance and made the following statements: The Commissioners find and determine that the proposed text amendments to Sections 1102 and 2003 of the Carteret County Zoning Ordinance are consistent lare not consistent with the goals, objectives and policies oft the CAMA Land Use Plan because: Motion to approve/deny by: Seconded by: Mailing: 3820 Bridges Street, Suite B, Morehead City, NC: 28557 5. Text Amendments to the Carteret County Zoning Ordinance Mr. Barrow presents: Ordinance. Request: Proposed text amendments to sections 1102 and 2003 oft the Carteret County Zoning Specifically, these text amendments include updates to the required size for parking spaces to align In. January 2025, NCGS 160D-702 goes into effect which sets a maximum parking space size of 91 feet wide by 201 feet long unless the parking space is designated for handicap, parallel, or diagonal parking. Staff has prepared the proposed changes to the Zoning Ordinance and is happy to answer any with Chapter 160D, Section 702 of the North Carolina General Statutes. questions that you may have. Edward Meyers: It's the minimum spacing now? Cole Barrow: Yes sir. Edward Meyers: It's the minimum spacing now? Not up to 91 feet? 5.55.30ish Cole Barrow: Oh yes, the minimum spacing, excuse me. Bruce Rogers: It was 10 and now its 9? Cole Barrow: Yes, it was 10 and now it's9. Commissioners and audience laugh. Chairman Dean Graham: Making its smaller, harder to park my truck. Cole Barrow: They can do more, this is just all we can hold it to the state's standards. William Rogers: "Unintelligible" 9 being bare minimum. So we just need a motion?lmean this is state statute, it's not up to us. Eugene Foxworth: They're telling us what's good for us. William Rogers makes a motion to accept the changes. Edward Meyers: 160D that's proposed? Edward Meyers seconds the motion. All Commissioners unanimously agree in favor (6-0). PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Office Phone: 252-728-8545 Fax: 252-728-6643 sot PUBLIC NOTICE Pursuant to Chapter 160D-601 of the North Carolina General Statutes, the Carteret County Board of Commissioners will hold a public hearing on June 17, 2024 at 6:00 p.m. in the Board of Commissioners' Meeting Room (302 Courthouse Square, Administration Building, Beaufort, NC) to discuss proposed. text A copy of the proposed request is available for public inspection in the Carteret County Planning and amendments to sections 1102 and 2003 of the Carteret County Zoning Ordinance. Development Department, 3820 Bridges Street, Suite B, Morehead City, NC: 28557. Eugene Foxworth Planning Director Advertise: Carteret County News-Times Sunday, June 2,2024 Sunday, June 9, 2024 Mailing: 3820 Bridges Street, Suite B, Morehead City, NC: 28557 Board of Commissioners Jimmy Farrington, Chair Mark Mansfield, Vice-Chair Bob Cavanaugh Chris Chadwick David Quinn Chuck Shinn EdWheatly RET County Manager Tommy R. Burns,I! Clerk to the Board Lori R. Turner I3 RESOLUTION BYTHE CARTERET COUNTY BOARD OF COMMISSIONERS WHEREAS, the Board of Commissioners adopted the Carteret County Zoning Ordinance (The Revised Zoning Ordinance") on the 15th day of June, 1990; WHEREAS, the Board of County Commissioners on its own motion or by petition may amend, supplement, change or repeal the Carteret County Zoning Ordinance; and WHEREAS, Carteret County Planning & Development Department requested text amendments to Sections 1102 and 2003 of the Carteret County Zoning Ordinance; WHEREAS, North Carolina General Statutes Chapter 160D-702: "Grant of power" shall become effective January 1,2025; NOW, THEREFORE, be it hereby resolved that the Carteret County Board of Commissioners based upon the affirmative recommendation of the Carteret County Planning Commission adopt these text amendments to Sections 1102 and 2003 of the Carteret County Zoning Ordinance. ADOPTED, this the 17th day of June. 2024. Jimmy Farrington, Chairman Carteret County Board of Commissioners ATTEST: Lori Turner Clerk to the Board Carteret County Courthousee 302 Courthouse Square . Beaufort, NC 28516-1898 wwwcanteretrounynegor CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Title: Regular Item IX. Tommy Burns & Dee Meshaw ITEM TO BE CONSIDERED Continued Budget Discussion and Approval of the 2024-25 County Government Budget Brief Summary: County Budget Mr. Burns and Ms. Meshaw will be available to answer any questions or concerns about the 2024-25 Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: Motion to approve the 2024-25 County Government Budget BACKGROUND Attachments: 1 2. 