CARTERET COUNTY BOARD OF COMMISSIONERS REGULAR SESSION COMMISSIONERS BOARDROOM January 8, 2024 6:00 P.M. Meeting Called to Order/Pledge of Alegiance/nvocation Vice-Chairman Vice-Chairman Board Board I. Conflict of Interest/Cell Phone Statement III. Adoption of the Agenda IV. Consent Agenda 1. Approval of the December 18, 2023 County Commissioners 2. Approval to Allow the Tax Administrator to Advertise Unpaid 3. Approval of the Resolution Reappointing Jessica Taylor as the 5. Approval of the Budget Amendment from the Health Department to Receive Funds for the COVID-19 Vaccination Program, 6. Approval of the Contract to Replace the Flooring at the Beaufort 7. Approval of the Contract to Replace Portions of the Fencing at the Athletic Fields at several County Parks, Fences Unlimited, 8. Approval of the Bid and Budget Amendment to Replace the Lintels at the Courthouse, Harp Builders Inc., $1,239,290 9. Approval of the Northwoods Consulting Contract to provide Case Aide Services to DSS, $68,000 10. Approval of the No Wake Zone Request for Raymond's Gut Meeting Minutes 2023 Property Taxes Carteret County Tax Administrator 4. Approval of the 2024-2025 Budget Calendar $63,703 Library, Eastman's Carpet, $47,132.21 $71,615.00 V. Public Comments VI. Presentation from the NC State Extension Office Regarding VII. Discussion on the Approval of al Resolution to Abandon a Secondary Road-East End of SR-1163 (Steel Tank Road) as requested by SHM Jarrett Bay, Inc and per N.C.G.S Stephanie Stevenson Gene Foxworth Family and Consumer Science Programs 136-63 VIII. Manager's Report Tommy Burns IX. Appointments Board Board Beach Commission X. Commissioners' Comments XI. Closed Session Pursuant to General Statute 143-318.11 for the Permitted Purpose of Discussion (a) (1) Approval of the December 18, 2023 Closed Session Minutes, and (a) (6) Personnel XII. Adjournment Accommodations for persons with disabilities may be made by contacting Lori Tumer, Clerk to the Board at 728-8450 CARTERET COUNTY Board of Commissioners Meeting Date: 8-Jan-24 Presenter: Vice-Chairman Mansfield Regular Item ITEM TO BE CONSIDERED Title: Meeting Called to Order/Pledge of Alegance/nyocation Brief Summary: Vice-Chairman Mansfield will call the Meeting to Order Vice-Chairman Mansfield will ask for the invocation Recite the Pledge of Allegiance fthe 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: 8-Jan-24 Presenter: Vice-Chairman Mansfield Regular Item II. ITEM TO BE CONSIDERED Title: Conflict of Interest/Cell Phone Statement Brief Summary: The Vice-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 a 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 Vice-Chairman will remind everyone to turn off their cell phones Ifthe Board of Commissioners approves of the agenda item as presented, the following motion(s) lfCommissioners 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 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: 8-Jan-24 Presenter: Vice-Chairman Mansfield Regular Item III. 1722 ITEM TO BE CONSIDERED Title: Adoption of the Agenda Brief Summary: The Vice-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: 8-Jan-24 Presenter: Vice-Chairman Mansfield Regular Item IV. ITEM TO BE CONSIDERED Title: Consent Agenda Brief Summary: 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: 1 Various 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 December 18, 2023 BOC Regular Session Minutes CARTERET COUNTY BOARD OF COMMISSIONERS REGULAR SESSION COMMISSIONERS BOARDROOM December 18, 2023 6:00 P.M. Commissioners Present: Chairman Jimmy Farrington, David Quinn, Chris Chadwick, Ed Wheatly, Bob Cavanaugh, and Chuck Shinn Participating Staff: Tommy Burns, County Manager; Dee Meshaw, Deputy County Manager/Finance Director; Gene Foxworth, Assistant County Manager/Planning Director; Ray Hall, IT Director; Rob Wheatly, County Attorney; and Lori Turner, County Clerk I. Meeting Called to Order/Pledge of Alegance/nyocation Allegiance, and Pastor DJ Hunt provided the invocation. Il. Call for Nominations for Chairman of the Board Chairman Farrington called the meeting to order at 6PM. Commissioner Quinn led the Pledge of Attorney Rob Wheatly, III stated it was his honor to call for nominations for Chairman of the Board. Commissioner Wheatly nominated Jimmy Farrington. Seconded by Commissioner Chadwick. The vote was unanimous. III. Call for Nominations for Vice-Chairman of the Board Chairman Farrington called for nominations for Vice-Chairman of the Board. Commissioner Cavanaugh nominated Mark Mansfield. Seconded by Commissioner Chadwick. The vote was unanimous. IV. Conflict of Interest/Cell Phone Statement Chairman Farrington read the conflict of interest statement and reminded all present to silence their cell phones. V. Adoption of the Agenda Quinn. The vote was unanimous. VI. Consent Agenda Commissioner Chadwick made a motion to adopt the agenda. Seconded by Commissioner 1. Approval of the November 20, 2023 County Commissioners Meeting Minutes 2. Tax Administrators Report/Release & Refunds/NCVTS Reports: a. Tax Administrators Report for November 2023 Carteret County Tax Administration Tax Report as of November 30, 2023 2023 Tax Levy Detalls (County Onix): Total Levy: $55,407.189.48 Total Collected: $30.255.827.42 Uncollected: $25.151.362.06 Total Collection Rate as of November 30. 2023: 54.61% 2013-2022 10-Yesr Tax Levy Detalls (County onl): Total Collected for prior years throvgh November 30, 2023: $67.970.72 b. November 2023 Release and Refund Reports Carteret County Tax Administrotion November 2023 Release anc Refund Report All Jurladictions As of November 30, 2023 uriadictional 165 $3.496.65 Total Total Amount in Total Number of Solic waste of 375 . November 2023 NCVTS Refund Report North Carolina Vehicle Tax Syslem NCVTS Pending Refund report North Carolina Vehicle Tax System NCVTS Pending Refund report DAVOE DAVD POBOX2 wooos 444 a 4418 11405 POBOKRS 1601) North Carolina Vehicle Tax System NCVTS Pending Refund report 3OOVOTCT 221BAYSDE HELLE 393 North Carolina Vehicle Tax System NCVTSF Refund report 3. Approval of the following Budget Amendments: a. $28,686 Receive LSTA Grant Funds Awarded to Carteret County Public Library AEAE County Library for Gront an he wrer plens to 3D to Lat: snigve ugh the Mobile unatien. of Boare of Commioner: Budiget acivstment oners. County s. ruble, by Library e to our budoet. grent: de 28686. 00 that rav e! pet ts by 00 e 00 releted on Cartoret ooino leaming This acustment is erveict for the a 'mn your conveniene-. ncha. mce Dorothy Hove Re: quest on on loms ar to you for your ongoing support of our mbrary: of b. $100,000 Harkers Island Fire Reserves to Purchase a New Ambulance COUNTY OF CARTERET DEPARTMENT OF EMERGENCY SERVICES Stephen Rea Emergency Services Director PATE: TO: SUBJECT: On. November 10. 2023. for the purchase of an ambulence: due to the avallable. Currently the wait for a new ambulance is limited of approve the purchase of the is for $100,000 from their county is the email from Forwarded From: Chad Mann semanss p2spamailson Date: Nov 9, 2023 at 7:05 PM Subject: Reserve fund request To: Good Evening used for 2nd Out EMS calls. VVe: operate in. omce 252-222-5841 Moblle G---MyneON request stock and. to The Tuesday, November 28. 2023 Chairman Jimmy Farrington, Rea. Emergency of Ambulance Island Fire and The and EMS Cor for Mann. made an a than 18 months due to the voted unani Fire and Chief. In 2018 our Department purchased a 2018. Ford Transit ambulance. for $68,000 to. be run in our area. With our call volume constantly, increasing. each year and answering, numerous 2nd EMS calls at the paramedic level we have found the truck is too small to In 2022 we requested funds of $60, 000 to purchase a 2016 Braun 85.000 miles to be used for 1st out EMS calls. At the ourrent on it and is currently having some minor issues our Board began to seek options. of Ambulance with 18,000 miles white it stinl has some value and move the 2016 Ambulance over for 2nd out calls. The wait time for a now spec and more than we can afford VVe obtained quotes from 4 different companies ranging from $100.000 to $300,000. VVe have found MTA Emergency Transportation Associates out of Rock HiI sC that will sell us a brand new Ford Chassis with gas motor. and a completely. refurbished box with a Stryker Power Load Stretcher and give us $50,000 for the Transit Ambulance on trade in. VVe are requesting $100,000 of: our County. reserves to proceed purchase. our Department, Auxiliary will be funding graphics and radio installations. C. $67,000 Use of Unspent Otway Rescue Reserve Funds for an Ambulance the truck was small but decided to give it a trial with it has 110,000 miles is around 3 years running every day. we could do to sell or trade the 2018 Transit this Remount CPA CARTERET COUNTY FINANCE Bentne M. To: From: Dater Board of Commimsionar Des Meshaw. Deputy County Manager otway Res Me for your: Otway Rescue reserve funds and for ambulance for approval. 20 2023 i . budget Budget. that rolls $67. of the funds in the FY24 budget. The unspent funde for the department. The attached budoet amendment is Total Approval in of 4. Approval of a Waiver for Late Filing and Late Pay Penalties for Emerald Isle Realty, in the amount of $24,413.81 CARTERET COUNTY FINANCE H. Mesh CPA puty To: Board OF Por yours consideration temlty. 82 the Board per 27. 2023 Ms. Denise H. Meshaw. CPA Carteret County Department 302 Court Beaufort. NO 28616-1808 Mr. Mark PO. ghairman. County City. NC: 28557 Re: Late Filing for October 2023 Emeral lole Realty. Inc. Sales Tax Dear Ms. Meshaw: and Mr. Wo request that the late and late paying of good standing with Carteret County. c9. writing In 11/21 1/2023. e most Julie . funding expremsed nouriehment undentanding: and marketing of the ike Mark. who is es not happen again. Ve are ledio ated to and bity We apprepiate all the implemented. The abitity to nle and pay We very conscle 364-6161. Best regards. Games Wax. CPA CFO Tel. 23, 726 teretoountyne rtereto gov ROM: Dee Meshaw. Depury County Mannger 28. 2023 Tax Penalty Waiver late nling and Inte. pay on of for Emerald that Ce) and oners has tion to waive A SC REE Tax be waived to the which of occupancy essential the refinir ng our has greatiy improved our erclency. Isle penalty of $24.415.82 paid and owner of Emerald lele oftourism are crucial and for the the efforts of fellow to uphold the highest standards of story County enoy, She has enjoyed serving multiple terms on this board and for his diligent work and representation: of RCCOY County Commission on the TDA. about payings our taxen on tine and sincerely apologize for the inconvenience. Thank There is no excuse for the late payment. Wo are Implementing new policles and procedures. to ensure. this. (252) much in advance for yours consideration. "you need to discuss this issue with me. you may reach me at nt in the nting and payment process that have been AR Emeraid lie Realty 5. Approval to Renew the Health Services Agreement with Southern Health Partners for Inmate Healthcare Services af GSERLEE theSherin NC 28516 PH: To: From: Subject: Date: County Board of Sherifr Asa Buck s Jail December 18, 2023 (2024) Iam: requesting the Board of Commissioners to services in the Carteret County Jail. Southern Health health care month). Funds are budgeted and have been very a one (1) year renewal for the contracted services provided by Southern Health Partners: the company that provides inmate medical Southern Health Partners is requesting a 4% increase in pricing for the upcoming year. The new base annualized fee for calendar year 2024 will be $472.197.24 ($39.349.77 per has been our contract medical provider. and have provided high quality for inmates housed in the Carteret County Jail since 2005. for in the current orrice budget. and with the high level of service provided by Southern Health request approval of the one Cyear renewal and increase. Southern Health Partners October 10. 2023 Sherif Carteret Asa Sherirrs Ofice 304 Beaufort, NC 28516 Re: Heaith Services. Dear Sherirr Buck Services Agreer and forward to. out in : at any N to or Being on caring ind a range in expenses across and lebor cost a perapective to rectional work. As Operational on to fi pay. higher bonuet. course. ome. at much greater cost the parties could not have reseen such an unprecedented hike in in drug during yoars. in and disruptions. and supply to assure the health and safety of patiente, and our direct and. costs increase for the new contract and per. diemn ed on period. provided for you Contract Period: Januery 202 through Base manvazed fee: Perdiem grenter than 150 inmates Annual outside cost pool imit 10, 2023 Page twvo eok VVe. pprs care to the a. P-mcron Bamaa "eiton Maneger be related to the stafring resourcest for benefits costs have for heaih chalien noesi PECYU itment attract than period. Plense free, SHP hen stering is untin we can as a and dgeted for in our labor costs. upward trend, well coste has been the ant hit put in plas over to with few dical staff. without. : 31,2024 and upplies: let mione higher of cconomywid to they cares process and we ont a significant to rience our considerable budget. issues with with ruitment and retention to ensure covernos at our faciities, have become ncremminaly raliant on utzing current staff. xpenses for prescription. drugs A signinigant driver in Incressed to the point of baine uosuste We have incorporated 47 40,000. 00 0 call me a atated by our. COUNTY. NC of program at the current of staringservicen for the 2024 again. thie feel tter rite out any writing by mutual SDEABASPEA partien, om, by. Nov fine or win remain in aasd force and and we wil continue to look atay atrong in providing the. support and rsourees we - tion in Joint partnership together 6. Approval of the Resolution for Performance Bonds of County Officials RESOLUTION TO APPROVE THE BONDING OE COUNTY OEFICIALS WHEREAS. North Carolina General Statutes $105-3490) requires. a Tax Collector to provide a performance bond in such amount as the governing body may Officer: to provide a performance bond with sufficient sureties in an amount to be fixed by the Governing Board. The amount of the bond fixed by the governing board may not be less than the greater of the following: <1) Fifty. thousand dollars (550. 000) or (2) An amount equal to ten percent (10%) of the unit's annually budgeted funds, up to one empioyee or agent of a local government: who handles or has in his custody more than one hundred dollars (5100) of the unit's funds at any one time to provide a performance WHEREAS, North Carolina General Statutes 5159-29(9) authorized a local goyerment to adopt a system of blanket faithful performance bonding as an alternative WHEREAS. this Board is of the opinion that it is more efficient and economical and in the best interest of the County to have a system of blanket bonding rather than individual bonds to include in the blanket bond coverage for risks not protected against by the individual bond for Elected Officials, Finance Officers and Tax Collectors; WHEREAS, North Carolina General Statutes $161-4 requires every. Register of Deeds to provide. a pertormance bond with sufficient surety to be approved by the Board of County Commismioner. in the sum of not less than $10,000 nor more than $50,000; WHEREAS. North. Carolina General Statutes $162-8 requires the Sheriff to provide a performance bond in an amount determined by the Board of County WHEREAS, North Carolina General Statutes $58-72-55 requires the Clerk to the Commissionere who are present at the time of approval of the official bonds and who prescribe: WMEREAB. Carolina 5159-200) requires the Finance 5159-29(b), requires each officer, million dollars ($1.000.000): WVHEREAS. North Carolina General bond in an amount to be determined by the Governing Board; to individual bonds; Commissioner but shall not exceed $25,000: Board of Commissionere to record in the proceedings the of thoso voted for such approval: and North Carolina General Statutes 558-72-55 further provides any Commismioner, may records of the Board. their dissent to an official bond to be entered into the resolves NOVV. as followe: THEREFORE. the Board of Commissioner of Carteret County hereby 1. That this Board hereby accepts and approves bonds for public Asa Buck, Sheriff. $10.000 with VVestern Surety Company: Karen Hardesty. Register of Deeds, $10,000 with Dee. Meshaw. Assistant County MenmowrFinenee Director, $1,000.000 Cynthia Mintz. Assistant Finance Director, 550,000 with Jessica Taylor, Tax Administrator, $50,000 with Hartford Fire 'neurance That pursuant to North Carotina General Statutes $58-72-55. any Commissioner who votes against this resolution may cause their written whether taken prior to, on, or after the date of this Resolution. that are in conformity with and in the. furtherance of the purposes and intents of this provision herein contained are. to the extent of such confiict, heroby as Fire follows: Insurance Company:. with Travelers insurance Company: nsurance Company: and Company, That pursuant to North Carolina General Statutes hereby instructed to record the meeting and who voted in favor of this resolution. dissent to be entered into the record of the Board. Al and doings of officers, employeen and Resolution as respects ratified, approved and confirmed. Any. prior superseded and repealed. That this resolution is effective ADOPTED this the 184h day of the Clerk is of the County, of all Commissionere present at this be. and the same hereby are. in all or parts thereof of the Board in conflict with the adoption. 2023. Jimmy Farrington. Chairman ATTEST: Lori R Turner. Clerk to the Board 7. Approval of the Extension of the 2024 Listing Period for Business Property Carteret County Tax Administration RANDUM TO: FROM: DATE: The Carteret County. Tax Administrator oive the upon written request. format woula bo to extond until April 15. 2024. Under NC.G.S. shall grant Indivicual extensions. of time for the listing of personal request and for 9ood cause: shown. The: request may be Board of Commissioners Jessica L. Taylor, Tax Administrator Request for Extension of the 2024 Listing Perioa for Business Property authority to grant extensions. for the listing of 18. opproval. from the Board of Commissionen to propenty each upon. written cause that an is to be granted. The the assessor no later than the period during which property. is to be listed for year shall begin on the first business day of the month of January and. unless extended as herein provided. shall continue throvgh the month of Janvary. The board of commisioners the encing. date of the regular listing period. The board may delegate the authority to grant to the Request A for Extension. of the 2023 Listina Period for Business Personat Property by N.c. s. 0s 3o7 of. " Is hereby. ordered that the Carteret. County, Tax Assessor is shall N.O.S. 105-307 the. perioc during begin on first 0 siness day of the gront ndividual extensions of time for the listing of the regular listing my hand ands official seal tnis the authority by the Board of ext ension is to be granted to grant for the' listino of business personal property until soos April ces 17. 2023. that an property, is to be listec for each upon written no loter than grant Janvery and. unless extended os may delegate the authority to herein provided shan request. and for extensions to the the month. of Janvary. The The. request may be filea with the The of OF COUNTY OF AT EST: OF CLERK: TO THE. BOARD OF 5 105-307. Length of lsting period: extension: preliminary work. property is to be listed for taxation each year begins on the first G.5. 105-296(0)- The entire period for listing. Including any 310.1. the period for electronic listing of personal extensions of time for the listing of real and of the regular listing period. The board may delegate. the assessor. Extensions granted under this provided for electronic listing of 1: 806. S. 1973. 2; 2006-30. s. 2: 201 1-238. S. 3.) sangats W ams. BACOG Nina M.Olver. MS oss Adams To: From: Date: Subject: and 2024. (a) Listing Period. Unless extended as provided in this section. the period durino which (b) General Extensions. The board of county commissionen, may. by resolution. extend the time: during: which property. is to be listed for taxation, as proviced in this subsection.. Any. consicered the regular listing period for the particulor year within the meaning of this () in nonrevalvation years. the listing period may be extended for up to 30 additional (2) In years of octennial oppraisal of real property. the listing period may be extended for property sholl continuel in effect untir revised or rescinded unless Otherwise stated in the (c) Indivicuai Extensions. The board of county commissioners shali grant individual Nomwinsionding the Individual extension time limitation in this subsection. if the county has for electronic listing of personal property sholi not extend beyond June 1. (a) Preliminary, work. The assessor may conduct, preporatory work before the listing perioa begins. but may. not moke a final appraisal of property. before the as of which the value. of the property, is to be determined under G.S. 105-285. (1939. C 310. 905: 1971. day of January and of time granted. is ends on January 31. action by the board of county: in the Subchopter. days. yP to 60 additional cays. (3) If the county has resolution thot resolution.. pood extending the listing period must be recorded of the board. and notice of the extensions must be published as by for: listing of personal of time for the under G.S. 105- listing of personal to grant extensions to the may be extended up to property upon written request and for not extend beyond April 15. 1 A 10 general The: be filed with the assessor no later than the ending date property under G.S. 105-310.1. extensions granted 706: 1975. a 49: 1977. a. 360; 1987. C 43. 5: 45. 1: 2001-279, S. 8. Approval to allow the Carteret County Health Department Dental Program apply for a $5,000 grant through Delta Dental Foundation CARTERET COUNTY Together Carteret County Board of Commisgioners Carteret County Human Services Board Nina Oliver, Public Health Director December 6. 2023 Request to Apply to Delta Dental Smiles for Kids Grant The Carteret County Health Department, Dental Program wouid like to apply for a $5, 000 grant through the Delta Dental Foundation. This funding would be used to expand oral health services dental caries, treat oral infections.. facilitate referrals to medical and behavioral services. reduce the number of uninsured kindergarten children with untreated tooth decay, and improve the oral and general health in uninsured children and adolescents. VVe were awarded this funding last year and would like to re-apply for the funding this year. The deadline for this grant is January 6th We respectfully, request the Board's approval for the Carteret County Health Department to apply for this grant. Shouid you have any questions. please contact me. Thank you. Commissioner Chadwick made a motion to approve the consent agenda. Seconded by VII. Recognition of the Jaime Hicks Long Employee of the Month Awards for October, Nick' Wilson, Public Information Officer, stated good evening commissioners and residents. Tonight, we are here to celebrate the outstanding contributions of our exceptional team members who have been recognized as the Jaime Hicks Long Employees of the Month for October, First up is DJ Hunt for earning the title in October. DJ, our Paramedic Operations Supervisor for Emergency Services, is an embodiment of excellence. His commitment to our community is truly inspiring. Not only does DJ fulfill his supervisory duties with thoroughness, but he consistently goes above and beyond, offering crucial support in high-stress situations. His role encompasses budgeting, program administration, staff training, and maintaining the highest medical standards. DJ's contributions, including securing essential equipment and fostering EMS community relationships, make him a standout member of our Emergency Services team. to 10 or more uninsured underserved children and adolescents to help alleviate Commissioner Cavanaugh. The vote was unanimous. November, and December 2023 November, and December 2023. VELICKSLONO EMPLOYEEOE THIE MONTH AWARD OCIOBIR 2023 DJ HUNT PAEAMEDICS PERATIC NS COORDINATOR CARTLRETCOUNTY EMERGENCY SERVICES JAIME HICKS LONG EMPLOYEE OF THE MONTH AWARD OCTOBER 2023 We are thrilled to announce that our October Jaime Hicks Long Employee of the Month is Merle Hunt, better known as DJ. As the Paramedic Operations Supervisor within the Paramedic Operations Division of Carteret County Emergency Services, his commitment and dedication to the county make him an DJ consistently goes above and beyond his role as a supervisor. providing invaluable support during high- truck, or ensuring a calm and collected atmosphere. has made him an important part of our team. In his role, DJ is responsible for budget preparation. program. administration. staffing. training. oversoeing the highest quality control standards. His contributions are reflected in his active role in securing necessary equipment for our county ambulances and fostering valuable relationships with the EMS community. DJ embodies the spirit of our team, always striving for excellence. and we are truly fortunate to have him as Moving on to November, is Brenda DuBose, our Director of Veterans Services. A retired Technical Sergeant with the United States Air Force, Brenda brings dedication and expertise to her role. Leading the Veterans Services office for Carteret County, Brenda manages countywide programs serving over 8,000 veterans and their dependents. Her exceptional leadership is evident in her commitment to enhancing the lives of veterans and their families. Brenda goes above and beyond to ensure they are connected with essential community resources, resulting in veterans in Carteret County receiving over $73 million in compensation and pensions in 2022. exceptional choice for this wel-deserved recoanition. the EMSI internship program and ensuring our department stress situations. His part of our Month for October 2023. to lend a helping hand, whether it's assisting with patient care, driving a rigorous medical protocols and Congratuiations. DJ, on being named the October Jaime Hicks Long Employeo of the AIL HCKS LOVG EMPLOY EE OF THIE MONTH AWARD OMEMBR2025 BRENDA 1BOSE VETERANS SERVICES IREIOR VEIERANS SERVICES JAIME HICKS LONG EMPLOYEE OF THE MONTH AWARD NOVEMBER: 2023 Carteret County Government is proud to announce Brenda DuBose, our Director of Veterans Services, has been selected as the deserving recipient of the November Brenda's journey to this honor reflects a rich background. As a retired Technical Sergeant with the United States Air Force, Brenda is not only deeply dedicated but 2023 Jaime Hicks Long Employee of the Month award. also brings a of experience and expertise. to her role. As the Veterans Services Director for Carterot County. she carries the significant responsibility of planning, organizing. and managing countywide programs to serve and inform more than 8,000 veterans and their dependents residing in Carteret County about their rights. benefits. Brenda stands out as an exceptionall leader in the Veterans Services office. Her created a lasting impact. Brenda goes the: extra mile to connect veterans and their support and care they need. In 2022, veterans. in Carteret County received more than million, a clear demonstration of the significant impact of Brenda and her team's Her hard work and devotion, coupled. with her deep commitment to our veterans and their families. are invaluable contributions to the Carteret County. veterans community. Brenda sots a remarkable example of public service and dedication for her colleagues, showing that her passion determination truly make a difference in the Congratwiation-. Brenda, and a heartfolt thank you for your outstanding service to our Next, for December, we honor Detective Cory Bishop of the Sheriff's Office. Detective Bishop's dedication to seeking. justice is unmatched. With over a decade of experience, he has seamlessly integrated into our Sheriff's Office Criminal Investigations Division, enhancing their capabilities. His tenacity and expertise have set new standards, especially in navigating complex cases and utilizing advanced digital forensics. Detective Bishop's dual role with a federal agency brings a unique quality, earning federal recognition for his work in Internet Crimes Against Children. Finally, an exciting December addition that we are announcing tonight, we proudly recognize K-9 Kali as co-employee of the month and marking the first time a canine has received this honor. Partnered with Detective Bishop, Kali, an Electronic Storage Detection Canine, is trained to detect various electronic storage devices, aiding ini investigations on a wide range of crimes. From open areas to vehicles, residences, commercial spaces, and vessels, Kali showcases her expertise. We're delighted to have her as an invaluable asset, making a substantial impact in our and avallable services from and federal agencies and oroanizations. and: dedication to enhancing the lives of veterans and their familios family efforts. with ossential community ensuring they receive the in a total expenditure of $105 $73 million in compensation and. pension, of those she serves. veterans and our community! ongoing efforts to combat crime. LAIME EMPLC > D OI TFEMONIN AWARD DCIDAI2045 LOE CORY BISTICP DETECTIVE SHEIIES OPPICE JAIME HICKS LONGI EMPLOVEE OF THE MONTHAWARD DECEMBER: 2023 Congratulations to Carteret County: Sheriffs Office Detective Cory Bishop for being selected as the Jaime Hicks Long Employee of the Month for December 2023. Detective Bishop is a tenacious investigator. and he consistently goes the extra mile to seek justice for the victims of the cases he investigates. His recent addition to the Criminal Investigations Division has brought over a decade of invaluable experience to the Detective Bishop's expertise has significantly elevated their investigative capabilities, streamlining tactics and operations. His ability to process complex situations, coupled with his expertise in preserving and Beyond his duties with the Sheriff's Office, Detective Bishop's dual role as a sworn member of at federal agency brings a unique dynamic to his investigative capability. His work in Internet Crimes Against Children (ICAC) has earned federal recognition, allowing the Sheriff's Office to access cutting-edge resources and equipment. This includes a digital detection canine specialized in locating hidden digital evidence. His commitment also extends to public service, where he conducts seminars on digital safety Detective Bishop's professionalism, dedication, and contributions to our community make him truly shine. Sheriffs Office. extracting digital information, has set a new standard within their division. for both parents and law enforcement agencies. We congratulate him on a well-deserved honor. These remarkable individuals--DJ, Brenda, Detective Bishop and Kali-represent excellence within our team. Their hard work, dedication, and commitment to our community are truly commendable. Please join me in congratulating them on their well-deserved recognition. Chairman Farrington presented each employee with their certificate of appreciation. VIII. Public Comments Mr. Rick Goff stated he wanted to give Gene Foxworth credit regarding the handicapped parking improvements at the courthouse. He continued to discuss more parking solutions that could assist the disabled in the future. He stated he appreciated the Board as well. Mr. Bryan Nicklow continued his monthly statements regarding his displeasure for voting machines and requested again that they be removed from use in Carteret County. He also IX. Presentation of the Annual Child Fatality and Community Protection Team Reports Ms. Gail Calhoun and Dr. Randall Williams presented the reports. Ms. Calhoun stated she is the new Chairperson for the Child Fatality Protection Team here at the Carteret County Health Department. The NC General Assembly established the Child Fatality Protection Team (CFPT) in 1991. The team's role is to reduce preventable child fatalities by reviewing deaths in children 0 to 17 who reside in Carteret County. These reviews are done to examine the causes and circumstances surrounding each child's death. The team then presents policy changes or action that may prevent future fatalities through data driven recommendations and also promotes community based prevention education. The team consists of mult-disciplinary and multi-agency members. Meetings are held quarterly and reviews cover the previous year's deaths. The team chairperson submits the findings to the State as well as an annual report to the Board of From January 2023 to December 2023, the Carteret County CFPT reviewed nine child deaths from calendar year 2022. The causes included accidental drowning in a swimming pool, accidental unspecified aircraft accident, sudden infant death syndrome, other depressive episode unspecified, illness spastic cerebral palsy, and suicide intentional self-harm by handgun discharge. The CFPT recommendations based on these deaths include grief counseling services for anyone affected by mass casualty situations to include first responders and other on-site workers. Follow-up services for children under 18 who are prescribed antidepressants. Instruction and education for the Spanish speaking population about depression and other topics. Safe sleep and appropriate adult supervision of infants and toddlers to parents, families, and general public. Develop programs and peer counseling for suicide prevention among adolescents. Education about water safety requirements for pool cleaners, installers, realtors, rental and insurance companies. Education for homeowners and buyers about safety requirements of owning a swimming pool, hot tub, or spa. Finally, public campaigns to include Commissioner Cavanaugh stated we had nine deaths in 2022. That seems like it was double from the previous year. Ms. Calhoun stated the number included the four youths killed in the Dr. Williams stated he can't compliment the team enough. They do a very deep dive on the deaths toi try to do what they are mandated to prevent further deaths. The ones that stand out this year are the drowning, which is a leading cause of death for children before the age of five. The State Board of Health has puti in measures to try to prevent that and we are going back voiced his opinion regarding the January 6th insurrection. Commissioners. safe sleep and water safety. plane accident. through the Health Department and make sure that our realtors, pool owners, pool cleaning Commissioner Wheatly asked if the two-year old that drowned in a family pool was unattended. Dr. Williams responded that it was very common in these cases that one person thinks another person is watching the child. The Health Department will do all that they can do to teach proper attending of children and to make sure fences around pools are secure. It's an issue in any touristrecreational community. Wel have people coming in using vacation rental homes with hot tubs and pools, they may not be used toi these amenities so we have to make sure those with Commissioner Cavanaugh stated it seems like we have a SIDS death every year. Dr. Williams stated int this case we think that the issue of how the child was ini the crib and the other stuff in the crib was significant. So, we just have to go back to pushing our message about safe sleep. Also, once, again attention. We have got to watch kids like a hawk. Commissioner Cavanaugh asked Dr. Williams continued with the Community Child Protection Team (CCPT) report. It was also mandated in 1991 by the legislature. In which we look at our cases that appear to involve abuse and neglect. We review cases collectively with mult-disciplinary teams. The recommendations for this year all involve one word, "behavior." For the first time ever in Carteret County, we will be bringing in solutions to all three recommendations that we are making this year which is to bring in child and adolescent psychiatrists and behavioral specialists to deal with the issues among our children. The common denominator is how do we identify early behaviors that are going to lead too destructive or pathological behavior, and the answer has always been that we don'thave enough resources to help them sO we are just going to be stuck with problems. Idon't think that will continue to bet the issue after February 1, 2024 when we bring in multiple therapists and providers that think will go a long way to help these at-risk youths. It will get them into an inpatient facility or an outpatient facility locally so they are not put on hold for help. We will address these children in real time here in Carteret County. Ithink that is a great Christmas Chairman Farrington stated he just had one comment. He saw a poster that said there are 127 kids in Carteret County that need a home. So, we need to get the word out about the foster Chairman Farrington and other commissioners thanked the teams and Dr. Williams for all they do companies are very well aware of those rules. young children are well aware of the dangers. what age SIDS stops. Dr. Williams said usually around the age of one. present to the citizens of Carteret County. program. for our community. CARTERET COUNTY Cotche Catctina CCPT/CFPT Annual Report December 18, 2023 Local Teams: CCPTS & CFPTS Charge of State Child Fatality Prevention System Develop as community-wide approach to child abuse and neglect: Study and understand of childhood death; abuse. neglect, gapsi in: and death and in systems designed to prevent Make that and support implement safe reco and healthy development for laws. rules, of our and children policies future child abuse, neglect, and death. Three Main components to NCCFP System Local Teams State Team Task Force andy CCPT CFPT types additional determines CCPT notr deaths Carteret Community Child Protection Team 2023 TheCoPT revieweds seven openc childy welfare casest that were combinationa ofcasesb beinga assessed fora abusea and/or neglect,s substantiateda abuse andm neglect cases and" difficulta and stuckc cases A Two cases reviewedw were opent for ChildP Protective Services (CPS) assessment atthet timeof treatmentss sucha One case was beingp provided In-home chidy welfares services top preventp Fivecasesirn Involvede currentlyl lnfosterc care. (2)T Therea arew veryfewn availabletoa addressd domesticy violenceino ouro community. Many familiesh havet togoouto ofCartereto countytoa thereis isalackofe effectivep programst tow with domesticy violenced offenders. Teamr have proposeda asking! Integratedo Care ofHickorye top providet theses outoftheirn newf Level,a anda askingn Trilliumt toe explore programd developmenti inthisa area. (3)TheD seriousb behavioralis issues. Severeu behaviorso insufficienta andd increasing severity. Inmanyo casest thep protocolo ofusingd diversionir effective. Common Community Systemicf factors ofprofessionabsn representing the diversityo ofCartereto County. The Carteret County CCPT identified three primary systemic issuest thato occurred in multiple cases enoughb behaviorst thattheya arenota ablet tobes sucessfuinafamilyt types settingn requirer residential Childreny wereb beingd dischargedford displayingt thet behaviorst thath hadw warrantedt theirp placementi inthe n1 foster hometobeginwith. tappearedt thatp placement providers were beings selectiveir inwhato chiidrent they reviewed. Theyare: totald of childreny werei involvedi int thec cases reviewed. The ageso oft thec childrenr reviewedy were (A)lacko ofaccesst toappropriaten residentialb behavioralhealtht treatment. Childrenv withs significant fromsi nonths oldthroughi 16y years. ther review. care. homes. Thet team sawt thatthecriteriat forp placementy wasin inconsistent. Recommendations to Social Workers and Team Members woulda accepty whichli limitsa accesst toexisting beds. Referraisf fors fors specifict specifice servicesfore services Seekinga Assistinga Completing Encouraging Usingt the Common Communitys Systemic factors theirs parents facilities fora their livings skills moc giri about past buse who wasir nr system Inthec fora foster care Then most pressing aspect ofthisisthat their abilityt addressd delinquenta andcriminal of) Juvenile) Justice doesn nothavet thec capacityt toa addresse chidrena andyouthw with byn minorsir inouro community. Thel lawstoa addresst theset behaviorsa appeart tobe juvenilesa aren notb beinghelda accountablef fort theira actions, which often not Team 2023 DSSt toidentifyn moret timely mentalh health services Jeamiceen Childp residential uickly quickly and 2023, Accidents: Drowning ands submersions whilein swimmir pool Accidents; Unspedfieda aircrafta accidentir injuringo occupant SIDS:S Suddeni infantd deaths syndrome Other; Depressivee episode. unspecified illnesses: Spastico cerebralpalsy Suicide: Fanay. vams MBis FACOG Nina. 2. Oliver MS 3339 A CARTERET COUNTY December 8. 2023 TO: RE: Anual Report and. loenl in to identify and to *eport to The County Board of Countyr Board Child Protection Team CCCPT The NO Community. Chia Protsction: Temm CcePT was : a means tate co form a partner ahip to child PT limhed in 1901 the NO al Amsembly. Cartere 1995. Torth Carolinm. nch CCP Pr reviewe aetive ehild welfare a to the for The these services Onee densin he develops. atratogies: to addrens the Fps in the. ayatem county. any that warrant nction. County Community. Child Team cCoPT conaists of a mules. reguired inss the COPT did not mmeet, the Child Patality Team (CPPT met in ita place. The tenm revie wed open ehild anes, . of 18 childress Cases reviewad ineluded omses open. for Protectiye. Services. CCPS> : time of that. being provided home child Hesationm: or findings: been identined and/or tuek" The of involved ansed from 6 monthe vears Six of the aes olde). and four other cnses disciplir net twork of community, profammionaia. senr tesn eight times two of welfare servicen, and nive where children were in Poster, Care Kaeh of these. 15 or 16. Three of the children were less than two ears The team was able to identify three primary systemic issues that occurred in multiple 1. Lack of access to mppropriate residential behavioral health treatment. Children with significant enough behaviors that they are not able to be succeseful in a family type setting require residential treatments such as level III group homes. The team saw that the criteria for placement was inconsistent. Children were being discharged for displaying the behaviors that had warranted their placement in the home to begin with. It appeared that placement providers were being selective in what children they would accept which limits access to existing beds. 2. There are very few resources available to address domestic violence in our community. Many families have to go out of Carteret county to access services. The most pressing aspect of this is that there is a lack of effective programs to work with domestic violence offenders. Team members have proposed asking Integrated Care ofHickory to provide these services out oftheir new facility in Sea Level, and asking Trillium to explore program development in this area. 3. The Department ofJuvenile Justice does not have the capacity to address children and youth with serious behavioral issues. Severe understaffing limits their ability to address delinquent and criminal behaviors committed by minors in our community. The laws to address these behaviors appear to be insufficient and delinquent juveniles are not being held accountable for their actions, which are often increasing in severity. In many cases the protocol of using diversion instead Other systemic issues discussed by the CCPT during the past year include; Local service providers lack translation services (was addressed in last year's report). The long wait time to receive mental health services. The need for an alternative school program for youth who aren't able to be successful in the current system (the Onslow County Learning Center was discussed as a possible model). Lack of communication between service providers. And, problems in the payment system for Medicaid Local team recommendationa to the Social Workers presenting cases for review Referrals for specific treatment services for children or their parents cases reviewed. They are; of filing a petition is not effective. services. included: Referrals for specific educational services Obtaining records from treatment facilities Seeking a GED program for a parent Assisting a teen in getting their driver's license Assisting a teen in learning independent living skills Discuss birth control with a teenage girl Enrolling children in a structured program with positive male role models Completing a new CPS interview with a child once they were in a stable, secure Monitor, a child for additional disclosures about past abuse Develop a relapse plan with a parent who was in recovery Assist a parent in developing a support system in the community Obtaining an asthma evaluation for a child in foster care Encouraging a family to apply for Medicaid Using the Co-responder program in place at DSS to identify more timely Additional annual recommendations: to the NC Child Protection Team (from Local Team) regarding cases reviewed in 2023 will include: Funding for local Community Child Protection Teams to provide preventative education programs (As an example, funding for the local CCPT to take the initiative for outreach to inform providers of their obligation to provide Provide incentives to recruit and train qualified Trauma Informed NCDHHS and Mental Health MCO's work in partnership to provide enough additional residential treatment programs (Levell III and PRTF) for youth with Mental Health and Substance Abuse issues so that youth can be quickly admitted to appropriate levels of care when the need arises; NCDHHS and Mental Health MCO's work in partnership to provide residential treatment programs for quickly and safely providing services to NCDHHS and Mental Health MCO's work in partnerahip to ensure that children are able to access appropriate Psychiatric and Medication Management services within their local community; NCDHHS and Mental Health MCO's explore means of providing well- coordinated, reliable, sustainable, high-quality Problematic Sexual Behavior, Domestic Violence, Mental Health and Substance Abuse treatment at the Addal local representative from the Department of. Juvenile Services (Juvenile Court Counselor) tol be a mandated member ofthe Community Child Protection Team (CCPT) and the Child Fatality Prevention Team (CFPT); environment mental health services interpreters): practitioners at the county and state level; youth with aggressive behaviors; county level; For additional information about the CCPT and our local team, please contact Chuck Bryant, CCPT Chair at (252) 728-3181 ext. 6174, or email to chuck.bryantantacarteretcowntync.rox. mans MERAEPAmBa: sAs9 MIA. - 18, Report and The of by the memberahip. ded Below are chid sanuar SRuNpe TO: Cart County Board of do RE: The No: Chia Fatality PROM: Carteret County ohna Fatalty Prevantion Temm OFPT GPPT w. aireustan: prevent ro ruture ch pubtic, ervices to anc ir in Dy. the des ubamgu the their Humas Board in local team : CFPT in 2023: OFPT nine poor Tea and topics. to the Spanish peaking group for County or case reviows completed by SIDS: Sudden infant desth Suicide: Intentional cerebral solf-harm palsy by handgun araft accident in As a result of the review the North Carotina the local Child CFPT Fatality made. the Establish have boen a prescribed follow-up system ntidepremmant wien medications. paoifically A plan accidents and/or: system, be Provide population. apecialized about Provide to to provide and by 18. that with rental about safe sleep and proper supervision to parents. to cGH and the to possibity programs of companies. To create and safety insurance education companies for pool that clemners they can and instaliere, with Campaign. home that owners winl be and potontial by the Carteret of the requiremente safety To ate in a home. that provide safe sleep and water safety training. CMH For. OF PT and our please Chair at 728- 8550 Ext. 34 or X. Public Hearing to Abandon and Close an Unnamed and Undeveloped Right-of-Way Gene Foxworth stated this is a public hearing tonight. This process is prescribed under N.C.G.S 153A-241. After this Board set the date for the public hearing last month, we duly notified the parties that surround that property both by mail and posting at the property. Ini the public hearing you will be asked to approve the resolution or deny a resolution closing this public right-of-way. I have received feedback from the public on this. Ibelieve there is a gentleman here tonight who Commissioner Wheatly made a motion to go into public hearing. Seconded by Commissioner Mr. Trey Humphrey, 120 Pearson Circle Ext, stated his family owns the property north of this access road they are attempting to close. Our family owns 18 acres (referenced on the map) that we intend to develop. We are in the process of doing sO. We will be meeting with the engineers at the first of the year. This access road is one that was deeded by Mr. Pearson back in the early 1950's when he created the subdivision. As you can see, we have numerous access roads that go from our property all the way to the Intercoastal. There are six of them across the ICW side, and four across the creek. Ift this one public access is closed, I am scared it will lead to the possibility of others being closed. That would be financially harmful to our property. Ithink Mr. Pearson's intent was for everyone in Pearson's Circle to have access to the water. Ihave maps of his early subdivision development that show all of those roads so that everyone had access. off Pearson Circle in Newport would like to speak. lam glad to answer any questions you have. Chadwick. The vote was unanimous. So, Ithink the gentleman who filed the petition to have it closed, Ir met with him outside and he said his main concern was public safety of the road. It has not been developed and it had snakes and trees in it that might fall. Itold him I would be happy to handle that and clear it, that we were Commissioner Cavanaugh asked who actually owns that property. Mr. Humphrey responded that itwas a county road, but Attorney Wheatly corrected him and stated the County does not own any roads. The right-of-way is dedicated to the public by the original developer. The people in Commissioner Wheatly asked, the only reason you were given to close the road is because of snakes and trees, correct? Mr. Humphrey responded that that is what the petitioner indicated to Mr. Humphrey's father stated from the audience that Mr. Pearson did want it developed so that Commissioner Wheatly made a motion to go out of public hearing. Commissioner Cavanaugh Commissioner Wheatly made a motion to deny the resolution. Seconded by Commissioner intending on using it for our development. the subdivision have the right to use everything that is on that land. him. the neighbors all have access to the water. seconded. The vote was unanimous. Cavanaugh. The vote was unanimous. PLANNING AND DEVELOPMENT Eugene Foxworth Director Morehead City Orrice Pnone: 252-728-8545 orrice Phone: 252-222-6833 MEMORANDUM DATE: 18. 