Loading...
Agenda Packet June 4 2018PERSON COUNTY BOARD OF COUNTY COMMISSIONERS MEETING AGENDA 304 South Morgan Street, Room 215 Roxboro, NC 27573-5245 336-597-1720 Fax 336-599-1609 June 4, 2018 7:00pm (Meeting to be held in the County Office Building Auditorium) CALL TO ORDER………………………………………………. Chairman Kendrick INVOCATION PLEDGE OF ALLEGIANCE DISCUSSION/ADJUSTMENT/APPROVAL OF AGENDA PUBLIC HEARING: ITEM #1 Appropriation of County General Funds to Person County Business and Industrial Center, Inc. to assist Project RE to Locate in Person County with a financial grant incentive over a 10-year period at an estimated total cost of $850,000 ………………… Stuart Gilbert ITEM #2 Consideration to Grant or Deny Request to Appropriate Estimated $850,000 to Person County Business and Industrial Center, Inc. to assist Project RE to locate in Person County ….. Chairman Kendrick 1 PUBLIC HEARING: ITEM #3 Request by the Person County Address Coordinator to add Red Field Ln to the database of roadway names used for E-911 dispatching ………………………………………………………... Sallie Vaughn ITEM #4 Consideration to Grant or Deny Request by the Person County Address Coordinator to add Red Field Ln to the database of roadway names used for E-911 dispatching …………………… Chairman Kendrick PUBLIC HEARING: ITEM #5 Establishing the Person County Fire Protection Service District ………………………………………………………….... Russell Jones ITEM #6 Consideration to Adopt a Resolution Establishing the Person County Fire Protection Service District …………………Chairman Kendrick PUBLIC HEARING: ITEM #7 Fiscal Year 2018-2019 Recommended Budget …………………. Chairman Kendrick INFORMAL COMMENTS The Person County Board of Commissioners established a 10 minute segment which is open for informal comments and/or questions from citizens of this county on issues, other than those issues for which a public hearing has been scheduled. The time will be divided equally among those wishing to comment. It is requested that any person who wishes to address the Board, register with the Clerk to the Board prior to the meeting. ITEM #8 DISCUSSION/ADJUSTMENT/APPROVAL OF CONSENT AGENDA A. Approval of Minutes of May 21, 2018, B. Budget Amendment #17, C. NC Education Lottery Application for School Painting in the amount of $145,000, and D. Adoption of Uniform Guidance Policies, 1) Uniform Guidance Procurement Policy, 2) Uniform Guidance Conflict of Interest and Gifts Policy CHAIRMAN’S REPORT MANAGER’S REPORT COMMISSIONER REPORTS/COMMENTS 2 CLOSED SESSION #1 (to be held in the Board’s usual meeting room 215) A motion to enter into Closed Session per General Statute 143-318.11(a)(4) for the purpose of discussion of matters relating to the location or expansion of industries or other businesses in the county as well as per General Statute 143-318.11(a)(3) for the purpose to consult with the county attorney in order to preserve the attorney-client privilege with the following individuals permitted to attend: County Manager, Heidi York, Clerk to the Board, Brenda Reaves, County Attorney, Ron Aycock, Assistant County Manager, Sybil Tate, IT Director, Chris Puryear and Consultant, Joe Freddoso. Note: All Items on the Agenda are for Discussion and Action as deemed appropriate by the Board. 3 PUBLIC HEARING NOTICE The Person County Board of Commissioners will hold a Public Hearing on Monday, June 4, 2018 at 7:00 pm in the Auditorium of the Person County Office Building, 304 S. Morgan Street, Roxboro, NC 27573. The Board of Commissioners will consider the appropriation of county general funds to be made available to Person County Business and Industrial Center, Inc. in compliance with applicable law to assist Project RE to locate in Person County, a manufacturing and warehousing facility. The project will include 236 new jobs and $32,500,000 capital investment. Such assistance shall include: A financial grant incentive over a 10 year period of time at an estimated total cost of $850,000.00 and subject to the terms of a future development agreement outlining that the actual financial incentive grant could be increased or decreased based on actual net new assessed valuation. (For example if the net new assessed valuation was less than the projected capital investment of $32,500,000.00, the financial grant incentive would decrease, if the net new assessed value over the term of the financial grant would increase above the $32,500,000.00, then the financial incentive grant would increase.) Brenda B. Reaves, NCCCC, MMC Clerk to the Person County Board of Commissioners 4 The Person County Board of County Commissioners will hold a public hearing on Monday, June 4th,  2018 at 7pm in the County Auditorium of the Person County Office Building at 304 S Morgan St,  Roxboro, North Carolina to hear the following:  Request by the Person County Address Coordinator to add Red Field Ln to the database of roadway  names used for E‐911 dispatching. The proposed private roadway will be located off Saplin Branch Rd  which is off Helena Moriah Rd in Flat River Township. Article IV, Section 402 H of the Ordinance  Regulating Address and Road Naming in Person County requires any private roadway serving three or  more homes to be officially named.   Citizens will have an opportunity to speak regarding the above request.  Specific information about the request can be obtained from the Person County GIS Department, 325 S  Morgan St, Suite D.  Sallie Vaughn  GIS Manager  5 AGENDA ABSTRACT  Meeting Date: June 4, 2018  Agenda Title: Public Hearing for the Addition of Red Field Ln, a private roadway   Summary Information: Property owners have elected to name their private driveway, which  will serve two or three houses on the same parcel.  Background Information: May 15th, 2018 the owner of parcels A75 162 through 165  approached the GIS Department and asked if they could elect to name this roadway which will  service the four parcels listed above.   The property owner provided a  name of Red Field Ln which is  compliant with local ordinance.   The addition of this road will not  affect any adjacent property  owners or existing addresses.   