3 4 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Tommy Burns Title: Manager's Report Brief Summary: Regular Item X. ITEM TO BE CONSIDERED Mr. Burns will provide al Manager's Report. Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: BACKGROUND Attachments: 1N/A 2. 3 4 5 REVIEWED BY Originating Department County Manager's Office Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Board Title: Appointments Brief Summary: Regular Item XI. ITEM TO BE CONSIDERED See attached memorandum highlighting appointments; applications attached as noted. Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: Nominations will be considered for the various vacancies. BACKGROUND Attachments: 1N Memorandum 2 Applications 3 4 5 REVIEWED BY Originating Department County Manager's Office Staff Contact: Lori Roberson Turner County Manager Clerk to the Board County Attorney ACM/Finance Director Board of Commissioners Jimmy Farrington, Chair Mark Mansfield, Vice-Chair Bob Cavanaugh Chris Chadwick David Quinn Chuck Shinn EdWheatly TO: FROM: County Manager Tommy R. Burns,! Clerkt to the Board Lori R.1 Turner 23 A Board of Commissioners Lori Turner SUBJECT: Appointments DATE: June 17,2024 The following appointments are noted for discussion at the June 17, 2024 meeting: CARTERET COUNTY AGING PLANNING BOARD CARTERET COUNTY HARBOR AUTHORITY JUVENILE CRIME PREVENTION COUNCIL Don Helsabeck reappointment to a 3-year term, application attached Thomas C. McArthur, Jr reappointment to a 2-year term, application attached John Carswell, Faith Community Representative, reappointment to a 2-year term, application attached Krysten Patton, Non-Profit Organization Representative, reappointment to a 2-year term, application attached Jury Commission'ony One Seat Available* Jeffrey Brasfield, reappointment to a 2-year term, application attached Michael Nelson, appointment to a 2-year term, application attached lerdslis/2y Empinslislas Lori Turner From: Sent: To: Subject: norepyecwcpuscom Monday, May 13, 2024 10:36AM Ray Hall; Lori Turner Online Form Submittal: Boards & Commissions Appointment Application CAUTION: This email originated from outside oft the organization. Do NOT click links or open attachments unless you recognize the sender and know the content is safe. Boards & Commissions Appointment Application First Name Last Name Address City State Zip Home Number Cell Number Fax Number Work Number E-Mail Address Committees of Interest Committees of Interest (Second Choice) Experience Don Helsabeck 2703 One Iron Street Morehead City NC 28557 252-728-8161 252-728-8161 Field not completed. Field not completed. dhelsabeck@ec.r.com Aging Planning Board Aging Planning Board Previous board member of Aging Planning Board for the last ten years. Member of the Senior Center Advisory Board at the Leon Mann Jr. Enrichment Center. Member of the Carteret County Friend of Aging nonprofit. Occupation Employer Retired Retired 1 Are you currently serving or Yes have you ever served ona public board or commission? Ifso, please list below: Please explain any anticipated conflict of interest or scheduling difficulties you may have, if appointed: Number of Years Living in 39 Carteret County: Are you a registered voter Yes in Carteret County? Applicants may attacha resume' or additional information about your interests fori the Board of Commissioners to consider. Also, note that this document is considered: a public document.). Aging Planning Board N/A Field not completed. Email not displaying correctly? View iti in your browser. 2 CARTERET COUNTY BOARD OF COMMISSIONERS 2015 APPLICATION FOR BOARDSICOMMISSIONS Office Use Only Date Received: 42423 Date Application Expires: 3l5 (Applications are retained for 18 months) Ap-ny NAME ADDRESS_ 120 THomas LMAr 12 DibtDrVe CIVEIATCAabrt NC. ZP2856 TELEPHONE-HOME! 2527324500 (CELL) EMAIL ADDRESS mcarthur flenns 6aymf A. Marine hrhne adorys Harber (WORK) (FAX). 