2023 TO: Carteret County Board of CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager Newport, NC 28570 of-way adjacent to her property in White Oak NC General Statute 153A-241 easement within the county and not under the this At its meeting on that the County: shall: RE: Request to abandon and close an unnamed and undeveloped right-of-way off Circle in Logan Rio, owner of 400 Pearson Circle Nowport. NC 28570, has petitioned the Board of NCDOT has never accepted this unnamed and undeveloped right-of-way, into the primary or secondary road syster. NCDOT: does not have any easemen nts or roht-ot-ways along the portion of NC General Statute 153A-241 requires the Board of Commissioners to first adopt a resolution to and close the ofa 251.15 feet unnamed and undeveloped right- a county to permanenty. close any public road or. a city. except public roads or Newport, NC: 28570 for public roads and supervision of the Department of and undeveloped right-of-way that is requested to be abandoned and closed declaring its intent to close the public road or Hold a public hearing to hear all closing would be detrimental tot the public interest or to any. Meeting Room. Beaufort, NC and, disclosure of the proposed road closing and, road or easement closed and, along the road or easement and calling a publia hearing on the question persons who appear with respect to whether the 20, 2023. the Board of Commiasioners adopted this resolution declaring property rights. This will take place on December 18, 2023 at 6:00 p.m. in the Board of notice of the public. hearing once a week for 3 consecutive weeks to give fuil and fair iii. Send a copy of this resolution of intent via registered or certified mail to property owners adjoining the portion of public road or easement who did not join in the request to have the iv. Post notice of the closing and public hearing shall be prominently and in at least two places Staff has published notice of the public hearing once a week for 3 consecutive weeks, sent a copy of the signed resolution to adjoining property owners via certified mail, and posted notice of the proposed closing and public hearing in two places along the right-of way. Staff is happy to answer any questions that you may have DEVELOPMENT SUBMITTAL FORM Carterot County Department of Planning and Development T asa 38855 (PIN Bas - one & 390 PEARSON SAME AS AlL ficss must assompanx this form and chesklist EEVI 400 LOGAN BIO NMON of APplemmUARe. Exemption to the Subdiviston) Regutations Lots Spie D Alterom E Myinr Completed coplesor Access Easement Pamily Subdivision ne ies Completed ianed copy or Appendi A Mnjor Subdivimion. D Paper Planned Zoning' Review Airpores Heighe Proposed height Appenis or an ion Tower: Consultane Fees Removal rey, orary D Meteoralopleal Tower Diatriot Use. Units. - Jpe Park RV Parks, an inal Plan and ern Park Inspection Jy PEABSON 034.1 L35. L99. 1100) & CLPBVEST. 1.36. L97) (PIN 1902879398900) Date: RERRS PoRE In-houses veviow D TRC Pc D: MNoA 6a Oner COUNTY. COMMIBBIONER. Acres andn dwet nle ipes copless of Paper pdro pas Pinal Plat Pee ppro Orainance pretntion Planned B PN Resoning Rond Rond Sign Permses Adaieion Peet, Ose Wind and PLANNING AND: ZONING MATIRS kw. Removal Suret Proce Hoight Carteret County, N.C. @ 9816A PEARSON CIRCLE NCSR 1121. PRELIMINARY NOTI FOR SALES, RECORDATION, OR CONVEYANCE AND PRELIMINARY Burwant. to. Rio 0?, Bson6p 13zbic Aad and oose 261 Properties S a ocated a 400 No 2867 reay 8. pm Circie. in he oity, sasounty" rage for pubtic, 9: E033 AN ORDER BY THE CARTERET. NEVVPC ORT. NC: 28570 Logan Rio, right-of-v way 28570 and, by: the 103A241. the Board of resolution its intent to close the public' or WHEREAS. the board . notice. of the public hearing of the closing to be once a week for WHEREAS. hearing a copy of adopted. was by on the county request to have the road or closed and, or eas and. WHEREAS. the the board did all the closing would to the public ls to and that no. road or the subdivision in which it is and egress to or her THEREFORE the board: does hereby, this order this the 184 Day of 2023. CCOUNTX SEAL OF. and. at a 251.15 feet o Pearmon and, or who appeared with individual property rignts and. the. road or asement and a County. COUNTY OF Chaimma, County of Clerk, Board of of OSE, CIRCLE LOCAT TED IN the to her ag did firat adopt a caloulates to give fuil and fair ive weoks before the mail to ench. as to of ingress copy of adjoining the public or easem who did not join in the WHEREAS. a notice of the closing and public hearing was prominentiy posted in at two places along WHEREAS. after the hearing: the. Board of Commissioner was satisfied that closing the public. or prosont the vicinity the thereby be deprived 39 the order shali be filed in the office of the Register: of Deeds cong of Cos XI. Manager's Report Tommy Burns had no comments. XII. Appointments Beach Commission: Chairman Farrington asked to table the Pine Knoll Shores nomination until the January meeting. He also nominated Mayor Danny Navey for reappointment as the Atlantic Beach Representative. Both actions were Hwy 70 Commission: Jesse Vinson was approved for a 1-year reappointment. Tourism Development Authority (TDA): Commissioner Chadwick nominated Mayor Danny Navey as the Mayor Representative. He also nominated Chairman Jimmy Farrington for the Commissioner seat. Both actions were approved. approved. The Board also formally removed Ms. Catherine Hayes from the Consolidated Human Services Board due to habitual failure to attend meetings. The Board was authorized to take this action per NC General Statute 130A-25(9)(4) TO: FROM: SUBJECT: Appointments The following CARTERE of Lor Turner December 18. 2023 are noted for 3E attac as re uested by at the 18. 2023 meeting Knoll Shores reprosentative. for Chairman and per term, application attached pointment to a 3-year term. Danny Navey. reappol year n, e HVVY TOURISM Danny the Atlantic Beach reprementative. 3- GONBOLIDATEDHUMAN BERVICES BOARD of 30A-2 as a to TDAX ched ioner, ppointment to 3-year term Commissioner Mansrieid has termed out) de ME COMMITTEE Delegate term term One co NSOLIDATED gne: VECEnE our Two cant year UL TURAL. & se One vacant three- yoar term Broad REL les EF greek FUNP cers Bs: Min Creek Reprosantatiys de One South RiverMerfimon. two-year MVY CORRIDOR cOMI MISSION One commissioner, JUVENILE One vacant Court SERVICES BOARD. terms ADVISORY term term Represer Designee term HOME ADVISORY RURAL TRANSPORTATION ADVISORY COMMITTEE (RTAC) One vacant Municipal Elected Official Alternate" two-year term One vacant "County Commissioner Alternate" two-year term RURAL TRANSPORTATION COORDINATING COMMITTEE (RTCC) One Economic Development Director, no specific term limit One vacant two-year term commissioner Quinn's Representative) TOWN OF CAPE CARTERET ZONING BOARD OF ADJUSTMENT ("ETJ") TOWN OF CEDAR POINT PLANNING & ZONING BOARD ("ETJ") SENIOR CENTER ADVISORY BOARD One vacant three-year term One vacant three-year term TRANSPORTATION COMMITTEE One vacant Bogue Banks Mayor, no term expiration One vacant Highway 70 Board Member WESTERN CARTERET INTERLOCAL AGENCY ("ILA") One vacant Alternate term ZONING BOARD OF ADJUSTMENT Two vacant Alternate three-year terms XIII. Commissioners' Comments Commissioner Shinn congratulated the employees of the month. He also thanked Dr. Williams for his hard work and stated he was a great addition to the team. Commissioner Shinn wished Commissioner Cavanaugh thanked the employees of the month. We just came off of Thanksgiving going into the Christmas season. It's not about consumerism. The birth of Christ and the wonderful teaching he has passed down to us is the reason for the season. Our founding fathers were dedicated to Christian principals. I hope everyone has a great Christmas. Thinking Commissioner Quinn echoed his fellow commissioners regarding the employees of the month. This marks one year since I came on this board. Irecognize the great work done by all of the Commissioner Chadwick stated he went to the Harkers Island bridge ceremony. There were 300 people there. It was a great event. He stated he did want to mention condolences to Dr. Williams regarding the loss of his wife. Dr. Williams is our best hire. Keep him in your thoughts. Commissioner Wheatly congratulated the employees of the county. Dr. Williams being here to give the report is very commendable after suffering such a devasting loss. He is a good fellow. Chairman Farrington thanked everyone for coming out tonight and stated he was very humbled to be the Chairman. My dad was a US Marine. Today is my Dad's birthday, he is in heaven now. He told me when I was thinking of running for commissioner that 50 percent of the people were going to like you and 50 percent were going to hate you. He was right. Vice-Chairman Mansfield was on a vacation tonight. He doesn't take many of those. I'm glad that he is going to be our Vice-Chairman. Thanked the employees of the month. lenjoy serving with all of these men. One last thing to mention are our board vacancies. Iti is very important to fill these seats. Merry everyone a Merry Christmas and Happy New year. about making a new year's resolution. God Bless you all. departments. Merry Christmas. He is a friend of ours. Merry Christmas. Christmas. XIV. Closed Session Pursuant to General Statute 143-318.11 for the Permitted Purpose of Discussion (a)(1)Approval of the November 20, 2023 Closed Session Minutes, and (a) (3) Attorney-Client Privilege Commissioner Cavanaugh made a motion to go into closed session. Seconded by Commissioner Wheatly. The vote was unanimous. Commissioner Wheatly. The vote was unanimous. Commissioner Chadwick made a motion to go back into open session to adjourn. Seconded by XV. Adjournment The vote was unanimous. Commissioner Farrington made a motion to adjourn. Seconded by Commissioner Cavanaugh. Mark Mansfield, Vice-Chairman Lori Turner, County Clerk IV. Consent Agenda taxes 2. Approval to allow the Tax Administrator to advertise unpaid 2023 property RETC Jessical L.1 Taylor Tax Administrator Tel: (252)728-8485 Fax: (252)732-2064 Carteret County Tax Administration MEMORANDUM TO: FROM: Board of Commissioners Jessica L. Taylor, Tax Administrator SUBJECT: Request for Order for Advertisement of Unpaid 2023 Property DATE: Taxes January 8, 2024 The Carteret County Tax Administrator requests approval from the Board of Commissioners for the Order for Advertisement of Unpaid 2023 taxes that are liens on real property. The Order and the advertisement are annual requirements for the County of Carteret to The Advertisement will combine the tax liens of the County of Carteret, Town of Beaufort, Town of Bogue, Town of Cape Carteret, Town of Peletier, Town of Cedar Point, and Town of Emerald Isle, Atlantic FD, Beaufort FD, Beaufort Res, Beaufort Water Dist., Broad & Gales CK Res, Broad & Gaies FD, Cedar Island FD, Davis FD, Harkers Island FD, Harlowe FD, Harlow Water Dist., Hoffman Beach, Marshallberg FD, Mill Creek FD, Mill Creek Res, Mill Creek Water Dist., Mitchell Vilage FD, Mitchell Village Res, Newport FD, Newport water Dist., North River RD, North River Water Dist., Otway FD, Otway Res, Salter Path FD, Sea Level FD, Sea Level Res, South River/Merrimon FD, South River Res, Stacy FD, Stella FD, Western Carteret FD, Western Carteret Res, Wildwood FD, including assessments. and special district taxes thereon. complyv withN.C.G.S. 705-369. Carteret County Courthouse . 302 Courthouse Square . Beaufort, North Carolina 28516-1898 Order for the Advertisement of Unpaid 2022 Tax Liens on Real Property As Required by N.C.G.55105.36910) through (g) ADVERTISEMENT OF THE 2023 TAX LIENS ON REAL PROPERTY FOR FAILURE TO PAYTAXES Itis hereby ordered that the Carteret County Tax Collector will cause to have published once in the local newspaper all unpaid 2023 tax liens: on real property during The Advertisement will combine the tax liens of the County of Carteret, Town of Beaufort, Town of Bogue, Town of Cape Carteret, Town of Peletier, Town of Cedar Point, and Town of Emerald Isle, Atiantic FD, Beaufort FD, Beaufort Res, Beaufort Water Dist., Broad & Gales CK Res, Broad & Gales FD, Cedar Island FD, Davis FD, Harkers Island FD, Harlowe FD, Harlow Water Dist., Hoffman Beach, Marshallberg FD, Mill Creek FD, Mill Creek Res, Mill Creek Water Dist., Mitchell Village FD, Mitchell Village Res, Newport FD, Newport water Dist., North River RD, North River Water Dist., Otway FD, Otway Res, Salter Path FD, Sea Level FD, Sea Level Res, South River/Merrimon FD, South River Res, Stacy FD, Stella FD, Western Carteret FD, Western Carteret Res, Wildwood FD, including assessments. and special district taxes thereon. the period March 11 through. June 30 WITNESS my hand and official seal, this the day of 2024. VICE CHAIRMAN, BOARD OF COUNTY COMMISSIONERS OF CARTERET COUNTY ATTEST: CLERK TO THE BOARD OF COUNTY COMMISSIONERS OF CARTERET COUNTY $ 105-369. Advertisement of tax liens on real property for failure to pay taxes. (a) Report of Unpaid Taxes That Are Liens on Real Property. - In February of each year, the tax collector must report to the governing body the total amount of unpaid taxes for the current fiscal year that are liens on real property. A county tax collector's report is due the first Monday in February, and a municipal tax collector's report is due the second Monday in February. Upon receipt of the report, the governing body must order the tax collector to advertise the tax liens. For purposes of this section, district taxes collected by county tax collectors shall be regarded as county taxes and district taxes collected by municipal tax (b1) Notice to Owner. - After the governing body orders the tax collector to advertise the tax liens, the tax collector must send a notice to the record owner of each affected parcel of property, as determined as of the date the taxes became delinquent. The notice must be sent to the owner's last known address by first-class mail at least 30 days before the date the advertisement is to be published. The notice must state the principal amount of unpaid taxes that are a lien on the parcel to be advertised and inform the owner that the name of the record owner as of the date the taxes became delinquent will appear in a newspaper advertisement of delinquent taxes if the taxes are not paid before the publication date. Failure to mail the notice required by this section to the correct record subsection does not affect the validity of the taxes or tax liens. The county tax collector shall advertise county tax liens by posting a notice of the liens at the county courthouse and by publishing each lien af least one time in one or more newspapers having general circulation in the taxing unit.1 The municipal tax collector shall advertise municipal tax liens by posting a notice of the liens at the city or town hall and by publishing each lien at least one time in one or more newspapers having general circulation in the taxing unit. Advertisements of tax liens shall be made during the period March 1 through June 30. The costs of newspaper advertising shall be paid by the taxing unit. If the taxes of two or more taxing units are collected by the same tax collector, the tax liens of each unit shall be advertised separately unless, under the provisions of a special act or contractual agreement between the taxing collectors shall be regarded as municipal taxes. (b) Repealed by Session Laws 1983 (Regular Session, 1984), C. 1013. owner does not affect the validity of the tax lien or of any foreclosure action. (c) Time and Contents of Advertisement. - A tax collector's failure to comply with this units, joint advertisement is permitied. The posted notice and newspaper. advertisement shall set forth the following information: (1) Repealed by Session Laws 2006-106, S. 2, effective for taxes imposed for (Ta) The name of the record owner as of the date the taxes became delinquent for each parcel on which the taxing unit has a lien for unpaid taxes, ini (Ib) After the information required by subdivision (la) of this subsection for each parcel, a brief description of each parcel of land to which a lien has attached and a statement of the principal amount of the taxes constituting As statement that the amounts advertised will be increased by interest and costs and that the omission of interest and costs from the amounts advertised will not constitute waiver of the taxing unit's claim for those items. In the. event the list of tax liens has been divided for purposes of adverisement in more than one newspaper, a statement of the names of all newspapers in which advertisements will appear and the dates on which (4) A statement that the taxing unit may foreclose the tax liens and sell the real (d) Costs. - Each parcel of real property advertised pursuant to this section shall be assessed an advertising fee to cover the actual cost of the advertisement. Actual advertising costs per parcel shall be determined by the tax collector on any reasonable basis. period, any parcel may be withdrawn from the list by payment of the taxes plus interest that has accrued to the time of payment and a proportionate part of the advertising fee to be determined by the tax collector. Thereafter, the tax collector shall delete that parcel from any subsequent advertisement. but the tax collector is not liable for failure to make the property to which the lien attached was listed or advertised in the name of a person other than the person in whose name the property should have been listed for taxation if the property was in other respects correctly described on the abstract or in the advertisement. advertises any tax lien knowing inat the property is not subject to taxation or that the taxes advertised have been paid is guilty of a Class 3 misdemeanor, and shall be required to pay the injured party all damages sustained in consequence. (1939, C. 310, S. 1715; 1955, C.993; 1971, C. 806, S. 1: 1983, C. 808, S. 1 1983 (Reg. Sess., 1984), C. 1013; 1993, C. 539, S. 725;1994, taxable years beginning on or after JUly 1,2006. aphabetical order. alien against the parcel. (2) (3) they will be published. property subject. to the liens in satisfaction of its claim for taxes. Advertising costs assessed pursuant to this subsection are taxes. (e) Payments during Advertising Period. - At any time during the advertisement deletion. () Listing and Advertising in Wrong Name. - No tax lien is void because the real (g) Wrongful Adverlisement. - Any tax collector or deputy tax collector who willfully Ex. Sess., C. 24, S. 14(c) 1999-439,s. 12000-140.s S.7 73:2006-106, S.2.) IV. Consent Agenda 3. Approval of the resolution reappointing Jessica Taylor as the Carteret County Tax Administrator 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,!!. Clerk to the Board Lori R.1 Turner t AR RESOLUTION REAPPOINTING JESSICA TAYLOR AS THE CARTERET COUNTY TAX ASSESSORICOLLECTOR WHEREAS, North Carolina General Statutes 105-294 and 105-349 delegates the responsibility of appointing the County Tax Assessor and Tax Collector to the Board of Commissioners; and WHEREAS, Jessica Taylor was initially appointed by the Carteret County Board of Commissioners to serve a two-year term as the Carteret County Assessor/Collector on January 27, 2022; and WHEREAS, Jessica Taylor's current term expires January 31, 2024. NOW THEREFORE BE IT RESOLVED by the Board of Commissioners that Jessica Taylor is reappointed to serve an additional two-year term as the Carteret County Tax Assessor/Collector, with that term expiring on January 31,2026. ADOPTED, this 8th day of January 2024. Mark Mansfield, Vice-Chairman ATTEST: Lori Turner, Clerk to the Board Carteret County Courthouse . 302 Courthouse Square . Beaufort, NC 28516-1898 wwwcantertcounynegow IV. Consent Agenda 4. Approval of the 2024-2025 Budget Calendar Fiscal Year 2024-2025 Budget Calendar January 8, 2024 January 12 Board of Commissioners adopt budget calendar Distribute budget materials to department heads January 16- February 16 Departments prepare budget request February 16 March 4 Department budgets due to Finance Department Board of Commissioners' seminar Finance Department reviews requests and prepares budget. Department budget meetings with Finance Department Community College and County Schools budget due to County County Manager makes revisions to budget, and Finance Department prepares recommended budget Recommended budget presented to the Board of February 20 - March 28 March 22 April 1-April 30 May 20 Manager and Finance Director Commissioners Board of Commissioners to review recommended budget and Tol be Established May 26 June 3 conduct budget workshops Advertise public hearing for annual budget Public hearing for annual budget Tol be adopted any time after June 3 public hearing, but before June 30 Board of Commissioners adopt annual budget IV. Consent Agenda 5. Approval of the budget amendment from the Health Department to receive funds for the COVID-19 vaccination program,$63,703 Randall W. Williams, M.D., FACOG Health and Human Services Director Carteret County Health & Human Services Department of Social Services 210 Craven Street Beaufort, NC: 28516 252.728.3181 Health Department 3820-A Bridges Street Morehead City, NC: 28557 252.728.8550 Environmental Health 252.728.8499 wwcanertounyneor Nina M. Oliver, MS Health Director Jessica G. Adams DSS Director CARTERET COUNTY HEALIH&HUMAN: SERVICES Building Stronger Lives Together To: From: Date: Subject: Carteret County Board of Commissioners Carteret County Human Services Board Nina Oliver Health Director January 2, 2023 Request to Accept Funding-Agreement Addendum #719 Bridge Access Program for COVID-19 Vaccines, $63,703 The Division of Public Health Epidemiology and Immunization Branch awarded the Carteret County Health Department Agreement Addendum #719 Bridge Access Program for COVID-19 Vaccines. The program provides operational support to the Local Health Department to improve COVID-19 vaccine access for uninsured or underinsured adults. Funding will be used to support stafftime, purchase supplies, We request the Board's approval to accept this funding. Should you have any questions, please contact me. Copy of the budget amendment and Agreement Addendum are attached. and advertise. Carteret County Budget Amendment Fiscal Year 2023-2024 Department: Health Department AS400 Date: 1-2-2023 Justification: We are requesting to accept 719 Bridge Accress Program funding to maintain COVID-19 vaccines for unisured and underinsured. Account Number (County General Ledger) Revenue or Fund Expense Description: Account Name Increase Decrease General Fund Revenues Health Center Stimmunization 110.50.3519.302 63,703 Total Increase in Revenues 63,703 Expenditures Health Center Salaries 110.50.5110.12100 110.50.5110.18100 110.50.5110.18200 110.50.5110.18300 110.50.5110.18700 110.50.5110.20000 110.50.5110.28000 110.50.5110.37000 10,103 765 1,335 2,500 500 20,000 13,500 15,000 63,703 FICA Expense Retirement Contribution Hospitalization 401K Plan Supplies Small Equipment Advertisement Total Increase Expenditures Approval Vice-Chairman, Board of Commissioners Date: Division of Public Health Agreement Addendum FY23-24 Page 1 of5 Carteret County Health Department Local Health Department Legal Name 719 Bridge Access Program for COVID-19 Vaccines Activity Number and Description 01/01/2024 - 05/31/2024 Service Period 02/01/2024 - 06/30/2024 Payment Period. C Original Agreement Addendum Agreement Addendum Revision # Background: Epidemiology / Immunization DPH Section /1 Branch Name Ayodeji Ayankoya, 919-418-8591, ayodejayankoya@dhhs.nc.gov DPH Program Contact (name, phone number, and email) DPH Program Signature (only required for negotiable Agreement. Addendum) Date I. On April 18, 2023, the U.S. Department of Health and Human Services (HHS) announced the HHS Bridge Access Program for COVID-19 Vaccines and Treatments. This program provides funding to help maintain access to COVID-19 vaccines for uninsured and underinsured adults through existing public health infrastructure, HRSA-supported health centers (i.e., Health Centers), and participating While private and public health insurance plans, including Medicare and Medicaid, will çover COVID-19 vaccinations without cost-sharing, approximately 25-30 million uninsured adults will lose access to affordable COVID-19 vaccinations in fall 2023. Funding has been provided by Centers for Disease Control and Prevention (CDC) to implement a Bridge Access Program to prevent a sudden loss ofcoverage for uninsured and underinsured adults through December 2024. The CDC's Bridge Access Program provides COVID-19 vaccines at no cost for adults 19 years and older without health insurance and adults whose health insurance does not provide zero-cost coverage for COVID-19 vaccines. This Agreement Addendum provides operational support to the Local Health Department to improve COVID-19 vaccine access for uninsured and underinsured adults through the CDC Bridge Access pharmacies. II. Purpose: Program. Health Director Signature (use blue ink or verifiable digital signature) Date LHD to complete: [Forl DPH toc contact inc case LHD program contact name: follow-up informationi isn needed.] Phone and email address: Signature on this page signifies.you) have read and accepted all pages of this document. Template rev. July 2022 Page 20 of5 III. Scope of Work and Deliverables: The Local Health Department shall: 1. Complete the North Carolina Bridge Access Program Provider Agreement' outlining the participation requirements and submit it via Smartsheet? no later than January 31,2024. 2. Provide COVID-19 vaccinations for the uninsured and underinsured adult population who are 19: years of age or older. Those insured by Medicaid or Medicare are not eligible for COVID-19 3. Follow all conditions outlined int the North Carolina Bridge Access Program Provider Agreement', a. Permitting patients to attest to their uninsured or underinsured status at the point of care. b. Continuing to collect insurance status through standard patient screening questions and data collection systems (e.g., via the use oft the North Carolina Immunization Registry [NCIRI). Documenting patient eligibility and reporting vaccine administration data in the NCIR. 4. Coordinate with community partners (e.g., Federally Qualified Health Centers [FQHCs], pharmacies, other HRSA-supported organizations). and with other providers within your county, including those serving tribal communities, that are participating in the Bridge Access Program to collaborate on planned outreach activities and accelerate outreach to and vaccination of eligible adult populations. Engage in coordination calls with community partners to share information and collaborate on planned outreach activities to support efforts in eligible adult populations. a. Share plans for offsite vaccination locations with community partners to determine gaps in coverage and/or access for uninsured adults and to coordinate vaccination activities to close b. Partner with community organizations that serve as trusted resources and can facilitate access for individuals, support the development oftrust in communities, and provide input and guidance on 5. Ifneeded, update Electronic Health Record (EHR) to account for Bridge. Access Program inventory. Comply with the Certified Electronic Health Record Technology (CEHRT) standards and with other standards for structured data that EHRs are required to meet in order to qualify for use in the Medicare Promoting Interoperability Program. The Office oft the National Coordinator for Health Information Technology (ONC) Health IT Certification Program ensures that Certified Health Information Technology products meet the technological capability, functionality, and security requirements adopted by the US Department of Health and Human Services.* Educate the community on the benefits of receiving COVID-19 vaccine and disseminate health promotion materials to build trust and address vaccine hesitancy among target populations. 7. Follow CDC COVID-19 operational guidelines and vaccine recommendations." vaccines under the Bridge Access Program. including, but not limited to: identified gaps. effective outreach and communication strategies. tp/cowdyncdhisgovVgramagrememlopen htps.lapp.smartsheeticomblom.yaos7840edel2515e81 htps./covidl9.ncdmasgovme-bndge-accesprogram-agreementopen htps/www.healthitgovlopivcertification-chts2015-dition-cures-update-tes-method htps./www.degovNacinsycovid-19elinisal-comidenationsinterim.consderations-us.htm! Page3of5 IV. Performance Measures /1 Reporting Requirements: 1.1 Bridge Access Program COVID-19 vaccine administered to uninsured and underinsured adults who a. Screen each vaccine recipient and document the eligibility status at each immunization encounter b. Accurately report vaccine administration data in NCIR at every immunization encounter by close Track and report the quantity ofa all COVID-19 vaccine transfers to internal locations and external providers. Track and report vaccine wastage/spoilage occurrences in NCIR according to the North Carolina Immunization Program (NCIP)guidelines. Vaccine transfers must be coordinated with the NCIP to ensure vaccine ist transferred only to other eligible NC Bridge d. Train designated staff on COVID-19 vaccine administration, management, inventory, and 2. Track and report expenditures related to equipment (i.e., EHR system, EHR vendor contract, and 3. Track vaccine encounters associated with sell-reimbursement of vaccine administration fees per 4. Monthly Financial Reports: These monthly financial reports will report on the prior month. Due dates are listed on Smartsheet. The first financial is for January 2024 and is due by February 15, 5. Semiannual Program Report: The semiannual program report is for the January-May 2024 reporting period and is due by June 15, 2024. Complete the report via Smartsheet." are 19: years of age or older. inN NCIR. ofbusiness, as required by NCIP. Access Program participants. reporting requirements as required by CDC and NCIP. associated fees, computers, software and hardware). injection and make financial records available to the NCIP upon request. 2024. Complete these reports via Smartsheet." V. Performance Monitoring and Ouality Assurance: 1.3 The Immunization Branch will monitor the Local Health Department's performance through a monthly review of financial reports (i.e., Smartsheet and Aid-to-Counties [ATC] expenditure reports), and review of vaccine transactions and administration data reported tol NCIR. The Immunization Branch will also monitor the Local Health Department's performance through a 2. The Immunization Branch will provide technical consultation to support LHDs in meeting these review of the: semiannual program report. objectives as needed. 3. The Immunization Branch will conduct in-person or virtual visits as needed. 4. Ifthe Immunization Branch determines a Corrective Action Plan (CAP) is needed, the Branch's program monitor shall make every effort to work with the LHD on strategies to resolve compliance issues. Ifthe plans are: not followed and the LHD remains out of compliance after intervention and resources from DPH, the. Agreement Addendum may be terminated or funding may be reduced. htps.lapp.smartshecom/fomm.eb14869778344chaca6d918534945 htps-lappsmarshectcomlbfomm.se78132834465a1863a18b0b203-808be2 Page 4of5 VI. Funding Guidelines or Restrictions: 1. Requirements for pass-through entities: In compliance with 2 CFR $200.331 - Requirements. for pass-through entities, the Division of Public Health provides Federal Award Reporting Supplements to the Local Health Department receiving federally funded Agreement Addenda. a. Definition: A Supplement discloses the required elements ofa a single federal award. Supplements address elements of federal funding sources only; state funding elements will not be included in the Supplement. Agreement Addenda (AAs) funded by more than one federal award will receive b. Frequency: Supplements will be generated as the Division of Public Health receives information for federal grants. Supplements will be issued to the Local Health Department throughout the state fiscal year. For federally funded AAs, Supplements will accompany the original AA.If AAs are revised and ifthe revision affects federal funds, the AA Revisions will include Supplements. Supplements can also be sent to the Local Health Department even ifr no change is needed to the AA. In those instances, the Supplements will be sent to provide newly received ac disclosure Supplement for each federal award. federal grant information for funds already allocated in the existing AA. 2. Funds awarded under this AA may be used for the following: a. Vaccine Administration fee, not to exceed $65 per injection. b. Staffthat supports Bridge Access Program vaccine-related work. Vaccine educational materials and media advertising. d. Operational costs associated with a vaccine clinic (e.g., temporary, offsite, mobile, onsite). Equipment (e.g., electronic health records, and associated vendor costs, computers, software, 3. No patient can be charged an out-of-pocket administration fee to administer COVID-19 vaccine hardware, vaccine storage units, digital data loggers, etc.). supplied through the Bridge Access Program. 4. Funding cannot be used for the following: a. Research b. Lobbying Vaccine purchase d. Purchase of alcoholic beverages - Fundraising costs Incentives h. Purchase of land or building Purchase of vehicle Honoraria Meals Entertainment costs (e.g., amusements, social activities, and related costs) k. : Invention, Patent, or Licensing Costs Page 5of5 5. LHD shall comply with the federal Required Disclosures for Federal Awardee Performance and Integrity Information System (FAPIIS) when receiving federal funds: LHD shall disclose, in a timely manner, in writing to the NCDHHS funding entity (DPH or DCFW) and the federal Health and Human Services Office of the Inspector General (HHS OIG) all information related to violations of federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the federal award. Disclosures must be sent in writing to the DPH Deputy Director or DCFW Director and HHS-OIG at mandatonygrantedisclosre@olghhsgoy and include "Mandatory Grant Disclosures" in the email subject line. FY24-FAS Activity Nbr+ Name: 719 719 Bridge Access Program for COVID-19 Vaccines supplement FAS Number Reason: 1 This FAS is accompanying anA AA+BE ora anA AAI Revision+BE Revision. Assistancel Listing Nbr+ Name: 93.268 Immunization Cooperative. Agreements federala award. Isa award R&D?: no FAIN: NH231P922624 IDCrate: n/a Fed awdt totala amt: $ 8,021,842 CDC-RFA-1P19-1901 Immunization: and Vaccines for Children Grant Amendment Supplement Action: Feda awardp project description: Budget) Year 4F Funding Feda awdo date+ awarding agency: 09-05-23 HHS, Centers for Disease Control and Prevention Subrecipient's Federalf fundsf from Totalf federalf funds grant! listeda above fore entire Activity Subrecipient UEI Subrecipient's X7YWWY6ZP574 $ HE3NNNUE27M7 $ F6A8UC993W35 $ KUFL37VPGH6 $ UGGQGSSKBG35 $ LLP3BC6N2LL3 $ ZKK5GNRNBBY6 $ HFNSK95FS7Z8 $ NF58K566HQM7 $ EGE7NBXW5J56 $ GFFMCW9XDA53 $ FT59QFEAU344 $ T11BE67809P5 $ FQ8LFJGMAB34 $ VZNPMCLFT5R6 $ 109,338 $ QZ6BZPGLX4Y9 $ LKBEJQFLAAK5 $ 108,761 $ GCB7UCV96NW6 $ FNVTCUQGCHMS $ U86MZUYPL7C5 $ W41TRA3NUNS1 $ FMWCTM24C938 $ TAE3M92L40R4 $ Federal funds from Totalf federalf funds grant listed above fore entire Activity 57,927 $ 139,954 $ 30,199 $ 60,815 $ 55,616 $ 71,213 $ 53,883 $ 38,864 $ 95,218 $ 625,765 $ 36,553 $ 69,480 $ 85,654 $ 142,842 $ 34,243 $ 133,022 $ 75,256 $ 32,510 $ 53,883 $ 48,684 $ 36,553 $ 116,848 $ 52,728 $ 68,324 $ 127,823 $ 72,946 $ 46,951 $ 50,995 $ 46,373 $ 72,368 $ 34,243 $ 66,174 $ 44,063 $ 451,312 $ 34,820 $ 102,406 $ 68,902 $ 103,562 $ 50,417 $ 34,243 $ Subrecipient UEI Alamance F5VHYUU13NC5 $ 118,003 $ Alexander XVEE3SNY7UX9 $ Appalachian CD7BFHB8W539 $ 122,368 $ Beaufort RN1SXFD4LXN6 $ Brunswick MJBMXLN9NJT5 $ Buncombe W5TCDKMLHE69 $ 165,949 $ 118,003 Jackson 47,529 Jones 38,864 Lee 122,368 Lenoir 50,995 Lincoln 44,063 Macon 165,949 MTW 74,679 Moore 63,703 Nash 68,324 Onslow 48,106 Orange 33,665 Pamlico 81,033 Pender 58,504 Person 56,194 Pitt 57,927 139,954 30,199 60,815 55,616 71,213 53,883 38,864 95,218 625,765 36,553 69,480 85,654 142,842 34,243 133,022 75,256 32,510 53,883 48,684 109,338 36,553 116,848 52,728 108,761 68,324 127,823 72,946 46,951 50,995 46,373 72,368 34,243 66,174 44,063 122,624 451,312 34,820 102,406 68,902 103,562 50,417 34,243 Albemarle WAAVS51PNMK3 $ 276,251 $ 276,251 Johnston SYGAGEFDHYR7 $ 47,529 $ 38,864 $ 50,995 $ 44,063 $ 85,076 $ 81,033 $ 74,679 $ 63,703 $ 38,864 $ 68,324 $ 48,106 $ 33,665 $ 81,033 $ 58,504 $ 56,194 $ 46,373 $ 53,883 $ 64,858 $ 56,194 $ 60,815 $ 30,199 $ 45,796 $ 50,417 $ 96,052 $ 64,858 $ 93,741 $ 58,504 $ 27,888 $ Anson Bladen Burke Caldwell Carteret Caswell Catawba Clay Craven Dare Davie Duplin Durham Foothills Forsyth Franklin Gaston Graham Greene Guilford Halifax Harnett Hoke Hyde Iredell UEI= Unique Entity! Identifier PK8UYTSN3CC3 $ TLCTJWDJH1H9 $ KVJHUFURQDMS $ HL4FGNJNGE97 $ UC6WJ2MQM3S8 $ JDJ7Y7CGYC86 $ 85,076 Madison YQ96F8BJYT39 $ 81,033 Mecklenburg EZ15XL6BMM68 $ Cabarrus RXDXNEJKJFU7 $ 147,464 $ 147,464 Montgomery E78ZAJM3BFL3 $ 38,864 New Hanover F7TLT2GMEJE1 $ GYUNA9WINFM1 $ 117,425 $ 117,425 Northampton CRA2KCAL8BA4 $ Chatham KE57QE26V5F1 $ Cherokee DCEGK6HA11M5 $ Cleveland UWMUYMPVL483 $ Columbus V1UAJ4L87WQ7 $ HYKLQVNWLXK7 $ LTZ2U8LZQ214 $ ELV6JGB11QK6 $ L8WBGLHZV239 $ KZN4GK5262K3 $ Cumberland HALND8W33GW4 $ 176,347 $ 176,347 Polk 46,373 Randolph T3BUM1CVS9N5 $ 64,858 Rockingham KGCCCH3JZZ43 $ 56,194 Sampson WRT9CSK1KJY5 $ Davidson C9P5MDJC7KY7 $ 120,891 $ 120,891 Richmond Q63FZNTJM3M4 $ 53,883 Robeson L35BA6U2HLM7 $ 222,559 $ 222,559 Rowan NGTEF2MQ8LL4 $ 116,431 $ 116,431 Scotland V6BGVQ67PY5 $ 231,802 $ 231,802 Stanly QKY9R8A8D536 $ 139,954 $ 139,954 Surry YBEQWGFJPM33 $ 265,306 $ 265,306 Union. Edgecombe MAN4LX44AD17 $ FFKTRQCNN143 $ L8MAVKQJTYN7 $ VCUSLD71N9U3 $ MRL8MYN333Y5 $ JBDCD9V41BX7 $ C1GWSADARX51 $ T2RSYN36NN64 $ 60,815 Stokes 30,199 Swain 50,417 Wake 96,052 Warren 64,858 Wayne 93,741 Wilkes 58,504 Wilson 27,888 Yadkin Granv-Vance MGQJKK22E3B3 $ 109,499 $ 109,499 Toe River JUA6GAUQ9UM1 $ 45,796 Transylvania W51VGHGM8945 $ LHMKBD4AGR35 $ 122,624 $ FTJ2WJPLWM33 $ TLNAUSCNHSUS $ DACFHCLOKMS1 $ M14KKHY2NNR3 $ ME2DJHMYWG55 $ PLCDT73FA8B1 $ L98MCUHKC238 $ Haywood D@HZEVAV9565 $ Henderson TG5AR81JLFQ5 $ XTNRLKJLA459 $ 107,028 $ 107,028 Yancey FederalA Award Reporting Requirements forf Pass-Through/ Agencies, 2.CFR5200.331 DPHV4 9-25-23(agl 12/7/23, 9:22AM DPH-Aid-To-Countes Activity 719 Service Period Payment Period 01 Alamance 0 D1 Albemarle 02 Alexander 04 Anson D2 Appalachian 0 07 Beaufort 09 Bladen 10 Brunswick 11 Buncombe 12 Burke 13 Cabarrus 14 Caldwell 16 Carteret 17 Caswell 18 Catawba 19 Chatham 20 Cherokee * 0 22 Clay 23 Cleveland * 0 24 Columbus - 0 25 Craven 26 Cumberland * 0 28 Dare 29 Davidson 30 Davie 31 Duplin 32 Durham 33 Edgecombe * 0 D7 Foothills 34 Forsyth 35 Franklin 36 Gaston 38 Graham D3 Gran-Vance * 0 40 Greene 41 Guilford 42 Halifax 43 Harnett 44 Haywood 0 0 45 Henderson * 0 47 Hoke 48 Hyde 49 Iredell 50. Jackson 0 ntps/atcnodhns.gowACGndPAntaspx WicGridPrint For Fiscal Year: 23/24 Budgetary Estimate Number: 0 AA/133401 2BOHHBR 20G0093006 01/01-05/31 02/01-06/30 0 0 0 0 0 0 0 0 0 * 0 * 0 * 0 0 0 0 0 0 0 - 0 * 0 0 0 0 0 * 0 0 0 0 0 * 0 0 0 * 0 ProposedNew Total Total Total Allocated 118,003 $0.00 118,003 118,003 276,251 $0.00 276,251 276,251 47,529 $0.00 47,529 47,529 38,864 $0.00 38,864 38,864 122,368 $0.00 122,368 122,368 50,995 $0.00 50,995 50,995 44,063 $0.00 44,063 44,063 85,076 $0.00 85,076 85,076 165,949 $0.00 165,949 165,949 81,033 $0.00 81,033 81,033 147,464 $0.00 147,464 147,464 74,679 $0.00 74,679 74,679 63,703 $0.00 63,703 63,703 38,864 $0.00 38,864 38,864 117,425 $0.00 117,425 117,425 68,324 $0.00 68,324 68,324 48,106 $0.00 48,106 48,106 33,665 $0.00 33,665 33,665 81,033 $0.00 81,033 81,033 58,504 $0.00 58,504 58,504 56,194 $0.00 56,194 56,194 176,347 $0.00 176,347 176,347 46,373 $0.00 46,373 46,373 120,891 $0.00 120,891 120,891 53,883 $0.00 53,883 53,883 64,858 $0.00 64,858 64,858 222,559 $0.00 222,559 222,559 56,194 $0.00 56,194 56,194 116,431 $0.00 116,431 116,431 231,802 $0.00 231,802 231,802 60,815 $0.00 60,815 60,815 139,954 $0.00 139,954 139,954 30,199 $0.00 30,199 30,199 109,499 $0.00 109,499 109,499 45,796 $0.00 45,796 45,796 265,306 $0.00 265,306 265,306 50,417 $0.00 50,417 50,417 96,052 $0.00 96,052 96,052 64,858 $0.00 64,858 64,858 93,741 $0.00 93,741 93,741 58,504 $0.00 58,504 58,504 27,888 $0.00 27,888 27,888 107,028 $0.00 107,028 107,028 57,927 $0.00 57,927 57,927 1/2 12/7/23, 9:22AM 51. Johnston o 52. Jones 53 Lee 54 Lenoir 55 Lincoln 56 Macon 57 Madison D4 M-T-W 60 Mecklenburg * 0 62 Montgomery * 0 63 Moore 64 Nash 65 New Hanover!" 0 66 Northampton) 0 67 Onslow 68 Orange 69 Pamlico 71 Pender 73 Person 74 Pitt 75 Polk 76 Randolph * 0 77 Richmond 78 Robeson 79 Rockingham * 0 80 Rowan 82 Sampson 83 Scotland 84 Stanly 85 Stokes 86 Surry 87 Swain D6 Toe River 88 Transylvania * 0 90 Union 92 Wake 93 Warren 96 Wayne 97 Wilkes 98 Wilson 99 Yadkin 00 Yancey Totals WicGridPrint 139,954 $0.00 139,954 139,954 30,199 $0.00 30,199 30,199 60,815 $0.00 60,815 60,815 55,616 $0.00 55,616 55,616 71,213 $0.00 71,213 71,213 53,883 $0.00 53,883 53,883 38,864 $0.00 38,864 38,864 95,218 $0.00 95,218 95,218 625,765 $0.00 625,765 625,765 36,553 $0.00 36,553 36,553 69,480 $0.00 69,480 69,480 85,654 $0.00 85,654 85,654 142,842 $0.00 142,842 142,842 34,243 $0.00 34,243 34,243 133,022 $0.00 133,022 133,022 75,256 $0.00 75,256 75,256 32,510 $0.00 32,510 32,510 53,883 $0.00 53,883 53,883 48,684 $0.00 48,684 48,684 109,338 $0.00 109,338 109,338 36,553 $0.00 36,553 36,553 116,848 $0.00 116,848 116,848 52,728 $0.00 52,728 52,728 108,761 $0.00 108,761 108,761 68,324 $0.00 68,324 68,324 127,823 $0.00 127,823 127,823 72,946 $0.00 72,946 72,946 46,951 $0.00 46,951 46,951 50,995 $0.00 50,995 50,995 46,373 $0.00 46,373 46,373 72,368 $0.00 72,368 72,368 34,243 $0.00 34,243 34,243 66,174 $0.00 66,174 66,174 44,063 $0.00 44,063 44,063 122,624 $0.00 122,624 122,624 451,312 $0.00 451,312 451,312 34,820 $0.00 34,820 34,820 102,406 $0.00 102,406 102,406 68,902 $0.00 68,902 68,902 103,562 $0.00 103,562 103,562 50,417 $0.00 50,417 50,417 34,243 $0.00 34,243 34,243 * 0 0 0 0 0 * 0 * 0 0 0 0 0 0 0 0 0 * 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 * 0 8,021,842 08.021.9428.021,842 Sign and Date DPHI Program Administrator DyiAyankyp 12/7/2023 Sign and Date DPH Budget Office A ATC Coordinator Sign and Date DPH Section Chief Sign and Date DPH, Budget Officer S.aslil Mackemer 12/7/2023 uf A4b- 12/7/2023 12/7/2023 htps.latcnodhs.gowICGndPintaspx 2/2 IV. Consent Agenda 6. Approval of the contract to replace the flooring at the Beaufort Library, Eastman's Carpet, $47,132.21 PLANNING AND DEVELOPMENT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: December 29, 2023 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager RE: Beaufort Branch Public Library Carpet Replacement Please find attached al Request for Proposal and Contract along with the Bid Tabulation for the replacement of the flooring att the Beaufort Branch of the Carteret County Library System. This carpet is worn and the request was made by the Library Director and planned for this year. Eastman's Carpet was the low bidder their bid being in the Please let me know if you have any questions about this project and thank you for considering this project. amount of $47,132.21. CARTERET COUNTY GOVERNMENT Phone: 252-648-7877 Beaufort Branch Public Library Flooring Replacement Bid Tab Bid closing date: December 18, 2023 @ 9:00AMEST. Company Eastman's Carpet and Flooring Davies Contracting Golden Carpet Furnish My Place Total $47,132.21 $58,968.33 LATE BID No Bid Mailing: 5231 Business Drive Newport, NC28570 Location: 5231 Business Drive Newport, NC: 28570 4E 30332 AR Request for Proposal Carteret County Government Beaufort Branch Public Library Flooring Replacement Carteret County, North Carolina Issued: November 27, 2023 Submission Deadline: December 18, 2023 by 9:00 AM, EST. Carteret County Government Beaufort Branch Public Library Flooring Replacement RFP CARTERET COUNTY PUBLIC BUILDINGS Phone: 252-648-7877 REQUESTI FORI PROPOSAL Date: To: Project Name: Scope of Work: 11/27/2023 Interested Contractors Beaufort Branch Public Library Flooring Replacement Carteret County Government is seeking proposals to replaçe carpet flooring at the Beaufort Branch Carteret County Public Library located at 17021 Live Oak Street STE 100, Beaufort, NC: 28516. Details are as follows: The Contractor: shall remove and dispose all the existing carpet flooring and associated cove! base The Contractor shall; prepi the existing surfaces toi receive new Philadelphia carpet tiles, Style: Straight Shift 54810, Color: Wedge #00400, in ab basket-weave installation pattern, per manufactures instructions. The Contractor shall move all office furniture and select bookshelves as identified during the site visit. The Contracior shall submit any and all warranty documentation on behalf of the County. Any damages caused byt the Contractor shall be the Contractor's responsibility to fix or replace at the The Contractor shall verify any and all measurements pertaining to all fields of construction. Schedule shall take place outside normal business hours. Hours of operation listed below. highlighted in pink In the dlagram below.. The Contractor shalli install new Pewter 8" vinyl cove base. County's discretion. The Contractor shall contact the POC for a site visit. The Contractor shall obtain the required permits, if required, give all notices to thel POC (includinga copy of any permits), and comply with alll 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 givent toi the Contractor for time or monies lost due to violations of any such ordinance, code, law or regulations that may occur. Carteret County Government Beaufort Branch Public Library Flooring Replacement RFP 2 UBRARY, UIBRARY unur STO Beaufort Sundey: dosed Mondey 9,00emi7 700pm Tuerduy 900am-7 700prh Wednesdey. 9009m-530p pm Thurduy 900m:700pm Fridey Soturday y00ans S30pn 900am 530 pm. Carteret County Government Beaufort Branch Public Library Flooring Replacement RFP 3 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: Rayfamumcarteretcountync.govy Telephone: 252-241-6913 Issued Date: November 27,2023 Due Date = Proposals may be hand delivered to the POC above or mailed to the General Services Facility to the attention of Mr. Ray Farnum located at 5231 Business Drive, Newport, NC 28570 no later than December 18, 2023 by 9:00 AM, EST. Proposals will not be accepted after the due date assigned. Contractors must be able to provide their W-9 as well as current Certificates of Insurance for public liability, property damage, and Workers' Compensation. Certificates of Insurance shall have "Carteret County Government, 302 Courthouse Square, Beaufort, NC 28516" listed as additionally insured. Please provide your proposal with break outs for labor, materials and tax if applicable. Failure to abide by the conditions within may result as an incomplete proposal. Carteret County Government Beaufort Branch Public Library Flooring Replacement RFP 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 shali 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 ) No changes shall be made in the Work except upon written approval and change order by d) Products are generally specifled 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 or if any worker be considered detrimental to the work, the Contractor shall order such parties g) The contractor shall designate at oremansuperntendent 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 Govenment Beaufori Branch Public Library Flooring Replacement RFP 5 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 Counly 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 Govermment Beaufort Branch Public Library Flooring Replacement RFP 6 Contract or under contracts entered into by the Contractor in connection with this Contract. This (b) Ina 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)The Contractor upon execution oft this Contract shall furnish to the County a 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 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 thirly (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) Execuled 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) Itisi imperative that contract documents, invoices, etc., be sent only to the above address in order to assure proper and timely dellvery and handling. Carteret County Government Beaufort Branch Public! Library Flooring Replacement RFP 7 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, faully 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 Govermment Beaufort Branch Public Library Flooring Replacement RFP 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 60 consecutive calendar days from the Notice to Proceed for this contract. For each day in excess of the above number of days, the Contractor shall pay Carteret County the amount of $50 Dollars per day as liquidated damages reasonably estimated in advance to cover the losses to be incurred by Carteret County should 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 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 written request from the contractor within ten days following the cause for delay. the Contractor fail to complete the Work within the time specified. UTILITIES Temporary ulilities 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 Itis 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 Behavior- Indecent language, harassing "cat" calls or whistles, etc., will not be tolerated. Violators willl 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 Buldings/Facilties 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 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 a 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 241 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. Carterel County Governent Beaufort Branch Public Library Flooring Replacement RFP 9 ALTERNATE BIDS (ADD ORDEDUCT) NIA MINORITY BUSINESS PARTICIPATION a) 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. b) Bidders can use the Office for Historically Underutilized Business website ntp1w.doa.stale.nc.us/doalhub tol 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-Dusiness contractors or minorty-Dusiness 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 Arlicle 2 of Chapter 64 oft 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 tot the extent authorized by law. Ift this section is held to be unenforceable or invalid inj whole or inj part, its 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 Govemment Beaufor! Branch Public Library Flooring Replacement RFP 10 PERFORMANCE AND PAYMENT BONDS Al Performance Bond is not required. APayment 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- Submit Cerlificate 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 Awardi 1-S Submit Project Schedule Final Payment 2- Submit completed Sales Tax Summary and Detail forms, state "None" if applicable. 1-Submiti 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 Government Beaufort Branch Public Library Flooring Replacement RFP 11 PROPOSAL AND CONTRACT Carteret County Government Beaufort Branch Public Library Flooring Replacement The undersigned, as bidder, proposes and agrees if this proposal is accepted to contract with Carteret County for the furnishing of all materials, equipment, labor and tax necessary to complete the Carteret County Beaufort Branch Public Library Flooring Replacement described in these documents in full and complete accordance with requirements, specifications, and contract documents, and to the full and entire satisfaction of Carteret County for the sum of: 47,132.2) Contractor: CAsimnss Ggk tac. Federal ID# 52-1196310 ss Taeskelesh Witness: Title: GealThes (Owner, pariner, corp. Pres.orVice President) Addressi 4/044 Anelellshek MHc 28557 Attest: (corporation) Email Address: ReNL-tasAhu By: Title: License #: FlGad Sec CAAEN Carteret County Government Beaufort Branch Public Library Flooring Replacement RFP 12 INTESTIMONY WHEREOF, the parties have expressed their agreement to these terms by causing this Contract to be executed by their duly authorized office or agent. COUNTY OF CARTERET Tommy Burns, County Manager (Seal) CAshnas Canpels Swc. Contractor Authorized Representative FnkAskw Sec/nes Ao (Seal) Printed Name Title 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 NORTH CAROLINA COUNTY OF CARTERET GOVERNMENT I, Rob Wheatly, County Attorney al Notary Public oft 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 2023 Notary Public My Commission expires: Carteret County Government Beaufort Branch Public Library Flooring Replacement RFP 13 EASTMANS CARPETS and FLOORING 4044 ARENDELL STREET MOREHEAD CITY, NC 28557 252-726-2737 FAX: 252-726-6990 Www.eastmancarpet.com DATE: December 15, 2023 TO: Carteret County Government trank@eastmantmancarpet.com Enclosed is an estimate for flooring Beaufort Public Library Materials Labor NCTax Total $34651.95 $9500.00 $2980.26 $47,132.21 Thank You Frank Eastman IV. Consent Agenda 7. Approval of the contract to replace portions of the fencing at the athletic fields at several county parks, Fences Unlimited, $71,615 PLANNING AND DEVELOPMENT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: December 29, 2023 TO: Carteret County Board of Commissioners CC:Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager RE: Athletic Field Fencing Replacement Project Please find attached a Request for Proposal and Contract along with the Bid Tabulation for the replacement of portions of fencing on our athletic field at our parks.Ihad asked Parks and Recreation Department along with our Maintenance Division to identify our largest needs. The last major repair/replacement project we have done on our That being said, we received four bids for this project. The lowest came from Fences Unlimited.lam recommending that we award Swinson Field Three, Eastern Field Five, Eastern Fields One, Four, and Six at this athletic field fencing was after Hurricane Florence. time. Thet total for those listed above is $71,615.00. Please let me know if you have any questions and thank youi for considering this project. CARTERET COUNTY GOVERNMENT Phone: 252-648-7877 Athletic Field Fencing Replacement Bid' Tab Bid closing date: November 21, 2023 @ 9:00AME EST. Company Fences Unlimited Seegars Pamlico Fence $14,484 Superior Fence Swinson F3 $14,866 $24,955 $15,636 Swinson Eastern Eastern Eastern $27,829 $30,710 $18,305 $7,734 $99,444 $25,969 $40,335 $28,788 $18,620 $138,667 $33,438 $44,770 $25,878 $33,880 $152,450 $30,925 $48,127 $41,977 $20,540 $157,205 Total Road Fence F5 F6 F1-4 *Fences Unlimited for Swinson Field 3, Eastern Field 5, Eastern Field 6 and Eastern Field 1-4. Total $71,615.00 Mailing: 5231 Business Drive Newport, NC28570 Location: 5231 Business Drive Newport, NC: 28570 FENCES UNLIMITED Fences Unlimited at The Crystal Coast, LLC 203. Jacob Dr. Morehead City, NC28557 252-247-6033 Breakout for ballfield projects: Swinson Park Field #3: Material Cost $8,870.00 Materials tax $598.73 Labor $5,397.27 Swinson Park Rd Fencing MaterialGost: $19511.94 Materigletxsh.06 abor $7000.00 Eastern Park Field! 5: Material Cost: $ 20,628.00 Materials Tax: $ 1392.39 Labor: $8689.61 Eastern Park Field 6: Material Cost: $ 10,353.00 Materials Tax: $ 698.83 Labor: $7,253.17 Eastern Park Fields 1-4: Material Cost $3284.40 Materials tax: $ 221.70 Labor: $ 4228.30 RET COTA sts AR Request for Proposal Carteret County Government Athletic Field Fencing Repairs Carteret County, North Carolina Issued: November 2, 2023 Submission Deadline: November 21, 2023 by 9:00 AM, EST. Carteret County Athletic Field) Fencing Repairs Contract CARTERET COUNTY PUBLIC BUILDINGS Phone: 252-648-7877 REQUEST FOR PROPOSAL Date: To: Project Name: Scope ofWork: 11/02/2023 Interested Contractors Athletic Field Fencing Repairs Carteret County Government is seeking proposals to replace fencing and make repairs for the ballfields at Swinson and Eastern Park. Areas are located at Swinson Park-173 Swinson Park Rd, Morehead City, NC: 28557 and Eastern Park. - 101-, 299 Hill Rd, Smyrna, NC 28579. The Contractor shall abide by the following details and diagrams: Swinson Park Field 3: Replace the entire backstop with new post and fencing using the existing footprint. Backstop shall come equipped with at fulll hood. Add and tie in bottom postt to approximately 100' of existing 8' fencing. Replace Remove and replace a total of 1,348' of 4' fencing, one double gate and one single gate with post along the road leading tot thet fields. Openings shall be spaced outi in existing locations. Signs shall be removed and Replace the entire backstop with new post and fencing at 18' high with full hood. Remove and replace all 8' fencing with post. At total of 4 dugout gates shall be reconfigured per specifications below. Install 12'x4' double gate on left sideline where 8' fencing stops. Install an additional 174' of 4' fencing on! left sideline. Remove entire right 4 sideline fence and install 187 % of new 4' sideline fence as indicated on diagram Replace entire back stop with new post and fencing using the existing footprint. Backstop shall come equipped with ai full hood. Remove and replace 98' of 8' sideline fencing with post. Reconfigure a total of4 131'of4' sideline fencing with post. Swinson Park Road Fencing: reinstalled in same locations. Eastern Park Field 5: below. Extend outfield fencing on both sides 6' tot tie into new sideline fencing. Eastern Park Field 6: dugout gates per specifications below. Eastern Park Field 1-4: Install fulll hoods on: all four (4) existing backstops. Add supports, if required. Carteret County Athletic Field Fencing Repairs Contract 2 Key Details: All fencing, regardless of height and size, shall come equipped with bottom rail supports, tension wire shall The Contractor shall dig out all material, including concrete where post are to be removed. The Contractor Each new post shall be installed 2' -3%i in the ground, depending on size, with a stone footing, concrete Allr new fencing fabric shall be 6 gauge and post shall be schedule 40, or equivalent, with the exclusion of All materials, tools and power shall be furnished by the Contractor in order to complete this project with The Contractor shall submit any and all warranty documentation on behalf of the County. Any damages caused by the Contractor shall be the Contractor's responsibility to fix or replace at the The Contractor shall verify any and all measurements pertaining to all fields of construction. The Contractor shall submit proposals per field as well as an overall package price. not be used. shall then fill each hole with screened dirt, packed down level. meeting a minimum of 2500 PSI and packed soil. Post spacing shall be 8' max. the Swinson Park Road Fence. turnkey workmanship. County's discretion. Schedule with be determined by Carteret County Government. The Contractor shall contact the POC for a site visit. 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, law or regulations that may occur. All inquirles 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.famumcarteretcountyne.govy Telephone: 252-241-6913 Point of Contact Post-Award: Mr. Billy Merkley Phone: 252-241-4290 Email: RsntTEAmTnEaeN Issued Date: November 02, 2023 November21, 2023 by 9:00 AM, EST. Due Date - Proposals may be hand delivered to the POC above or mailed to the General Services Facility to the attention of Mr. Ray Farnum located at 5231 Business Drive, Newport, NC 28570 no later than Proposals will not be accepted after the due date assigned. Contractors must be able to provide their W-9: as well as current Certificates of Insurance for public liability, property damage, and Workers' Compensation. Certificates of Insurance shall have' "Carteret County Government, 302 Courthouse Square, Beaufort, NC: 28516" listed as additionally insured. Please provide your proposal with break outs for labor, materials and tax if applicable. Failure to abide by the conditions within may result as an incomplete proposal. Carteret County Athletic Field Fencing Repairs Contract 3 Addands tie n men BOIRENICMISUAUITE ame dimensions Addand tiei inl bottom postt to 8' fence (909 Replace 1301 1/20 of4 fence fabric Tristall andt tiel ink bottom post Double Gite StgieGate bnp5Roadrenca Carteret County Athletic Field) Fencing Repairs Contract Adde 6fofs gustfield fence totiel into neyv sideliet fence Installs newi 1871 12of Asidelinefence Replace entire backstop, 18' high/ with full hood s R6U3 AEatern Park (11.4ZA) R&Rat total ofi 194' (97' eachs side) of8' fencing, post & 4gates Gujotal Install1 12'x4'd double gate Install new 174 of sideline fence Adde'o of outfield fencet tot tiel intonesw sidelinet fence Carteret County Athleticl Field Fencing Repairs Contract 5 Eastern Park Field6 astern Parke Fleld6 Replace entire back stop, 18' high with full hood R&Ratotal of 98' (49" each side) of8' fencing, post&4 gates. Carteret County Athletic Field Fencing Repairs Contract (19.19A 0511 Remove existing backestoP netting andi installs Aull hoods ont four (401 fields Dugouto Gatet lecations Carteret County Athletic Fieldi Fencing Repairs Contract 7 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 orif any worker be considered detrimental to the work, the Contractor shall order such parties g) The Contractor shall designate a oremansupentengen: 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 Athletic Fieid Fencing 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 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 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 Athletic Field Fencing Repairs Contract 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)The Contractor upon execution of this Contract shall furnish to the County a 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 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 thirly (30) consecutive days after açceptance 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 The Contractor's affidavit shall state, "This is to certify that all costs of materials, equipment, labor, and all eise entering into the accomplishment oft 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, NC28570 252-241-6913 e) Itisi 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 Athletic Field Fencing Repairs Contract 10 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 manufacturers 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. workmanship without cost to the Owner. without cost to the Owner, within the manufacturer's warranty period. CONTRACTOR-SUBCONTRACTOR RELATIONSHIPS The Contractor agrees that the terms of these contract documents shall apply equally to a subcontractor as toi the Contractor, and that the subcontractor is bound by those terms as an employee of the Contractor. Carteret County Athletic Field Fencing Repairs Contract 11 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 fuily complete ail work hereunder within 90 consecutive calendar days from the Notice to Proceed for this contract. For each day in excess oft the above number of days, the Contractor shall pay Carteret County the amount of $50 Dollars per day as liquidated damages reasonably eslimated in advance to cover the losses to be incurred by Carteret County should Ifthe Contractor is delayed at any time int 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 the Contractor fail to complete the Work within the time specified. 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 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 aj physician) on County property. Violators will be reported to local law 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 willl be worn at all times. Loud music is not d) Use of Building Contractor personnel are not permitted to use Bulidings/Faciites for restrooms, eating, orl leisure activity. Unless prior approval is granted by County Representative. 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 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 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 a building after normal working hours (8:00 a.m. to5 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 written notice to the Public Building Manager. 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. Athletic Field Fencing Repairs Contract 12 ALTERNATE BIDS (ADD OR DEDUCT) NIA MINORITY BUSINESS PARTICIPATION a) 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. b) Bidders can use the Office for Historically Underutilized Business website htp/www.doa.state.nc.us/doalnub: to locate HUB contractors. 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 minonty-Dusiness 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 oft 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 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 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 the County gives the Contractor prompt, written notice of any such claim or suit. TERMINATION 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. Int the event of termination for default, Carteret County Government has against the Contractor all remedies provided by law and equity. Carteret County Athletic Field Fencing Repairs Contract 13 PERFORMANCE AND PAYMENT BONDS AI Performance Bond is not required. AI 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 1-8 Submit Certificate of Insurance for liability and Worker's Compensation. 3-S Submit breakdown of materials, labor and tax on a company letterhead. 2-S 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 Athletic Field Fencing Repairs Contract 14 PROPOSAL AND CONTRACT Carteret County Athletic Field Fencing Repairs The undersigned, as bidder, proposes and agrees if this proposal is accepted to contract with Carteret County for the furnishing of all materials, equipment, labor and tax necessary to complete the Carteret County Athletic Field Fencing Repairs described in these documents in full and complete accordance with requirements, specifications, and contract documents, and to the full and entire satisfaction of Carteret County for the sum of: Swinson Park Field 3 $14.866.00 Eastern Park Field 5 $30,710.00 Eastern Park Fields 1-4 $7.734.00 Swinson Park Road Fencing: $ N/A Eastern Park Field 6 $18,305.00 Total $71,615.00 Contractor: Fences Unlimited Federal ID#: 562243615 By5ASON Kercwr Title: MANASE Witness: Bu u (Owner, partner, corp. Pres. or Vice President) Addess:2035AB0 DR Attest: (corporation) Email jefaaaladad (Corporate Seal) By: Title: License #: Z6 MAMALBR (Corporalon.Secrelany. Ass't Secretary,) Carteret County Athletic Field Fencing Repairs Contract 15 IN TESTIMONY WHEREOF, the parties have expressed their agreement to these terms by causing this Contract to be executed by their duly authorized office or agent. COUNTY OF CARTERET Tommy Burns, County Manager (Seal) FENCES UNLEMSTED E Authorized Representative SA6ON KeIcHwn Printed Name MAVAGEE Titlé A6 (Seal) This instrument has been pre-audited Int the manner required by the Local Government Budget and Fiscal Control Act. Approved as to form: Dee Meshaw, County Finance Officer NORTH CAROLINA COUNTY OF CARTERET GOVERNMENT Rob Wheatly, County Attorney 1,. al 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 2023 Notary Public My Commission expires: Carteret County Athletic Field Fencing Repairs Contract 16 IV. Consent Agenda 8. Approval of the bid and budget amendment to replace the lintels at the Courthouse, Harp Builders, Inc. $1,239,290 Carteret County Budget Amendment Fiscal Year 2023-24 Date: 01/08/24 Funds: County Capital Improvement Fund Justification: To appropriate and transfer funds for building renovation Description Account Number Increase 110.00.3990.900 General Fund Revenues Appr Fund Balance Total iIncrease in Revenues 1,239,290 1,239,290 Expenditures Transfer to Capital Improvement Fund 110.98.9800.90008 1,239,290 Total Increase in Expenditures 1,239,290 County Capital Improvement Fund Revenues Transfer in General Fund 400.98.3980.900 1,239,290 1,239,290 Total Increase in Revenues Expenditures Building Improvements Total Increase in Expenditures 400.00.8110.80800 1,239,290 1,239,290 Vice-Chairman Board of Commissioners Date: PLANNING AND DEVELOPMENT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: December: 29, 2023 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Assistant County Manager RE: Courthouse Lintel Replacement Project As you are aware att the end of August we had al lintel failure at the Administration Building. We immediately consulted a structural engineer and architect to evaluate and come up with a plan to repair this damage. While we have done preventative maintenance tot the lintels at this facility over the years they are past their useful life due to storms and other factors. Since that time, wel have worked closely with both a structural engineer and architect to With that being said, we solicited andi received four bids fort this work. The lowl bid came from Harp Builders Inc. After having reviewed the bids with our Architect, Lee Dixon, we recommend awarding Harp Builders Inc. base bid along with Alternate 2. This combination will essentially replace the lintels with hot dipped galvanized lintels instead oft the original red steel lintels. Saving the brink facade where possible, then staining the entirety of the create specifications and bid documents to replace the lintels on this facility. brick to match at the end of the project. The total bid award for the above is $1,239,290. Please let mel knowi if you have any questions and thank you for considering this project. Coastal Architecture, Unofficial Bid1 Tabulation 12/21/2023 Primus Structures, Inc. WxProofing LLC Hudson Brother ConstructionCo. Harp Builders Inc. Carteret County Courthouse Repairs Beaufort, North Carolina Contractor License # 80425 77045 34590 79902 Base Bid $2,380,000.00 $1,288,068.00 $661,919.00 $1,857,000.00 $298,000.00 $1,149,927.00 1,752,467.00 Alt.1 Alt.2 $1,363,688.00 114,000.00 88,363.00 Specifications for Carteret County Courthouse Repairs Coastal Architecture RET COi 333 CAROY Coastal Architecture 4206 Bridges Street, Suite C Morehead City, North Carolina 28557 Phone: 252-247-2127 Email: latashahisluras wwcpastalahieturenet Project No. 23025 Beaufort, North Carolina Issued November 3, 2023 PDF processed with CutePDF evaluation edition www.CutePDF.com Project Manual including Contract Documents & Specifications for the Construction of CARTERET COUNTY COURTHOUSE REPAIRS BEAUFORT, NORTH CAROLINA PREPARED BY: Coastal Architecture 4206 Bridges Street, Suite C Morehead City, NC 28557 252-247-2127 -phone LeeQcoastalarchitecture.net www.coastalarchitecture.net Architect's Project Number: 23025 Date of Issue: November . 3, 2023 TABLE OF CONTENTS SPECIFICATIONS FOR CARTERET COUNTY COURTHOUSE REPAIRS BEAUFORT, NORTH CAROLINA SPECIFICATIONS Sections DIVISIONO-E BIDDING REQUIREMENTS AND GENERAL CONDITIONS Table of Contents Invitation to Bid Form of Proposal MBE Forms General Conditions oft the Contract for Construction (AIA-A201) Standard Form of Agreement (AIA-A101) 00800 Supplementary General Conditions and General Requirements 00820 Special Conditions 00830 Description of Bid Alternates 01010 Summary of Work 01020 Allowances 01027 Applications for Payment 01045 Cutting and Patching 01050 Field Engineering 01090 Abbreviations and Symbols 01200 Project Meetings 01310 Schedules and Reports 01340 Submittals and Substitutions 01370 Schedule of Values 01410 Testing Laboratory Services 01500 Temporary Facilities and Controls 01620 Product Handling 01710 Cleaning 01720 Project Record Documents NOTAPPLICABLE NOTAPPLICABLE 04100 Mortar 04150 Masonry Accessories 04200 Unit Masonry DIVISION 1- GENERALI REQUIREMENTS Sections DMSION2-STEWORK Sections DVISION3-CONCREIE Sections DVSION4-MASONRY Sections Carteret County Courthouse Repairs 23025 TOC-1 DIVISION5-N METALS Sections DMSIONB-CARPENTRY Sections Sections 05500 Metal Fabrications NOT APPLICABLE DIMISION7-1 THERMAL/ AND MOISTURE PROTECTION 07600 Flashing and Sheetmetal 07900 Joint Sealants NOT APPLICABLE 09900 Painting NOTAPPLICABLE NOT APPLICABLE NOT APPLICABLE NOTAPPLIÇABLE NOT APPLICABLE NOTA APPLICABLE NOTAPPLICABLE NOTAPPLICABLE DIVISION 8- DOORS AND WINDOWS Sections DIVISION9 9- FINISHES Sections DIVISION 10- SPECIALTIES Sections DIVISION1 11-EQUIPMENT Sections DIVISION 12- FURNISHINGS Sections DIVISION 13- SPECIAL CONSTRUCTION Sections DIVISION 1-CONVEYNGSYSTEMS Sections DMSONIBA-PLUMENG Sections DIVISION 15B -MECHANICAL Sections DIVISION 16-E ELECTRICAL Sections Carteret County Courthouse Repairs 23025 TOC-2 INVITATION TO BIDS BIDS for the renovations of the Carteret County Courthouse Repairs, will be received by the Owner until The CONTRACT DOCUMENTS may be obtained from Architects website, ECAANCTSIENT or 2:00PM on Thursday December 21, 2023 and then opened and publicly posted. purchased from the Architect for a sum of $150.00 each per set. The Owner reserves the unqualified right to reject any andlor all bids. Bids willl be received via email: lesacosiaachteuenet eugene. bomAanastSANsRA A5% Bid Bond will be required, and a 100% Performance and Payment Bond will be required as There will be a pre-bid meeting on site on Tuesday December 12, 2023, at 10:00AM. part of the bid. All bidders are encouraged to attend. SINGLE PRIME FORM OF PROPOSAL FOR: Date: 6-21-13 Bid: Single Prime Contractor: IDRA-DEnE License #: 79902 Addenda Received: 3 Renovations to Beaufort, NC Carteret County Courthouse Repairs Indicate your firm's name and date by filling in the above blanks and note Proposal envelope or emall transmittal. The undersigned, as Bidder, hereby declares thatt the anyl Interest int this Proposal or int the Contract to be entered connection with any other person, company or parties The Bidder further declares that he has examined the site oft the work regard to all conditions pertaining to the place where they worki Plans fort the work andt the Contract Documents relative agreed upon Contract, tot furnish all necessary ArchitectEngineer, with a definite understandingi that no the same items on your as Principal or Principals is or are named herein and thatr only no person other or persons interested int this Proposal respects faira andi ing good faith without collusion or fraud. making al bid or proposal; and that itisIna all person than herein mentioned has into; that this Proposal is made without and informed himself fullyl In ist to be done; that he has examined the contract with the Owner int thet form of with the plans of the Owner and the Documents fort the sum of: furnished priort tot the opening of bids; that he has satisfied thereto, himself and! has read all special provisions Thel Bidder proposes and agrees Ifthis Proposal is accepted to relative to the work to be performed. means of transportation andl labor necessary to materials, complete equipment, machinery, tools, apparatus, these Contract Documents, int fulle andi in complete accordance the construction of this project as defined in desired and approved by the owner In advance and Contract money will be allowed fore extra work except as Base Bid (written amount) Add Alt. No.1 CUEMILHOV, Sevenhawareo Four Huvored. (written amount) Add Alt. No.2 (written amount) SINGLE PRIME CONTRACT: Assneduasoaw 7wenry-s SEVEN 001145 FIFEY- Tho ThousAivo 00 Heegasaayang $1149,927 (number amount) SITy-Seien Dollars $ 1252,467 V (number amount) EIShty- EISAT Thousaur7he Hwored. Unit Prices Thet following units prices willl be part oft the Contract. Stud repair (sister stud beside existing damaged stud) work from Sy7hA6ans $_ 84,33.9 (number amount) be 16ga. Galv. $/00 per stud. Carteret County Courthouse Repairs exterior side. New metal stud to Form of Proposal 1of2 23025 Sheathing repair (beyond scope ofwork describedi in the The Bidder further proposes and agrees hereby to commence consecutive calendar days from the notice top proceed. ins Supplementary General Conditions. densguard andi ice andy water shield. $6.s.. drawings) Including moisture barrier 5/8" specified in a written order of the ArchitectEngineer and work under his Contract on a date to be shall fully complete all work within 150 Applicable liquidated damages shall be as stated Respectfully submitted this. a dayof ecemhe. 2023 2022, WITNESS: FRPRAnDSIN Name of Firm or Corporation making Bid) By:. (Proprietorship or Partnership) Title," RESICENT (Owner, Partner, or Corporate Presidento or Vice President only) ATTEST: By: ddress: Aa3S3ROS / WILmASIy NC 24401 Title: Secrezpry License No.: 55756 (Corporate Secretaryo or Assistant Secretary only) (Corporate Seal) Addenda Received and Usedi In Computing Bids: (Initial as Appropriate) Addendum No.1 ChK Addendum No.2 Ck Addendum No.3 PK Addendum No.4 End of Proposal Form Form of Proposal 2of2 Carteret County Courthouse Repairs 23025 Attach tol Bid Attacht tol Bid Attacht tol Bid Attach tol Bid Attacht toE Bid Attach tol Bid Attach tol Bid Attach tol Bid Identification of HUB Certified/ Minority Business Participation HARP Buknes do hereby certify that on this project, we will use (Name the ofE Bldder) construction subcontractors, vendors, suppllers or providers following of HUB Certified/ minority business as professlonal services. Firm Name, Address and Phone # Work" Type SCALANTS d ATEPPrOORINE F *Minority **HUB Category Certified (Y/N) y Carazary SCLANTS 30-l STPNYRINK DR RAleighy NC 22604 919-917-7424 Romeno masmRy 5ARVDA SuRRI Pocly PONTAC 08HS7 919-247-2728 AMAvoG RODEID H N Inasmey SmA Luany fanlg PAINTINg 3 N Chocaeny, AC 852-5AS-a20 Hearage WImgTaNy aary 916-386-97a7 Dedco HeLAwnez mAmry + N "Minority categories: Black, African American (B), Hispanic (H), Aslian American American * HUB Certification with the state HUB Office required to be counted toward state participation The total value of minority business contracting will be ($) DE Female (F) Socially and Economically Disadvantaged (D) (A)/ Indian (), goals. MBForms 2002-Revised July2010 Attacht tol Bid Attacht tol Bid Attacht tol Bid Attacht to Bid Attach tol Bid Attacht tol Bid Attach tol Bid Attach tol Bid Identification of HUB Certified/ Minority Business Participation HArp BuLoes dol hereby certify that ont this project, we will use (Name thei ofE following Bidder) construction subcontractors, vendors, suppliers or providers of HUB professional Certified/ minority business as services. *Minority **HUB Category H Firm Name, Address and Phone # Work" Type mAsry Certifled (Y/N) NJ AL mAsemey d Congrete 939 COmEDET RI RichLAwpy NC 2574 910-430-0586 LOLISA Lopez AFEOCDABle mysouly MASOPRY B N2 Daarnlyaialan "Minority categories: Black, African American (B), Hispanic (H), Asian American Female (F): Socially and Economically Disadvantaged (D) (A) American Indian (), *HUB Certification with the state HUB Office required to be counted toward state participation goals. The total value of minority business contracting will be 6160094 MBForms 2002-Revised July 2010 Attach tol Bid Attacht to Bid Attachto Bid Attach toBid Attach tol Bid Attach tol Bid Attacht to Bid State of North Carolina AFFIDAVIT Countyof Nen HAuCIRL Affidavit of HRP-Ruoes Bidders must earn at least 50 points from the good faith efforts listed considered responsive. (1NC Administrative Code 1-( (10 pts) Contacted minority businesses that reasonably could 2--(10 pts) Made the construction plans, specifications and Attach tol Bid A-Listing of Good Faith Efforts (Name ofBidder) Ihave made a good faith effort to comply under the following areas checked: for their bid to be 301 1.0101) that were known tot the contractor, or available on State or local have been expected to submit a quote and before the bld date and notified them of the nature and scope of government the work to be maintained lists, at least 10 days minority businesses, or providing these documents to them at requirements least 10 avallable for review by prospective performed. days before the bids are due, 3-( (15 pts) Broken down participation. or combined elements of work Into economically feasible units to facilitate minority 4-(10, pts) Worked with minority trade, community, or contractor 5-( (10 pts) Attended prebid meetings scheduled by the public owner, D6-( (20 pts) Provided assistance in getting required bonding 07-(15 pts) Negotlated in good faith with Interested minority businesses and unquallfied without sound reasons based on their capabilities, O8-125 pts) Provided assistance to an otherwise qualified capital, lines of credit, or jolnt pay agreements to secure loans, minority bidder's suppliers in order to help minority businesses in 9-(20 pts) Negotiated joint venture and partnership arrangements with Increase opportunities for minority business participation on 10- (20 pts) Provided quick pay agreements and policies to enable The undersigned, if apparent low bidder, will enter into at formal Identification of Minority Business Participation schedule Historically Underutilized Businesses and included In the bid documents organizations identified by the Office of recruitment ofr minority businesses. orl insurance for subcontractors. that provide assistance in or insurance or provided alternatives to bonding did not reject them as In need of equipment, loan obtaining the same unit pricing with the minority businesses In order to a public construction or repair project when minority contractors and suppliers to agreement with the firms listed ini the lack of qualification should have the reasons documented in Any rejection ofai minority business based on credit that is ordinarily required. Assisted minority businesses in supplies, or letters of credit, Including waiving writing. business establishing credit. possible. meet cash-flow demands. executed with the Owner. Substitution of contractors must conditional be in upon scope of contract to be Failure to abide by this statutory provision will constitute a breach accordance oft the contract. with GS143-128.2(d) The undersigned hereby certifies that he or she has read the terms of the commitment and is authorized to bind the bidder tot the commitment hereinseti minority business Date/B/31123 Name of Authorized Officer 1AA forth. PEATRIZ NOTAPA VBEE 4 t Signature:_ TMAYYYV Title: YPRisidenT State OCAL-CANLwSCoumy of New HANDuRL. My commission expires. Vps/1s2024 Subscribed and swom to beforee this 24s+ dayof Dmbe_20.23 VER COUNT Notary Public_ Bekhy Aalians MBForms 2002-Revised July 2010 Attach tol Bid Attach tol Bid Attacht tol Bid Attacht tol Bid Attach tol Bid Attacht tol Bid Attacht State of North Carolina -AFFIDAVIT tol Bid Attach to Bid B-- Intent to Perform Contract with Own Workforce. Countyof NeWLANOUeL Affidavit of HARA BuLAeLS TpC Ihereby certify that it is our intent toy perform (Name 100% ofE of Bidder) the work CARJERET COWTy CGRIHe ReAais Inr making this certification, the Bidder states that the Bidder does oft this type project, andi normally performs and has the required for the, (Name of Project) contract. not customarily subcontract elements elements of the work on this project with his/her own current capability work to perform and will perform all forces; and The Bidder agrees to provide any additional information or documentation support oft the above statement. The Bidder agrees to make a Good requested by the owner In Faith Effort to utilize minority suppliers where possible. The Bidder undersigned tot the hereby certifies that he or she has read this certification and commitments herein contained. is authorized to bind the Date:/A19:183 Name of Authorized Officer: CbEHA Signature: / Title:_ VPhasient SBTARI de State of Eur Countyo of Now HALoUeI Subscribed and'sayn't topefore me,this, 4st dayof p2023 Notary Public Bahig alans My commission' expires_ 0ss/2024 MBForms 2002-Revised July 2010 FORM OF BID BOND KNOW ALL MEN BY THESE: PRESENTS THAT Harp Builders, Inc. Carteret County as principal, and The Gray Casualty & Surety Company in the penal sum of Five Percent of Amount Bid severally, firmly by these presents. as surety, who is duly licensed to act as surety in North Carolina, are held and firmly bound unto 5% DOLLARS, lawful as obligee, of the United States of America, for the payment of which, well and truly to be made, money we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and Signed, sealed and dated this 21st day of December WHEREAS, the said principal Is herewith submitting proposal for 2023 Carteret County Courthouse Repairs by G.S, 143-129. and the principal desires toi filet this bid bond in lieu of making the cash deposit as required NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION is execute the contract and give bond for the falthful performance thereof submitted within and shall the award of same to the principal, then this obligation shall be null and ten days after principal falls to sO execute such contract and give performance bond as void; but if the ifthe principal shall be awarded the contract for which the bid is 143-129, the surety, shall, upon demand, forthwith pay to the the first paragraph hereof. Provided further, that the bid obligee be. such, that the amount required by G.S. set forth in G.S. 143-129,1 may withdrawn as provided by Harp Builders, Inc. By: Ay (SEAL) (SEAL) (SEAL) (SEAL) The Gray Casualty & Surely Company SEAL By: Ronda w. Busb L FORM OFE BID BOND THE GRAYINSURANCE COMPANY THE GRAYCASUALIYAS SURETY COMPANY GENERAL. POWER OF ATTORNEY Bondi Number: Bid Bond Principal: Harp Builders, Inc. Obligee: Carteret County appoint; Ronda Wi.Bush amount of $25,000,000.00. June, 2003. KNOW ALLI BY THESEI PRESENTS, THAT The GrayI Insurance Comupanya and The organized ande exisling undert thel laws ofLouisiana, and! having their principal on! behalfofeacho ofthe Companiest named abovei its trues and lawful asi its deed, bonds, ord other writings obligatory int ther nature ofab bond, Attomeyl)-u-Paci, as law, regulalion, coutract ord otherwise, provided (thats nol boad ort This Power of Altorney is granted and is signed by facsimile under and "RESOLVED, that the President, Executive Vicel Preskdent, any Vice President, FURTHER RESOLVBD, that thes siguature ofsuch officers and thes seal Gray Casnalty & Surety Company, corporations duly officesi in Melairie, Louislana, dol hereby make, constitute, and tor make, execute, seala and deliver, for ando oni its bebalfand surely, contrasts ofs suretyship as are or mayber required ory wdertaking or contract ofs suretyship executed uder this authority shall pennittedby. exceedi the Directors of both The Gray Insurance Company and The Gray Casualty & by! the authority of the following Resolutions adopted by the Boards of executea a powero of Attomey qualifyingt the attorneyr namedi int the given Power ord the Secrelary be and each ora any ofthem! hereby isa authorized to undertakings, and all contracts ofsurety, and that each ora anyofthem is! ofAttoney to executed ont behalfofthec Company bonds, certificate relatingt thereto by! facsimile, and any suchl Power of Allomeyo or ofthe certificatet Company, mayb bes affixed to anys such Power ofAltomeys or to any binding upont the Company now andi in the fulurey whens so aflixed with regard to any! beariug bead, such facsimiles siguature or facsimiles seals shall be aflixed, andt thesey presents lob bes signed! byt their authorized Company: and officers The Gray this Casually & Surety Company havec caused their official seals tob be! hereinto Surety Company at meetings duly called and held on the 264 dayo of herebys authorizedt to attest tot the execution ofsuchl Powerc ofA Attomey, and toa altach the seal ofthe Conpany; and itis IN) WTTNESS WHEREOF, Thec Gray Insurance undertaking or contract ofsurety tos whichi ilisa attached. 28 dayo rofOctober,2 2021. Paize Michae!T. Gray President Thec Gray Insurance Compauy SEKL By: State ofLouisiana Parish of) Jefferson Gp Cullen S. Piske President The Gray Casualty & Surely Company SEAL ss; Out this 28 day ofOctober, 2021, beforer me, a Nolary! Public, and Cullen S. Piske, President ofThe Gray Casualty &s Surety personally appeared) Michael T. Gray, President ofThe Gray Insurance Company, signed the abovel Power of Attorney anda affixed the seais ofihe Company, companies personally as known tor me, being dulys swom, acknowledged that they act and deed, oftheir çompanies. officerso of, anda acknowledgeds saidi instrument to ber they voluntary Novican Leigh Anne Henican Notary! Publio Shey-Auwe My Commmission is forLife Notary IDI No.92653 Leigh Annel Henican Orleans Parish, Louislana Notery Public, Parish ofOrlcans Slate ofLouisiana ,Mark's. Mangio, MbbrAb-rm Power ofA Attomeys given Secrelary by the of1 companles, The Gray) which Insttrance iss still Company, inf full do! herebys certify thatt thes above and forgoing isat truea ando correct ofa affixedi the seals oft theCompany this 2lst day of Deçember force ande 2023 effect, IN WITNESS WHEREOF, Thave: sel my hand and copyo LLeigh Anne Henican, SecrelaryofThe Gmy Casualty & Surety Company, dol copy ofal Powero ofAttomey given! by the companies, whichi iss still in full force herebys certify that the above and forgoing isat tnie and correct and affixedt thes seals ofu the Company this 2lst dayof December 2023 ande effuct. IN WITNESS WHEREOF,Ihave sel myl hand Ciy-Aye Nowiton SEKL SEKL Dor not submit with bid Do not submit with bid Do not submit with bid Do not submit with bid State of North Carolina - AFFIDAVIT C- Portion of the Work to be (Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.) Ift the portion of the work to be executed by HUB certfied/minority businesses as defined in GS143- 128.2(g) and 128. 4(a).(b),(e) is equal to or greater than 10% of the bidders total contract price, then the This affidavit shall be provided by the apparent lowest responsible, responsive bidder within 72 hours Performed by HUB Certified/Minority Businesses County of bidder must complete this affidavit. after notification of being low bidder. Affidavit of Project ID# Iwill expend a minimum of Name and Phone Number do hereby certify that on the (Name of Bidder). (Project Name) Amount of Bid $_ % of the total dollar amount of the contract with minority business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. Attach additional sheets ifrequired *Minority **HUB Category Certified Work Description Dollar Value Y/N *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (), ** HUB Certification with the state HUB Office required to be counted toward state participation goals. Pursuant to G5143-128.2(0), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill The undersigned hereby certifies that he or she has read the terms of this commitment and is Female (F) Socially and Economically Disadvantaged (D) this commitment may constitute al breach of the contract. authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: SEAL State of Subscribed and sworn to before me this Notary Public_ My commission expires_ County of day of 20_ MBForms 2002-Revised July 2010 Do not submit with the bid Do not submit with the bid Dor not submit with the bid Dor nots submit with the bid Do not submit with the bid State of North Carolina AFFIDAVIT D- Good Faith Efforts County of (Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.) lft the goal of 10% participation by HUB Certified/ minority business is not achieved, the Bidder shall provide the following documentation to the Owner of his good faith efforts: Affidavit of Project ID# Iwill expend a minimum of do hereby certify that on the (Name of Bidder) (Project Name) Amount of Bid $ % of the total dollar amount of the contract with HUB certified/ minority business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. (Attach additional sheets ifrequired) Name and Phone Number *Minority **HUB Category Certified Work Description Dollar Value Y/N *Minority categories: Black, African American (B), Hispanic (H), Asian. American (A) American Indian (1), ** HUB Certification with the state HUB Office required to be counted toward state participation goals. Examples of documentaltion that may be required to demonstrate the Bidder's good faith efforts to meet the goals set forth Int these provisions A. Copies ofs solicitations for quoles to atl least three (3) minority business firms from the source list provided byt the State for each subcontract tot be let undert this contract (if3 or more firms are shown on the source list). Each solicitation shall contain a specific description oft the work to be subcontracted, location where bid documents can! be reviewed, representative oft the Prime Bidder to contact, and location, D. For subcontracts where a minority business firmi is not considered the lowest responsible sub- bidder, copies ofc quotes received from all E. Documentation ofa any contacts or correspondence tor minority business, community, or contractor organizations ina an attempt to meel the Female (F) Socially and Economically Disadvantaged (D) include, but are not necessarily limited to, the following: date and time when quotes must ber received. B. Copies ofc quotes or responses received from eacht firm responding to the solicitation. C.At telephone log of follow-up calis to each firm sent a solicitation. firms submitting quotes for that particular subcontract. goal. F.Copy of pre- bid roster G. Letter documenting efforts to provide assistance in obtaining required bonding ori insurance for minority business. LLetter documenting proposed assistance offered to minority business inr need of equipment, loan capital, lines ofc credit, orj joint pay agreements tos secure loans, supplies, or letter ofc credit, including walving credit that is ordinarily required. Failure to provide the documentation asl listed int thesey provisions may resulti in rejection of the bid and award to the next lowest responsible Pursuant to GS143-128.2(d), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill H. Letter detailing reasons for rejection ofr minority business due to lack of qualification. and responsive bidder. this commitment may constitute a breach of the contract. MBForms 2002-Revised May 2010 -1- Dor not submit with the bid Dor nots submit witht the bid Dor nots submit with the! bid Do not submit with the bid Dor not submit with the! bid The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: State of Subscribed and sworn to before me this Notary Public_ My commission expires County of SEAL day of 20_ MBForms 2002-Revised: May 2010 APPENDIXI E MBE DOCUMENTATION FOR CONTRACT PAYMENTS Prime Contractor/Architect: Address & Phone: Project Name: Pay Application #: mentioned period. Period: The following is a list of payments made to Minority Business Enterprises on this project for the above- MBE FIRM NAME * INDICATE AMOUNT PAID THIS MONTH TOTAL DATE TOTAL COMMITTED TYPE OF MBE PAYMENTSTO AMOUNT *Minority categories: Black, African American (B), Hispanic (H), Asian American (A), American Indian (I), Female (F), Social and Economically Disadvantage (D) Date: Approved/Certified By: Name Title Signature SUBMIT WITH EACH PAY REQUEST & FINAL PAYMENT (Revised on3 3/14/2003) MBGuidelines 2002. viii- PDF processed with CutePDF evaluation edition www.CutePDF.com GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR In accordance with G.S. 143-128.2 (effective. January I, 2002) these guidelines establish goals for minority participation in single-prime bidding, separate-prime bidding, construction manager at risk, and alternative contracting methods, on State construction projects in the amount of $300,000 or more. The legislation provides that the State shall have a verifiable ten percent (10%) goal for participation by minority businesses in the total value ofwork for each project for which a contract or contracts are: Itist the intent of these guidelines that the State of1 North Carolina, as awarding authority for construction projects, and the contractors and subcontractors performing the construction contracts awarded shall cooperate and in good faith do all things legal, proper and reasonable to achieve the statutory goal oft ten percent (10%) for participation by minority businesses in each construction project as mandated by GS 143-128.2. 