1. COMMITTEES OF INTEREST (Please limit to two (2) boards/committees per hAHg 2. PLEASE DESCRIBE YOUR BACKGROUND, EXPERIENCE, EDUCATION OR TRAINING (WORK ANDIORI LIFE EXPERIENCE) THAT RELATES TO YOUR INTEREST IN COUNTY GOVERNMENT. Cnér Garder Dellny, glackiy Dl betng 3. OccuPATONAehred hlent EMPLOYER Sef 4. ARE YOU CURRENTIY SERVING OR HAVE YOU EVER SERVED ON A PUBLIC BOARD OR COMMISSION? YES Lvbor n5 NO IF sO, PLEASE LIST BELOW. (DATES) 5. PLEASE EXPLAIN ANY ANTICIPATED CONFLICT OF INTEREST OR SCHEDULING DIFFICULTIES YOU MAY HAVE, IF APPOINTED Nbre 6. #OF YEARS LIVING IN CARTERET COUNTY 7. ARE YOU A REGISTERED VOTER IN CARTERET (Applicants may attach a resume' or additional information about your interests for the Board of Commissioners to consider. Also, note that this document is considered a public document.) a 5l29/27 Erps ilu/as Lori Turner From: Sent: To: Subject: norepy@cwepluscom Wednesday, May 29, 20241:58PM Ray Hall; Lori Turner Online Form Submittal: Boards & Commissions Appointment Application CAUTION: This email originated from outside of the organization. Do NOT click links or open attachments unless you recognize the sender and know the content is safe. Boards & Commissions Appointment Application First Name Last Name Address City State Zip Home Number Cell Number Fax Number Work Number E-Mail Address Committees of Interest Committees of Interest (Second Choice) Experience Occupation Employer John Carswell 1111 Palmer Way Morehead City North Carolina 28557-8426 8284137216 8284137216 Field not completed. Field not completed. oumpasoais@gmalcon Juvenile Crime Prevention Council Field not completed. Ihave served on this committee for the past 10 years or soas the Faith Representative Pastor Parkview Baptist Church Are you currently serving or Yes have you ever served ona public board or commission? Ifso, please list below: Please explain any anticipated conflict of interest or scheduling difficulties you may have, if appointed: Number of Years Living in 12 Carteret County: Are youa registered voter Yes in Carteret County? Applicants may attacha resume' or additional information about your interests for the Board of Commissioners to consider. Also, note that this document is considered: a public document.) Currently serving on JCPC None Field not completed. Email not displaying correctly? View it in your browser. 2 Recdl sl2-124 Expvs u/29/45 Lori Turner From: Sent: To: Subject: norepy@cwicpluscom Wednesday, May 29, 2024 11:12 AM Ray Hall; Lori Turner Online Form Submittal: Boards & Commissions Appointment Application CAUTION: This email originated from outside of the organization. Do NOT click links or open attachments unless you recognize the sender and know the content is safe. Boards & Commissions Appointment Application First Name Last Name Address City State Zip Home Number Cell Number Fax Number Work Number E-Mail Address Committees of Interest Committees of Interest (Second Choice) Experience Krysten Patton 113 Buena Vista Drive Newport NC 28570 252-469-0931 252-469-0931 Field not completed. 252-504-2581 knslenpatton@tnebr.oedowneastorg Juvenile Crime Prevention Council N/A Current Executive Director of a nonprofit that runs the only youth programming Down East. See Attached resume for further experience. Occupation Employer Executive Director The Bridge Down East and Carteret Community College Are you currently serving or Yes have you ever served ona public board or commission? Ifso, please list below: Please explain any anticipated conflict of interest or scheduling difficulties you may have, if appointed: Number of Years Living in 3 Carteret County: Are you a registered voter Yes in Carteret County? Applicants may attacha resume' or additional information about your interests for the Board of Commissioners to consider. Also, note that this document is considereda public document.) Juvenile Crime Prevention Council N/A KPatton Resume. docx.pdf Email not displaying correctiy? View iti in your browser. 2 KRYSTEN PATTON QUALIFICATIONS Leadership Executive Director at The Bridge Down East. Oversees the administration, programs, and strategic plan oft the organization. Provides leadership tot the staff and provides overall direction to the organization ini fulfillingi its plans, goals, and objectives of the youth and family development: mission. Develop and foster strategic alliances and collaborative partnerships with stakeholders, including community and government leaders; teachers and school administrators; and Previous lead staff role at The Rick Herrema Foundation (RHF) during the absence of thel Executive Director. Liaison for Site Staff with the Executive Director at RHF. Established orientation and training for employees and volunteers at RHF. Previous Lead Trainer and Data Manager for Communities In Schools of Cumberland County (CISCC). Responsible for training new sitej personnel in using the data management system. Liaison for Site Staff with the Executive Director: at Creator and Chair of the Month of the Military Child Celebration planning committee of Fayeteylle/Cumberand County. Previous liaison for