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, PARTICIPATION IN STATE CONSTRUCTION CONTRACTS awarded. These requirements are published to accomplish that end. SECTION A: INTENT responsive bid or bids. SECTIONI B: DEFINITIONS 1. Minority a person who is a citizen or lawful permanent resident of the United States and who a. Black, that is, aj person having origins in any of the black racial groups in Africa; b. Hispanic, that is, a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Islands, regardless ofr race; Asian American, that is, aj person having origins in any oft the original peoples oft the Far East, Southeast Asia and Asia, the Indian subcontinent, the Pacific Islands; d. American Indian, that is, aj person having origins in any oft the original peoples ofl North is: America; or Female 2. Minority Business means a business: a. In which at least fifty-one percent (51%) is owned by one or more minority persons, or int the case ofa corporation, in which at least fifly-one percent (51%) oft the stock is owned by one or more minority persons or socially and economically disadvantaged individuals; and b. Ofwhich the management and daily business operations are controlled by one or more oft the minority persons or socially and economically disadvantaged individuals who own it.. 3. Socially and economically disadvantaged individual means the same as defined in 15 U.S.C. 637. "Socially, disadvantaged individuals are those who have been subjected to racial or ethnic prejudice or cultural bias because of their identity as a member ofa group without regard to their individual qualities". "Economically disadvantaged individuals are those socially disadvantaged individuals whose ability to compete in the free enterprise system has been impaired due to diminished capital and credit opportunities as compared to others in the: same business area who 4. Public Entity means State and all public subdivisions and local governmental units. 5. Owner The State ofl North Carolina, through the Agency/Institution named in the contract. 6. Designer Any person, firm, partnership, or corporation, which has contracted with the State of 7. Bidder - Any person, firm, partnership, corporation, association, or. joint venture seeking to be are not socially disadvantaged". North Carolina to perform architectural or engineering, work. awarded a public contract or subcontract. MBGuidelines 2002 i- 8. Contract A mutually binding legal relationship or any modification thereofobligating the seller tof furnish equipment, materials or services, including construction, and obligating the buyer to 9. Contractor- Any person, firm, partnership, corporation, association, or joint venture which has contracted with the State ofNorth Carolina to perform construction work or repair. 10. Subcontractor- A firm under contract with the prime contractor or construction manager at risk for supplying materials or labor and materials and/or installation. The subcontractor may or may pay fort them, not provide materials in his subcontract. SECTION C: RESPONSIBILITIES to as HUB Office). 1. Office for Historically Underutilized Businesses. Department of Administration (hereinafter referred The HUB Office has established: aj program, which allows interested persons or businesses qualifying asaminority business under G.S. 143-128.2, to obtain certification int the State ofNorth Carolina procurement. system. The information provided by the minority businesses willl be used by thel HUB a. Identify those areas of work for which there are minority businesses, as requested. b. Make available toi interested parties al list of prospective minority business contractors and C. Assist in the determination of technical assistance needed by minority business contractors. In addition to being responsible for the certification/verification of minority businesses that want to (I) Maintain a current list of minority businesses. The list shall include the areas ofwork in (2) Inform minority businesses on how toi identify and obtain contracting and subcontracting opportunities through the State Construction Office and other public entities. (3) Inform minority businesses oft the contracting and subcontracting process for public (4) Work with the North Carolina trade and professional organizations to improve the ability of Office to: subcontractors. participate in the State construction program, thel HUB Office will: which each minority business is interested. construction building projects. minority businesses to compete in the State construction projects. (5) The HUB Office also oversees the minority business program by: a. Monitoring compliance with the program requirements. b. Assisting in the implementation of training and technical assistance programs. Identifying and implementing outreach efforts toi increase the utilization of minority d. Reporting the results of minority business utilization to the Secretary oft the Department of Administration, the Governor, and the General. Assembly. businesses. 2. State Construction Office The State Construction Office will be responsible for the following: a. Furnish to the HUB Office ar minimum oft twenty-one days prior to the bid opening the following: (I) Project description and location; Locations where bidding documents may be reviewed; period to advise who the prospective bidders are; (4) Date, time and location ofthe bid opening. (5) Date, time and location of prebid conference, if scheduled. Name ofa representative of the owner who can be contacted during the advertising b. Attending scheduled prebid conference, if necessary, to clarify requirements of the general statutes regarding minority-business: participation, including the bidders' responsibilities. MBGuidelines 2002 ii- C. Reviewing the apparent low bidders' statutory compliance with the requirements listed in the proposal, that must be complied with, ift the bid is to be considered as responsive, prior to award of contracts. The State reserves the right to reject any or all bids and to waive informalities. d. Reviewing ofminority business requirements at Preconstruction conference. Monitoring of contractors' compliance with minority business requirements in the contract Provide statistical data and required reports to the HUB Office. Resolve any protest and disputes arising after implementation ofthe plan, in conjunction with the documents during construction. HUB Office. 3. Owner Before awarding a contract, owner. shall do the following: a. Develop and implement a minority business participation outreach plan to identify minority businesses that can perform public building projects and to implement outreach efforts to encourage minority business participation in these projects to include education, recruitment, and - Atle least 10 days prior to the scheduled day of bid opening, notify minority businesses that have requested notices from the public entity for public construction or repair work and minority businesses that otherwise indicated to the Office for Historically Underutilized Businesses an interest in the type of work being bid or the potential contracting opportunities listed in the 3. The name oft the individual within the owner's organization who will be available to interaction between minority businesses and non-minority businesses. b. Attend the scheduled prebid conference. proposal. The notification shall include the following: 1. A description of the work for which the bid is being solicited. 2. The date, time, and location where bids are to be submitted. answer questions about the project. 4. Where bid documents may be reviewed. 5. Any special requirements that may exist. firms made in an attempt to meet the goals. d. Utilize other media, as appropriate, likely to inform potential minority businesses of the bid . Maintain documentation ofa any contacts, correspondence, or conversation with minority business Review, jointly with the designer, all requirements of G.S. 143-128.2(c) and G.S. 143-128.2()- - (i.e. bidders' proposals for identification of the minority, businesses that will be utilized with corresponding total dollar value of the bid and affidavit listing good faith efforts, or affidavit of self-performance of work, ift the contractor will perform work under contract by its own workforce)- - prior to recommendation of award to the State Construction Office. Evaluate documentation to determine good faith effort has been achieved for minority business utilization prior to recommendation ofaward to State Construction Office. h. Review prime contractors' pay applications for compliance with minority business utilization Make documentation: showing evidence of implementation of Owner's responsibilities available for review by State Construction Office and HUB Office, upon request Under the single-prime bidding, separate prime bidding, construction manager at risk, or alternative a. Attend the scheduled prebid conference to explain minority business requirements to the b. Assist the owner to identify and notify prospective minority business prime and subcontractors Maintain documentation of any contacts, correspondence, or conversation with minority business d. Review jointly with the owner, all requirements of G.S. 143-128.2(c) and G.5.143-128.20)- (i.e. bidders' proposals for identification of the minority businesses that will be utilized with being sought. commitments prior to payment. 4. Designer contracting method, the designer will: prospective bidders. ofpotential contracting opportunities. firms made in an attempt to meet the goals. MBGuidelines 2002 iii- corresponding total dollar value oft the bid and affidavit listing Good Faith Efforts, or affidavit of self-performance ofv work, ifthe contractor will perform work under contract by its own During construction phase oft the project, review "MBE Documentation for Contract Payment". - (Appendix E) for compliance with minority business utilization commitments. Submit Appendix Eform with monthly pay applications to the owner and forward copies to the State Construction Make documentation showing evidence ofi implementation of] Designer's responsibilities available for review by State Construction Office and HUB Office, upon request. Under the single-prime bidding, the separate-prime biding, construction manager at risk and workforce): prior to recommendation of award. Office. 5. Prime Contractor(s). CM at Risk, and Its First-Tier Subcontractors alternative contracting methods, contractor(s) will: a. Attend the scheduled prebid conference. interest in performing subcontract work. b. Identify or determine those work areas ofas subcontract where minority businesses may have an At least ten (10) days prior to the scheduled day ofbid opening, notify minority businesses of potential subcontracting opportunities listed in the proposal. The notification will include the (3) The name of the individual within the company who will be available to answer questions Any special requirements that may exist, such as insurance, licenses, bonds and financial Ifthere are more than three (3) minority businesses in the general locality oft the project who offer similar contracting or subcontracting serviçes in the specific trade, the contractor(s) shall d. During the bidding process, comply with the contractor(s): requirements listed in the proposal for . Identify on the bid, the minority businesses that will be utilized on the project with corresponding total dollar value oft the bid and affidavit listing good faith efforts as required by Make documentation showing evidence of implementation of PM, CM-at-Risk and First-Tier Subcontractor responsibilities available for review by State Construction Office and HUB Office, g. Upon being named the apparent low bidder, the Bidder shall provide one of the following: (I)an affidavit (Affidavit C) that includes a description of the portion ofv work to be executed by minority businesses, expressed as aj percentage oft the total contract price, which is equal to or more than the applicable goal; (2) ift the percentage is not equal to the applicable goal, then documentation ofa all good faith efforts taken to meet the goal. Failure to comply with these requirements is grounds for rejection oft the bid and award to the next lowest responsible and h. The contractor(s): shall identify the name(s) ofminority business subcontractor(s) and corresponding dollar amount ofwork on the schedule of values. The schedule of values shall be provided as required in Article 31 ofthe General Conditions oft the Contract to facilitate The contractor(s) shall submit with each monthly, pay request(s) and final payment(s), "MBE Documentation for Contract Payment" - (Appendix E), for designer's review. During the construction ofa project, at any time, ifit becomes necessary to replace a minority business subcontractor, immediately advise the owner, State Construction Office, and the Director of the HUB Office in writing, ofthe circumstances involved. The prime contractor shall make a good faith effort to replace a minority business subcontractor with another minority following: (I) A description of the work for which the subbid is being solicited. (2) The date, time and location where subbids are to be submitted. about the project. arrangements. Where bid documents may, be reviewed. notify three (3), but may contact more, ift the contractor(s) sO desires. minority participation. G.S. 143-128.2(c): and G.S. 143-128.2(). upon request. responsive bidder. payments to the subcontractors. business subcontractor. MBGuidelines 2002 iv- k. Ifduring the construction ofa project additional subcontracting opportunities become available, Itis the intent oft these requirements apply to all contractors performing as prime contractor and make a good faith effort to solicit subbids from minority businesses. first tier subcontractor under construction manager at risk on state projects. Minority Business Responsibilities While minority businesses are not required to become certified in order to participate in the State construction projects, it is recommended that they become certified and should take advantage oft the appropriate technical assistance that is made available. In addition, minority businesses who are contacted by owners or bidders must respond promptly whether or not they wish to submit a bid. Itis the policy of this state that disputes that involves a person's rights, duties or privileges, should be settled through informal procedures. To that end, minority. business disputes arising under these SECTION5: These guidelines shall apply upon promulgation on state construction projects. Copies of these guidelines may be obtained from the Department of Administration, State Construction Office, (physical address) 301 North Wilmington Street, Suite 450, NC Education Building, Raleigh, North Carolina, 27601-2827, (mail address) 1307 Mail Service Center, Raleigh, North Carolina, 27699-1307, SECTION 6: In addition to these guidelines, there will be issued with each construction bid package provisions for contractual compliance providing minority business participation in the state construction SECTION4: DISPUTE PROCEDURES guidelines should be resolved as governed under G.S. 143-128(g). phone (919) 807-4100, Website: www.nc-sco.com program. MBGuidelines 2002 MINORITY BUSINESS CONTRACT PROVISIONS CONSTRUCTION) APPLICATION: The Guidelines for Recruitment and Selection of Minority Businesses for Participation in State Construction Contracts are hereby made a part of these contract documents. These guidelines shall apply to all contractors regardless of ownership. Copies ofthese guidelines may be obtained from the Department of Administration, State Construction Office, (physical address). 301 North Wilmington Street, Suite 450, NCI Education Building, Raleigh, North Carolina, 27601-2827, (mail address) 1307 Mail Service Center, Raleigh, North Carolina, 27699-1307, phone (919) 807-4100, Website: tp/www.ne-sco.com MINORITY BUSINESS SUBCONTRACT GOALS: The goals for participation by minority firms as subcontractors on this project have been set at 10%. The bidder must identify on its bid, the minority businesses that will be utilized on the project with corresponding total dollar value of the bid and affidavit (Affidavit A) listing good faith efforts or affidavit (Affidavit B) ofself-performance ofwork, ifthe bidder will perform work under contract by its The lowest responsible, responsive bidder must provide Affidavit C, that includes a description of the portion ofwork to be executed by minority businesses, expressed as a percentage ofthe total contract own workforce, as required by G.S. 143-128.2(c) and G.S. 143-128.2(). price, which is equal to or more than the applicable goal. OR Provide Affidavit D, that includes a description ofthe portion of work to be executed by minority businesses, expressed as aj percentage oft the total contract price, with documentation of Good Faith Effort, if the percentage is not equal to the applicable goal. OR Provide. Affidavit B, which includes sufficient information for the State to determine that the bidder does The above information must be provided as required. Failure to submit these documents is not customarily subcontract work on this type project. grounds for rejection of the bid. MBGuidelines 2002 MINIMUM COMPLIANCE REQUIREMENTS: All written statements, affidavits or intentions made by the Bidder shall become aj part oft the agreement between the Contractor and the State for performance ofthis contract. Failure to comply with any of these statements, affidavits or intentions, or with the minority business Guidelines shall constitute a breach oft the contract. A finding by the State that any information submitted either prior to award oft the contract or during thej performance of the contract is inaccurate, false or incomplete, shall also constitute ab breach oft the contract. Any such breach may result in termination of the contract in accordance with the termination provisions contained in the contract. It shall be solely at the option oft the State whether In determining whether a contractor has made Good Faith Efforts, the State will evaluate all efforts made by the Contractor and will determine compliance in regard to quantity, intensity, and results of (1) Contacting minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor or available on State or local government maintained lists at least 10 days before the bid or proposal date and notifying them oft the nature and scope of the Making the construction plans, specifications and requirements available for review by prospective minority businesses, or providing these documents to them at least 10 days before the bid or 3) Breaking down or combining elements of work into economically feasible units to facilitate (4) Working with minority trade, community, or contractor organizations identified by the Office for Historically Underutilized Businesses and included in the bid documents that provide assistance in tot terminate the contract for breach. these efforts. Good Faith Efforts include: work tol be performed. proposals are due. minority participation. recruitment of minority businesses. (5) Attending any prebid meetings scheduled by the public owner. (6). Providing assistance in getting required bonding or insurance or providing alternatives to bonding (7) Negotiating in good faith with interested minority businesses and not rejecting them as unqualified without sound reasons based on their capabilities. Any rejection. ofa minority business based on (8) Providing assistance to an otherwise qualified minority business in need ofequipment, loan capital, lines of credit, or joint pay, agreements to secure loans, supplies, or letters of credit, including waiving credit that is ordinarily required. Assisting minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help minority businesses in establishing (9). Negotiating, joint venture and partnership arrangements with minority businesses in order to increase opportunities for minority business participation on a public construction or repair project (10) Providing quick pay agreements and policies to enable minority contractors and suppliers to meet or insurance for subcontractors. lack of qualification should have the reasons documented in writing. credit. when possible. cash-flow demands. MBGuidelines 2002 1- APPENDIX E MBE DOCUMENTATION FOR CONTRACT: PAYMENTS Prime Contractor/Architect: Address & Phone: Project Name: Pay Application #: mentioned period. Period: The following is al list of payments made to Minority Business Enterprises on this project for the above- MBEI FIRM NAME * INDICATE AMOUNT PAID THIS MONTH TOTAL DATE TOTAL COMMITTED TYPE OF MBE PAYMENTS TO AMOUNT *Minority categories: Black, African American (B), Hispanic (H), Asian American (A), American Indian (), Female (F), Social and Economically Disadvantage (D) Date: Approved/Certified By: Name Title Signature SUBMIT WITH EACH PAYI REQUEST & FINAL PAYMENT (Revised on 3/14/2003) MBGuidelines 2002 viii- GENERAL CONDITIONS AIA Document A201 -2 2017- - General Conditions oft the Contract for Construction is referenced in these contract documents andi is tol be part oft this contract. This document can be obtained by contacting: AIA North Carolina 115 West Morgan Street Raleigh, North Carolina 27601 919-833-6656 phone 919-833-2015 fax order line Carteret County Courthouse Repairs 23025 STANDARD FORM OF AGREEMENT AIA Document. A101 - 2017- - Standard Form ofA Agreement Between Owner and Contractor where the basis ofp payment is a Stipulated Sum Price is referenced int these contract documents andi is to be part of this contract. This document can be obtained by contacting: AIA North Carolina 115 West Morgan Street Raleigh, North Carolina 27601 919-833-6656 phone 919-833-2015 fax order line Carteret County Courthouse Repairs 23025 SECTION 00800 - SUPPLEMENTARY GENERAL CONDITIONS AND GENERAL REQUIREMENTS The following supplements modify, delete from or add tot the' "General Conditions of the Contract for Construction", AIA Document A-201, 2007. Where any Article oft the General Conditions is modified or any Paragraph, Subparagraph or Clause thereof is modified or deleted byt these Supplementary Conditions, the unaltered provisions oft that Article, Paragraph, Subparagraph or Clause shall remain ineffect. Ifint the event any articles oft the Construction Contract are in direct conflict with Articles of the General Conditions, the Contract shall override for that portion that may bei in conflict. SUPPLEMENTS TO AIA DOCUMENT A-201: 2017 Edition ARTICLE1: Add thet following definitions: "Product" includes materials, systems, and equipment. "Provide" shall mean furnish andi install complete inj place, operational and ready for use. "Building Code" and" "Code" refer to regulations of governmental agencies having jurisdiction "Or approved equal" and' 'equal to" shall mean substitute products by manufacturers other than those specified in the project manual, addenda, and on the drawings and which may be incorporated in the work after review and concurrence by the designer and the Owner, "Approved", "required", and "as directed" refer to and indicate the work or materials that may be approved, required or directed by the Architect acting as the agent for the "Owner "Indicated" and' "shown" shall mean as detailed, or called for and reasonably implied in the "Latest edition" shall mean the current printed document issued up to 30 calendar days prior "Drawings" or' plans" mean the drawings enumerated in the contract documents, as well as all thei information int the detail manual when applicable, addenda, and designer prepared field contract documents. to date of receipt of bids, unless specified otherwise. drawings and clarification drawings. Specifications" mean this project manual anda addenda thereto. "Similar" means in its general sense and not necessarily identical. requirements contained in the Contract Documents. "Shown' indicated", "detailed", "noted", 'scheduled" and terms of similar import, refer to the ARTICLE2: 2.2.5 Add: Drawings and Specification furnished to contractors: Final Plans, Specifications and any Addendum will be posted on the Architect's website. ARTICLE3: 3.1.1 Add: The General Contractor shall be the Project Expediter" and shall be responsible for 3.12.11Add: Product Data, and Samples Each contractor shall submit electronic copies of all proper coordination of all work. shop drawings, and any required samples fora approval. Carteret County Courthouse Repairs 23025 00800-1 3.12.12Add: The contractor shall make any corrections required by the Architect andi file with him 3.12.13Add: The Contractor shall keep at the site a current set of shop drawings that bear the 3.15.1 Add: Prior to finali inspection and acceptance of the! building, the General Contractor shall electronic) copies, when requested. Additional copies shall be furnished to other trades and prime contractors where necessary to coordinate their work. stamped approval oft the Architect or Engineer. clean the building, including but notl limited to, glass, hardware, fixtures, equipment, masonry, clean floors as specified, and completely prepare the building for use by the Owner with no cleaning required by the Owner. ARTICLE5: ARTICLE7: 7.2.1 Add: The allowances for overhead and profit combined shall not exceed fifteen (15)% of net cost except where the change involves a subcontractor; allowances shall not exceed fifteen (15)% for the subcontractor and five (5)% for the prime contractor. No allowances shall be made for overhead and profit. In the case of deductible change orders, the contractor shall include not less than seven (7)% profit, but no allowance At thet time of signing a change order, the contractor shall certify as follows, "Icertify that my bonding company willl be notified forthwith that my contract has been increased or decreased by the amount oft this change order, andt that a copy of the approved change order willl be mailed upon receipt by me to my surety". All requests for Change Orders must be in writing and be supported by a breakdown showing method of arriving at net costs. Breakdown shall include materials, labor, for overhead. taxes, profit & overhead. ARTICLE8: 8.1.2 Add: The Contractor shall commence work to be performed under this agreement on: a date tob be specified in a written Notice to Proceed and shall fully complete work hereunder within 150 consecutive calendar days from said date. For each day in excess oft the above number of days, the Contractor(s): shall pay tot the Owner the sum ofas $250. 00 per consecutive calendar day liquidated damages, reasonably estimated in advance to cover losses to be incurred by the Owner by reason of failure of said Contractor(s) to complete work within the time specified, such time being in the essence oft this Contract and a material consideration thereof. assumed that the Contractor has anticipated the amount of adverse weather conditions normal to site of the Work for the season or seasons of the yeari involved. Only those weather delays attributable to other than normal weather conditions will be considered by the Architect, which affect the critical path schedule. 8.2.1 Add: In planning his construction schedule within the agreed Contract Time, its shall be ARTICLE9: 9.2 Add: Schedule of Values shall separate labor and material for each phase of the work. The phases of work shall be broken down per each section of the specifications. Where a section includes two or more major items of work, they shall also be broken out separately including labor and material. Carteret County Courthouse Repairs 23025 00800-2 Each item in the Schedule of Values and Application for Payment shall be complete including its total cost and proportionate share of general overhead and profit margin. At the Contractor's option, temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown as separate line items in the Schedule of Values or distributed as general overhead expense. Submit five (5) copies, within 10 days of Notice to Proceed. 9.3.1 Add: Type ofForm: Application and Certificate for Payment AIA Document G 702 and Continuation Sheet G 702A, latest edition. (The contractor may purchase these certificates from the American Institute of Architects, 1735 New York Avenue, NW, Number of copies: Five (5) unless otherwise noted. Must have original signatures. Application shall be in Architect's office no later than the last day of each month and Retainage: Each certificate shall show, and the Owner will retain 5% of the amount of each estimate until final completion and acceptance of all work covered by the Washington, D.C.). Cut off fore each application shall be the 25th of each month. shall be signed and notarized. contract. 9,6.1 Add: The Owner shall make payment of each certificate no later than the last day oft the following month. ARTICLE11: Add: All Certificates of Insurance required by the Contract Documents shall containa provision that coverage's afforded under the policies will not be canceled, reduced in amount or coverage's eliminated until at least thirty (30) days after mailing written notice, by certified mail, return receipt requested, to the insured and the Owner of Full contract amount shall appear on each document as necessary. Effective date on each document shall be the same as the contract document date. Expiration date shall be sufficient to complete the project. An authorized individual agent, licensed to do business in North Carolina, shall The title 'Licensed Resident Agen!" shall appear after the signature. such alteration or cancellation. countersign each policy. 11.1 Add: Shall be furnished and maintained by contractor as outlined with the following General Liability shall include: Comprehensive forms, premises- operations, independent contractor's protective, products and completed operations broad form property damaged, and explosion and collapse hazard. adjustments and additions. Carteret County Courthouse Repairs 23025 00800-3 Automobile liability shall include: Comprehensive form, owned, hired, and non-owned. Worker's Compensation and Employer's Liability in accordance with North Carolina Statutory requirements. Combined Single Limit General Liability- For Bodily Injury and Property Damage Each Occurrence =$1,000,000 General Aggregate: = $2,000,000 Auto Liability For Bodily Injury and Property Damage Combined Single Limit = $300,000 Employer Liability for each accident = $100,000 11.1.2 Limits shall be as follows: Subcontractor's Insurance Coverage The Contractor shall either: 1. Require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Comprehensive General Liability, Automobile Liability, and Property Insurance of the type and the same amount Insure the activity of his subcontractors in his own policy. Revise To: Contractor to Purchase and Supply Builders Risk Insurance Performance bond and payment bond willl be required for 100% of the contract price. as specified in paragraph above; or 2. 11.3 11.4.1 ARTICLE 13: MISCELLANOUS PROVISIONS The Project Expediter shall provide temporary power required for construction for all trades and disciplines unless otherwise stated in the specifications. The Contractor will pay for electricity and water usage. The Contractor shall assure that temporary power and water are used in a responsible manner, ARTICLE 15: 15.1.5.1Add: When Contract Time has been extended, as provided under this Paragraph 4.3.7.1, 15.1.5.2 Add: In planning his construction schedule within the agreed Contract Time, it shall be such extension of time shall not be considered as justifying extra compensation to the assumed that the Contractor has anticipated the amount of adverse weather conditions normal to site of the Work for the season or seasons of the year involved. Only those weather delays attributable to other than normal weather conditions will be considered by the Architect if critical path of schedule is affected. At five year average willl be used for calculating adverse weather. The Newport Weather Station will be disputes or claims only if both parties agree to arbitration, otherwise, all disputes and Contractor for Administrative costs or other such reasons, used as a reporting station. 15.1.2 Add: Mediation will be thet first step in solving claims. Arbitration shall be used to settle claims shall be settled by normal legal means. Carteret County Courthouse Repairs 23025 00800-4 Ifarbitration is agreed by both parities, then after appointment of the arbitrator or arbitrators, the parties to the arbitration shall have the right to take depositions and to obtain discovery regarding the subject matter of the arbitration and, to that end, to use and exercise all oft the same rights, remedies, and procedures, and be subject to all of the same duties, liabilities, and obligations ini the arbitration with respect to the subject matter thereof, as ift the matter oft the arbitration were pending in a civil action before a Superior Court oft the State. END OF SECTION 00800 Carteret County Courthouse Repairs 23025 00800-5 SECTION 00820 - SPECIAL CONDITIONS 1. General: The existing facility shall remain secure during the construction period. All contractors shall conduct their operations so as to cause thel least possible interference with the normal operations oft the facility. All contractors shall limit use oft thes site for access and storage of materials to those areas approved by the Owner. All access to the area of work must be through designated areas approved byt the Owner. Contractors shall not be allowed construction vehicles used int the performance of the work and only where approved by the Building Security: The present level of security for the existing facility shall not be Personnel Safety: Contractor shall provide barricades and similar types of safety items required to protect anyone in the area of work from the hazards of construction activities. Roadways, walks, paths, entrances, exits, etc. shall remain unobstructed and shall be maintained in a safe and satisfactory manner. The Contractor shall assume responsibility and landscaping (all trees, shrubs, lawns, etc.) vehicles, etc. on or neart the site from damage due tot the work oft this contract. Any damage shalll be fully corrected to the satisfaction of the Architect. Sidewalks and paved areas shalll be protected from damage from construction. If during the construction, public or private property is damaged or destroyed, during the course oft the work, the responsible contractor shall, at his own expense, restore such property toa condition equal to that existing before such damage or injury was done, by repairing, rebuilding or replacing it, or otherwise making good such damage or destruction in an Access to the building and site shall be only between the hours of 7:00 am - 8:00 pm unless otherwise approved in advance. No work on Sunday, Easter or Christmas willl be permitted. access to any area other than thei immediate area ofwork. 2. On Site Parking: Owner. Parking is not permitted on the Owner's property except for 3. 4. reduced in any way, due toy work of this contract. payments for the existing barricades in place. 5. Site Protection: Contractor shall be responsible for and shall protect building, acceptable manner. 6. 7. No smoking will be permitted on site at any time. 8. The Contractor will ber responsible for all permits (application and costs). 9. The Contractor will be responsible fora all dump fees and land fill fees. END OF SECTION 00820 Carteret County Courthouse Repairs 23025 00820-1 SECTION 00830 - DESCRIPTION OF BID ALTERNATES PART1-GENERAL 1.1 DESCRIPTION A. The following descriptions represent all bid" "Alternates" requested by the Owner and represent a full designation on the Bid Form. 1. NOTE: General Contractors shall each provide in his Bid an amount for his portion of the Contract on each of the following Bid Alternates. Ifno is required ofa Contractor on a particular Alternate, that Contractor shall enter -0- in the appropriate space on the Bid Form. B. Bid Alternates: 1. 2. Alternate No. 1: Remove and replaçe ALL brickmasonty/sneathing/moisture barrier and replace with new oncwmasomy/shealning with new material as Alternate No.2: Same as base bid except remaining brick/masonry as well as shown on details. new. brick/masonry to be stained a consistent color. 1.2 SUBMITTALS A. Submit materials, product data, andlor shop drawings, which may be required for Architect's approval. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who has completed work similar indesign and extent tot that indicated in project and with a record of successful in-service performance 1.4 CONTRACT CONSIDERATIONS A. Alternates: 1. Include in alternate price all materials, parts and accessories required for Include in alternate price the deduct for specified item(s) if applicable. 3. Voluntary alternates will not be considered in evaluation of Bids. 4. Alternate price shall be noted in the appropriate location of the Form of Proposal. complete installation. 2. PART2-PRODUCT A. See Specification Section specific to items above for a complete description. END OF SECTION 00830 Carteret County Courthouse Repairs 23025 00830-1 SECTION 01010 - SUMMARY OF WORK PART1-GENERAL 1.1 DESCRIPTION A. The Contractor shall, unless otherwise specified, supply all labor, transportation, materials, apparatus, fuel, water, energy, light andt tools necessary for entire, proper and substantial completion of his work ands shalli install, maintain, and remove all equipment for the construction, other utensils ort things ands shall be responsible fort thes safe, proper and lawful construction, maintenance and use of same and shall construct int the best and most workmanlike manner a complete structure and everything properly incidental thereto as shown on plans, stated in specifications or reasonably implied there from, all in accordance with the Contract Documents. The work will be accomplished under: B. Contract type 1. The Single Prime Contract willl be Stipulated Sum Contract covering general, mechanical, plumbing and electrical construction. All General Condition items will be clearly identified in the contract and will be a fixed amount. C. Scope of Work- scope oft the work is, but notl limited to as follows: 1. General Construction 2. Plumbing System 3. HVAC System 4. Electrical work 5. Allr related work 6. All related site work: 7. Selective Demo 8. Fire Alarm PARI283-NOTUSED. END OF SECTION 01010 Carteret County Courthouse Repairs 23025 01010-1 SECTION 01020 - ALLOWANCES PART1-GENERAL 1.1 DESCRIPTION A. General: All allowances considered int the Contract Price shall be clearly identified in the Contract and approved before signing. Ifthe actual costi is more than, or less than the allowance, the Contract Price willl be adjusted up or down accordingly when the actual costi is determined. Adjustments in the Allowances willl ber made by Change Order. Unless specified otherwise, the allowance amounts include the net costo of B. Cash Allowance and Contingency Cash Allowance: The Contractor's overhead, profit. shipping costs and taxes shall be includedi in the Base Bid Contract Price, but noti in the allowance. All allowances agreed upon shall clearly indicate materials only or materials and labor included as the caser may be. For allowance listed as materials only, the Contractor shall include in his base bidp price all labor and associated installation costs. The contractor shall submit to the Architect for approval all bills for materials under Cash materials, and shipping charges. Allowances. 1.2 SCHEDULE OF CASH ALLOWANCES A. Brick: B. Testing $650/thousand (materials only) $15,000.00 (materials and labor) 1.3 CONTINGENCY CASH ALLOWANCE A. Contingency Cash Allowance $75,000.00 Portions oft this allowance can only be Please note: The General Contractor shall include profit and overhead int their base bid andi noty within the allowance figure. Therefore, when portions oft this allowance is used and deducted from this allowance figure, no additional overhead and profit will be authorized for use by the Architect's approval. allowed. PARIS283-NOTUSED. END OF SECTION 01020 Carteret County Courthouse Repairs 23025 01020-1 SECTION 01027 - APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 DESCRIPTION A. Work included: Comply with procedures described in this Section when applying for progress payment and final payment under the Contract. B. Related work 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE A. Prior to start of construction, secure the Architect's approval of the Schedule of Values required to be submitted under Paragraph 9.2 of the General conditions, and further During progress of the work the Schedule of Value are to remain unchanged as approved by the Architect. Changes in the Contract Sum due to Change Orders or other modifications of the Contract shall be added to the Schedule of Values as described in Section 01370 of these Specifications. B. Change Orders. C. Base requests for payment on the approved schedule of values. 1.3 SUBMITTALS 1. Make this preliminary submittal to the Architect at the last regular job meeting Make submittal of request for payment by filing in the agreed data on AIA Document G702, "Application and Certificate for Payment," plus continuation 3. Sign and notarize the Application and Certificate for Payment. Submit (5) originals of the Application and Certificate for Payment Submittals are due in the Architect's office by the 28h of each month. 7. For allowance items furnish all invoices, receipts, time records, etc. with all of each month. sheet or sheets. 2. 4. 6. 5. Cut off period is the 25h of the month. requests for payment. END OF SECTION 01027 Carteret County Courthouse Repairs 23025 01027-1 SECTION 01045- - CUTTING AND PATCHING PART 1- GENERAL 1.1 DESCRIPTION A. Work included: This Section establishes general requirements pertaining to cutting (including excavating), fitting, and patching oft the work required to: 1. Make the several parts fit properly. 2. 3. Documents. 4, B. Related work: 1. Uncover work to provide for installing, inspecting, or both, of ill-timed work. Remove and replace work not conforming to requirements of the Contract Remove and replace defective work. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in 2. In addition to other requirements specified, upon the Architect's request uncover work to provide for inspection by the Architect of covered work, and 3. Do not cut or alter work performed under separate contracts without the Division 1 oft these Specifications. remove samples of installed materials for testing. Architect's written permission. 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. 1.3 SUBMITTALS A. Request for Architect's consent 1. Prior to cutting which effects structural safety, submit written request to the Should conditions of the work, or schedule, indicate a required change of materials or methods for cutting and patching, so notify the Architect and secure his written permission and any required Change Order prior to Architect for permission to proceed with cutting. 2. proceeding. B. Notices to the Architect 1. Prior to cutting and patching performed pursuant to the Architect's instructions, submit cost estimate to the Architect. Secure the Architect's approval of cost estimates and type of reimbursement before proceeding with Submit written notice to the Architect designating the time the work will be cutting and patching. 2. uncovered, to provide for the Architect's observation. PART2-PRODUCTS 2.1 MATERIALS A. For replacement of items removed, use materials complying with pertinent Sections of these Specifications. Carteret County Courthouse Repairs 23025 01045-1 PART3-EXECUTION 3.1 SURFACE CONDITIONS A. Inspection 1. Inspect existing conditions, including elements subject to movement or damage during cutting, excavating, patching, and backfilling. 2. After uncovering the work, inspect conditions affecting installation of new 1. Ifuncovered conditions are not as anticipated, immediately notify the Architect 2. Do not proceed until unsatisfactory conditions are corrected. work. B. Discrepancies and secure needed directions. 3.2 PREPARATION PRIOR TO CUTTING A. Provide required protection including, but not necessarily limited to, shoring, bracing, and support to maintain structural integrity of the work. 3.3 PERFORMANCE A. Perform required excavating and backfiling as required under pertinent other Sections ofthese Specifications. 1. 2, Perform cutting and demolition by methods, which will prevent damage to other portions of the work and provide proper surfaces to receive installation Perform fitting and adjusting of products to provide finished installation of repair and new work. complying with the specified tolerances and finishes. END OF SECTION 01045 Carteret County Courthouse Repairs 23025 01045-2 SECTION 01050 - FIELD ENGINEERING PART 1-GENERAL 1.1 DESCRIPTION A. Work: included: Provide such field engineering services as are required for proper completion oft the Work including, butr not necessarily limited to: Establishing andi maintaining lines and levels. as ap part of his means and methods of construction. 1. 2. Structural design of shores, forms, and similar items provided by the Contractor B. Related work: 1. Additional requirements for field engineering also may be described in other Section oft these Specifications. 2. See also General Conditions. 1.2 SUBMITTALS A. Comply with pertinent provisions of Section 01340. B. Upon request of the Architect, submit: 1. Certification, signed by the Contractor's retained field engineer, certifying that elevations and locations of improvements are in conformance or non- conformance with requirements oft the Contract Documents. 1.3 PROCEDURES A. In addition to procedures directed by the Contractor for proper performance of the 1. Locate and protect control points before starting work on the site. Preserve permanent reference points during progress of the Work. 3. Do not change or relocate reference points or items oft the Work without specific Promptly advise the Architect when a reference point is lost or destroyed or requires relocation because of other changes in the Work. Upon direction of the Architect, require the field engineer to replace Locate such replacements according to the original survey control. Contractor's responsibilities: 2. 4. approval from the Architect. a. b. reference stakes or markers. B. The General Contractor shall employ a locator service to locate and mark all underground utilities as required. PART2&3-NOTUSED. END OF SECTION 01050 Carteret County Courthouse Repairs 23025 01050-1 SECTION 01090- ABBREVIATIONS AND SYMBOLS 1.1 REFERENCE TO APPLICABLE STANDARDS PART 1- GENERAL A. Wherever reference is made to Codes, Standards Specifications or other data published by regulating agencies or accepted organizations, it shall be understood that such reference is made tot the latest edition, (including addenda) published prior to the date of Contract Documents, except as noted specifically otherwise by date in the contract Abbreviations and symbols used in the Specifications can be grouped into three (3) documents. basic categories: 1. 2. 