military-connected students and families with the Associate Superintendent of Student Services of Afterschool attendees and families CISCC. Cumberland County Schools as al Military Student Transition Consultant. Certified in Motivational Interviewing. Finance and Budget Management totaling $347,0001 per year.. Develops, monitors, and manages the annual budget in conjunction with the Bridge Down East Board Treasurer. Provides fiscal oversight and submissions of financial information for the NCDPI 21st CCLCLearning Center grant Developed and managed RHF's $156,000 Annual Programs Budget, $45,000 Summer Camp Budget, $16,000 Community Meals Budget, $4500 Messy Monday Budget. Acted as Grant Manager for The. Arts Council of Payettevlle/Cumberand County and Cape Fear Regional Theatre's Passport Program at RHF. Managed multiple grants through Rotary District 7730 as the Liberty Point Rotary Club President including the Rotary Youth Leadership Award Grant, Artisans Outreach Grant, and Off-Road Outreach Grant. Assisted ini the management of a retail establishment with a net profit of $35 million. Managed a retail establishment with a net profit of $1.2 million. Developed budget spreadsheets including profits/losses, merchandise orders, inventory, and payroll costs. Responsible for reporting to the Regional Manager; budgets, daily earnings, and payroll data weekly. Strategic Planning Plans and implements thel long-term goals and objectives of the organization. implementation ofa communication plan, working with staff.. Develops strategies for communications intending tol build brand identity and strong relationships. Manages the Oversees implementation ofas strategic marketing plan to ensure the provision ofa clear, concise message for the Works with the down east community to determine class interests and demands for occupational, life enrichment, and curriculum program classes. Plans, develops, and schedules occupational and life enrichment classes, and contributes to Forecasts and establishs budgets for assigned program areas; forecasts needs for staffing, equipment, materials, and supplies; determines expenditures andi implements budgetary adjustments as appropriate and necessary. Represents Carteret CC and maintains good communication within the College and with concerned stakeholders, elected officials, organization. Manages the production of promotional: and publicity materials and activities. the development of each semester's Corporate and Community Education schedule. civic, church, governmental, and fraternal organizations, outside agencies, and boards. Established all policies, manuals, and event checklists for day-to-day operations at RHF. Created monthly operational inspections for play equipment, zipl lines, and structures. Designed and implemented 90/60/30 Day checklists for event planning. Developed procedures and requirements for facility rentals. Fundraising and Resource Development Manages and oversees fundraising activities including grant writing, cultivation and stewardship of donors, event planning, and identification of new funding sources to ensure the successful fulfillment of the organization's mission. Developed and managed the RHF community support/outreach plan; identified resource requirements and funding Writer and manager of multiple grants in various settings: Communities in Schools Grant Winner 2015 as a classroom teacher, Arts Council Grant Winner 2019 as the Program Manager for The Arts Council of Fayettevlle/Cumberland County, and Capel Fear Regional Theatre's Passport Program. Managed over 1 million dollars in grant awards over thel last Assisted inf fundraising efforts during employment with nonprofits: RHF Summer Camps, RHF's Annual Ninja-OCourse, CISCCWhen Pigs Fly BBQ Festival and CISCC School House Rocks Event. Chair the Month oft the Military Child Celebration planning committee of Fayettevlle/Cumberand County, Co-Chair the Operation Thrive (a Hero's Homecoming Event) planning committee, prior committee member for KidsPeace "Chair-ity" Auction, Participated: in multiple marketing campaigns in the nonprofit and retail settings. Experience: in the creation of marketing materials and event advertisements including, invitations, flyers, programs, brochures, videos, etc. Managed multiple social media accounts for multiple nonprofits and local community events: Rotary Christmas Parade, Liberty Point Rotary Develops, manages, coordinates, and participates in multiple events and initiatives within the community, working in sources, and established strategies to approach funders and potential partners. Experience with solicitation of goods, services, and monetary donations. 