3. B. Abbreviations of reference symbols. Abbreviations of words and phrases. Symbols. C. Among those, which may be used in the Contract Documents, are the following (with respective abbreviation used): AA AAMA AASHTO ABMA ACI ACRI ADC AFI AGA AGCA AIA AIMA AISC AISI AITC ALS AMCA ANSI APA. API ARI ASAHC ASCE ASHRAE ASME ASTM ATI AWI AWPA AWPI AWS BHMA BIA BRI CABRA CAGI Aluminum. Association Officials Architectural Aluminum Manufacturers Association American Association of State Highway and Transportation American Boiler Manufacturers Association American Concrete Institute Air Conditioning and Refrigeration Institute Air Diffusion Council Air Filter Institute American Gas Association Associated General Contractors of America, Inc. American Institute of Architects Acoustical and Insulating Materials Association American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction American Lumber Standards Air Moving and Conditioning Association American National Standards Institute, Inc. American Plywood Association American Petroleum Institute Air Conditioning and Refrigeration: Institute American Society of Architectural Hardware Consultants American Society of Civil Engineers American Society of Heating, Refrigeration and Air Conditioning Engineers American Society of Mechanical Engineers American Society for testing and Materials Asphalt Tile Institute Architectural Woodwork Institute American Wood Preservers Association American Wood Preservers Institute American Welding Society Builders Hardware Manufacturers Association Brick Institute of America Building Research Institute Copper and Brass Research Association Compressed. Air and Gas Institute 01090-1 Carteret County Courthouse Repairs 23025 CE CRSI CSI CTI DFPA ETL FGMA FHA FM FPL FS FTI GA GTA HPMA IBRM IEEE IES JAN MAC MIA MLMA MS MSS MSTD NAAMM NAFM NAPF NBHA NBS NCMA NEC NEMA NEMI NFC NFPA NFPA NHLA NHPMA NPA NPCA NRMCA NSC NSF NTMA NWMA OSHA PCA PCE PEI PS RIS RTI SAE SBI SCMA SDI Corps of Engineers (Army) Concrete Reinforcing Steel Institute Construction Specifications Institute Cooling Tower Institute Douglas Fir Plywood. Association Electrical Testing Laboratories Flat Glass Marketing Association Federal Housing Administration Mutual Fire Insurance Companies Forest Products Laboratory Federal Specifications Facing Tile Institute Gypsum Association Glass Tempering Association Hardwood Plywood Manufacturers. Association Institute of Boiler and Radiator Manufacturers Institute of Electrical and Electronics Engineering Illuminating Engineering Society Joint Army-Navy Specifications Masonry Advisory Council Marble Institute of America Metal Lath Manufacturers. Association Military Specifications Fitting Industries Military Standard Factory Mutual Engineering Division, Association of Factory Manufacturers Standardization Society of the Valves and National Association of Architectural Metal Manufacturers National Association of Fan Manufacturers National Association of Plastic Manufacturers National Builders Hardware Association National Bureau of Standards National Concrete Masonry Association National Electric Code (NFPA Pamphlet No. 70) National Electric Manufacturers Association National Elevator Manufacturing Industry, Inc. National Fire Code National Fire Protection. Association National Forest Products Association National Hardwood Lumber Association Northern Hardwood and Pine Manufacturers Association National Particleboard, Association National Paint and Coatings Association National Ready Mixed Concrete Association National Safety Council National Sanitation Foundation The National Terrazzo and! Mosaic Association, Inc. National Woodwork! Manufacturers Association Occupational Safety and Health Administration Portland Cement Association Prestressed Concrete Institute Porcelain Enamel Institute, Inc. Product Standard, U.S. Department of Commerce Redwood Inspection Service Resilient Tile Institute Society of Automotive Engineers Steel Boiler Institute Southern Cypress Manufacturers Association Steel Deck Institute 01090-2 Carteret County Courthouse Repairs 23025 SDI SJI SMACCNA SMFMA SPIB SSPC SWFPA TCA TEMA TIMA TPI UL UPC WRI WWPA Steel Door Institute Steel Joint Institute Association Sheet Metal and/ Air Conditioning Contractors National Sprayed Mineral Fiber Manufacturers Association, Inc. Southern Pine Inspection Bureau Steel Structures Painting Council Structural Wood Fiber Products Association Tile Council of America Tubular Exchange Manufacturing Association Thermal Insulation Manufacturers Association Truss Plate Institute Underwriter's Laboratories, Inc. Uniform Plumbing Code Wire Reinforcement Institute Western Wood Products Association 1.2 ABBREVIATIONS OF WORDS AND PHRASES A. Abbreviations of words and phrases applicable to this Project; other than listed above for reference standards, shall be as per Architect's interpretation on request.. 1.3 SYMBOLS A. Symbols representing construction materials and the equipment applicable to this Project shall be as shown on the Drawings. PART283-NOTI USED. END OF SECTION 01090 Carteret County Courthouse Repairs 23025 01090-3 SECTION 01200 - PROJECT MEETINGS PART1-GENERAL 1.1 DESCRIPTION A. Work included: To enable orderly review during progress of the Work, and to provide for systematic discussion of problems, the Owner will conduct project meetings throughout 1, The Contractor's relations with his subcontractors and materials suppliers, and discussions relative thereto, are the Contractor's responsibility and normally are not part of project meetings content. Ifsubcontracto's issues are of a concern, itcan be communicated at this meeting, but management of the subcontractor the construction period. B. Related work: will remain the responsibility of the Contractor. 1.2 SUBMITTALS A. Agenda items: To the maximum extent practicable, advise the Owner at least 24 hours in advance of project meetings regarding items to be included in or added to the 1. The Architect will compile minutes of each project meeting, and will furnish one copy to Contractor, Architect and required copies tot the Owner. Recipients of copies may make and distribute such other copies as they wish. agenda. B. Minutes: 2. 1.3 QUALITY ASSURANCE A. For those persons designated by the Contractor to attend and participate in project meetings, provide required authority to commit the Contractor to solutions agreed upon int the project meetings. PART2-PRODUCTS PART3-E EXECUTION 3.1 GENERAL (No products are required in this Section) A. Except as noted below for Pre-construction Meeting, project meetings will be held Coordinate as necessary to establish mutually acceptable schedule for meetings. monthly, unless project dictates differently. B. 3.2 PRECONSTRUCTION MEETING A. Pre-construction Meeting will be held as soon as possible after the written Notice to 1. Provide attendance by authorized representatives of the Contractors and major 2. The Owner will advise other interested parties, including the Architect, and Proceed. subcontractors. request their attendance. Carteret County. Courthouse Repairs 23025 01200-1 B. Minimum agenda: Data willl be distributed and discussed on at least the following items: 1. 2. 3. 4. 5. 6. 8. Organizational arrangement of Contractor's forces and personnel, and those of Contract Documents, including distribution of required copies of original subcontractors, materials suppliers. Channels and procedures for communication. Construction schedule, including sequence of critical work. Documents and revisions. Processing of Shop Drawings and revisions. Processing of Bulletins, field decisions, and Change Orders. 7.. Rules and regulations governing performance of the Work Procedures for safety and first aid, security, quality control, housekeeping, and related matters. 3.3 PROJECT MEETINGS A. Attendance: 1. 2. B. To the maximum extent practical, assign the same person or persons to represent the Contractor at project meetings throughout progress of the Work. Subcontractors, materials suppliers, and others may be invited to attend those project meetings in which their aspect oft the Work is involved. Minimum agenda: for approval. 2. 3. 1. Review progress of the Work since last meeting, including status of submittals Develop corrective measures and procedures tor regain planned schedule. Identify problems, which impede planned progress. 4. Complete other current business. END OF SECTION01200 Carteret County Courthouse Repairs 23025 01200-2 SECTION 01310- SCHEDULES ANDI REPORTS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and other Division 1 specifications sections, apply to work oft this section. 1.2 DESCRIPTION A. Post Award Requirements 1 Draft of Construction Schedule: Within two weeks of Date of Commencement of the Work, Contractor shall complete draft of time-scaled CPM Construction Level of Detail: Except for procurement and General Conditions requirements, differentiate activities on schedule sO that no single activity shown requires Schedule. (Bar chart is acceptable.) 2. more thant twenty-one (21) calendar days to complete. B. Schedule of Values 1. Within seven (7) days after completion of CPM Construction Schedule and before first pay. request, Contractor shall submit Schedule of Values (see Section 01370) for review by the Architect allocating a dollar value for each activity on Construction Schedule. Dollar value for each activity will include cost broken into labor, materials, and pro rata contribution to overhead and profit. Subcontract sums willl be identified on the Schedule of) Values and broken down as described above. C. Approval 1. Approval of Construction Schedule and Schedule of Values will be signified by the Architect and Contractor's joint signatures on one copy of each document. Thereafter, Project willl be monitored with Construction Schedule, which Contractor shall use inj planning, organizing, directing, coordinating, and executing the Work and which shall be the basis for evaluating the progress of the Work. D. Schedule Revisions 1. General: Revisions to approved Construction Schedule must be approved in Contractor: Submit requests for revisions to schedule to Architect together with written rationale and description of logic for rescheduling work to maintain a. Proposed revisions acceptable to the Architect will be incorporated into next update of Construction Schedule by the Contractor. Owner: Changes initiated by Owner and implemented by Change Orders which have potential to affect critical dates will require Contractor to prepare revised schedule for the Architect's concurrence. The Architect's approved revisions will be incorporated into the Construction Schedule. Adjustments in scheduled completion dates, either for intermediate activities or for Contract as a whole, will. be considered only to extent that there is not sufficient float to absorb the writing by Architect and Contractor. Specific Contractual Milestone Dates. 2. 3. revisions accepted. E. Recovery Schedule 1. General: Should updated Construction Schedule show Contractor to be four- teen. (14) or more days behind schedule at any time during construction, the Architect may require Contractor to prepare Recovery Schedule, displayed in Carteret County Courthouse Repairs 23025 01310-1 CPM format, which will display Contractor's plan for returning to schedule within Schedule Preparation: Within seven (7) days after notice from the Architect, prepare and submit to the Architect a Recovery Schedule, incorporating best available information from Subcontractors and others which will permit return to Construction Schedule within subsequent pay period. Prepare Recovery Schedule to same level of detail as Construction Schedule. Schedule Assessment: Seven (7) days prior to expiration of Recovery Schedule, confer with the Architect to assess effectiveness of Recovery Schedule. Asa a result of this conference, the Architect will direct Contractor as Behind Schedule: Ift the Architect determines Contractor is still behind schedule, the Architect will direct Contractor to prepare another Recovery Schedule for On Schedule: If the Architect determines Contractor has successfully complied with provisions of Recovery Schedule, the Architect will direct Contractor to subsequent pay period. 2. 3. 4. 5. follows: subsequent pay period. return to use of Construction Schedule. PARIS283-NOTL USED. END OF SECTION01310 Carteret County Courthouse Repairs 23025 01310-2 SECTION 01340 - SUBMITTALS AND SUBSTITUTIONS PART1-GENERAL 1.1 DESCRIPTION A. Work included: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. B. Related work: 1. 2. C. Work not included: 1. Documents affecting work of this Section include but are not necessarily limited to General Conditions Amendments to General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. Individual requirements for submittals also may be deceived in pertinent Unrequired submittals will not be reviewed by the Architecl/Owner. 2. The Contractor may require his subcontractors to provide drawings, setting diagrams, and similar information to help coordinate the Work, but such data shall remain between the Contractor and his subcontractors and will not be Sections of these Specifications. reviewed by the Architect/Owner. 1.2 SUBMITTALS A. Make submittals of Shop Drawings, Samples, substitution requests, and other items in accordance with the provisions oft this Section. Coordination of Submittals: being submitted. tot the specified requirements. COORDINATIONI HAS BEEN PERFORMED. Noted" before submitting to Architect/Owner for review. B. 1. Prior to each submittal, carefully review and coordinate all aspects of each item 2. Verify that each item and the submittal for it CONFORMS IN ALL RESPECTS 3. By affixing his signature to each submittal, the Contractor certifies that THIS 4. The Contractor shall stamp the shop drawings as "Approved" or "Approved as 1.3 QUALITY ASSURANCE A. "Equals" and Substitutions" 1. The Contract is based on the standards of quality established in the Contract Documents. Requests for substitutions will be considered when submitted a. Particularly with regard to MAJOR materials, equipment or methods proposed for the Work as set. forth in the Contract Documents, Contractor's request(s) for approvals of' "equals" not specifically named in the Contract Documents MUST BE SUBMITTED IN WRITING with supporting documentation, and in the hands of the Architect/Owner prior to contract award. Telephone requests for consideration of On other items of Work, Contractor may request consideration of substitution, when submitted in writing with supporting documentation within thirty (30) days following the Notice to Proceed. according to the procedures set forth below. proposed' "equals" will not be accepted. b. Carteret County Courthouse Repairs 23025 01340-1 B. Where the phrase "or equal" or "equal as approved by ArchitectOwner" occurs in the Contract Documents, do not assume that the Contractor's choice of materials, equipment, or methods will be approved as equal unless the item has been specifically C. Do not substitute materials, equipment, or methods unless such substitution has be specifically approved ini writing for this Work by the Architect/Owner. approved for this Work by the Architect/Owner. PART2-PRODUCTS 2.1 SHOP DRAWINGS A. Scale and Measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its methods of connection to the Work. B. Types of prints required: 1. Submit Shop Drawings in electronic format. C. Review comments of the Architect/Owner will be shown in red on prints and returned to the Contractor. The Contractor may make and distribute such copies as are required for D. Please note ALL shop drawings MUST be approved and stamped by the G.C. before submitting to the Architect. Any unreviewed and approved by the G.C. shop drawings his purposes. willl be returned to the Contractor unreviewed. 2.2 MANUFACTURERSLITERATURE A. Where contents of submitted literature from the manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents are being submitted for review. 2.3 SAMPLES A. Provide Sample or Samples identical to the precise article proposed to be provided. Identify as described under Identification of Submittals" below. B. Number of Samples required: 1. Unless otherwise specified, submit one sample int the quantity, which is required to be returned, plus one which will be retained by the ArchitectOwner. 2. By prearrangement in specific cases, a single Sample may be submitted for review and, when approved, be installed in the Work at a location agreed upon Except as noted in 2.3.B.2 above, no selections of color, texture or finish willl be approved by the Architect/Owner until ALL substitutions have been approved by the Architect/Owner, and ALL necessary samples and color, texture, finish proposals have been submitted in their entirety by the Contractor, in order that acoordinated, total scheme may be developed by the ArchitecvOwner. by the Architect/Owner. 3. PART3-EXECUTION 3.1 IDENTIFICATION OF SUBMITTALS A. Consecutively number all submittals. (ie: G-1, G-2....etc. for General Construction, P-1,P-2, : etc. for Plumbing; M-1, M-2, .etc. for Mechanical (HVAC); E-1, E-2, ..etc. for Carteret County Courthouse Repairs 23025 01340-2 Electrical; SP-1, SP-2.. etc for Sprinkler System; SU-1, SU-2, : etc. for Site/Utilities. 1. When material is resubmitted of any reason, transmit under a new letter of transmittal and with as shop drawing number. (G-1r) 2. On resubmittals, cite the original submittal number for reference. Accompany each submittal with a letter of transmittal showing all information required C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number iny which the item was included. Maintain an accurate submittal log for the duration of the Work, showing current status of alls submittals at all times. Make the submittal log available to the Architect/Owner for B. for identification and checking. D. his review upon request. 3.2 GROUPING OF SUBMITTALS A. Unless otherwise specified, make submittals in groups containing all associated items to assure that information is available for checking each item when it is received. 1. Partial submittals may be rejected as not complying with the provisions of the Contract. 3.3 TIMING OF SUBMITTALS A. Make submittals far enoughi in advance of schedule dated for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmittals, and for placing orders and securing delivery. All submittals shall be submitted" within sixty (60) days of the notice toy proceed. 3.4 ARCHIECTIOWNER REVIEW A. Review by the Architect/Owner does not relieve the Contractor from responsibility for errors, which may exist int the submitted data. 1. Make revisions required by Architect/Owner. B. Revisions 2. Ifthe Contractor considers any required revision to be a change, he shall sO notify the Architect/Owner as provided in the General Conditions. 3. Make only those revisions directed or approved by the Architect/Owner. 1. In the event substitutions are proposed to the Architect/Owner after the Contract has been awarded, the Architect/Owner will record all time used by him and by his consultants in evaluation of each such proposed substitution. Whether or not the ArchitectvOwner approves a proposed substitution, the Contractor, promptly upon receipt oft the Architect/Owner's billing, reimburse the Architect/Owner at the rate of two and one-half times the direct cost to the Architect/Owner and his consultants for all thet time spent by them in evaluating C. Reimbursement of Architect/Owner's Costs 2. the proposed substitution. ENDO OF SECTION.01340 Carteret County Courthouse Repairs 23025 01340-3 SECTION 01370 - SCHEDULE OF VALUES PART1 1- GENERAL 1.1 DESCRIPTION A. Work included: Provide a detailed breakdown of the agreed Contract sum showing values allocated to each of the various parts of the Work, as specified herein and in other provisions oft the Contract Documents. B. Related work: 1. 2. 3. Documents affecting work oft this Section include, but are not necessarily limited to, General Conditions, Amendments to General Conditions, Supplementary Conditions, and Sections in Division 1 oft these Specifications. Schedule of values may be described on the continuation sheet of AIA document G702 accompanying applications for payment. Schedule of values is required under Paragraph 9.2 oft the General Conditions. 1.2 QUALITY ASSURANCE A. Use required means to assure arithmetical accuracy of the sums described. B. When so required by the ArchitectOwner, provide copies of the subcontracts or other data acceptable to the Architect/Owner, substantiating the sums described. 1.3 SUBMITTALS A. Prior to first application for payment, submit a proposed schedule of values to the 1. Meet with the Architect/Owner and determine additional data, ifa any, required to ArchitectOwner. See Section 01310. be submitted. a. b. C. Mobilization, Submittal Review, Material Delivery, Execution of the Work, and Punchlisting shall be included int the schedule. Mobilization shall be billed on a monthly basis equally distributed throughout construction contract time. Materials and Labor breakdowns should be provided for each portion of work. 2. Secure the Architect/Owner's approval of the schedule of values prior to submitting first application for payment. PART283-NOTUSED. END OF SECTION 01370 Carteret County Courthouse Repairs 23025 01370-1 SECTION01500 -TEMPORARY FACILITIES AND CONTROLS PART1-C GENERAL 1.1 DESCRIPTION A. Work included: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: telephone 2. Sanitary facilities 3. 4. Project sign Related work: 1. 2. 1, Temporary utilities such as heat, water, electricity, facsimile machine and Enclosures such as tarpaulins, barricades, and canopies 5. Field office for the Contractor's personnel 6. Temporary fencing of the construction site B. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Amendments to General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. Except that equipment furnished by subcontractors shall comply with requirements of pertinent safety regulations, such equipment normally furnished by the individual trades in execution of their own portions of the Work are not Permanent installation and hookup of the various utility lines are described in part of this Section. other Sections. 3. 1.2 PRODUCTHANDLING A. Maintain temporary facilities and controls in proper and safe condition throughout progress of the Work. 1.3 LOCAL REGULATIONS A. Comply with all local ordinances including local and temporary facilities, parking and storage. PARI2-PRODUCTS 2.1 UTILITIES A. Water: 1. The Contractor and his Plumbing Subcontractor to provide necessary temporary piping and water supply and, upon completion, remove such temporary facilities. Owner will pay the water bill for reasonable usage of water. B. Electricity: 1. The Contractor and his Electrical Subcontractor to provide necessary temporary wiring and, upon completion of the Work, remove such temporary facility. Carteret County Courthouse Repair 23025 01500-1 2. Provide area distribution boxes so located that the individual trades may furnish and use 100' maximum length extension cords to obtain power and lighting at points where needed for work, inspection, and safety. 3. Owner will pay electric bill for reasonable usage of electricity. C. Heating: Provide and maintain temporary heat necessary for proper conduct of operations needed in the Work. D. Telephone: 1. Make necessary arrangements and pay costs for installation and operation of telephone service to the Contractor's office at the site. E. E-MAIL: 1. Make necessary arrangements and pay costs for installation and operation of Contractor shall maintain a digital camera at the site for minimum 10 progress email tot the contractor's office at the site. photos daily to be emailed to ArchitecV/Owner, 2. F. Temporary Fire Protection: 1. Contractor to provide any and all temporary construction fire extinguishers and standpipes required for the duration construction. 2.2 FIELD OFFICES, AND SHEDS A. Contractor's Facilities: 1. Provide a field office building and sheds adequate in size and accommodation 2. Within the Contractor's facilities, provide enclosed space adequate for holding for Contractor's offices, supply and storage. project meetings. Furnish with table, chairs, and utilities. B. Sanitary facilities: 1. Provide temporary sanitary facilities in the quantity required for use by all personnel. 2. Always maintain in a sanitary condition. Carteret County Courthouse Repair 23025 01500-2 2.3 ENCLOSURES A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, steps, platforms, bridges, and other temporary construction necessary for proper completion of the Work in compliance with pertinent safety and other 1. All apparatus, equipment, temporary and permanent construction shall meet all local and State labor laws and safety regulations applicable thereto. regulations. 2.4 TEMPORARY FENCING A. Contractor will provide a temporary fence of design and type needed to prevent entry onto the Work by the public. Contractor shall coordinate installation and location. It shall be the Contractor's responsibility to maintain the fence for the duration of the construction. 2.5 PROJECT SIGN A. B, Project signs shall only be installed where approved by Architect/Owner. Upon completion of the Work, demount the project signs. C. Except as otherwise specifically approved by the ArchitecVOwner, do not permit other signs or advertising on thej job site. PART3-EXECUTION 3.1 MAINTENANCE, AND REMOVAL A. B. Maintain temporary facilities and controls as long as needed for safe and proper Remove such temporary facilities and controls as rapidly as progress of the Work will completion of the Work. permit, or as directed by the Architect/Owner. 3.2 TRAFFIC COORDINATION A. Any. construction related activities, such as receiving, loading, unloading, or other activities which may be an interruption to normal vehicular traffic flow on the site shall be coordinated in advance by the Contractor with the Owner or public authority having jurisdiction.. END OF SECTION01500 Carteret County Courthouse Repair 23025 01500-3 SECTION 01620 - PRODUCT HANDLING PART 1- GENERAL 1.1 DESCRIPTION A. Work Included: Protect products scheduled for use ini the Work by means including, but not necessarily limited to, those described int this Section. B. Related work: 1. 2. Documents affecting work oft this Section include, but are not necessarily limited tot the General Conditions, Supplementary Conditions, and Sections in Division Additional procedures also may be prescribed in other Sections of these 1oft these Specifications. Specifications. 1.2 QUALITY ASSURANCE A. Include within the Contractor's quality assurance program such procedures as are required to assure fullp protection of work and materials. 1.3 MANUFACTURERS RECOMMENDATIONS A. Except as otherwise approved by the Architect/Owner, determine and comply with manufacturer's recommendations on product handling, storage and protection. A. Deliver products to thej job sitei in the manufacturer's original containers with labels intact 1.4 PACKAGING andl legible. 1. use. 2. Maintain packaged materials with seals unbroken andl labels intact untilt time of Promptly remove damaged material and unsuitable items from thej job site, and promptly replace with material meeting the specified requirements at no additional cost to the Owner. B. The Architect/Owner may reject as non-complying, material and products that do not beari identification satisfactory to the Architect/Owner as to manufacturer, grade, quality, Protect finished surfaces, including jambs and soffits of openings used as passageways, through which equipment and materials are handled. and other pertinent information. 1.5 PROTECTION A. B. Provide protection for finished floor surfaces in traffic are prior to allowing equipment or C. Maintain finished surfaces clean, unmarred, and suitably protected until accepted by the materials to be moved over suchs surfaces. Owner. 1.6 REPAIRS ANDI REPLACEMENTS A. In the event of damage, promptly make replacement sand repairs to the approval oft the B. Additional time required to secure replacements and to make repairs will not be considered by the Architect/Owner toj justify an extension in the Contract Time of Architect/Owner, and at no additional cost tot the Owner. Completion. END OF SECTION 01620 Carteret County Courthouse Repairs 23025 01620-1 SECTION01710 -CLEANING PART1-GENERAL 1.1 DESCRIPTION A. Work included: Throughout the construction period, maintain the building and site ina standard of cleanliness as described in this Section. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Amendments to General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. In addition to standards described int this Section, comply with requirements for cleaning as described in pertinent other Sections oft these Specifications. 1.2 QUALITY ASSURANCE A. Conduct daily inspection to verify that requirements for cleanliness are being met. B. In addition to the standards described in this Section. Comply with pertinent requirements of governmental agencies having jurisdiction. PART2-PRODUCTS 2.1 COMPATIBILITY A. Use only the cleaning materials and equipment, which are compatible with the surface being cleaned, as recommended by the manufacturer of the material. PART3-EXECUTION 3.1 PROGRESS CLEANING A. General: 2. 1. Retain stored items in an orderly arrangement allowing maximum access, not impeding traffic or drainage, and providing required protection of materials. Do not allow accumulation of scrap, debris, waste material, and other items not 3. At least twice each month, andi more often ifr necessary, completely remove all 4. Provide adequate storage for all items awaiting removal from the job site, observing requirements for fire protection and protection of the ecology. 5. The building shall be cleaned daily of all debris and waste material resulting required for construction of this Work. scrap, debris, and waste material from thej job site. from the construction operations. END OF SECTION 01710 Carteret County Courthouse Repairs 23025 01710-1 SECTION 01720 - PROJECT RECORD DOCUMENTS PART1 - GENERAL 1.1 RECORD DRAWINGS A. Contractors shall maintain a set of Record Drawings at the project site. These shall be kept legible and current, and shall be available at all times for the inspection of the Architect/Owner. All differences or changes in the contract work, or work added, shall be reçorded daily ont these Record Drawings ina a contrasting color. B. The Architect/Owner shall approve the Record Drawings. C. Receipt and approval of Record Drawings are prerequisites for final payment. 1.2 MANUALS A. Each Contractor shall submit to the Architect/Owner before final acceptance electronic copies of alli installation, operating instructions, and maintenance instructions ont the equipment and materials furnished under his contract. Each set shall be organized into electronic folders. Label folders designating the name of the project, the names oft the Owner, the name of the Contractor, and the equipment or materials included in ther manual. 1.3 GUARANTEES ANDI WARRANTIES A. Contractors shall submit tot the Architect/Owner before final acceptance three originals of ally warranties, guarantees, and surety bonds. Alls such documents shall show the name and location oft the project andt the name of the Owner. PARI283-NOTUSED. ENDO OF SECTION 01720 Carteret County Courthouse Repairs 23025 01720-1 SECTION 04100 - MORTAR PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General Conditions, Amendments to General Conditions, and Supplementary Conditions and Sections in Division 1 oft the Specifications apply to work of this Section. 1.2 DESCRIPTION A. Work included int this Section: 1. The work required under this specification consists of all Mortar and Grout for the masonry work under various sections oft the specifications. 1.3 QUALITY ASSURANCE A. A representative sample of the sand shall be obtained for each job and tested as specified herein below by an independent testing laboratory selected by the Architect, andp paid for by the Owner. 1.4 DELIVERY AND STORAGE OF MATERIALS A. Portland Cement, lime, and/or pre-packaged mortar cement mixes shall be delivered to the site and stored in unbroken bags or other approved containers. These materials shall be stored in dry, weather tights sheds ore enclosures with elevated floors, which will prevent the inclusion of foreign materials and damage by water or dampness. Masonry sand shall be delivered ands stored in a manner to prevent inclusion of foreign materials. Concrete masonry which is chipped, cracked, broken, or marred in other manner shall not be used where exposed to view. 1.5 ENVIRONMENTAL CONDITIONS A. Hot Weather Installation: The following precautions shall be taken if masonry is erected when the ambient air temperature is more than 37 degrees C (99 degrees F) in the 1. All masonry materials shall be shaded from direct sunlight; mortar beds shall be spread no more than 1.2 m (4 feet) ahead ofr masonry; masonry units shall be set) within one minute of spreading mortar; and after erection, masonry shall be protected from direct exposure to wind and sunt for 48 hours. B. Cold Weather Installation: Before erecting masonry when ambient temperature or mean daily air temperature falls below 4 degrees C, (40 degrees F) a written statement of proposed cold weather construction procedures shall be submitted for approval. The following precautions shall bet taken during all cold weather erection. shade andi the relative humidity is lesst than 50 percent. 1. Preparation: Ice or snow formed on the masonry bed shall be thawed by the application of heat. Heat shall be applied carefully until the top surface of the masonry is dry tot the touch. Sections of masonry deemed frozen and damaged shall be removed before continuing construction oft those sections. Carteret County Courthouse Repair 23025 04100-1 2. Air Temperature 41 to 0 degrees C (40to3 32 Degrees F): Sand or mixing water shalll be heated to produce mortar temperatures between 4 degrees C and 49 3. Air Temperature 0 to minus 4 degrees C (32 to 25 Degrees F): Sand and mixing water shall be heated to produce mortar temperatures between 4 degrees C and 49 degrees C. (40 degrees F and 120 degrees F.) Temperature of mortar on! boards shall be maintained above freezing. Air Temperature minus 4 to minus 7 degrees C (25 to 20 Degrees F): Sand and mixing water shall be heated to provide mortar temperatures between 4 degrees C and 49 degrees C. (40 degrees F and 120 degrees F.) Temperature of mortar on boards shall be maintained above freezing. Sources of heat shall be used on both sides of walls under construction. Windbreaks shalll be employedwhen windi is in excess of 24 km/hour. (15mph.) 5. Air Temperature minus 7 degrees C (20 Degrees F) and Below: Sand and mixing water shall be heated to provide mortar temperatures between 4 degrees C and 49 degrees C. (40 degrees F and 120 degrees F.) Enclosure and auxiliary heat shall be provided to maintain air temperature above 0 degrees C. (32 degrees F.) Temperature of units when laid shall not be less degrees C. (40 degrees F and 120 degreesF F). than minus 7 degrees C. (20 degrees F.) Completed Masonry and Masonry Not Being Worked On: 6. a. b. C. d. Mean daily air temperature 4 degrees Cto 0 degrees C. (40 degrees F to 32 degrees F.) Masonry shall be protected from rain or snow for 24 hours by covering with weather-resistive membrane. Mean daily air temperature 0 degrees C to minus 4 degrees C. (32 degrees F to2 25 degrees F.) Masonry shall be completely covered with weather-resistive membrane for 24 hours. Mean daily air temperature minus 4 degrees C to minus 7 degrees C. (25 degrees F to: 20 degrees F.) Masonry shall be completely covered with insulating blankets or equally protected for 24 hours. Mean daily temperature minus 7 degrees C (20 degrees F) and below. Masonry temperature shall be maintained above 0 degrees C (32 degrees F) for 24 hours by enclosure and supplementary heat, by electric heating blankets, infrared heat lamps, or other approved methods. PART2-PRODUCTS 2.1 MATERIALS A. Cement shall be Portland Cement, Type I or II, meeting Standard Specifications for B. Sand shall meet the requirements of Standard Specifications for Aggregate for Masonry Mortar (ASTM C-144-81), with the gradation to satisfy paragraph 3, Grading, and with C. Hydrated Lime shall meet the requirements of the Standard Specifications for Hydrated Portland Cement (ASTMC-150). the omission of subparagraph 3.4. Lime for Masonry Purposes (ASTM C-207), Type S. Carteret County Courthouse Repair 23025 04100-2 D. Hydraulic Hydrated Lime shall meet the requirements of the Standard Specifications for Hydraulic Hydrated Lime for Structural Purposed (ASTMC-141). E. Water shalll be potable. admixture workability, G. Provide water resistant admixture. H. Colored mortar to match existing. 2.2 PRE-PACKAGED MORTAR MIXES F. Air-entraining admixtures may be utilized and shall conform to ASTM C-260, as shall A. Pre-packaged mortar cements may be used with prior approval of the Architect. To be considered, the mortar cement manufacturer shall submit a request to the Architect in sufficient time fort the proposed material to be tested and evaluated prior to its approval for a specific project. The mortar cement shall be in accordance with ASTM C-91-83, 1. Type S Mortar Cement. The masonry mortar made from the mortar cement shall have a compressive strength of 1800 psi minimum at 28 days when tested ina accordance with ASTM C-270, with maximum air volume of 16%. 2. The mortar cement shall contain Portland Cement, hydrated lime, plasticizing admixtures, and/or hydraulic hydrated lime. Mortar cement mixes that contain other materials, including ground limestone, ground slag or other cementitious Instructions for mixing the mortar mix shall be published and accompany all shipments. The instructions shall be volumetric measurements, and shall be developed to show proper proportions of sand to one (1) bag of the prepackaged mortar cement with Freeze-thaw Resistance: The mortar cement shall comply with the following andi meet thei following minimum requirements: ornon-cementitious materials, are not acceptable. B, volume of water toj produce ai flow oft the proper consistency. requirements when subjected to 50 cycles of the freeze-thaw test: 1. Loss of compressive strength: 35% maximum Loss in dry weight: 1.0% maximum C. 2. D. The test specimen shall be made in accordance with ASTM C-91, Paragraph 18, 19 and 20 and be tested in accordance with ASTM C-01, Paragraphs 22.1 and 22.2.1 and Colored mortar will be required for all rock-cast concrete masonry. Colored mortar shall be field batched mortar with coloring agent added in field. Tests will be required to insure the coloring agent does not affect properties of the mortar. No pre-packaged mortar with coloring agents is acceptable. Colored ASTMC-67, Paragraph 8.1,8.3and8.4. 1. mortar is to match rock-cast. 2.3 ON-THEJOB-MORTAR CEMENT A. Type S. mortar shall have a compressive strength of 1800 psir minimum at 28 days. The mortar shall be proportionedy within the following volumetric limits: 1. 2. 3. 1 part Portland Cement 1/2 part Hydrated Lime Masonry sand measured in a damp loose condition is to be not less than 2-1/4 and not more than 3 times the sum of the volumes of cement plus lime used. Carteret County Courthouse Repair 23025 04100-3 4. Plasticizer per instructions of the manufacturer, the quantity of which is not to exceed 2% by volume of the cement and lime combination. 2.4 MEASUREMENT, AND MIXING A. The method of measuring material shall be by volume and shall be such that the specified proportions of the mortar materials can be controlled and accurately maintained. A measuring device to make consistent volume measurements shall be used throughout the project. Measurement ofs sand by shovel will not be permitted. B. Mortar Mixer shall be paddle-type mechanical mixer. It shall be of such design and size to accommodate the mix without overloading, and be adequately powered to vigorously C. The mortar mixer shall be charged in this order: add approximately one-half the water required, one-half the sand, the cement and lime (or prepackaged mortar cement), the remaining amount of sand, and then sufficient water to bring the mix to desired consistency. Mortar shall be mixed for a minimum of five minutes after all materials have been charged into the mixer with all batches being mixed to the same consistency. Mortars that have stiffened because of evaporation of water from the mortar may be retempered by adding water as frequently as needed to restore the required consistency. Mortars shall be used and placed in their final position within 2 hours after mixing. When the temperature is over 80 degrees F., the mortar shall be used within 1- 1/2 hours of mixing. Mortar not used within these time periods shall be discarded. mix thei ingredients. D. END OF SECTION 04100 Carteret County Courthouse Repair 23025 04100-4 SECTION 04150- - MASONRY ACCESSORIES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions, Amendments to General Conditions, and Supplementary Conditions and Sections in Division 1 of the Specifications apply to work of this section. 1.2 DESCRIPTION A. Work Included in this Section: Related Work Specified Elsewhere: Mortar (Section 04100) Concrete Unit Masonry (Section 04220) 1. Metalj joint-reinforcement and anchors as specified herein. B. 1. 2. 1.3 SUBMITTALS A. Samples: Submit samples of the following: 1. Joint Reinforcement: a. Submit one piece ofj joint-reinforcement for wall intersections. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials for work of this Section in Manufacturer's original packaging and protection. B. Store materials under cover, and off the ground to protect from wetting, dirt and physical damage. C. For joint-reinforcement, anchors and ties, remove any loose rust, scale, dirt and other coatings that would reduce the bond to mortar. Remove by wire brushing prior to installation. Labels shall be intact and legible. PART2-PRODUCTS 2.1 MATERIALS A. Masonry Joint Reinforcement: 1. Types specified herein are as manufactured by AA Wire Products Co., Chicago, Illinois. Equivalent reinforcement will be acceptable as manufactured by Dayton Sur-Grip and Shore Co.; Conover Steel and Wire Co., Inc.; Dur-O-Wal, Inc., or approved equal. 2. Reinforcement for concrete-unit-masony walls and partitions of single thickness of masonry units shall be Blok-Lok (AS500), Extra Heavy, hot-dipped galvanized after 3. Width of reinforcement shall be 2" less than the nominal wall thickness. fabrication. 4. Provide prefabricated "Tees" at all abutting walls. PART3-EXECUTION 3.1 ACCESSORY INSTALLATION A. Installation of masonry accessories shall be as specified in Section of the Project Manual on unit masonry. END OF SECTION 04150 Carteret County Courthouse Repairs 04150-1 23025 SECTION 04200 - UNIT MASONRY PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Face Brick 2. Accent Brick 3. Reinforcement, Anchorage and Accessories B. Related Documents! 1. Division 0- Bidding and General Conditions, Division 1 - General Requirements, all applicable provisions in the Technical Specification Sections of Divisions 2 through 16 and applicable drawings apply to this Section. C. Related Sections: 1. Joint Sealers: Division 7 Flashing and Sheet Metal: Division7 Building Insulation: Division7 2. 3. 1.2 SUBMITTALS A. Product Data: Submit published data from manufacturers of products and accessories B. Verification Samples: Submit mock-up panels comprised of the following actual materials; include no fewer than four masonry unit samples displaying extremes of color and texture variation to be anticipated in the completed construction: 1. Face Brick: To match adjacent campus buildings. specified, indicating compliance with requirements. 2. Mortar Samples. exposed to weathering. compliance with industry standards. C. Factory Test Reports: Submit efflorescence test reports on masonry units that are to be D. Test Reports: Submit test reports from an independent testing agency indicating 1.3 QUALITY ASSURANCE A. Brick Unit Masonry: ASTM 1C216, and Brick Institute of America. B. Mock-up: Prior to commencement of exposed masonry work, erect sample panel to serve as standard of appearance and workmanship throughout construction period. 1. Build at location and design indicated on drawings, or as otherwise directed by 2. Adjust until mock-up appearance and workmanship are acceptable to the the Architect. Architect. Carteret County Courthouse Repairs 04200-1 23025 3. Upon completion of construction and att the direction of the architect, demolish C. Source Control: Obtain each type ofe exposed masonry unit from a single manufacturer, with texture and color ofe each type uniform or of a uniform blend acceptable tot the mock-up construction completely and remove debris. Architect. 1.4 DELIVERY, STORAGE ANDI HANDLING A. Deliver, handle and store masonry units by means which will prevent mechanical damage and deterioration due to moisture, temperature changes, and contamination by other 1. Provide protection which will limit moisture absorption of concrete masonry units tot the maximum percentage specified for Typelunits at a relative humidity which materials. is normal for the project site. B. Protect cementitious materials from precipitation and absorption of ground moisture. C. Store masonry accessories to prevent corrosion, dirt accumulation, and other deterioration. 1.5 PROJECT CONDITIONS A. Construction Protection: Cover tops of incomplete masonry elements with waterproof sheet material at end ofeach work day and when masonry work is not under way. 1. Secure weather protection in place with weights or by use oft temporary fasteners. 2. Immediately remove mortar, soil, and other such materials from exposed 3. Prevent splashing and soiling of masonry near ground level by spreading sheet 4. Protect horizontal masonry elements from mortar droppings. B. Loading Protection: Dor not apply uniform floor or roof loads for at least 12 hours, or concentrated loads for at least 3 days, after completion of masonry elements. C. Cold Weather Protection: Do not lay masonry units when outside air temperature is 1. Grouted Construction: On any day when minimum anticipated nighttime temperature is 32 degrees F or less, in addition to complying with general procedures above, heat grout materials to 90 degrees F to produce in-place grout temperature of not less than 70 degrees F at end of work day. Retain protective blankets or enclosures for notl less than 48 hours. 2. Water: Do not heat water for mortar or grout to more than 160 degrees F. masonry faces to prevent staining. material to cover soil or masonry faces. below 40 degrees F. Carteret County Courthouse Repairs 04200-2 23025 D. Hot Weather Protection: Cover or shade masonry units and mortar materials and use cool water for mortar whenever ambient air temperature is 90 degrees F or greater. At airt temperatures of 85 degrees F or above, ifrelative humidity is less than 30 percent or wind is ine excess of 15 miles per hour, provide protection by immediately covering newly constructed walls, by providingy windbreaks, or by using fog spray to reduce rate of evaporation. PART2-PRODUCTS 2.1 UNIT MASONRY A. Face Brick: ASTMC216: and as follows: 1. 2. Provide face brick as indicated elsewhere in the contract documents. Provide brick of color texture and physical properties noted: a. Grade: SW b. Compressive Strength: 6400F P.S.I. C. Size: Modular d. Color and Pattern: Tol be selected. not the allowance. e. Brick Allowance: $350/Thousand (Brick Only) Taxes, delivery, mortar, installation, labor, accessories to be included in the base bid and 2.2 MASONRY CLEANER: Use brick manufacturer's recommended cleaning procedures only. 2.3 CONCEALED FLASHING MATERIAL: Composite flashing (copper coated on both sides with asphaltic material). PART3-EXECUTION 3.1 INSTALLATION PROCEDURES A. B. Reinforcement and Anchorage: Before placing metal masonry accessories, remove Masonry Thickness: Build masonry elements to full thickness shown. 1. Build single-wythe walls to actual thickness of masonry units. C. Chases and Recesses: Build masonry to accommodate the work of other trades, including chases and recesses as shown or required. Provide notl less than 8i inches of masonry between, jambs of openings and chases and recesses. D. Openings for Equipment and Services: Leave openings in masonry as required for subsequent installation of equipment and services. Make openings in designated locations and in exact size required, ifknown; otherwise, leave rough openings in approximate size required and complete masonry work after installation of equipment, Cutting: Where cutting is required, use power saws to provide clean, sharp, unchipped 1. Dor not use wet cutting techniques with concrete unit masonry. loose rust, dirt, and other coatings. matching adjoining masonry. E. edges. Carteret County Courthouse Repairs 04200-3 23025 3.2 CONSTRUCTION TOLERANCES A. Variation from Plumb: Do not exceed the following construction tolerances in vertical elements, including surfaces of walls, columns and arises: 1. Winch in 10 feet. 2. 3/8 inch in one story height, or 20 feet, whichever is less, except 1/4 inchi for external corners, expansion joints, and other highly conspicuous vertical elements.. 3. 1/2 inch in 40 feet or more. 4. Plus or minus 1/4 inchi in 101 feet, 1/2 inch maximum, for vertical alignment of B. Variation from Level: Do not exceed thet following construction tolerances for bed joints and lines ofe exposed lintels, sills, parapets, horizontal grooves, and other conspicuous headj joints. horizontal elements: 1. 1/4 inch in one bay ori in 10 feet maximum. 2. 1/21 inch in 20 feet or more. for related portions of columns, walls, and partitions: 1. 1/21 inchi in any bay or in 20 feet maximum. 2. 3/4 inch in 401 feet or more. thickness of walls and other masonry elements: C. Variation from Plan Lines: Dor not exceed the following horizontal construction tolerançes D. Variation in Cross Section: Do not exceed the following construction tolerances for 1. Minus 1/4 inch. 2. Plus 1/2 inch. fort thickness of mortarj joints: 1. Bedj joints: Plus or minus 1/8 inch. 2. Head joints: Minus 1/4 inch, plus 3/8 inch. E. Variation in Mortar Joint Thickness: Dor not exceed the following construction tolerances 3.3 MASONRY CONSTRUCTION- - GENERAL A. Layout: Lay out masonry for accurate pattern bond, for uniform joint widths, and for accurate location of specific features before beginning actual construction. Avoid use of masonry units of less than 1/2 size. Do not use units with less than nominal 4-inch B. Pattern Bond: Lay, exposed masonry in running bond except where other bonds are 1. Lay concealed masonry in running bond, or lap units at least 2 inches. Interlock wythes at corners and offsets in each course with masonry bond. horizontal face dimensions at corners andj jambs. indicated at special features. 2. Carteret County Courthouse Repairs 04200-4 23025 C. Stopping Work: Lay masonry in proper sequence to avoid toothing. Rack walls back in each course at end of each work day. Before resuming, clean exposed surfaces and D. Built-in Work: As work progresses, build in items indicated for installation in masonry, remove loose masonry units and mortar. filling around built-in items solidly with masonry. conditions are otherwise detailed. 1. Fill joints between masonry and metal frames solidly with mortar, unless specific 2. At locations where built-in items are to be connected to hollow unit masonry, 3. Unless other conditions are specifically detailed, solidly grout cores for at least 24 inches below bearing plates, lintels, and similar features and conditions. Expansion Joints: Build in movement joints where shown on drawings, installing solidly grout cores to provide adequate anchorage. E. accessory items as masonry is constructed. Install elastomeric joint fillers as indicated. 1. detailed. F. Non-Bearing Partitions: Extend full height to solid structure above, unless otherwise 1. Except as otherwise indicated, treat joint between top of wall and structure above as resilient connection, using sealants specified in Division7. G. Lintels: Install steel lintels at all openings. 1. Bearing: Provide not less than 8 inches of bearing at each jamb. 2. Reinforcement: At masonry openings greater than one foot in width, install horizontal, joint reinforcement in 2 courses immediately above lintel and2 courses immediately below sill. Except at construction joints, install opening reinforcement to extend not less than 24 inches beyond jamb on each side. 3.4 LAYING MASONRY UNITS A. Solid Masonry Units: Install in full bed joints and with head joint completely filled prior to B. Hollow Masonry Units: Install so that face shells are solidly mortared, horizontally and laying each unit: do not slush head joints. vertically. Bed webs solidly in mortar at starting course. 1. Bed webs solidly in mortar at cores to be grouted. C. Joints: Make mortar joints visually and dimensionally consistent. D. Concealed Joints: Cut flush, unless otherwise detailed. 1. Except as otherwise indicated, maintain mortar joint widths of 3/8 inch. Carteret County Courthouse Repairs 04200-5 23025 E. Exposed Joints: Using concave jointer slightly larger than joint width, tool exposed joints F. Resetting: Do not pound, tap, or otherwise attempt to adjust masonry units after initial set has occurred. Remove units which require adjusting, clean thoroughly, and reset in before mortar has assumed final set. fresh mortar. 3.5 ANCHORING MASONRY A. Structural Framing Anchorage: Anchor masonry to structural framework at points of Maintain open space of1 inch or more between face of framing member and 2. Fasten anchors to structure and embed in mortar joints as masonry is laid. Space anchors as indicated, but at not more than the following: adjacency and as follows: 1. masonry elements. 3. a. 16 inches on center vertically. b. 24 inches on center horizontally. 3.6 REPAIRING MASONRY A. B. Replacement: Carefully remove areas of damaged masonry and replace with matching, Pointing: As joints are being tooled, remove mortar with visible holes or mortar which cannot be compacted properly because of hidden voids, and replace with fresh mortar, undamaged units using mortar which matches original work. filling each joint completely and tooling to match adjacent work 3.7 CLEANING AND PROTECTION A. Clean masonry after mortar is thoroughly set and cured. 1. Scrape off adhered mortar particles by hand using non-metallic tools. 2. Comply with directions of concrete unit masonry manufacturer and NCMA Protection: Institute protective measures as required to ensure that unit masonry work Tek Bulletin No. 45 for cleaning CMU. willl be clean and undamaged at substantial completion. B. END OF SECTION 04200 Carteret County Courthouse Repairs 04200-6 23025 SECTION 05500 - METAL FABRICATIONS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Steel lintels and shelf angles. 2. Pipe and tube railings. specified in other Sections. 3. Steel framing and supports for applications where framing and supports are not 1.3 SUBMITTALS A. Shop Drawings: For each fabricated item, show the following: 1, Plans and elevations. 2. 3. 4. 5. Jointing and connections. Indicate welded connections using standard AWS symbols; indicate net weld length. Profiles of sections and reinforcing. Fasteners and anchors. Accessories. 6. Location of each finish. B. Product Data: Manufacturer's specifications and installation instructions. Submit for: 1. All manufactured products used in fabrications. C. Samples of products and materials when requested. 1.4 QUALITY ASSURANCE A. B. Definitions in ASTM E 985 for railling-related terms apply to this section. Structural Performance of Handrails and Railing Systems: Comply with ASTM E 985 C. Structural Performance ofHandrails and Railing Systems: Provide handrails and railing systems capable of withstanding the following structural loads without exceeding the 1. Top Rail of Guardrail Systems: Concentrated load of 200 Ibf (890 N) applied at any point and in any direction and a uniform load of 50 Ibf per linear foot (730 N/m) applied horizontally and concurrently with a uniform load of 100 Ibf per linear foot (1460 N/m) applied vertically downward. Concentrated and uniform Handrails Not Serving as Top Rails: Concentrated load of 200 Ibf (890 N) applied at any point and in any direction and a uniform load of 50 Ibf per linear foot (730 N/m) applied in any direction. Concentrated and uniform loads need Infill Area of Guardrail Systems: Horizontal concentrated load of2001 Ibf (890N) applied to 1 sq. ft. (0.09 sq. m) at any point in the system including panels, intermediate rails, balusters, or other elements composing thei infill area. Loads on infill area need not be assumed to act concurrently with loads on top rails. based on testing per ASTME 894 and E 935. allowable design working stress of the materials involved. loads need not be assumed to act concurrently. not be assumed to act concurrently. 2. 3. D. Where fabrications are. specified to comply with specific structural performance Carteret County Courthouse Repairs 05500-1 23025 requirements, provide design sealed by aj professional engineer registeredi int thes statei in which the project is located. 1.5. PROJECT CONDITIONS A. Where metal fabrications are indicated to fit walls and other construction, verify dimensions by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinated fabrication schedule with construction progress to avoid Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, templates, and directions fori installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. delaying the Work. B. PART2-PRODUCTS 2.1. MATERIALS-METALS A. Steel Shapes: 2. 3. 1. Plates, bars, angles, channels, and H-sections: ASTMA36. Grating bars: ASTMA36 or ASTM A569. 4. Tube: Cold-formed: ASTM A 500, Grade B. 5. Pipe: ASTMA53, standard weight. Galvanizing: Hot-dip galvanizing after fabrication in accordance with ASTMA 123. B. Steel Sheet: 1. For structural uses: Hot-rolled, ASTM A 570; cold-rolled, ASTMA611. 2. For nonstructural uses: Cold-rolled, ASTM A366; hot-rolled, ASTM A 569. C. Galvanized Steel Sheet: 1. For structural uses: ASTMA.446. 2. For nonstructural uses: ASTMA526. 3. Galvanizing: In accordance WiIthASTMA525, G90, unless otherwise indicated. D. For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Dor not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.2 MANUFACTURED COMPONENTS A. Bar Gratings: Manufacture in accordance with "Standard Specifications for Metal Bar Grating and Metal Bar Grating Treads" (part of NAAMM MBG 531), except for specific 1. Where load and deflectionr requirements are indicated, select member sizes and requirements specified here. Spacing: 1-1/2 inches 3. Cross bar spacing: 4 inches. Top surface: Plain. materials using manufacturer's published load tables. 2. 4. 2.3 MATERIALS-MISCELLANEOUS A. Grout: Nonmetallic, noncorrodible, nonshrink, factory blended and packaged; complying with ASTM C 1107. Use type recommended by manufacturer for exterior use where B. Fasteners: Use fasteners suitable for the material being fastened and for the type of required. connection required. Carteret County Courthouse Repairs 05500-2 23025 1. For exterior use or built into exterior walls: Nonferrous stainless steel, zinc 2. Use fasteners of same material as items being fastened unless otherwise 5. Plain washers: Round, carbon steel, ASME B18.22.1 (ASME B18.22M). 6. Lock washers: Helical, spring type, carbon steel, ASME B18.21.1 (ASME Galvanizing Repair Paint: Zinc dust paint complying with SSPC-Paint 20 or MIL D. Shop Primer: Fabricator's standard, fast-curing, lead-free, universal modified alkyd primer; resistant to normal atmospheric corrosion, compatible with finish paint systems indicated, capable of providing a sound foundation for field-applied topcoats despite prolonged exposure; complying with performance requirements ofF FSTT-P-645. coated or cadmium plated. indicated. 3. Bolts and studs: ASTMA307. 4. Nuts: ASTMA563. B18.21M). 7. Expansion shields: FSFF-S-325. P-21035B, Typelorll. C. 2.4 FABRICATION- C GENERAL A. Fabricate and shop-assemble in largest practical sections for delivery to site. 1. Prepare and reinforce fabrications as required to receive applied items. Fabricate items withj joints tightly fitted and secured. 3. Make exposed joints tight, flush, and hairline. Fasteners: Use concealed fasteners if possible. asi item except where specifically indicated otherwise. 2. B. 1. Exposed fasteners: Flathead, countersunk type unless otherwise indicated. C. Anchors: Fabricate tos suit conditions indicated; use anchors ofsame material and finish D. Welding: 1. Welding of stee!: Comply with AWS D1.1 recommendations. 2. Provide continuous welds at welded corners and seams. 3. Exposed welds: Grind flush and smooth. E. Joints Exposed to Weather: Fabricate tol keep water out, orp provide adequate drainage of water that penetrates. 2.5 FABRICATION. SHEETI METAL A. Comply with general fabrication requirements. B. Bend sheet metal corers to smallest practical radius. C. Welding Steel Sheet: Comply with AWS D1.3 recommendations. 2.6 FABRICATION- GRATINGS A. Metal Bar Gratings: Produce metal bar gratings indicated per NAAMM marking system 1. Metal Bar Grating Standard' 'Standard Specifications for Metal Bar Grating and Metal Bar Grating Treads" MMMPANSMANAReN Bar Grating that comply with the following: Manual." 2. Heavy Duly! Metal Bar Grating Standard:" "Guide Specifications fork Heavy Duty Metal Bar Grating" published in NAAMM' "Heavy Duty Metal Bar Grating Manual." Carteret County Courthouse Repairs 05500-3 23025 3. Welded Steel Gratings: W-15-4 (welded with bearing bars 15/16 inch 0.C. and cross bars 41 inches o.c.)bearing bar sizes as indicated. Welded Heavy Duty Steel Gratings: W-19-4 (welded with bearing bars 1-3/16 inch 0,C. and cross bars 4 inches o.c.)bearing bar sizes as indicated. Traffic Surface for Steel Bar Gratings: As follows: 4. 5. a. Plain. b. Serrated. C. Knurled. d. epoxy resin adhesive. 6. Steel Finish: As follows: practice. ft. of coated surface. Applied abrasive finish consisting of aluminum oxide aggregate in an a. Shop prime paint applied in accordance with manufacturer's standard Hot-dip galvanized with a coating weight of not less than 1.8 OZ. per sq. b. 2.7 FABRICATION- SHOP COATINGS A. Hot-dip galvanize steel and iron assemblies set in concrete and masonry. B. Shop prime all iron and steel fabrications. C. Prepare surfaces to be coated as follows: 1. 2. 3. 2. 3, Solvent-clean in accordance with SSPC-SP 1. Exterior fabrications: Clean in accordance with SSPC-SP5. Interior fabrications: Clean in accordance with SSPC-SP5. 1. Apply primer immediately following surface preparation. Do not prime surfaces to be welded. Do not prime surfaces in direct contact bond with concrete. 4. Apply extra coat to corners, welds, edges, and fasteners. D. Shop Priming: Comply with SSPC-PA1. E. Shop Painting: Apply shop primer to surface of metal fabrications except those embeddedinconcreles orgalvanized; comply with SSPC-PA1 andrequirements indicated 1. Surface Preparation: Comply with SSPC-SP6 Commercial Blast Cleaning" for exterior work, and with SSPC-SP3 "Power Tool Cleaning" for interior work. Stripe paint edges, corners, crevices, bolts, welds and sharp edges. F. Galvanizing: ASTM A 123 for fabricated and unfabricated steel products made of uncoated rolled, pressed andi forged steel shapes, plates, bars ands strip 0.0229 inch and below: 2. thicker. 2.8 FABRICATION- MISCELLANEOUS A. Loose Bearing and Leveling Plates: Provide for steel items bearing on masonry or B. Loose Steel Lintels: Fabricate from shapes and to sizes indicated. Galvanize after C. Miscellaneous Framing and Supports: Provide as required to complete work and not included with structural steel framework. Fabricate of welded construction in as large units as possible; drilla and tap as required to receive hardware and similar items. Include D. Miscellaneous Steel Trim: Fabricate to shapes and sizes as required for profiles shown; continuous welded joints and smooth exposed edges. Use concealed field splices concrete, as indicated. Drill plates to receive anchor bolts. fabrication. required anchors for building into other work. Carteret County Courthouse Repairs 05500-4 23025 wherever possible. Provide cutouts, filttings, and anchorages; coordinate assembly and Nosings: Fabricate of shapes as indicated; miter corners and weld joints. Provide F. Shelf and Relieving Angles: Fabricate to sizes indicated for attachment to support framing. Provide slotted holes to receive anchor bolts, spaced not more than 6 inches fromends and 24 incheso.c. Galvanize shelf angles tob bei installed on exterior concrete. G. Steel Pipe Railings: Fabricate to dimensions shown, withs smooth bends andv welded) joints using steel pipe of diameter andi finishi indicated. Secure posts and rail ends tol building Galvanize exterior steel railings, including pipe, fittings, brackets, fasteners and 2. Provide steel pipe with black finish fori interior railings, primed after fabrication. H. Cast Treads and Thresholds: Cast-iron units with integral abrasive finish, of size and configuration indicated; with manufacturers's standard anchors for type of application installation with other work. E. anchors 61 inches from ends of corners and 241 inches 0.C. construction asi indicated. other ferrous metal components. indicated. PART3-EXECUTION 3.1 INSTALLATION A. Perform cutting, drilling andf fitting required fori installation; setv work accurately inl location, alignment and elevation, measuredfrom established lines andl levels. Provide anchorage devices and fasteners where necessary fori installation to other work. B. Set loose items on cleaned bearing surfaces, using wedges or other adjustments as required. Solidly pack open spaces with bedding mortar, consisting of 1-part portland cement to 3-parts sand and only enough water for packing and hydration, or use C. Touch-up shop paint afteri installation. Cleani fieldy welds, bolted connections anda abraded areas, and apply same type paint as used in shop. Use galvanizing repair paint on D. Perform all welding in. accordance with AWS requirements and procedures for E. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing jofcomponents, failure ofconnections, and other detrimentale effects. Base engineering calculation on surface temperatures of materials duet to! both solar heat gain F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if noti indicated, Phillips flat-head (countersunk) screws or bolts. Locatej joints where least conspicuous. G. Verify handrail and railing dimensions by field measurements before fabrication and indicate measurements on shop drawings. Coordinate fabrication schedule with H. Coordinate nstallationi foa anchorages for handrails andi railings. Furnishs setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. commercial non-shrink grout material. damaged galvanized surfaces. appearance, quality ofwelds, and correction of welding work. and nighttime-sky heat loss. construction progress to avoid delaying the work. Carteret County Courthouse Repairs 05500-5 23025 I. J. Anchor posts in concrete by inserting into preset sleeves or core-drilled holes and grouting space between post and sleeve. Secure handrails to wall with walll brackets and end fittings. 1. Use brackets with flange tapped for concealed hanger bolt. 2. Use brackets with predrilled hole for exposed bolt anchorage. END OF SECTION 05500 Carteret County Courthouse Repairs 05500-6 23025 SECTION 07600 - FLASHING AND SHEET METAL PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions, Amendments to General Conditions, and Supplementary, Conditions and Sections in Division of the Specifications apply to work of this section. 1.2 DESCRIPTION A. Extent of each type of flashing and sheet metal work is indicated on drawings and by provisions oft this Section. B. Types of work specified in this Section include the following: 1. 2. 3. C. Related Work: 1 Metal counter flashing and base flashing. Exposed metal trim. Miscellaneous sheet metal accessories. Section 07900- J Joint Sealants 1.3 SUBMITTALS A. Comply with pertinent provisions of Section 01620. B. Product Data; Sheet Metal, Accessories: Submit manufacturer's product data, installation instructions and general recommendations for each specified sheet material C. Samples; Flashing, Sheet Metal, Accessories: Submit 8" square samples of specified 1. Submit 12" long, completely finished units of specified factory-fabricated D. Shop Drawings: Flashing, Sheet Metal, Accessories: Submit shop drawings showing layout, joining, profiles, and anchorages of fabricated work, including major counter flashing, trim/fascia units, etc.; layouts at 1/4" scale, detail at 3" scale. and fabricated product. sheet materials to be exposed as finished surfaces. products exposed as finished work. 1.4 QUALITY ASSURANCE A. Comply with industry standards and recommendations of SMACNA. Architectural Sheet Metal Manual except as specifically indicated otherwise. 1.5 JOBCONDITIONS A. B. Coordinate work of this Section with interfacing and adjoining work for proper sequencing of each installation. Insure best possible weather resistance and durability Surfaces to which flashing and sheet metal are applied shall be even, smooth, sound, thoroughly clean and dry and free from all defects that might affect the application. Report any unsatisfactory surfaces to the General Contractor. Do not proceed with installation of sheet metal work until curb and substrate ofv work and protection of materials and finishes. Carteret County Courthouse Repairs 07600-1 23025 construction, blocking, roofing, regrets, and other construction that will receive the work are completed. Proceeding with application of sheet metal work will be evidence of substrate acceptance by Installer. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Comply with pertinent provisions of Section 01620. B. Materials furnished by this Section, which are to be built-in by other trades, shall be delivered to the Site in time to avoid delays in construction schedule. PART2-PRODUCTS 2.1 FLASHING AND SHEET METAL MATERIALS A. B. .032 Aluminum minimum (Pre-Finished to Match Existing) Flashing exposed to view, prefinished color to be selected to match surrounding conditions. 2.2 MISCELLANEOUS MATERIALS AND. ACCESSORIES A. B. Fasteners: Same metal as flashing/sheet metal or other noncorrosive metal as recommended by sheet manufacturer. Match finish of exposed heads with material Bituminous Coating: SSPC-Paint 12, solvent type bituminous mastic, nominally free of C. Mastic Sealant: Polyisobutylene; nonhardening nonskinning, noncorrosive metal seam cementing compound, recommended by metal manufacturer for exterior/interior non- D. Adhesives: Type recommended by flashing sheet manufacturer for waterproof weather- E. Metal Accessories: Provide sheet metal clips, straps, anchoring devices and similar accessory units as required for installation work, matching or comparable with material being installed. They shall be noncorrosive, in sizes and gauges required for proper being fastened. sulfur, compounded for 15-mil dry film thickness per coat. moving joints including riveted joints. resistant seaming and adhesive application oft flashing sheet. performance. FLASHING AT DECRATILE A. Ton match existing tile color. 2.3 PART3-EXECUTION 3.1 INSTALLATION REQUIREMENTS A. General: Except as otherwise indicated, comply with manufacturer's installation instructions and recommendations, and with SMACNA Architectural Sheet Metal Manual". Anchor units of work securely in place by methods indicated. Provide for thermal expansion of metal units. Conceal fasteners where possible, and set units true tol line and level as indicated. Install work with laps, joints and seams, which willl be Underlayment: Where aluminum is tol bei installed directly on cementitious or wood substrates, apply a coating or other permanent separation as recommended by permanently watertight and weatherproof. B. manufacturerfabricalor to concealed aluminum surfaces. Carteret County Courthouse Repairs 07600-2 23025 3.2 CLEANING AND PROTECTION A. Clean exposed metal surfaces, removing substances, which might cause corrosion of B. Protection: Installer shall advise Contractor of required procedures for surveillance and protection of flashing and sheet metal work during construction, to ensure that work be without damage or deterioration, other than natural weathering, at time of substantial metal or deterioration of finishes. completion. END OF SECTION 07600 Carteret County Courthouse Repairs 07600-3 23025 SECTION 07900 - JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The sealing ofe exterior andi interior) joints. 1.2 SUBMITTALS A. Product Data: Manufacturer's data on each joint sealer, with instructions for substrate B. Samples for Color Selection: Cured samples of actual products showing manufacturer's preparation andi installation. fullr range of colors. 1.3 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original containers or bundles with labels showing manufacturer, product name or designation, color, shelf life, and installation instructions. 1.4 PROJECT CONDITIONS A. Environmental Limitations: Do noti install sealers ifany oft the following conditions exist: 1. Air or substrate temperature exceeds the range recommended by sealer manufacturer ori is below 40 degrees F (4.4 degrees C). Substrate is wet, damp, or covered with snow, ice, or frost. Dimensional Limitations: Do not install sealers if joint dimensions are less than or greater than that recommended by sealer manufacturer; notify the architect and get sealer manufacturer's recommendations. for alternative procedures. 2. B. PART2-PRODUCTS 2.1 MATERIALS- GENERAL A. General: Provide only products which are recommended and approved by their manufacturer for the specific use to which they are put and which comply with all 1. For each generic product, use only materials from one manufacturer. Provide only materials which are compatible with each other and withj joint Colors of exposed sealers: As selected by the Architect from manufacturer's requirements oft the contract documents. 2. 3 substrates. standard colors. 2.2 ELASTOMERIC SEALANTS A. Elastomeric Sealants General: Chemically curing elastomeric sealants oft types indicated, complyi ing with ASTM C 920, including specific Type, Grade, Class, and Uses 1. Exterior, Non-Traffic Areas: Type S, Grade NS, Class 25, Use NT. Provide ofthe following Polyurethane or Silicone Sealants or an approved substitution: indicated, as well as all other requirements specified. one a. Polyurethane: (1) Bostik/Chem-Calks 900. (2) Pecora Corp./Dynatroll. (3) Somnebom-ChemRex, Inc./Sonolast NPI. (4) Tremco, Inc./Dymonic. Silicone: Carteret County Courthouse Repairs 07900-1 23025 (1) Bostik/Chem-calk 2200. (2) Pecora Corp./895 Silicone. (4) Tremco, Inc./Spectrum 2. following silicone sealants or an approved substitution: (1) Bostik/Chem-calk 950. (2) Pecora Corp./NR-201 Urexpan. (3) Sonnebom-ChemRex, Inc. /Sonolastic SLI. Interior, Non-Traffic Areas: Type S, Grade NS, Class 12.5or2 25, Use NT. Provide one of the following polyurethane or silicone sealants or an approved (3) Sonnebom-ChemRex, Inc./Sonolastic Omniseal. Exterior, Traffic Areas: Type S, Grade P, Class 25, Use T. Provide one of the 2. a. Silicone: 3. substitution: a. Polyurethane: (1) Bostic/Chem-calk 915. (2) Pecora Corp./Dynatroll. (3) Sonneborn-ChemRex, Inc./Sonolast NPI. (4) Tremco, Inc./Dymonic. Silicone: (1) Bostik/Chem-calk 2200. (2) Pecora Corp./895 Silicone. (4) Tremco, Inc. Spectrum2. following silicone sealants or an approved substitution: (1) Bostik/Chem-calk 950. (2) Pecora Corp./NR-201 Urexpan. (3) Sonnebom-ChemRex, Inc./Sonolastic SLI. Expansion/ Control Joints in Concrete walls: Pecora 890 b. (3) Somnebomn-ChemRex, Inc./Sonolastic Omniseal. Interior, Traffic Areas: Type S, Grade P, Class 25, Use T. Provide one of the 4. a. Silicone: 5. 2.2 LATEX SEALANTS A. Latex Sealant - General: One-part, nonsag, mildew-resistant, paintable latex sealant complying with ASTMC834. 1. Exterior: Do not use for exterior applications. 2. Interior: Use only on non-working joints. Provide one of the following or an approved substitution: Pecora Corp./AC-20. Sonnebom-ChemRex, Inc./Sonolac. Tremco, Inc./Acrylic Latex 834. a. b. C. 2.3 SEALANT BACKERS A. Backers General: Nonstaining; recommended or approved by sealant manufacturer for B. open-cell specific use, Backer Rods: Flexible, nonabsorbent, compressible polyurethane foam, either or non-gassing closed-cell, unless otherwise restricted by sealant manufacturer; C. Bond-Breaker Tape: Self-adhesive, polyethylene or other plastic tape, unless otherwise electricted by sealant manufacturer, suitable for preventing sealant adhesion. preformed to appropriate size and shape. 2.4 MISCELLANEOUS MATERIALS A. Primers: As recommended by sealer manufacturer. B. Cleaners: As recommended by sealer manufacturer and not damaging to substrates. Carteret County Courthouse Repairs 07900-2 23025 C. Masking Tape: Nonabsorbent, nonstaining. D. Tooling Agents: Approved by sealant manufacturer; nonstaining to sealant and substrate. PART3-EXECUTION 3.1 EXAMINATION A. Examinej joints for characteristics that may affect sealer performance, including B. Dor not begin joint sealer work until unsatisfactory conditions have been corrected. configuration and dimensions. 3.2 PREPARATION A. Cleaning: Just before starting sealer installation, clean outj joints in accord with recommendations. of sealer manufacturers and as follows: 1. Remove all material that could impair adhesion, including dust, dirt, coatings, paint, oil, and grease. Exception: Materials tested to show acceptable 2. Dry out damp and wet substrates thoroughly. Remove loose particles by vacuuming or by blowing with oil-free compressed 5. Clean substrates with methods recommended by sealant manufacturer which 6. Use methods which will not leave residues that willi impair adhesion. Priming: Prime substrates as recommended by sealer manufacturer. adhesion and compatibility. 3. air. 4. Concrete: Remove laitance andi form-release coatings. will not damage the substrate. B. C. Masking Tape: Use masking tape to keep primers and sealers off of adjacent surfaces which would be damaged by contact or by cleanup. Remove tape as soon as practical. D. Install fillers where needed to provide proper joint depth or support for sealant backers. E. Provide caulk joints at all exterior exposed concrete construction/pour, joints. 3.3 INSTALLATION A. except Comply with sealer manufacturers' installation instructions and recommendations, B. Gunnable and Pourable Sealants: Comply with recommendations of ASTMC1193. where morer restrictive requirements are specified. C. Backers: 1, Install backers at depth required to result in shape and depth of installed 2. Ifbackers become wet or damp before installation of sealant, dry out thoroughly 3, Use bond-breaker tape where indicated and wherever it is necessary to keep D. Sealants: Use methods recommended by manufacturer; completely fill the joint; make full contact with bond surfaces: tool nonsag sealants to smooth surface eliminating air sealant which allows the most joint movement without failure. Do not stretch or twist backers. a. b. before proceeding. Make backers continuous, without gaps, tears, or punctures. sealant from adhering to back ort third side ofj joint. pockets. Carteret County Courthouse Repairs 07900-3 23025 1. Use concave joint shape shown in Figure 5A in ASTMC1193, where not otherwise indicated. 3.4 PROTECTION. AND CLEANING A. Clean surfaces adjacent to joints as work progresses and before sealants set using methods and materials approved by manufacturers of sealers and of surfaces to be B. cleaned. Protect joint sealers from contamination and damage. C. Remove and replace damaged sealers. 3.5 WARRANTY A. Provide 20 year caulking warranty. END OF SECTION 07900 Carteret County Courthouse Repairs 07900-4 23025 SECTION 09900- PAINTING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions, Amendments to General Conditions, and Supplementary Conditions and Sections in Division1 of the Specifications apply to work oft this section. 1.2 DESCRIPTION A. Work included: Paint and finish the exterior and interior exposed surfaces listed on the Painting Schedule in Part 3 of this Section, as specified herein, and as needed for a 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division1 1 Priming or priming and finishing of certain surfaces may be specified to be actory-performed or installer-perormed under pertinent other Sections. 1, Unless otherwise indicated, painting is not required on surfaces in concealed areas and inaccessible areas such as furred spaces, foundation spaçes, utility Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze, and similar finish materials will not require painting under this Section Do not paint moving parts of operating units; mechanical or electrical parts such as valve operators; linkages; sensing devices; and motor shafts, unless 4. Do not paint over required labels or equipment identification, performance complete and proper installation. B. Related work: oft these Specifications. 2, C. Work not included: tunnels, pipe spaces, and duct shafts. unless otherwise indicated. otherwise indicated. rating, name, or nomenclature plates. 5. Do not paint concrete which has been sandblasted. 2. 3. D. Definitions: 1. "Paint," as used herein, means coating systems materials including primers, emuisions, epoxy, enamels, sealers, fillers, and other applied materials whether used as prime, intermediate, or finish coats. 1.3 SUBMITTALS A. B. Comply with pertinent provisions of Section 01340. Product data: Within 45 calendar days after the Contractor has received the Owner's 1. Materials list ofi items proposed to be provided under this Section; Notice to Proceed, submit: 2. C. Samples: Manufacturers specifications and other data needed to prove compliance with 1 Colors are to be selected. Follow the selection of colors and glosses by the Architect, as described under "Color Schedules" in Part 2 of this Section, a. Provide three samples of each color and each gloss for each material the specified requirements. submit Samples for the Architect's review. on which thet finish is specified to be applied. Carteret County Courthouse Repairs 09900-1 23025 b. C. 2. 3. site. Except as otherwise directed by the Architect, make samples Ifso directed by the Architect, submit samples during progress of the Work in the form of actual application of the approved materials on Revise and resubmit each Sample as requested until the required gloss, color, and texture is achieved. Such Samples, when approved, willl become standards of color and finish for accepting or rejecting the work of this Section. Dor not commence finish painting until approved samples are on file ati thej job approximately 8" x 10" in size. actual surfaces to be painted. 1.4 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced int the necessary crafts and who are completely familiar with the specified requirements andt the methods needed for proper performance of the work of this Section. 1. Paint shall be tinted by the Paint Company; on-site tinting is not permitted. 1. Provide finish coats which are compatible with the prime coats actually used. Review other Sections of these specifications as required, verifying the prime coats to be used and assuring compatibility of the total coating system for the Upon request, furnish information on the characteristics of the specific finish materials to assure that compatible prime coats are used. 4. Provide barrier coats over non-compatible primers, or remove the primer and 5. Notify the Architect in writing of anticipated problems in using the specified coating systems over prime-coatings supplied under other Sections. C. Provide 8' x8' wall and 8'x8' ceiling mock-up panel for approval of finishes. B. Paint coordination: 2. 3. various substrate. re-prime as required. 1.5 PRODUCT HANDLING 1.6 JOB CONDITIONS A. Comply with pertinent provisions of Section 01620. A. Dor not apply solvent-thinned paints when the temperature of surfaces to be painted and the surrounding air temperatures are below 45 degrees F, unless otherwise Permitted by the manufacturers' printed instructions as approved by the Architect. 1. Dor not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85%; or to damp or wet surfaces, unless otherwise permitted by the manufacturers' printed instructions as approved by the Architect. Applications may be continued during inclement weather only within the temperature and humidity limits specified by the paint manufacturer as being suitable for use during application and drying periods. B. Weather conditions: 2. 1.7 EXTRASTOCK A. Upon completion of the Work of this Section, deliver to the Owner an extra stock equaling one gallon of each color, type, and class of paint used in the Work. Tightly seal each container, and clearly label, stating contents and location(s) where used. Carteret County Courthouse Repairs 09900-2 23025 PART2-PRODUCTS 2.1 PAINT MATERIALS A. Acceptable materials: 1. The Painting Schedule in Part 30 oft this Section is based, in general, on products oft the Glidden Paint Company, equal products by Sherwin Williams, Olympic or Where products are proposed other than those specified by name and number int thel Painting Schedule, provide under the product data submittal required by Article 1.3 ofthis Section a new painting schedule compiled int the same format Provide undercoat paint produced by the same manufacturer ast the finish coat. 2. Use only the thinners recommended byt the paint manufacturer, and use only to Insofar as practicable, use undercoat, finish coat, andt thinner material as parts approved equal will be acceptable. 2. used fort the Painting Schedule included int this Section. B. 1. 3. Undercoats andi thinners: the recommended limits. ofau unified system of paint finish. 2.2 COLOR SCHEDULES A. The Architect or Owner will prepare a color schedule with samples for guidance in B. The Architect may select, allocate, and vary colors on different surfaces throughout the painting. work, subject tot thef following: 1. Interior work: a. Walls- - 4 color b. Ceiling-2c color C. Doors -2 color d. Casing/Trim- -20 color e. Interior of Stairways -2 color f. Interior Stairways Rails-20 color 2. Exterior: a. 2colors. 2.3 APPLICATION EQUIPMENT A. For application oft the approved paint, use only such equipment as is recommendedi for application of the particular paint by the manufacturer of the particular paint, and as B. Prior to use of application equipment, verify that the proposed equipment is actually compatible with the material to be applied, and that integrity of thet finish will not be approved by the Architect. jeopardized by use of the proposed equipment. 2.4 OTHER MATERIALS A. Provide other materials, nots specifically described but required for a complete and proper installation, as selected by the Contractor subject tot the approval oft the Architect. Carteret County Courthouse Repairs 09900-3 23025 PART3-E EXECUTION 3.1 SURFACE CONDITIONS A. General: 2. 3. 4. Stirring: 2. 1. Mix and prepare paint materials in strict accordance with ther manufacturers' recommendations. as approved byt the Architect. When materials are noti in use, store int tightly covered containers. Maintain containers usedi in storage, mixing, and application of paint in a clean condition, free from foreign materials and residue. Examine the areas and conditions under which work of this Section willl be performed. Correct conditions detrimentali to timely and proper completion of they work. Do not proceed until unsatisfactory conditions are corrected. 1. Stir materials before application, producing a mixture of uniform density. Do nots stiri into the material any film which may form on the surface, but remove thei film and, ifr necessary, strain, the material before using. B. 3.2 SURFACE PREPARATION A. General: 2. 3. 4. 5. 6. B. 1. Perform preparation and cleaning procedures in strict accordance with the paint manufacturers' recommendations as approved by the Architect. Remove removable items which are in place and are nots scheduled to receive paint finish; or provide surface-applied protection prior to surface preparation Following completion of paintingi in each space or area, reinstall the removed items by using workmen who are skilled int the necessary trades. Clean each surface to be painted prior to applying paint ofs surface treatment. Remove oil and grease with clean cloths and cleaning solvent of low toxicity and flash point in excess of2 200 degrees F. prior to start ofr mechanical Schedule the cleaning and painting so that dust and other contaminants from the cleaning process will not fall onto wet newly painted surfaces. 1. Clean wood surfaces until freei from dirt, oil, and other foreign substance. Smooth finish wood surfaces exposed to view, using the proper sandpaper. Where so required, use varying degrees of coarseness in sandpaper to produce a uniformly smooth and unmarred wood surface inj preparation for the Unless specifically approved byt the Architect, no not proceed with painting of wood surfaces until ther moisture content oft the woodi is 12% or less as measured by a moisture meter approved by the Architect. 1. Thoroughly clean surfaces until free from dirt, oil, and grease. 2. Ong gaivanized surfaces, use solvent for thei initial cleaning, and then treat the surface thoroughly with phosphoric acid etch. Remove etching solution completely anda allowt to dry thoroughly before application of paint. 3. Allow to dry thoroughly before application of paint. and painting operations. cleaning. Preparation of wood surfaces: 2. 3. application of stain. C. Preparation of metal surfaces: Carteret County Courthouse Repairs 09900-4 23025 3.3 PAINTAPPLICATION A. General: 2. 1. Touch-up shop-applied prime coats which have been damaged, and touch-up a. Do not apply additional coats until the completed coat! has been b. Only thei inspected and approved coats of paint willl be considered in Sand and dust between coats to remove defects visible to the unaided eye On removable panels and hinged panels, paint the back sides to match the bare areas prior to start off finish coats application. Slightly vary the color ofs succeeding coats. inspected and approved. determining the number of coats applied. 3. 4. B. Drying: exposed sides. 1. Aliow sufficient drying time between coats, modifying the period as recommended byt the material manufacturer to suit adverse weather conditions. 1. Brush out and work the! brush coats onto the surface in an event film. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, and other surface imperfections will not be acceptable. C. Brush applications: 2. D. Spray application: 1. Except as specifically otherwise approved by the Architect, confine spray application to concrete masonry surfaces, metal framework and similar surfaces Where spray application is used, apply each coat to provide thel hiding Dor not double back with spray equipment to build upf film thickness of two coats where hand brushy work would be inferior. equivalent of brush coats. in one pass. 2. 3. E. For completed work, match the approved Samples as tot texture, color, and coverage. Remove, refinish, or repaint work not in compliance with the specified requirements. 3.4 PAINTING SCHEDULE A. Provide thei following paint finishes: B. Exterior metal, ferrous: 1. First coat: Primer, 5206. 2. C. Second coat: Gloss Alkyd Enamel, 4550 Series. 3. Third coat: Gloss Alkyd Enamel, 4550 Series. Exterior metal, galvanized: 1. First coat: Primer, 5206. 2. Second coat: Gloss Alkyd Enamel, 4550 Series. 3. Third coat: Gloss Alkyd Enamel, 4550 Series. D. Interior metal, ferrous: 1. First Coal: Primer 5206. 2. Second Coat: Semigloss, odorless, Alkyd Enamel, 4600 Series. 3. Third Coat: Semigloss, odorless, Alkyd Enamel, 4600 Series. E. Interior concrete masonry: Carteret County Courthouse Repairs 09900-5 23025 1. First Coat: High-Performance Latex Block Filler, 5317. Second Coat: Semigloss, latex based, 37001 Line. 3. Third Coat: Semigloss, latex based, 3700L Line. Exterior concrete (Elastomeric Coating): concrete with Finestone Fine Build. Finestone Sanded Primer minimum) (minimum 2 coats) 1. On concrete, use: a. First coat: b. C. 2. On gypsum drywall, use: a. First coat:: b. 2. F. 1. Wash Surfaces, repair cracks, filly voids, apply concrete conditioner, level 2. 3. 4. Finestone Pebbletex (Limestone) to a minimum thickness of 1.6mm (2 coats Horizontal Surfaces: Finestone Top Coat to a minimum thickness of 3mils. 5. Vertical Surfaces: FineLastic to a minimum dry film thickness of 15 mils. 6. Apply as per manufacturer's recommendations G. Interiort flaty wall paint (F) Pigmented sealer #890 Pigmented PVA sealer #1770 Second coat: sinwall vinyl latex #1700 Third coat: Sinwall vinyl latex #1700 Second coat: Sinwall vinyl latex #1700 C. Third coat: Sinwall vinyl latex #1700 H. Interior semi-gloss enamel ("SGE") 1. Onv wood use: a. First coat: b. C. Sinco prime undercoater #975 Second coat: Sinco satin enamel #1800 Third coat: Sinco satin enamel #1800 ENDOFSECTION 09900 Carteret County Courthouse Repairs 09900-6 23025 IV. Consent Agenda 9. Approval of the Northwoods Consulting contract to provide case aide services to DSS, $68,000 Randall W. Williams, M.D., FACOG Health and/ Human Services Director Carteret County Health & Human Services Department of Social Services 210 Craven Street Beaufort, NC 28516 252.728.3181 Health Department 3820-AI Bridges Street Morehead City, NC: 28557 252.728.8550 Environmental 252.728.8499 Health wcanerecounynegon Nina M. Oliver, MS Health Director Jessica G. Adams DSS Director To: CARTERET COUNTY HEALTH& HUMAN SERVICES Building: Stronger. Lives Together Carteret County Board of Commissioners From: Jessica Adams s Social Services Director Subject: Northwoods Contract Approval Date: January 8, 2024 The Department of Social Services has prepared a contract beginning January gth, 2024 with Northwoods Consulting Partners, Inc. This contract will provide the Department with Case Aide Services which will assist Social Workers with various administrative requirements associated with their duties. The contract may not We request the Board's approval to enteri into the aforementioned contract for FY24 and permission for the exceed $68,000.00 during FY24. County Manager to sign. Should you have any questions, please contact me. STATE OF NORTH CAROLINA CARTERET COUNTY DEPARTMENT OF SOCIAL SERVICES CARTERET COUNTY AHINVSAI 210 Craven Street Beaufort, NC 28516 Phone: (252)728-3181 x6131 Attention: Scott A. ShowalterJr. Buyer Contract Request Number: FY24NWC CONTRACTOR Northwoods Consulting Partners, Inc. 5200 Rings Rd. Dublin, OH, 43017 Ph: (614)707-5105 Tax Id: 31-1668570 UE!: NLRJZXKXAAD9 Attention: Richie Diers GENERALINFORMATION Contract Description: FY24- - Case. Aide Services Effective: 01/09/2023-0 06/30/2024 Contract Type: Purchase of Service Contract Classification: Contracted. Aide Services AGREEMENT BUYER (Referred to as' "The County" or "DSS") Carteret County Department of Social Services A. GENERALCONTRACT AGREEMENT a) GENERALCONTRACT This contract is hereby entered intol by and between the Carteret County Department of Social Services (the' "County" or' DSS") and Northwoods Consulting Partners, Inc. (the. Contractor/refered to collectively as the" "Parties"). The Contractorsfederal: tax dentification number is 1. Contract: This Contract consists oft thet following: a) This contract Northwoods Master Services Agreement The GeneralTerms and Conditions d) Northwoods Proposal e) Federal Certification Regarding Drug-Free Workplace & Certification Regarding Nondiscrimination ) Conflict ofl Interest Federal Certification Regarding Environmental Tobacco Smoke Compliancewith Applicable Laws Ifapplicable, Federal Certification Regarding Lobbying "(Required if$25,000 of Federal participation isi involved) Ifapplicable, Federal Certification Regarding! Debarment Papmrys,0dfFadans participation isi involved) These documents constitute the entire agreement between the Parties ands supersede all prior oral 2. Precedence among. Contract Documents: Int the event of a conflict between or among the terms of the Contract Documents, the terms in the Contract Document with the highes! relative precedence shall prevail. The order of precedence shalll be the order of documents asl listed in Paragraph 1, above, with the first- listed document having the highest precedence and the last-listed document having the lowest precedence. If there are multiple Contract Amendments, the most recent amendment shall have the highest precedence and the oldest amendment shall have the lowest precedence. 3. Effective Period: This contract shall be effective on 01/09/2023 and shall terminate on 06/30/2024. This agreement may be extended for an additional twelve (12) months ("Option Term"). The County: shali provider notice of option to extend before the end oft the Initial Term.. 4. Contractor's Duties: The Contractor shall provide the services and in accordance with the County's Duties: The County shall payt the contractor int the manner and int the: amounts specifiedi in the described Scope of Work. The total amount paid byt the County to the Contractor under this contract shall not exceed $68,000.00 during thei initial term. The total contract, including the option term, may not exceed $195,000.00. This amount consists ofa variable amount of Federal, State and, County funds, 6. Reversion of Funds: Any unexpended grant funds shall revert to Carteret County Department of Social Services upon termination oft this contract. 7.. Reporting Requirements: Contractor shall comply witha audit requirements as described in $143C-6-22 &: 23 and OMB Circular- CFR Title 2 Grants and Agreements, Part 200, and shall disclose alli information resuired by 42 USC 455.104, or 42 USC 455.105, or 42 USC 8. Contract Administrators: All notices permitted or required to be given by one Party tot the other and all questions about the contract from one Party to the others shall be addressed: and delivered to the other Party's Contract Administrator. The name, post office address, street address, telephone number, fax number, and email address of the Parties respective initial Contract Administrators are: set out below. Either Party may change the name, post office address, street address, telephone number, fax number, ore email address ofi its Contract. orwritten statements or agreements, Case Aide Services shall begin on. January 9h,2024. approved rate as described. in the! Northwoods Proposal N.C.G.S. 455.106. Administrator bys giving timely written notice to the other Parly. FOR THE COUNTY: Scott A. Showalter Jr. Budget and Grant Manager 210 Craven Street, Beaufort, NC: 28516 (252) 728-3181 x6131 AlexShowaler@carteretcountyncgov FOR THE CONTRACTOR: Erin Duffy Contracts Manager 5200 Rings Rd. Dublin, OH43017 (419)302-6913 Erin.Dufiy@teamnorthwoods.com 9. Supplementation of Expenditure of Public Funds: The Contractor assures that funds received pursuant to this contract shall be used only to supplement, not to supplant, the total amount of federal, state and local public funds that the Contractor otherwise expends for contract services and related programs. Funds received under this contract shall be used to provide additional public funding for such services; the funds shallr not be used to reduce the Contractor's total expenditure of other public funds for such services. 