3years of employment with The Bridge Down East. Club, Community Blueprint Greater Fort Bragg, RHF, and The Bridge Down East. collaboration with multiple local and national support agencies. Administration Implements programs, services, and activities that support youth development outcomes. Develops agendas, provides pertinent information, and leads The Bridge Down East Board of Directors monthly meetings. Ensures quality ofs service through recruitment, selection, development, and appraisal of competent, effective staff and volunteers. Maintains ai thorough screening and employee evaluation process compliant with current employment laws Supervised all aspects of RHF programming and day-to-day operations on-site including setting goals, and plans, Developed, marketed, and managed all on-site programming and events at RHF: Monthly Family Fundays, Monthly Workdays, Semi-annual Fundraisers (Ninja-O Course and Barn Bash), Theatre Program, in-person and virtual cooking Produced internal and external reports for staff, board of directors, grants, and potential donors and funders, as needed. Responsible for recruiting, hiring, training, and supervising in nonprofit, medical office, and retail settings. Experience with personnel scheduling software to include Kronos, Health Manager, and ADPI Payroll Systems. Scheduling experience and exercises a reasonable standard of care. reviewing progress, and adjusting roles/responsiblities. classes, Messy Mondays, Family Kickboxing, etc. also includes shipments of supplies, passengers, aircraft, and vehicles. MILITARY SERVICE United States. Air Force Reserves, July 2004 to July 2012 Acted as a team chief, leading cargo download teams in a deployed location under combat conditions. Dispatched download and upload crews to aircraft. Trained new personnel upon arrival at the duty station. Entered daily data records of AirTraffici totals. Prepared squadron reports for Air Traffict toi include passenger counts, weights, cargo, personnel, and equipment on hand information. Prepared PowerPoint presentations for weekly squadron Conducted on and off-loading duties for aircraft, trucks, and loaders. Operated many types of heavy machinery including forklifts andl loaders capable of carrying up to 60,000 pounds. Checked inbound and outbound cargo into warehouse bays and grid-yard settings. Processed inbound and outbound passengers and baggage. Obtained knowledge of weights and briefings. cargo configurations of multiple types of Aircraft.. Medaled Veteran Afghanistan Campaign Medal Global War on' Terrorism Medal National Defense Service Medal NATO Medal ISAF WORK HISTORY The Bridge Down East, Executive Director & Carteret Community College, Coordinator ofCommunity The Rick Herrema Foundation, Community Development Director, April 2019 to November 2020 Military Child Education Coalition, Military Student Transition Consultant, July 2017 to. April 2019 Communities In Schools of Cumberland County, Student Support Specialist, July 2015 to July 2017 Cumberland County Schools, Criminal Justice and Public Safety Teacher at' Terry Sanford High School Education, December 2020 to Current July: 20131 toJuly 2015 Shoe Carnival, Store Manager, May 2011 to May 2013 & Oct 2007 to May 2010 ComForcare Senior Services, Administrative Assistant, Feb: 2006 to July 2007 EDUCATION Duke University Continuing Studies, 2021 Certificate in Nonprofit Management Fayetteville Technical Community College, 2020 Certificate Program Distribution and Logistics Management Fayetteville State University, Aug 2009 to Dec 2011 Bachelors in Applied Science, Criminal Justice Cum Laude Graduate College Prep Fayetteville Technical Community College, Aug 2007 to May 2009 Community College of the Air Force, Sept 2004 to March 2012 Certificate of Completion for Airman Leadership School; Courses in Leadership, Management, and Managerial Communications; Air Transportation: Journeyman Red 5124124 Expives u24l25 Lori Turner From: Sent: To: Subject: norepyecwcpluscom Wednesday, May 29, 2024 6:43 AM Ray Hall; Lori Turner Online Form Submittal: Boards & Commissions Appointment Application CAUTION: This email originated from outside of the organization. Do NOT click links or open attachments unless you recognize the sender and know the content is safe. Boards & Commissions Appointment Application First Name Last Name Address City State Zip Home Number Cell