10. Disbursements: As a condition of this contract, the Contractor acknowledges and agrees to make disbursements in accordance with the following requirements: (a)! Implement adequate internal controls over disbursements; (b) Pre-audit all vouchers presented for payment to determine: Validity and accuracy of payment Payment due date Adequacy of documentation supporting payment Legality of disbursement (c) Assure adequate control of signature stamps/plates; (d) Assure adequate control of negotiable instruments; and (e) Implement procedures to ensure that account balance is solvent and reconcile the account monthly. 11.Outsourcing to Other Countries: The Contractor certifies thati it has identified to the County all jobs related to the contract that have been outsourced to other countries, ifa any. The Contractor further agrees that itl will not outsource any such jobs during the term oft this 12.Signature Warranty: The undersigned represent andi warrant that they are authorized to 13. Federal Certifications: Individuals and Organizations receiving federal funds must ensure compliance with certain certifications required by federal laws and regulations. The contractor is hereby complying with Certifications regarding Nondiscrimination, Drug- -Free Workplace Requirements, Environmental Tobacco Smoke, Debarment, Suspension, Ineligibility and Voluntary ExclusionLower Tier Covered Transactions, and Lobbying. These assurances and certifications are lo be signed by the contractor's authorized representative. 14. Non-Appropriation: Ift this Agreement extends into more than one fiscal year of the County of Carteret (July 1 to. June 30), and if appropriations are insufficient to support this agreement, the County may cancel at the end of the fiscal year, or otherwise upon the expiration of existing appropriation authority. The county shall be liable to any penalties outlined in 15. Renegotiations: Any of the Parties to this contract may request a review of the prices set out herein once per fiscal year. Any price adjustments shall be effective based on mutual agreement between the Contractor and the County. Should no effective date be specified, the price adjustment shall be effective July 1st oft the next county fiscal year covered byt this 16. Electronic Signatures: Jfay party signs this Agreement and transmits an electronic facsimile ort the signature page to the other party, the party who receives the transmission may rely upon the electronic facsimile as a signed original of this Agreement. contract without providing notice to the County. bind their principals tot the terms of this agreement. termination without cause. agreement, after the amendment is signed. B. Northwoods Master Agreement a) See attachment labeled A. General Terms and Conditions 1. RELATIONSHIP OF THE PARTIES Independent Contractor: The Contractor is and shall be deemed to be an independent contractor in the performance of this contract and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. The Contractor represents that itl has, or shall secure ati its own expense, all personnel required in performing the services under this agreement. Such employees shall not be employees of, or have anyi individual contractual relationship with the County. The Contractor must provide. the names of all owners, managers, and management entities, including those of any subcontractors which are used In compliance with. the terms and Subcontracting: The Contractor shall not subcontract any of the work contemplated under this contract withoul prior written approval from the County, Any approved subcontract shall be subject toa all conditions oft this contract. Only thes subcontractors specified in the contract documents are to be considered. approved upon award of the contract. The County shall not be obligated to pay for any work performed by any unapproved subcontractor, The Contractor shall be responsible for the Assignment: No assignment of the Contractor's obligations or the Contractor's right to receive payment hereunder shall be permitted. However, upon written request approved by the issuing (a) Forward the Contractor's payment check(s) directly to any person or entity designated by the (b) Include any person or entity. designated by Contractor as a joint payee on the Contractor's Inr no event shall such approval and action obligate the County to anyone other than the Contractor and the Contractor shall remain responsible for fulfillment of all contract obligations. Beneficiaries: Except as herein specifically provided otherwise, this contract shall inure to the benefit of and be binding upon the parties hereto and their respective successors. Iti is expressly understood and agreed that the enforcement of the terms and conditions of this contract, and all rights of action relating to such enforcement, shall be: strictly reserved to the County andt the named Contractor. Nothing contained in this document shall give or allow any claim or right of action whatsoever by any other third person. Iti is the express intention of the County and Contractor that any such person or entity, other than the County or the Contractor, receiving services or benefits conditions of this contract. performance of all ofi its subcontractors purchasing authority, the County may: Contractor, or payment check(s). under this contract shall be deemed an incidental beneficiary only. 2. INDEMNIFICATION AND INSURANCE Indemnification: The Contractor agrees to indemnify and hold harmless the County, the State of North Carollina and any of their officers, agents and employees, from any claims of third parties arising out or any act or omission of the Contractor in connection with the performance of this Insurance: During the term oft the contract the Contractor at its sole cost and expense will provide commerclai insurance ofs such type and with such terms and limits as may be reasonably associated contract. with the contract. 3. DEFAULT AND TERMINATION Termination without Cause: The County may terminate this contract without cause by giving 90 days written notice to the Contractor. In that event, all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the County, become its property and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such materials, minus any payment or compensation previously made, and, likewise Contractor shall reimburse County. any funds received from County for any work not satisfactorily completed. The county shall be liable for a penalty fee amounting to ten (10) percent of the remaining Termination for Cause: If, through any cause, the Contractor shall fail to fulfill its obligations under this contract inat timely andp proper manner, the Countyshall! havet the right tot terminatet this contract by giving written notice to the Contractor and specifying the effective date thereof. In that event, all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the amount due. County, become its properly and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such materials, minus any payment or compensation previously made. Notwithstanding the foregoing provision, the Contractor shall not be relieved ofl liability tot the County for damages sustained! by the County by virtue ofthe Contractorsbreach oft this agreement, andt the Countyn may withhold any payment duet the Contractor for the purpose ofs setoff until such time as the exact amount of damages due the County from such breach can be determined. In case of default by the Contractor, without limiting any other remedies for breach available to it, the County may procure the contract services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. The filing of a petition for bankruptcy by the Contractor shall be Waiver of Default: Waiver by the County of any default or breach in compliance with the terms of this contract by the Contractor shall not be deemed a waiver of any subsequent default or breach and shall not be construed to be a modification of the terms of this contract unless stated to be such in writing, signed by an authorized representative of the County and the Contractor and attached to the contract.. Availability of Funds: The parties to this contract agree and understand that the payment of the sums specified int this contract is dependent and contingent upon and subject to the appropriation, allocation, Force Majeure: Neither party shall be deemed to be in defauit ofi its obligations hereunder if ands sol long as it is prevented from performing such obligations by any act of war, hostile foreign action, nuclear explosion, riot, strikes, civil insurrection, earthquake, hurricane, tomado, or other catastrophic natural Survival of Promises: All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State an act of default under this contract. and availability of funds for this purpose to the County, event or act of God. statutes of limitation. INTELLECTUAL PROPERTY RIGHTS interest Ins such deliverables. Copyrights and Ownership of Deliverables: All deliverable items produced pursuant to this contract are the exclusive! propertyofthe County. TheContractor: shallr not asserta claim ofcopyrightorc otherp property Federal Intellectual Properly Bankruptcy Protection Act: The Parties agree that the County shall be entitled to all rights and benefits of the Federal Intellectual Property Bankruptcy Protection Act, Public Audit: All Contractors are subject to being selected for audit by the County, int the course of regular review of contracts, Auditors will have access to persons and records related to all contracts or grants Access to Persons and Records: The State Auditor shall have access to persons and records as a all contracts or grants entered into by State agencies or political subdivisions, including the County, in accordance with General Statute 147-64.7. Additionally, as the State funding authority, the Department Health and Human Services shall have access toj persons and records as a result of all contracts or Record Retention: Records shall not be destroyed, purged or disposed of without the express written consent of the Division. State basic records retention policy requires all grant records to be retained for ar minimum of five years or until alla audit exceptions have been resolved, whichever is longer, Ift the contract is subject tot federal policy and regulations, record retention may be longer than five years Law 100-506, codified at 11 U.S.C. 365 (n) and any amendments thereto. OVERSIGHT quality entered result of of grants into by the Contractor and County. entered into by State agencies or political subdivisions, including the County. since records must be retained for a period of three years following submission of the final Federal Financial Status Report, if applicable, or three years following the submission ofa revised final Federal Financial Status Report. Also, if any litigation, claim, negotiation, audit, disallowance action, or other action involving this Contract has been started before expiration oft the five-year retention period described above, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end oft the regular five-year period described above, whichever is later. The record relention period for Temporary Assistance for Needy Families (TANF) and MEDICAID and Medical Assistance grants and programs must be retained for a minimum oft ten years. 6. WARRANTIES AND CERTIFICATIONS Date and Time Warranty: The Contractor warrants that the product(s) and service(s) furnished pursuant to this contract (product includes, without limitation, any piece of equipment, hardware, firmware, middleware, custom or commercial software, or internal components, subroutines, and interfaces therein) that perform any date and/or time data recognition function, calculation, or sequencing will support ai four digit year format andy will provide accurate date/time data andl leap year calculations. This Certification Regarding Collection of Taxes: G.S. 143-59.1 bars the Secretary of Administration from entering into contracts with vendors that meet one oft the conditions of G.S. 105-164.8(b) and yet refuse to collect use taxes on sales of tangible personal property to purchasers in North Carolina. The conditions include: (a) maintenance of a retail establishment or office; (b) presence of representatives int the Slate that solicit sales or transact business on behalf of the vendor; and (c) systematic exploitation of the market by media-assisted, media- faclitated, or media-solicited means. The Contractor certifies Choice of Law: This Agreement shall be governed by the laws of the Stale of! North Carolina and should any claim or dispute arise between the Parties that cannot be resolved amicably, then any action to enforce ori interpret its terms shall be brought in the General Court of. Justice of Carteret County, North Carolina which shall have venue andj jurisdiction over the subject matter and the Parties. All rights and remedies of County under this Agreement shall be cumulative and none shall exclude any other rights or remedies allowed by law or by equity, The Parties hereby agree that this paragraph establishes exclusive and sole venue and jurisdiction for any legal proceeding in Carteret County, North Carolina. Amendment: This contract may not be amended orally or by performance. Any amendment must be madei inv written form and executed by duly authorized representatives oft the County and the Contractor, Severability: In the event that a court of competent jurisdiction! holds that a provision or requirement of this contract violates any, applicable law, each such provision or requirement shall continue to be enforced to the extent it is not in violation of law. or is not otherwise unenforceable and all other provisions and requirements of this contract shall remain in full force and effect. Headings: The Section and Paragraph headings in these General Terms and Conditions are not material parts oft the agreement and should not be used to construe the meaning thereof. Time of the Essence: Time is of the essence int the performance of this contract. warranty shall survive the termination or expiration of this contract. thatita and all ofitsa affiliates (ifa any) collect all required taxes. 7. MISCELLANEOUS Executive Order #2 24: Itis unlawful for any vendor, contractor, subcontractor or supplier of the state to make gifts or to give favors to any state employee. For additional information regarding the specific requirements and exemptions, contractors are encouraged to review Executive Order 24 and G.S. Sec. 133-32. Executive Order 24 also encouraged and invited other State Agencies to implement the requirements and prohibitions oft the Executive Order tot their agencies. Vendors and contractors should contact other State Agencies to determine ift those agencies have adopted Executive Order 24. Key Personnel: The Contractor shall not replace any of the key personnel assigned to the performance oft this contract without the prior written approval oft the County. The term "key personne!" includes any and all persons identified as such in the contract documents and any other persons subsequently identified as key personnel by the written agreement of the parties. Care of Property: The Contractor agrees that its shall be responsible for the proper custody and care of any property fumished toi it foru usei inc connection with thep performance oft this contract and willr reimburse. the Countyf forlosso of, or damaget to, suchp property.Atthets terminationofthis: contract,the Contractor shall contact the County for instructions as to the disposition of such property and shall comply with these. Travel Expenses: Reimbursement to the Contractor for travel mileage, meals, lodging and other travel expenses incurred In the performance of this contract shall not exceed the rates established byt the Carteret County Department of Social Services without a waiver by the Contractor. Administrator, Sales/Use Tax Refunds: If eligible, the Contractor and all subcontractors shall: (a) ask the North Carolina Department ofF Revenue fora a refund ofa alls sales andi uset taxes paid! by themi int the performance oft this contract, pursuant to G.S. 105-164.14; and (b) exclude all refundable sales and use taxes from all reportable expenditures before the expenses are enteredi in their reimbursement reports. Advertising: The Contractor shall not use the award of this contract as a part of any news release or Gender and Number Masculine pronouns shall be read to include feminine pronouns and the singular instructions. commercial advertising. ofa any word or phase shall be read toi include the plural and vice versa.. 8. DISPUTES ANDL LEGAL ACTION Any dispute between the County and the Contractor arising under or relating to this Contract which either party hereto feels is material shall be reduced to writing by that parly and delivered to the other party. The parties hereto shall then negotiate in good faith and use every reasonable effortt to resolve. such dispute. During the time the. parlies are attempting to resolve any dispute, each of them shall Thel laws of North Carolina shall govern this Contract. Any! lawsuit arising out of this Contract, whether brought by the Contractor or the County, shall be brought in the General Court of. Justice for Carteret proceed diligently to perform its duties hereunder. County, North Carolina. Monitoring and Evaluation Responsibilities for Liabilities Monitoring and Evaluation is required by the Catalogue ofFederal Domestic. Assistance. Each party hereto agrees to be responsible for its own liabilities and that of its officers, employees, agents or representatives arising out of this contract to the extent permitted by law. The Contractor is responsible for all professional insurance's related to Contractor's work and for compliance with all practice standards. D. SCOPE OF WORK See attachment labeled B CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS8 CERTIFICATION REGARDING NONDISCRIMINATION .Bye execution oft this Agreement the Contractor certifies thati itv will provide a drug-free workplace by: A. Publishing as statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use ofac controlled: substancei is prohibited int the Contractor's workplace and specifying the: actions that will bet taken against employees for violation of B. Establishing a drug- free awareness program toi inform employees about: such prohibition; (1) The dangers of drug abuse in the workplace; (2) The Contractor's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse C. Makingi ita requirement thate each employee be engaged int the performance oft the: agreement be given a copy of the statement required by paragraph (A); D.N Notifying the employee in thes statement required by paragraph (A) that, as ac condition of employment under the agreement, the employee will: (1). Abide by the terms of thes statement; and violations occurring in the workplace; (2) Notify thee employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after such conviction; E. Notifying the County within ten days after receiving notice under subparagraph(p)2) from an employee or otherwise receiving actual notice ofs such conviction; F.Taking one of the following actions, within 30 days of receiving notice under subparagraph (D)(2), with respect to any employee who is so convicted: (1)T Taking appropriate personnel action against such an employee, up to and (3) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; and Making as good faith effort to continue tor maintain a drug-free workplace through implementation I.The site(s) for the performance of work donei in connection with the specific agreement are listed below: Contractor willi inform the County of any additional sites for performance of work under this agreement. False certification or violation of the certitication shall be grounds for suspension of payment, suspension including termination; or (2) of paragraphs (A), (B), (C), (D).(E), and (F). 210 Craven Street, Beaufort, NC:28516 or termination of grants, or government-wide Federal suspension or debarment 45 C.F.R. Section 82.510. Section.4CFRI Part 85, Section 85.615 and 86.620. Certification Regarding Nondiscrimination The Vendor certifies thati it will comply with all Federal statutes relating tor nondiscrimination. These include but are notl limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis ofrace, color or national origin; (b) Title IX oft the Education. Amendments of 1972, as amended $$1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. $794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U,S.C. $$6101-6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment. Act of 1972 (P.L. 92-255), as amended, 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 ton nondiscrimination: on the! basis of alcohol abuse or alcoholism; (g) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. $53601 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 (20U.S.C. this Agreement. F. CONFLICT OF INTEREST Conflict of Interest: A conflict of interest is defined as an actual or perceived interest by a (staff member/Board member) in an action that results in, or has the appearance of resulting in, personal, organizational, or professional gain. A conflict ofi interest occurs when an employee/Board member has a direct orf fiduciary interest in another relationship. A conflict ofi interest couldi include, buti is not limiled to: Ownership with a member oft the Board of Directors/Trustees or an employee where one or the other has supervisory authority over the other or witha a client who receives services. Employment of or by a member of thel Board of Directors/Trustees or an employee where one or the other has supervisory: authority over the other or with a client whor receives services. Contractual relationship with: ar member of the Board of! Directors/Trustees or an employee where one or the other has supervisory: authority over the other or with a client who receives Creditor or debtor to a member of the Board of Directors/Trustees ora an employee where one or the other has supervisory authority over the other or with a client who reçeives services. Consultative or consumer relationship witha a member oft the! Board of! Directors/Trustees: ora an employee where one ort the other has supervisory authority over the other or with a client who Thec definition ofc conflict ofi interest includes any! bias or the appearance oft bias ine a decision-making process that would reflect a dual role played by ar member oft the organization or group. An example, for instance, might involve a person who is an employee and a Board member, or a person who is an employee and By signing this contract, the undersigned agrees to adopt and adhere tot the following policles: The Board of DirectorsTrustees or other governing persons, officers, employees or agents are to avoid any conflict of interest, even the appearance of a conflict of interest. The Organization 's Board of Directors/Trustees: ord other governing body, officers, staff and agents are obligated to always act int the best interest of the organization. This obligation requires that any Board member or other governing person, officer, employee or agent, in the performance of Organization duties, seek only the furtherance of the Organization mission. At all times, Board members or other governing persons, officers, employees or agents, are prohibited from using their job title, the Organization's name or property, for private profit or .The Board members or other governing persons, officers, employees, or agents of the Organization shouid neither soliciti nor accept gratuities, favors, or anything ofr monetary value from current or potential contractorslvendors, persons receiving benefits from the Organization or persons who may benefit from the actions of any Board member or other governing person, officer, employee or agent. This is not ILAI Board or olher governing body member may, with the approval of Board or other governing body, receive honoraria for lectures and other such activities while not acting in any official capacity for the Organization. Officers may, with the approval of the Board or other governing body, receivel honoraria for lectures and other such activities while on personal days, compensatory time, annuall leave, or leave without pay. Employees may, with the prior written approval oft their supervisor, receive honorarial for lectures and other such activities while on personal days, compensatory time, annuall leave, orl leave without pay. Ifa Board or other governing body member, officer, employee or agent is acting in any official capacity, honoraria réceived in connection with activities relating to the Organization are to! be. I. No Boardr member or other governing person, officer, employee, or agent oft the Organization shall participate int the selection, award, or administration ofa a purchase or contract with a vendor where, to his knowledge, any oft the following has af financial interest int that purchase or contract: A.7 Thel Board member or other governing person, officer, employee, or agent; services.. receives services. who hires family members as consultants.. benefit. intended' to preclude bona-fide Organization fund raising-activities. paid to the Organization. B.Anyr member of their family by whole or half blood, step or personal relationship or relative-in- C.An organization iny which any of the above is an officer, director, or employee; D.Ap person or organization with whom any of the above individuals is negotiating or has any arrangement concerning prospective employment or contracts. IV. Duty to Disclosure - Any conflict of interest, polential conflict ofi interest, or the appearance ofa conflict of interest is to be reported. tot the Board or other governing body or one's supervisor V. Board Action - When a conflict ofi interest is relevant to a matter requiring action by the Board of Directors/Trustees: or other governing body, the Board member or other governing person, officer, employee, or agent (person(s)) must disclose the existence of the conflict of interest and be given the opportunity to disclose all material facts to the Board and members of committees with governing board delegated powers considering the possible conflict ofi interest. After disclosure of all material facts, and after any discussion with the person, he/she shalll leave the governing board or committee meeting while the determination ofa conflict ofi interest is discussed and voted upon. The remaining board or committee members shall decide ifa conflict ofi interest exists. In addition, the person(s) shall not participate In the final deliberation or decision regarding) Ithe matter under consideration and shall leave the meeting during the discussion of and vote of the Board of Directors/Trustees or other governing VI. Violations of the Conflicts of Interest Policy - Ifthe Board of Directors/Trustees or other governing body has reasonable cause to believe a member, officer, employee or agent has failed to disclose actual or possible conflicts ofi interest, it shall inform the person of the basis for such belief and afford the person an opportunity to explain the alleged failure to disclose, If, after hearing the person's response and after making further investigation as warranted by the circumstances, the Board of Directors/Trustees or other governing body determines the member, officer, employee or agent has failed to disclose an actual or possible conflict of interest, it: shall take appropriate disciplinary and corrective action.. VIL. Record of Confict = The minutes of the governing board and all committees with board delegated A. The names oft the persons who disclosed or otherwise were found tol have an actual or possible confict of interest, the nature oft the conflict of interest, any action taken to determine whether a conflict of interest was present, and the governing board's or commitlee's decision as lo B. The names of the persons who were present for discussions and votes relating to the transaction or arrangement that presents a possible conflict of interest, the content of the discussion, including any alternatives to the transaction or arrangement, and a record of any law; immediately. body. powers shall contain: whether a conflict ofi interest in fact existed. votes taken in connection with the proceedings. Ifthe Contractor elects to provide a copy of an adopted Conflict of Interest Policy in lieu of the above policy, it must be submitled and approved by the County before the Contract. wil be signed by the County, Otherwise, it is understood that the Contractor willl be agreeing to and adopting the Policy outlined above by signing this Contract. G. CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Certification for Contracts, Grants, Loans and Cooperative Agreements Carteret County Department of Social Services 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 ort through State or local governments, by Federal grant, contract, loan, or loan guarantee. The law does nota 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 per. day and/or the imposition of an administrative compliance order on the responsible entity. By signing this agreement, the Contractor certifies that it will comply with the requirements of the Act. The Contractor further agrees that itv willl require the language of this certification be included in any subawards which contain provisions for children's services and that all subgrantees shall certify accordingly. Contractor agrees to comply with all federal, state and local laws, administrative regulations and licensing requirements that are applicable to this contract, including but not limited to the following: AIII laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to conducting the business oft this contract, including those oft federal, state, and local agencies having jurisdiction and/or .Title VI, Civil Rights Compliance: In accordance with Federal law and U.S. Department of Agriculture (USDA) and U.S. Department of Health and Human Services (HHS) policy, this institution is prohibited from discriminating on the basis of raçe, color, sex, sexual orientation, gender identity, or national origin, age or disabilily. Under the Food Stamp Act and USDA policy, discrimination is prohibited also on the phomsaamatatsaASN.Sn The Contractor should develop an implementing plan to address the language assistance needs of the Limited English Proficiency population served. For additional assistance and information regarding LEP 1I.7 Title VII of the Civil Rights Act of 1964 and all requirements imposed by or pursuant to the regulations of the! Department ofHealth and Human Services issued pursuant to the Title. Equal Employment Opportunity: The Contractor shall comply with all federal and State laws relating to equal MISSN.aN-aeNN HI. Terms of Section 504 of the Rehabilitation Act of 1973 and all requirements imposed by or pursuant to the regulations of the Department of Health and Human Services issued pursuant to the Section, which prohibit discrimination against handicapped persons in employment and in the operation of programs and activities. NSS.AA IV. Americans with Disabilities Act of 1990 and all requirements imposed by or pursuant to the regulations of the! Department of Health and Human Services issued pursuant to the Act. -wAwsMsAA V. Health Insurance Portability and Accountability Act (HIPAA): The Contractor agrees that, ifthe County determines that some or all oft the activities within the scope of this contract are subject to the Health Insurance Portability and Accountability. Act of 1996,P.L. 104-91, as amended ("'HIPAA"), ori its implementing regulations, it will comply with the HIPAA requirements and will execute such agreements (a) Data Security: The Contractor shall adopt and apply data security standards and procedures that comply with all applicable federal, state and locall laws, reguiations and rules. (b) Duty to Report: The Contractor shall report a suspected or confirmed security breach to the HHS Contract Administrator within twenty-four (24) hours after the breach is firsl discovered, provided that the Contractor shall report al breach involving Social Security Administration data or Internal Revenue Service data within one (1) hour after the breach is first discovered. (c) Cost Borne by Contractor: Ifa any applicable federal, state or local law, regulation or rule requires the Contractor to give written notice of a security breach to affected persons, the Contractor shall bear AupasANS tp/www.hhsgpvbeipalxamonopurdarianengsrsummerznm H. COMPLIANCE WITHAPPLICABLELANS authority. basis of religion. or political beliefs. matters, see htp:/www.ep.gov. employment opportunity. htp/www.ada.goy and practices as the County may require to ensure compliance. the cost of the notice. VI. Trafficking Victims Protection Act of 2000: of 2000, as amended (22 U.S.C.7104). The Contractor will comply with the requirements of Section 106(9) of the Trafficking' Victims Protection Act VI. Confidentiality Laws of the State of North Carolina that apply to the Department of Social Services must be adhered to by the contractor. Confidentiality The Contractor is requiredt tok keepo confidential anyi information aboutac client thati iss shared! by Soclal Services ort the client. Suchi information shall be shared only among Social Services siaff who needt tol know in order Any information, data, instruments, documents, studies or reports givent to or prepared or assembled byt the Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without thep prior written: approval oft the County. The Contractor acknowledges that inr receiving, storing, processing or otherwise dealing with any confidential information it will safeguard and to coordinate, manage, or deliver services to the client. not further disclose the information except as otherwise provided in this contract. Records and confidentiality Allr records and related materiais are the properly of the County and must be maintained and secured in accordance with administrative code, legal and policy mandates. These materials (written or oral) cannot The Contractor shall adopt and apply data security standards and procedures that comply witha all bec copledeharedmantaned without expressed authority of the County. applicable federal, state, and) locall laws, regulations, and rules. Data Security Duty to Report The Contractor shallr report as suspected or confirmed security breach to the County's Contract Administrator within twenty-four (24) hours after the breach is first discovered, provided thatt the Contractor shall report al breach. involving Social Security Administration data or Internal Revenue During the performance of this contract, the contractor is tor notify the County contract administrator ofa any Ifany applicable federal, state, or local law, regulation, or rule requires the County or the Contractor to give affected persons written notice ofas security breach arising out of the Contractor's performance under Service data within one (1) hour after thel breach is first discovered. contact by the federal Office for Civil Rights (OCR) received by the contractor. Cost Borne by Contractor this contract, the Contractor shall bear the cost of ther notice. State Certification The person who signs this document should read the text of the statutes listed below and consult with counsel. The lext of Article 2 of Chapter 64 of the North Carolina General Statutes can be found MBAMALGRMsMAmGURENATdAidNa. 64/Article 2.pdf SSSASS and other knowledgeable persons before signing. online at: The text of G.S. 105-164.8(b) can! bet found online at: 164.8.pdf online at: pdf The text ofG.S. 143-48.5(S.L: 2013-418,s.2.): can be found AARaSaaNSNssaMtEmNA Thet text of G.S. 143-59.1 can. be found online at: Thet text of G.S. 143-59.2 can be found online at: ApOAmuENaassaarNaN: MApSRIENcNaAingNsCISGENS 59.1.pdf 59.2.pdf online at: Thet text of G.S. 147-33.95(9) (S.L. 2013-418, s. 2.(e) can be found mtoplanangastalensuasesomCsaNsasADFAZABAODA whmyasasiusaniwSGMECRNNNNurchahupaaels The text ofG.S. 133-32 can bei found online at: Thet tax ofG.S. 143-133.3 canl be found online at: MapasastalsasaNtaNaliaihasasaniiastichulr. 143/GS 143- 133.3.htm! Certifications (1)! EVerify: The undersigned hereby certifies that the Contractor complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. Contractor shall also require any and all of its subcontractors to comply with the. requirements of Article 2 of Chapter 64 of the North Carolina General (2) Pursuant to G.S. 143-59.1(b), the undersigned hereby certifies that the Contractor named herein is not (a) Neither the Contractor nor any of its affiliates has refused to collect the use tax levied under Article 5 of Chapter 105 of the General Statutes oni its sales delivered tol North Carolina when thes sales met one X Neither the Contractor nor any of its affiliates has incorporated or reincorporated in a "tax haven The Contractor or one of its affiliates has incorporated or reincorporated in a' "tax haven country" as set forthi in G.S. 143-59.1(c)(2): after December 31, 2001 butt the United States is not the principal market for thep public trading oft the stock oft the corporation incorporated in the tax haven country. (3) Pursuant to G.S. 143-59.2(b), the undersigned hereby certifies that none of the Contractor's officers, directors, or owners (if the Contractor is an unincorporated business entity) has been convicted of any violation of Chapter 78A oft the General Statutes ort the Securities Act of1 1933 or the Securities Exchange Statutes. an" 'ineligible Contractor" as set forthi in G.S. 143-59.1(a) because: or more oft the conditions ofG.S. 105-164.8(b); and (b) check one oft thef following lines: country" as set forth in G.S. 143-59.1(c)(2) after December 31, 2001; or Act of1 1934 within 10y years immediately prior to the date oft thel bid solicitation. (a) He or shei is a duly authorized representative oft the Contractor named herein; (b) He or she is authorized to make, and does hereby make, the foregoing certifications on behalf (c)! He or she understands that any person who knowingly submits a false certification in response. tot ther requirements of G.S. 143-59.1and- -59.2 shall be guilly ofa Class Ifelony. (5) The Clean Air Act, Section. 306; 42 U.S.C. $7401 et seq. (1970), the undersigned hereby certifies that the Contractor or their affiliates have not been convicted of any offense under Section 113(c). (4) The undersigned hereby certifies further that: ofthe Contractor; and htps.lww.epa.gov. (6) The Clean Water Act; 331 U.S.C, $1251 ets seq. (1972) the undersigned hereby certifies that the Contractor ort their affiliates have not been convicted of any offense under Section 309(c). htps:vww.epa.goy CERTIFICATION REGARDING LOBBYING The Contractor certifies, tot the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or willl be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer ore employee ofCongress, or an employee ofal Member of Congress in connection with the awarding of any Federal contract, continuation, renewal, amendment, or modification of any Federal If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or ane employee ofaN Member of Congress in connections with this Federally funded contract, grant, loan, or cooperative agreement, the undersigned. shall complete and submit Standard Form SF-LLL, 'Disclosure of Lobbying Activities," in accordance with its instructions. The undersigned: shall require that the language oft this certification be included int the award document for subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) who receive federal funds of$100,000.00 or more and that all subrecipients shall This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into, Submission of this certification is a prerequisite for making or entering into this transaction! Imposedby: Section 1352, Title31,U.S. Code. Any personv whof failst tof filet the requiredcertification shall bes subject to a civil penally ofr not less than $10,000.00 and notr more than $100,000.00 for each such contract, grant, loan, or cooperative agreement. certify and disclose accordingly. failure. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, ET AL. [The phrase prospective lower tier participant" means the Contractor.] 1. By signing and submitting this document, the prospective lower tier participant is providing the certification set 2. The certification in this clause is a material representation of the fact upon which reliance was placed when this transaction was entered into. If it is laler determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department ore agencyy with which this transaction originate may pursue: availabler remedies, including suspension 3. The prospective lower tier participant will provide immediate written notice tot they person to whom this proposal iss submittedi ifa at any time the prospective lower tier participant learns that its certification was erroneous when 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," participant," person," "primary covered Ye-t "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549, 45 CFR Part 76. You may contact the person to whom this proposal is submitted for 5. - The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter any lower tier covered transaction with a person suspended, determined ineligible or voluntarily excluded from participation in this covered transaction unless authorized byt the department or agency with which this transaction originated. out below. andlor debarment.. submitted or has become erroneous by reason of changed circumstances. assistance in obtaining a copy of those regulations, who is debarred, 6, The prospective lower tier participant further agrees by submitting this document that il will include the clause titled' Certification Regarding Debarment, Suspension, Ineligibility and) Voluntary Excluslon-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it Is not debarred, suspended, ineligible, or voluntarily excluded from covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, 8. Nothing contained in the foregoing shall be construed to require establishment ofa system of records in order to render in good faith the certification required by this clause. The knowiedge andi information of a participant is not required to exceed that whichi is normally possessed by a prudent person int the ordinary course of business 9. Except for transactions authorized in paragraph 5 of these instructions, ifa participant in a covered transaction knowingly enters into al lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, covered transactions. check the Nonprocurement! List. dealings. including suspension, and/or debarment. Certification 1. The prospective lower tier participant certifies, by submission of this document, that neither il nor ils principals is presently debarred, suspended, proposed for debarment, declaredi nelgble,orvoluntanly excluded 2, Where the prospective lower tier participant is unable to certify to any of the statements int this certification, such from participation in this transaction by any Federal department or agency. prospective participant shall attach an explanation to this proposal. Certification Warranty: and true, The contractorundersgned certifies that all certifications contained within this contract are factual Contractor Signature: County of State of Date: Signi inp presence of! Notary Public. Notary Public for said personally appeared Notary Public County and State, certify that Signer of Contract ifCorporation /Name of individuali if sole proprietor. before me this day and acknowledge that he/she is Name of Signatory and by that authority duly of Company and City if Corporation Cityi if Sole Proprietor given affirm that the foregoing certifications are factual and true to the best of my belief. Sworn to and subscribed before me this day of (Official Seal) Notary Public My Commission expires 20 Signature Warranty: The individuals signing this Contract personally warrant that they have the right and power to enter into this Contract on behalf of the Contractor and County, to grant the rights granted under this This Contract shall only become a binding contract when signed by both the Contractor and County. This Contract may be signed in counterparts by the parties. It is not necessary that the signatures of the parties appear on the same counterpart or counterparts. All counterparts shall collectively constitute a single contract. Executed counterparts of this Contract may be delivered by email transmission. The parties intend that emailed signatures constitute original signatures and that an email-transmitted Contract containing signatures of the parties is binding on the parties having signed such emal-transmitted Contract. The parties agree that the Uniform Electronic Transactions Any modification, alteration, or change to this contract and/or addendum offered for signature by Carteret County for the purchase or provision of any service or good shall immediately void the contract and shall require any funds paid to the provider by Carteret County to be refunded to the Contract, and to undertake the obligations undertaken in this Contract. Act shall be applicable and enforceable as to such execution and delivery. county immediately. Contractor Signature Printed Name County Signature Jessica Adams Printed Name Signature Tommy Burns Printed Name Date Mooowcidume lala4 Date Title: Director of Social Services Carteret County Date Title: County Manager Carteret County This instrument has been pre-audited in the manner required by the Local Government Budget and Fiscal Control Act. 1aR4 Date C44 Attachment A MASTER SERVICES AGREEMENT THIS MASTER: SERVICES AGREEMENT ("Agreement" is made: ande entered isr made ande entered when fully executed by signatures of both parties ("Effective Date") by Northwoods Consulting Partners, Inc. "Northwoods") and Carteret County, North Carolina County)sometimes collectively referred to herein as the "Parties". RECITALS WHEREAS, the County desires to engage Northwoods to render certain administrative Case WHEREAS, Northwoods can assist the County through its professional expertise, knowledge, and experience andi is ready, willing and able toy provide suchadministrative Case Aide Services, subject Aide Services; to the conditions hereinafter set forth. consideration, the parties agree as follows: NOW, THEREFORE, for and in consideration of the premises and other good and valuable This Agreement shall provide general terms of engagement, definitions, and obligations between Northwoods and the County, which shall apply to and control any Proposal. The Proposal shall provide and be limited to specific Case Aide Services and financial terms between Northwoods and the County. Case Aide Services provided. by Northwoods shall be defined by a separate Proposal (Attachment A) that shall be approved independently but shall be incorporated by reference and subject to all the provisions oft this Agreement. The County may, from time to time, request changes to the: scope of services provided in the Proposal. Such changes, including any increase or decrease in the amount of Northwoods compensation, which are mutually agreed upon: between the Parties, shall be. in writing and shall become part of the Proposal upon execution. 1) Definitions. As used in this Agreement, the following definitions apply to capitalized terms: a) "Charges" means the amounts to be paid by County for Case Aide Services. The Charges and the payment schedule for these Charges are defined in the attached Proposal. c) "Your Data" means County data, which Northwoods shall have access to during the term of d) "Ticket" means a request from County for one task: to be completed by a Northwoods case aide by a particular date on behalf of County'se employee for a specific County client. A ticket b) "Case Aide Services" is defined in the attached Proposal, this Agreement. will be counted towards the total consumption once Northwoods begins any work on the ticket. A ticket does not include any work that is beyond the scope of Case Aide services outlined in the Proposal. Northwoods shall have the discretion to deny or cancel any ticket it deems as beyond the: scope of the Proposal or Northwoods capabilities. 2). Northwoods' Responsibilities. Northwoods will provide Case Aid Services to County pursuant. to 3) County Responsibilities: The County will () ensure Northwoods' case aides have access to all data, systems, et al. which are necessary for case aide services delivery; (i) will solely make all case related decisions in: services, recommendations, etc. to the court and to their clients; (i) abide by the Proposal to ensure case aide services commence timely; (iv) ensure compliance with all 4) Term. The term shall begin on the Effective Date and shall terminate six (6) months ("Initial Term") after the Case Aide Services begin. This agreement may be extended for an additional twelve (12) months ("Option Term"). County shail provide notice of option to extend. before the end oft the 5) County must allow Northwoods to create a case: study once the Case Aide Services, in Northwoods' sole discretion, are: satisfactory and providing measurable value. County must allow other customers of Northwoods to call County to discuss Case Aide Services, provided any such calls are of minimal disruption to County's activities and any such caller receives advance approval from County for such contact. County agrees to be referenced as a user of Northwoods Case Aide the attached Proposal. statutes, rules, regulations, procedures and policies. Initial Term. Case Aide Services shall begin on. January 9, 2024. Services any of Northwoods' marketing and proposal documents. 6). Charges and Payment Terms. attached Proposal. a) You agree to pay Northwoods the Charges at the times and in the amounts set forth in the b) Invoices are payable net thirty (30) days after receipt of invoice. Failure to remit timely payment of anyi invoice may result in Northwoods ceasing to provide Case Aide Services. Any delayi in the project that ist the direct result of Your failure to comply with thet terms of this Agreement and the attached Proposal may result in Northwoods ceasing to provide Case Aide Services and willi require Yout to reimburse Northwoods' actual costs incurred as ar result ofs said delay. 7) Taxes. Fees are exclusive of taxes and' Youy will promptly pays or reimburse Northwoods for all taxes arising out of this Agreement, whether or not Northwoods provided prior notice of, or invoiced, any such taxes to You. For purposes of this Agreement, "taxes" means any sales, use, and other taxes (other than taxes on Northwoods' income), export and import fees, customs duties, and similar charges applicable to the transactions contemplated by this Agreement that are. imposed by any government or other authority. If You are required to pay or withhold any tax in respect of any payments due to Northwoods hereunder, You will gross up payments actually made such that Northwoods receives sums due hereunder in full and free of any deduction fora any such tax. IfYou are legally entitled to an exemption from the payment of any taxes, You will promptly provide Northwoods with legally sufficient taxe exemption certificates for each taxingj jurisdiction for which 8) You acknowledge and understand that the Casè Aide Services provided by Northwoods are not intended to replace decision-making required by County's state statutes, rules, procedures, et. al ito claims exemption. but is to be used as administrative help only. 9) Ownership. a). County Data shall be considered confidential information and remains Your: sole and exclusive property. 10) Termination. a) Ifeither Partyi is in default of any of itsr material obligations hereunder and has not commenced cure within ten (10) days and effected cure within thirty (30) days of receipt of written notice of default from the other Party, then this Agreement may be terminated. b) In the event of termination, County shall not be entitled to a refund of any Charges. c) In the event County terminates before end of the Term, County must provide Northwoods ninety (90) days' notice ofi intent to terminate and shall also be required to pay a penalty fee oft ten (10) percent of the remaining amount due. 11) Limitation of Liability. NORTHWOODS MAXIMUM LIABILITY FOR ANY ACTION ARISING UNDER THIS AGREEMENT, REGARDLESS OFTHE FORM OFA ACTION, SHALL BEI LIMITEDTO: THE AMOUNTOF SERVICES FEES PAID ORI PAYABLE BY COUNTY FOR THE SERVICES FROM WHICHTHE CLAIM AROSE. IN: NO. EVENT SHALL EITHER PARTY BE LIABLE FOR INDIRECT, SPECIAL, INCIDENTAL, OR CONSEQUENTIALI DAMAGES OF ANYI KIND, INCLUDINGI WITHOUT LIMITATION, LOSTDATAORLOST PROFITS, HOWEVER ARISING, EVEN IF THE OTHER PARTY HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. THE PARTIES AGREE TOTHE ALLOCATION OF RISK SET FORTH HEREIN, 12) Warranty. NORTHWOODSPOVDS ANY AND ALL CASE AIDESERVICESON/ AN"AS-IS" BASIS AND, EXCEPT ASS SET FORTH IN THE PROPOSAL, MAKES NO REPRESENTATIONS OR WARRANTIES ASTO THE CASE AIDE SERVICES PROVIDED. NORTHWOODS DISCLAIMS ALL IMPLIED WARRANTIES, INCLUDING ALL IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR AI PARTICULAR 13) Confidentiality. Each party (including its employees and agents) will uset thes same standard ofcare, but in no event less than reasonable care, that it uses to protect any confidential information of the other party that is disclosed during negotiation or performance of this Agreement. 14). Notices. All official notifications, including but not limited to, termination of this Agreement must bes sent to the other Party/sauthorized representative as indicated below. For Northwoods: Erin Duffy, Contract Manager, erin.duffy@teamnorthwoods.com PURPOSE, IN CONNECTION WITHTHIS. AGREEMENT. For County: 15) Neither Party: shall assign this Agreement (or assign any right on delegate any obligation contained herein whether such assignment is of service, of payment or otherwise) without the prior written consent of the other Party hereto. Any such assignment without the prior written consent of the 16) This Agreement shall be binding upon all parties hereto and upon their respective heirs, executors, 17) This Agreement shall not be modified in any manner except by an instrument, in writing, executed 18) This Agreement and any claim, action, suit, proceeding, or dispute arising out of this Agreement shall in all respects be governed by, and interpreted in accordance with, the substantive laws of the State of Ohio without regard to its conflicts of laws provisions. Venue and jurisdiction for any action, suit, or proceeding arising out oft this Agreement shally vest exclusively int thet federal or state 19) If any term or provision of this Agreement shall be held invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforced to the fullest extent permitted 20) Nothing in this Agreement is intended to, or shall be deemed to constitute a partnership, association or jointventure! between the parties int the conduct ofthe provisionsofthis. Agreement. 21). If by reason of force majeure either party is unable in whole or in part to act in accordance with this Agreement, the party: shall not be deemed in default during the continuance of such inability. The term "force majeure" as used herein shall include without limitation: acts of God; strikes or lockout; acts of public enemies; insurrections; riots; epidemics; lightning; earthquakes; fire; storms; flood; washouts; droughts; arrests; restraint of government and people; civil disturbances; and explosions. Each party, however, shall remedy with all reasonable dispatch any such cause to the extent within its reasonable control which prevents the party from carrying out its obligations 22) Any waiver by either party of any provision or condition of this contract shall not be construed or deemed to be a waiver of any other provision or condition of this Agreement, nor a waiver ofa 23) This Agreement may be executed in one. or more identical counterparts, each of which shall be deemed an original but all of which together shall constitute but one and the same instrument. This Agreement may also be executed electronically. Delivery of an executed counterpart of this other Party hereto shall bey void. administrators, successors, and permitted assigns. by all parties to this Agreement. courts of general jurisdiction in Franklin County, Ohio. by law. Northwoods shall at all times have the status of an independent contractor. contained herein. subsequent breach of the same provision or condition. Agreement by either electronic means or by facsimile shall be as effective as a manually executed 24) This Agreement sets forth the entire agreement of the Parties and supersedes all prior or contemporaneous writings, negotiations, and discussions with respect to the subject matter counterpart. hereof. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreementi inc duplicate, each ofv whichs shall be deemed and original, as of the date first abovey written. NORTHWOODS CONSULTING PARTNERS, INC. CARTERET COUNTY Signature Signature Printed Name Title Date Goovctons Printed Name Jessica dams Title DSS Divectoy Date Vala Attachment A Proposal Attachment B NORIHWOODS Proposal Case Aide Services Presented to Carteret County, North Carolina Depariment of Social Services Date December 15, 2023 Proposal Case Aide Services s NORIHWOODS Table of Contents Cover Letter, Understanding of Agency Casework Challenges. Proposed Solution - Case Aide Services. The Value of Northwoods Case Aide Services, Scope of Case Aide Services. General Assumptions Case Aide Services Firm Fixed Price. 6-Month Firm Fixed Price. 12-Month (Option 1 Firm Fixed Price. Authorization to Proceed. 10 10 12 Table of Contents Proposal Case Aide Services C NORTHWOODS Cover Letter December 15, 2023 Jessica Adams Carteret County, North Carolina Department of Social Services 210 Craven St. Beaufort, NC. 28516 Dear Director. Adams: Northwoods Consulting Partners, Inc (Northwoods)i is pleasedt tos submit this proposal to Carteret County, North Carolina Department of Social Services (Carteret DSS) to provide managed case aide services that support its child services social workers responsible for delivering critical seivices throughout the community. Inp partnership with Carteret DSS, we are excited to provide case aide services as a solution to today's profound workforce and staffing challenges. We have purposefully designed our case aide services to reframe thet nature of caseworkbye enablinga agency staff to transition awayf from administrative functions andi Instead focus on what. We: are confident that our case aide services wille empower Carteret DSS to refocus their efforts on meeting their community's needs while fostering as sustainable, healthy workforce. Northwoods' case aide specialists willy work inc conjunction with Carteret DSS' staff to assist directly with their administrative tasks and. provide support wherever possible. Please refer to. "Proposed Solution- Case Aide Services" on page 3 for additional details. Inj partnership with Carteret DSS, our proposed case aide: services willi revolutionize how the agency approaches truly matters: the well- being of its children, youth, and families. caseworki int today's exceptional work environment. Please contact me directly ify you! have any questions pertaining to the enclosed proposal. Most sincerely, Richie Diers; Chief Innovation Officer Northwoods Consulting Partners, Inc. 52001 Rings Road Dublin, OH 43017 614-707-5105 riche.diers@teamnotthwoods.com Cover Letter Proposal Case Aide Services NORTHWOODS Understanding of Agency Casework Challenges Whlle the challenges Carteret DSS Is experiencing are undoubtedly profound, these challenges are not entirely unique to only Carteret DSS. National studies show that agencies across the United States are struggling with Chiid: Services Skillsets: Social workers are: struggling tol hone their child: services skilisets, as they spend Lost Confidence: Staff are losing confidence In knowing case-related activities (including those occurring in the agency, the court, and with families), are in as much control as humanly possible. Institutional Knowledge: For new: staff, IE takes upt to three years before they can do casework "well." Recruitment: Identifying, recrulting, and onboarding new: staff is harder than ever before. Social Worker Well-Being: Staffa arei inc constant crisis, as their well-beingi is at risky while morale remains Case Complexity: Child services cases are, in some agencies, significantly more complex than ever Increasing Placement Costs: Agencies are experiencing increased per dlem costs and lengths ofs stay, Metrics: Agencies are: struggling to meet state-mandated performance metrics due to overwhelming Surges in Services; As agencies experience surges in child services (such as during return to school times), the delivery of services becomes unmanageable and/or unsustainable fori its social workers. Unnavigable Processes: Social workers lack consistent and/or unobstructed business processes, Lack of Job Satisfaction: Today's social workers feel a general lack of satisfaction on the work they While solutionst tot the above-listed challenges exist, we believe that many oft them can bez alleviated! by removing the burden of administrative casework from social workers' day-to-day activities through the use of qualified Although some agencies are already using case aides, Northwoods' case aide services can be delivered in a more cost-effective, echnologye-embracing manner with less disruption to agency services, This will be accomplished by making available knowledgeable staff who have a deep background in human services and many (f not all) oft the following child: services-related challenges: critical time focusing on paperwork rather than people" work. extremely low. before. Turnover: Agency turnover rates are. at an all-time high. caseloads, making the delivery of child services more convoluted. complete. case aides famillar tot the world of child services. are driven to deliver superior services virtually. Understanding of Agency Casework Challenges Proposal ICase Aide Services ( NORIHWOODS Proposed Solution - Case Aide Services Northwoods is proposing to provide dedicated administrative case aide services for over an initial 6-month perlod. These services will be dellvered by Northwoods case aide specialists with previous social worker experience who are knowledgeable about child services practices and proficient at using existing technology Northwoods' case aide specialists willl be tasked with supporting Carteret DSS: social workers as their dedicated case aides. While serving in this role, these speclalists. will be responsible for developing innovative systems and/or business processes that enable thel highly efficient and accurate management of administrative tasks by Additionally, Carteret DSS' unit supervisors and clerical staff will also. be supported by Northwoods' case aide team. Supervisors will receive real- time visibility into all activities and notes, and both: supervisors and clerical staff will be encouraged to assign tasks to the case aide team on behalf of their social workers. Moreover, Northwoods' case alde specialist team will be avallable to collaborate with other agency personnel Carteret DSS staff willl be able to: submit tickets for Northwoods case aide specialists via phone, email, text, and a dedicated web-based portal--to assist with performing the following services (at a minimum): system(s) tol Interact appropriately with electronic case files. current and future case aide specialists. as needed. Records Request. Collecting documents from providers, as requested by: social workers Executing Release of Information (ROI) forms, if needed, via electronic signature Routing documents to: social workers and/or uploading documents to Traverse Client Visit Support Conducting post-visit interviews with social workers Utilizes checklist(s) of topics to explore Drafting detailed andy well-formatted activity! log(s) Captures "to-dos" and works through them (as applicable) Following up with soclal workers to ensure activity logs are submitted ina at timely manner Using Traverse or other accessible systems to obtain case and/or dient information, upon Contacting provider, school, family, etc to ask questions at the request of the soclal worker Case Research requést Referral Support Connecting with providers tol Initiate referrals for services Submitting required. referral documentation to providers Proposed Solution - Case Aide Services Proposal Case Aide Services NORTHWOODS" Community Resource Request Supervision Support Communicating with community resources, uponrequest Participating in scheduled case review sessions with social worker(s) and supervisor(s) Providing case context related to recent activities and/or services that have been performed Identifying, tracking, and executing "to-do" items, at the directiono of the social worker Collecting and organizing documents necessary for placement, at the direction of the social Responding to requests from external parties for records at the direction of the social worker Placement Packets worker Records Response Court Support Developing and using court discovery-related checklists Collecting and organizing court discovery packet documents Document/Data Organization and Management Filing and organizing case-related content Ensuring content can be appropriately accessed Assisting with data cleanup during agency staff onboarding Helping to verlfy the accuracy of all current client and service provider contact information Assisting with transitional activities when as social worker leaves the role Supporting new staff when they begin working on a new case Staff Transition Support Proposed Solution - Case Aide Services Proposal Case Alde Services NORT-WOODS The Value of Northwoods Case Aide Services Northwoods anticipates Its case aide services to have the following impact on Carteret DSS: 1. Carteret DSS will benefit from a more sustainable workforce as agency workers leverage Northwoods' case aideservices. By changing Carteret DSS' business operations at at fundamentall level through Northwoods' case aide services, social workers will be able to focus on the underlying reason they: are workinga at Carteret County: improving thel lives and well beingo of families and children in need, 2. The agency will improve key service metrics, We expect Carteret DSS' "Percent of Completed Visits" metrict to consistently be measured at or near 100% once Northwoods' case alde service isi fullya adopted. 3, Lengths of stay and per diem costs willl be reduced. As cases are closed and/or resolutions are found, 4. Case file. management, tracking, and timely completion of work related to Investigations will improve Carteret DSS' "Percent of Investigations Completed on Time" metric. We expect Carteret DSS' "Percent of Investigations Completed on Time" metric to Improve as social workers utilize 5. Carteret DSS'Traverse utilization willl be maximized. Northwoods will encourage Carteret DSS's social workers to better leverage Traverse, which will in turn reduce the agency's dependency on paper case files and inefficiently stored electronic documentation by instiling document management best 6. As Northwoods' case aide services are adopted and social workers become fully engaged, Carteret DSS will be better positioned to absorb additional casework during periods of high turnover and/or open positions. Our monthly status reports, as well as Improved key metrics, will provide Carteret DSS with the evidence needed tor make informed decision(s) on absorbing caseworks. Northwoods' case aides willl be avallable toj provide targeted supportas Carteret DSS) workloads evolve. 7. Carteret DSS staff will have the capacity to improve their casework skills. As case aide services are utilized over time, Carteret DSS workers will have the will have the capacity to improve critical thinking, 8. The administrative burden placed on Carteret County's staff due to the nature of child services casework will be greatly reduced as admministrative activities are routinely redirected to Northwoods' case aide specialists. This relief willl be felt directly by both social worker and: supervisors, not only due to the additional time they willl be able to focus on "people work" instead of paperwork, but also-and arguably more importantly- - the reduced Intellectual stress they will experience. 9. Using Northwoods' case aide services, socialworkers will experience small "wins" every workday, with these "wins" adding up over time, Our case aide specialists and our case aide services portaly will offer Carteret DSS: staff the ability to Improve the mix of reactive situations versus proactively planned work. The commonlyreferred to' "childwelfare chaos" willl be reduced. While the nature of child services will never allow social workers to be fully in control of their workday, Northwoods' case aide services both lengths of stay and per diem costs will decrease. Northwoods' case. aide service. practices, verbal communication skills, gain additional case insights. IThe Value of Northwoods Case Aide Services Proposal Case Aide Servicès NORIHWOODS" willi increase thet time spent on meaningful. casework and the overall mental capacity ofs social workers, 10. Job stress will be reduced, via Northwoods' case aide services; amongst Carteret DSS' social workers and supervisors. Agency staff who consistently experience burnout are likely to vacate their current positions. Within child services, two of the most common Indicators of burnout are job stress andi negative work climate, with paperworkl beinga al key contributor to both of thesel Indicators. As result oft thec case aide: services-driven collaboration: and a positive "we've got this" attitude communicated by our case aide specialists, Job stress will be reduced and work climate and culture will be positively 11. Due to the case alde services flowing through a single, collaborative team, Carteret DSS familles, community partners, and service providers will experience consistency when engaging with the agency, Northwoods' case aide services will improve performance within chlld protectives services 12. Asal byproduct of Northwoods' case aide services, Carteret DSS social workers willl benefit from our collaborative approach towards casework. The complexity of child services cases is always evolving. Iti js becoming commonplace for cases to be considered "too complex" for a single social worker toe effectively- -ore evena adequately--manage. Leveraging strong peer andp partner relationships, we willj jointly normalize teamwork and encourage staff to "ask for help." While social workers must always serve as the lead and unquestioned expert on their cases, they will gain confidence in knowing that they have available case aide specialist partners who are equally dedicated to the agency's social 13.. Existing agency case aides can be re-tasked to be available for on-site or local activities. With the support of Northwoods' case aide service, Carteret DSS' current case aldes can be re-assigned to 14. The quality of content within home visit summaries will: significantly improve, Using Northwoods' case aide: service, Carteret DSS' home visit summaries will be more complete, more consistent, better organized, and easier to digest. The collaborative activity log process will foster healthy work patterns 15. Northwoods' case aide services portal will provide improved visibility into thes status of casework across Carteret DSS, Agency leadership will gain insights into the amount of work required by their cases, the type of work being performed, and the engagement of their staff. This will offer agency leadership opportunities to recognize staff achievements, as well as topics that may require coaching 16. Northwoods' case aide specialists will build and maintain al knowledgebase for each Carteret DSS service provider and community partner. This knowledgebase will contain current and accurate. information about how to navigate each provider's unique ecosystem. For example, Carteret DSS will know whot thel best person is to contact when requesting records. Northwoods will track provider work schedules, lunch hours, phone numbers, etc. (whatever information Carteret DSS considers useful on the provider). We wille ensuret that this knowledgebase is available to Carteret DSS' "on demand" via our empowering them to consistently feel more in control of their cases. impacted. business operations. workers, case fles, and families, support social workers requiring on-site case assistance, in both new: and experienced agency staff. tof further Improve agencyperlomance. case aides services portal. IThe Value of Northwoods Case Aide Services Proposal |Case Aide Services P NORTHWOODS" 17. Northwoods will rate providers after every encounter, Our case aide: specialists will rate how easyi it is to navigate the provider ecosystem, their responslveness, and the quality of the information they. produce. This data willl be compiled over time and made available to Carteret DSS within our monthly status reports; giving the agencyl Insights Into: service provider performance, The Value of Northwoods Case Aide Services Proposal Case Aide Services s NORIHWOODS Scope of Case Aide Services Our proposed scope of casea aides services Involves Northwoods case aide specialists delivering case aldes services over an Initial 6-month perlod. Below, please find al high-level description oft this initiative's scope of services. Northwoods and Carteret DSS willl introduce applicable Carteret DSS staff to the Northwoods project team involved in these case alde services, which will include an executive: sponsor, a case aide: specialist 2. Northwoods and Carteret DSS) will review existing casework activities, as well as applicable business processes, that can be supported by Northwoods case aide specialists. This will ensure the casè aide services minimally disrupt day-to-day agency operations as thes specialists are embedded with existing 3. Northwoods and Carteret DSS will participate in at formal case alde services kick-off meeting(s) with applicable Carteret DSS staff, ensuring participants understand the background and objectives assaciated with this project, as well as instructions on how to: submit case aide services tickets and track 4. Northwoods will work with Carteret DSS to embed its case aide specialists with Carteret DSS social workers and begn providing the case aide services described in "Proposed Solution - Case Aide Northwoods will develop and provide Carteret DSSV withar monthlyutilizationt report, which mayl Include who will: serve as thej project manager, and its case aldes. social workers. the: status ofa a ticket via Northwoods' case aide services portal. Services" the following: a. Insights into received case aide tickets (both ticket types and volume) Case aide: speclalist-derived: service provider ratings b, Social worker engagement statistics d. Prioritized work statistics as they relate to case aide specialist-provided placement letters/summarles, activityl logs, case file completeness, court activitys support, and investigation Total case aide services tickets consumption, which will assist Carteret DSS with tracking case aide ticket submissions against the total amount of case aide services tickets available (up to support 900 tickets through. June 30, 2024) Scope of Case Aide Services Proposal Case Aide Services AM NORTHWOODS General Assumptions 1, Carteret DSS willl identify as single primary point of contact within the agency and provide Northwoods 2. Carteret DSS will provide the Northwoods case aide specialists with appropriate security and network: access levels to any IT systems related to the project andi necessary to deliver case aide services, 3. Northwoods and Carteret DSS will execute. a Services Agreement to ensure the safe and secure handling of sensitive or private data encountered on behalf of this case aide project and establish 4. The Northwoods case aide specialists wili deliver case alde seivices virtually through Northwoods' . The Northwoods case alde specialists will be avallable to assigned Carteret DSS staff during the agency's regular work hours, Northwoods wil provide backup(s) for the case aide specialists as Carteret DSS staff will be able to submit up to 900 case alde services tickets from January 9, 2024 through June 30, 2024 via phone, emall, text, and Northwoods' web-based portal as part of its case. aide services subscription. Int the event that Carteret DSS needs to submit additional case aide services tickets, Northwoods will work with Carteret DSS to execute a contact amendment that revises case aide 7. Carteret DSS will have real-time visibility into the amount and type of case alde services tickets they submit. Northwoods will formally open and triage allt tickets using its web-based portal, which Carteret DSS will be able to access to, gain ticket real-time visibility, These statistics will also be shared with 8. Whilei the Northwoods case aide: specialists willl have prior experience performing child: services-related casework or administrative tasks; Carteret DSS: staff may be required toi initially train and/or explain the nature of the requested task or service. As such, there will be an expected time commitment for both the Northwoods case alde specialists and assigned social workers as they leam each other's work patterns and administrative requirements. The Northwoods case aide specialists and: social workers will Northwoods and Carteret DSS will utilize Microsoft Teams as the primary case aide collaboration and: communication tool once a ticket is opened Via the case aide services portal. However, other tools on systems may likely be used as the team innovates and identifies opportunities to increase efficiency and quality. For example, Traverse willl likelyl be used, as well ast telephone, SMS, Microsoft Outlook, etc, These tools or systems will be determined in collaboration with individual social workers. 10. Northwoods will create a detailed log of all case aide activities performed on behalf of Carteret DSS. This log will be shared with agency leadership as part of the monthly case aide services utilization 11. Throughout the duration of the contract, Carteret DSS willl have direct access tol Northwoods' Executive Sponsor and Project Manager via phone, text message, and/or email. 12. Northwoods will share feedback received from: social workers, families (fa applicable), service providers, etc, with Carteret DSS as part oft the monthly case alde: services utilization reports. with the appropriate contact Information. liability terms and conditions. corporateheadguarters in Dublin, Ohio, necessary. services terms and conditions. Carteret DSS every month as part of thet monthly utilization report. bei in frequent contact throughout each workday. reports. General Assumptions IProposal |Case Aide Services NORIHWOODS" Case Aide Services Firm Fixed Price 6-Month Firm Fixed Price Northwoods will deliver subsciption-based case aide services to support Carteret DSS social workers. Initial case aide services will be delivered from. January 9, 2024 through June 30, 2024. Description Total Price $108,000 6-month Case Aide Services Subscription, available Carteret DSS Child Protective! Services social workers, which includes up to 900 total case aide services tickets int the following areas: Records Request Client Visit Support Case Research Referral Support Community Resource Request Supervision Support Placement Packets Records Response Court Support Staff Transition Support Document/Data Organization and Management Early case aides services adopter subscription discount Case aide services onboarding fee Early case alde services adopter onboarding discount $40,500 $7,500 $7,500 $67,500 6-Month Case Alde Services Subscription Firm Fixed Price (Januarys 9, 2024- - June 30, 2024). Northwoods willl involce Carteret DSSI in equall Installments of $11,250 at the end of each month fari its case aide services subscription from. January 2024 through. June 2024. Payment willl be duev within 30 days after receipt of All payment terms and conditions willl be formally established and adhered to in a separate Services Agreement the Invoice. contract. |Case Aide Services Firm Fixed Price 10 Proposal [Case Alde Services NORT-WOODS 12-Month (Option 1) Firm Fixed Price Carteret DSS willl have the opportunity toj proceed with additional case alde services after the completion of the initial 6-month period of performance by executing an additional 12-month case alde services contract term.' The firm fixed price associated: with Northwoods dellvering subscrlption- based case aide services to support Carteret DSS' social workers during this new 12-month perlod of performance (from July1 1 2024 through June 30, 2025) is as follows; Description Total Price $216,000 12-month Case Alde Services Subscription, available Carteret DSS social workers, whichincludes upt to 1,800 total case aide services tickets Ini the following areas; Records Request Client Vislt Support Case Research Referral Support Community Resource Request Supervision Support Placement Packets Records Response Court Support Staff Transition Support Document/Data Organization and Management Early case. aide: services adopter subscription discount Case aide services onboarding fee $94,500 TBD ($500 per additional social worker) $121,5002 12-Month Case Aide Services Subscription Firm Fixed Price (July 1,2024- - June 30, 2025). Northwoods will invoice Carteret DSS in equal installments of $10,125 at the end of each month for its case alde services subscription from July; 2024 through. June 2025, Payment willl be due within 30 days after receipt of the invoice. All payment terms and conditions will be formally established and adhered to in a separate Services Agreement contract. Please refer to the Services Agreement contract for additional information around contract terms and conditions as they relate to 2This total price excludes the additional case aides services onboarding fee. Northwoods will work with Carteret DSS to determine the additional 12- months of case aldes services. this amount and update the 12-month price via contract amendment prior toJ July1,2 2024. |Case Aide Services Firm Fixed Price Proposal Case Aide Services A NORIHWOODS AuthoriZation to Proceed The undersigned representatives grant Carteret DSS and Northwoods authorization to proceed with the proposed case alde services contract negotiations. Authgrization to Proceed - Carteret DSS: ddamel DSS Diveutov Title 1a14a3 Date Signature Sbo JRSSCA Ndams Printed Name Authorlzation to Proceed - Northwoods: Signature Printed Name Title Date Authorization to Proceed IV. Consent Agenda 10. Approval of the No Wake Zone request for Raymond's Gut DIRIZDREAMS PO Box 782 Swansboro, NC 28584 November 7, 2023 Carteret County Board of Commissioners County Manager's Office 302 Courthouse Square Beaufort, NC 28516 Re: No Wake Zone Request on Raymond's Gut Dear Members of the Carteret County Board of Commissioners, Dirt2Dreams, LLC respectfully request the Carteret County Board of Commissioners designate Raymond's Gut, which is between Bluewater Cove and The Hamptons on the White Oak as a No Wake Zone. Raymond's Gutis a narrow body of water between the two developments that becomes shallower Excessive speed going down Raymond's Gut jeopardizes the safety of the watercraft occupants, those living in close proximity as well as the impact that as you go down towards the end. can affect the environment within Raymond's Gut. Thank you for your time and consideration of this request. Warm regards, B BI Byl Pariner/Manager CARTERET COUNTY Board of Commissioners Meeting Date: 8-Jan-24 Presenter: Regular Item V. ITEM TO BE CONSIDERED Title: Public Comments Brief Summary: Citizens will be provided three minutes to speak during Public Comment. 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: 8-Jan-24 Presenter: Stephanie Stevenson Regular Item VI. 1722 ITEM TO BE CONSIDERED Title: Presentation from the NC State Extension Office Regarding Family and Consumer Science Programs Brief Summary: Ms. Stevenson will provide a brief overview of her programs and successes from 2023. If 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 CARTERET COUNTY Board of Commissioners Meeting Date: 8-Jan-24 Presenter: Gene Foxworth Title: Regular Item VI. 722 ITEM TO BE CONSIDERED Discussion on the Approval of al Resolution to Abandon a Secondary Road-East End of SR-1163 (Steel Tank Road) as requested by SHM Jarrett Bay, Inc. Brief Summary: The Board will decide per N.C.G.S. 136-63 if abandonment of 165 feet of right-of-way at the end of Steel Tank Road is approved via resolution or the Board may set al Public Hearing on the Issue. Ift the Board of Commissioners approves of the agenda item as presented, the following motion(s) Vote to approve/deny the resolution to abandon the right-of-way at the end of Steel tank Road. is (are) suggested: OR Set a Public Hearing for 19 Feb 2024 on the issue. BACKGROUND Attachments: 1 2 3 4 5 REVIEWED BY Originating Department Staff Contact: County Manager Clerk to the Board County Attorney ACM/Finance Director PLANNING AND DEVELOPMENT Eugene Foxworth Director Beaufort Office Phone 252-728-8545 Western Office Phone 252-222-5833 MEMORANDUM DATE: December 29, 2023 TO: Carteret County Board of Commissioners CC: Tommy Burns, County Manager FROM: Eugene Foxworth, Planning and Development Director RE: Request for Abandonment of Secondary Road-E East End of SR-1163 (Steel Tank Rd) Please find enclosed the above referred request on behalf of SHM Jarrett Bay Inc by Mr. Tate Lawrence. His The requested abandonment is for approximately 165 feet of right-of- way at the end of Steel Tank Rd. SHM Jarrett Bay Inc own the property on both sides of the right-of way for the portion they have made this request. Ihave spoken tol NCDOT about this request and they willi investigate the petition independently and make request appears to be complete and consistent with NC General Statute 136-63. recommendation to the NCI Board of Transportation. With that being said a public hearing is not required to satisfy NC General Statute 136-63. The Commissioners may honor Mr. Lawrence's request tonight by approving the attached resolution or if the Commissioners wish to holda a public hearing to determine if' "the best interest of the people oft the County will be served" you may do so and set the date oft the public hearing for the next meeting. $136-63. Change or abandonment ofr roads. (a) The board of county commissioners of any county may, on its own motion or on petition of a group of citizens, request the Board of Transportation to change or abandon any road in the secondary system when the best interest of the people oft the county will be served thereby. The Board of Transportation shall thereupon make inquiry into the proposed change ora abandonment, and ifin its opinion the public interest demands it, shall make such change or abandonment. Ifthe change or abandonment shall affect a road connecting with any street ofa city or town, the change or abandonment shall not be made until the street-governing body of the city or town shall have been duly notified and given opportunity to be heard on the question. Any request by a board of county commissioners or street-governing body of a city refused by the Board of Transportation may be presented again upon the expiration of 12 (b) In keeping with its overall zoning scheme and long-range plans regarding the extraterritorial jurisdiction area, a municipality may keep open and assume responsibility for maintenance of a road within one mile of its corporate limits once it is abandoned from the State highway system. (1931, C. 145, S. 15; 1957, C. 65, S. 8; 1965, C. 55, S. 13; 1973, C. 507,s. months. 221/2; 1975, c.19, ,s.45;1977,c.4 464, S. 25; 1993, C. 533,s.1 14.) G.S. 136-63 Page 1 Date Petition Received by NCDOT: North Carolina Department of Transportation Division of Highways Abandonment Petition North Carolina County of Carteret East End of Steel Tank Rd (SR-1162) Petition request fort the abandonment of Secondary Road from the State. Maintained System We the under signed, being all of the property owners on Secondary Road East End (SR-1162) of Steel Tank Rd in Carteret County do hereby request the Division of Highways of the Department of Transportation to abandon the road from the State Maintained System. PROPERTY OWNERS Printed Name and Signature Tate Lawrence (see signature on next page) Address 530 Sensation Weigh, Beaufort 346 Sensation Weigh, Beaufort 347 Sensation Weigh, Beaufort 346 and 347 Steel Tank Rd are impacted by this request. Signed by Tate Lawrence, General Manager of SHM Jarrott Bay, owner of these properties. The request for abandonment is restricted to the point of Steel Tank Road where it intersects with Intracoastal Drive and 346/347 Steel Tank Road (SHM Jarrett Bay, LLC property) -S see attached. 346 Steel Tank PIN 639903437242000. This is request will only affect 346 and 347 Steel Tank Road. Form SR-3 (8/2022) Date Petition Received by! NCDOT: North Carolina Department of Transportation Division of Highways Abandonment Petition North Carolina County of Cartiret Petition request for the abandonment of Secondary Road Shecl Tenk from the State. (a Maintained System perhin of) We the under signed, being all of the property owners on Secondary Road Transportation to abandon the road from the State Maintained System. Hel Ink 4/ forbvn ok) in Cathret County do hereby request the Division of Highways of the Department of PROPERTY OWNERS Printed Name and Signature Address Tafe Lawrence 530 Sentehes Wejk bswhrk 3y6 Jkeluk RBeuhik llIalhakA 346 end 347 ec/Zné ANE impaikilhy hy Zate Guhes Giniral Menuger hy plper ok Hhirpiprb. IAE Bm Form SR-3 (8/2022) Tax Parcel Information: Owner: SHMJARRETT BAY LLC Current PIN: 639903437242000 Site Address: 346 STEELTANKI RD BEAUFORT Mailing Address: 14785 PRESTON ROAD DALLASTX75254 Legal Description: AC CORE CREEK SR 1162 Prior PIN: City Limits: Carteret County, N.C. MAGGIES LEONARDEANE CC COASTA ALDR COURI DOLAR N Rescue District: BEAUFORT RESCUE Fire District: BEAUFORT FIRE Tax District: 1175 Township: BEAUFORT Use: COMMERCIAL Land Value: $319,986 Bldg Value: $0 Other Value: $9,011 NBHD: 110007 Bldg HtdSqFt: Base. Area Sq Ft: 0 Year) Built: Total Value: $328,997 Noise Level: Sale Price: $750,000 Taxed. Acres: 1.669 Plat Ref:31 /174 Deed Ref: 1755 /390 Bedrooms: AICUZ Zone: GIS. Acres: 1.853 Roll Type: R Deed Date: 20220203 Bathrooms: 1in=495 Printed! November: 29, 2023 publicp thatt thos aforementionod be primary that thedata andn mapservboswit availablet tousers The informaliono displayedby! thisv wobskeis prepared fort thok invontorys ofreal property found withint thisjurisdic complled fromr recorded deods, plats, ando otherp publcracordsand data. Userso oft thi informationa arehorebyr notifiod informations sources should bec consullod for verilfcationofthel informationo containedon this site. Carteret County: assumes logal rosponsiblity fort hoinlymaioncortsinae onthissito. CartemtCountydoes not guaranloet whautirteruptbnors orror. Furthermoro. CarteretCounty maymodilyorn romove mapservices and occoss mothods atwill. Carteret County GIS Layes : 4 100 (LO1A) RosdM3p Terrain Fnotog a.10A) (1.84A) Location or requested road abandonment 2.19A CARTERET COUNTY Board of Commissioners Meeting Date: 8-Jan-24 Presenter: Tommy Burns Title: Manager's Report Brief Summary: Regular Item VII. 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: 8-Jan-24 Presenter: Board Title: Appointments Brief Summary: Regular Item IX. 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: 1 Memorandum 2 Applications 3 4 5 REVIEWED BY Originating Department County Manager's Office Staff Contact: Lori Roberson Turner County Manager Clerk tot 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 RET County Manager Tommy R. Burns,I! Clerk to the Board Lori R. Turner tnt TO: FROM: Board of Commissioners Lori Turner SUBJECT: Appointments DATE: January 8, 2024 The following appointment is noted for discussion at the January 8, 2024 meeting: CARTERET COUNTY BEACH COMMISSION 3-year term, application attached Larry Corsello, reappointment as the Pine Knoll Shores representative, Carteret County Courthouse . 302 Courthouse Square e Beaufort, NC 28516-1898 wwcanteretrounynegow Recd nl24123 G6pvs Lori Turner From: Sent: To: Subject: norepyecweplscom Ray Hall; Lori Turner Wednesday, November 29, 20233:25 PM 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 Larry Corsello 139 Loblolly Drive Pine Knoll Shores NC 28512 2527252146 2527252146 Field not completed. Field not completed. corsello@twc.com Beach Commission Field not completed. Currently on the Beach Commission (12 years). Previous Pine Knoll Shores Town Commissioner (12 years). Live in Pine Knoll Shores for 23 years. Currently President of the Pine Knoll Association largest HOA in Pine Knoll Shores. Education: BS in electrical engineering, Master of Business Work achievement: VP and Corporate Officer with P&L responsibility for Sumitomo Electric Lightwave. Now Retired. Administration. Occupation Employer Retired was Sumitomo Electric Lightwave in RTP Arey you currently serving or Yes have you ever: served on a 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 Livingi in 23 years. 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 considered a public document.) Carteret County Beach Commission. Pine Knoll Shores Town Board of Commissioners. See "Experience" above. NONE. Field not completed. Email not displaying correctly? Viewi iti in your browser. 2 Lori Turner From: Sent: To: Cc: Subject: Lori, Ryan Davenport Tuesday, December 19, 20231:21PM Lori Turner John Brodman RE: Beach Commission Thanks! Last week at their regular meeting the PKS town council voted to recommend that Larry Corsello be appointed tot the Beach Commission for another term. He should be good to be placed on the. January agenda. Best, Ryan From: Lori Turner Lon.umner@carteretcountync.gov, Sent: Tuesday, December 19, 202310:35AM To: Ryan Davenport yan.Davenportecarerarteretcountyncgo2 Cc: Danny Navey damyatbeacheecr.om Subject: Beach Commission Hi Ryan, The BOC1 tabled the PKS representative and reappointed Mayor Navey at last night's meeting. I'll get you and Mayor Navey an official appointment letter soon. Thank you. LoriTurner County Clerk 252-728-8580 Ext 8002 Board of Commissioners Jimmy Farrington, Chair Mark Mansfield, Vice-Chair Bob Cavanaugh Chris Chadwick David Quinn Chuck Shinn Edw Wheatly RET County Manager Tommy R. Burns, I Clerk to the Board Lori R.Turner snt CAR OTHER OUTSTANDING VACANCIES Five vacant one-year terms AGING PLANNING BOARD Two vacant At-large 60+ CCATS ADVISORY BOARD ADULT HOME COMMUNITY ADVISORY COMMITTEE One vacant Senior Tarheel Legislative Delegate One Business Community Representative, two-year term One General Public Representative, two-year term CONSOLIDATED HUMAN SERVICES BOARD Two vacant four-year Consumer/Human Services terms One vacant four-year Psychiatrist term Three vacant four-year Consumer CULTURAL & RECREATIONAL ADVISORY BOARD One vacant three-year term (Commissioner Mansfield's District) One vacant three-year term (Commissioner Farrington's District) One vacant three-year term (Commissioner Cavanaugh's District) One Broad & Gales Creek Representative, two-year term One Harkers Island Representative, two-year term One Mill Creek Representative, two-year term One Marshallberg Representative, two-year term One South River/Merrimon, two-year term HWY 70 CORRIDOR COMMISSION One Transportation Committee Member, one-year term One Economic Development Director, one-year term One Commissioner, one-year term JUVENILE CRIME PREVENTION COUNCIL One vacant Non-Profit Advocate two-year term One vacant Court Counselor Designee two-year term NURSING HOME ADVISORY COMMITTEE FIREMAN'S RELIEF FUND BOARD Five vacant one-year terms RURAL TRANSPORTATION ADVISORY COMMITTEE (RTAC) One vacant "Municipal Elected Official Alternate" two-year term One vacant "County Commissioner Alternate" two-year term RURAL TRANSPORTATION COORDINATING COMMITTEE (RTCC) One Economic Development Director, no specific term limit SENIOR CENTER ADVISORY BOARD One vacant two-year term ("Commissioner Quinn's Representative) TOWN OF CAPE CARTERET ZONING BOARD OF ADJUSTMENT ("ETJ") TOWN OF CEDAR POINT PLANNING & ZONING BOARD ("ETJ") One vacant three-year term One vacant three-year term TRANSPORTATION COMMITTEE One vacant Bogue Banks Mayor, no term expiration One vacant Highway 70 Board Member WESTERN CARTERET INTERLOCAL AGENCY ("ILA") One vacant Alternate term ZONING BOARD OF ADJUSTMENT Two vacant Alternate three-year terms CARTERET COUNTY Board of Commissioners Meeting Date: 8-Jan-24 Presenter: Board Title: Regular Item X. ITEM TO BE CONSIDERED Commissioners' Comments Brief Summary: The Commissioners will provide their comments 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 tot the Board County Attorney ACM/Finance Director CARTERET COUNTY Board of Commissioners Meeting Date: 8-Jan-24 Presenter: Regular Item XI. ITEM TO BE CONSIDERED Title: Closed Session Brief Summary: Closed Session Pursuant to General Statutes 143-318.11 for the Permitted Purpose of Discussing (a) (1). Approval of the December 18, 2023 Closed Session Minutes and (a) (6) Personnel 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: 8-Jan-24 Presenter: Board Title: Adjournment Brief Summary: Regular Item XII. 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