Number Fax Number Work Number E-Mail Address Committees of Interest Committees of Interest (Second Choice) Experience Jeffrey Brasfield 169 Lands End Rd Morehead City NC 28557 7039806071 7039806071 Field not completed. Field not completed. Paaasnuteacoudcon Jury Commission Field not completed. Georgetown Univ Law Center, Captain, USAF JAG 1968-1972, practicing Virginia trial attorney in good standing for>40 years, Guardian ad Litem representing abused and neglected children 2012-2015; Carteret County Teen Court c.2018-2024. Board of Elections poll worker C. 2020-2023. Morehead City Board of Adjustment (alternate) C. 2020- 2023. Jury Comm'r 2023-2024. Occupation Retired attorney at law (Virginia) Employer None retired attorney Are you currently serving or Yes have you ever served on a public board or commission? Ifs so, please list below: Morehead City Board of Adjustment (alternate) C. 2020-2023 Carteret County Jury Commissioner 2023-2024 present appt expires Aug 2024 None Please explain any anticipated conflict of interest or scheduling difficulties your may have, if appointed: Number of Years Living in 8+ yrs full time Carteret County: Are youa registered voter Yes in Carteret County? Applicants may attach a resume' or additional information about your interests for the Board of Commissioners to consider. Also, note that this document is considereda public document.) Field not completed. Email not displaying correctly? View iti in your browser. Recd u23 Kx5 sl25 Lori Turner From: Sent: To: Subject: norePyecwcpuscom Saturday, November 11, 202310:34AM Ray Hall; Lori Turner Online Form Submittal: Boards & Commissions Appointment Application CAUTION: This email originated from outside of the organization. Do NOT click links or open attachments unless you recognize the sender and know the content is safe. Boards & Commissions Appointment Application First Name Last Name Address City State Zip Home Number Cell Number Fax Number Work Number E-Mail Address Committees of Interest Committees of Interest (Second Choice) Experience Michael Nelson 4005 Galantis Dr. Apt 208E Morehead City NC 28557 2522410071 2522410071 Field not completed. Field not completed. michael. Idnelson@ncourisorg Jury Commission Eastern Carolina Regional Housing Authority With an extensive 25-year tenure within the NC. Judicial Branch, bring a wealth of experience, notably serving 16 years as a Deputy Clerk of Superior Court, specializing as a Jury Clerk. My commitment extends beyond the courtroom, having contributed as ai former Advisory Board member of the State Employees Credit Union. This diverse background uniquely positions me to engage and contribute effectively in the realm of county government. Occupation Employer Lead Financial Management Analyst NC Administrative Office of the Courts Are you currently serving or Yes have you ever served ona public board or commission? Ifs sO, please list below: Please explain any anticipated conflict of interest or: scheduling difficulties you may have, if appointed: Number of Years Living in 43 Carteret County: Are you a registered voter Yes in Carteret County? Applicants may attach a resume' or additional information about your interests for the Board of Commissioners to consider. Also, note that this document is considered: a public document.) State Employees Credit Union Member Advisory Board My work does occasionally require several days out of the County. Field not completed. Email not displaying correctly? View it in your browser. 2 CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Board Title: Regular Item XII. ITEM TO BE CONSIDERED Commissioners' Comments Brief Summary: The Commissioners will provide their comments Ifthe Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: BACKGROUND Attachments: 1N/A 2. 3 4 5 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Title: Closed Session Brief Summary: Regular Item XIII. ITEM TO BE CONSIDERED Closed Session Pursuant to General Statutes 143-318.11 for the Permitted Purpose of Discussing (a) (1) Approval of the May 20, 2024 Closed Session Minutes and (a) (3) Attorney-Client Privilege Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: BACKGROUND Attachments: 1N/A 2. 3 4 5 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 17-Jun-24 Presenter: Board Title: Adjournment Brief Summary: Regular Item XIV. ITEM TO BE CONSIDERED Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) is (are) suggested: BACKGROUND Attachments: 1 2 3 4 5 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director