North Carolina General Statue  153A‐239.1(A) requires a public  hearing be held on the matter  and public notice to be provided  at least 10 days before the  hearing in the newspaper. The  required public notice was published in the May 23rd, 2018 edition of the Roxboro Courier‐Times. A  sign advertising the public hearing was placed at the proposed roadway location approximately two  weeks prior to this public hearing.  Recommended Action:  Motion to approve the recommended roadway name.  Submitted By:  Sallie Vaughn, GIS Manager  6 PUBLIC HEARING NOTICE 7 AGENDA ABSTRACT Meeting Date: June 4, 2018 Agenda Title: Consideration of adoption of resolution establishing the fire protection service district Summary of Information: Public Hearing Notice- As requested by the Person County Board of County Commissioners on April 23, 2018, the Person County Tax Administrator prepared and mailed notices of public hearing for the proposed fire service protection district for all unincorporated areas of Person County. The notices were in the form of a postcard (see attached for example). The mailing list included names/addresses of all affected property owners per the current tax office mailing address list for all owners of taxable property in the proposed district. In addition, a second mailing list included names/address from the last 12 months of "invitation to renew" notices from the North Carolina Department of Motor Vehicles. The 2 separate mailing lists were combined, where appropriate, to save on postage and avoid sending duplicate notices. This resulted in the printing/mailing of 19,732 postcards. The postcards were sent to our printing vendor on April 26, 2018. The print job was completed and mailed on May 1, 2018. The mailing was prepared and mailed 34 days prior to the public hearing scheduled for June 4, 2018 at 7pm. The requirement was at least 4 weeks prior to the public hearing. Also, the Clerk of the Board of County Commissioners placed the proper advertisement in the Wednesday, May 23, 2018 edition of the local newspaper. Public Hearing- the Person County Board of Commissioners will conduct its public hearing this date for the consideration of establishing the Person County Fire Protection Service District. After receiving public comments during the public hearing, the board shall determine if: 1. There is a demonstrable need for providing one or more of the services in the district, 2. It is impossible or impracticable to provide the services on a countywide basis, 3. It is economically feasible to provide the proposed services in the district without unreasonable or burdensome annual tax levies; and 4. There is a demonstrable demand for the proposed services by persons residing in the proposed district. Recommended Action: After consideration and receiving public comments, adopt attached resolution establishing the fire protection service district, if appropriate. Submitted By: Russell Jones, Tax Administrator 8 PERSON COUNTY OFFICE OF THE TAX ADMINISTRATOR Person County Tax Office P.O. Box 1116 13 Abbitt St Roxboro, North Carolina 27573-1116 (336) 597-1721 Fax No. (336) 322-8619 Certification of mailing of fire tax notices As requested by the Person County Board of County Commissioners on April 23, 2018, the Person County Tax Administrator did, in fact, prepare and mail notices of public hearing for a proposed fire protection service district for all unincorporated areas of Person County. The notices were in the form of a postcard (see attached for example). The mailing list included names/addresses of all affected property owners per the current tax office mailing address list for all owners of taxable property in the proposed district. In addition, a second mailing list included names/address from the last 12 months of "invitation to renew" notices from the North Carolina Department of Motor Vehicles. The 2 separate mailing lists were combined, where appropriate, to save on postage and avoid sending duplicate notices. This resulted in the printing/mailing of 19,732 postcards. The postcards were sent to our printing vendor on April 26, 2018. The print job was completed and mailed on May 1, 2018. The mailing was prepared and mailed 34 days prior to the public hearing scheduled for June 4, 2018 at 7pm. The requirement was at least 4 weeks prior to the public hearing. Therefore, I, Russell Jones, Person County Tax Administrator, do hereby certify that the mailing has been completed and is conclusive. Attest: ______________________________ ___________________________ Brenda B. Reaves, Clerk to the Board Russell Jones, Tax Administrator 9 A RESOLUTION OF THE PERSON COUNTY BOARD OF COMMISSIONERS ESTABLISHING THE PERSON COUNTY FIRE PROTECTION SERVICE DISTRICT WHEREAS, Article 16 of N.C. Chapter 153A, of the North Carolina General Statutes, authorizes counties within North Carolina to define service districts in order to finance, provide, or maintain for the districts one or more of the following services, facilities and functions in addition to or to a greater extent those finances, provided or maintained for the entire county; and WHEREAS, N.C. General Statute § 153A-30l(a)(2) provides that the county may define a service district for the purposes of fire protection; and WHEREAS, there is a demonstrable need to provide a predictable and continuing means to finance, provide, or maintain for fire protection services within the proposed Person County Fire Protection Service District as defined herein (the "District"), and WHEREAS, acting in response to a need for action in order to protect structures, property, and lives of those within the boundaries of the District, the Person County Board of Commissioners have determined that the creation of a fire service district will be for the benefit of those properties, residents and public commuters within the District boundaries; and WHEREAS, pursuant to N.C. General Statute § 153A-302(b), the Person County Board of Commissioners caused to be prepared a report containing: (1) a map of the proposed district showing its proposed boundaries; (2) a statement showing that the proposed district meets the standards set out in subsection (a) of N.C. General Statute § 153A-302; and a plan for providing one or more of the services listed in N.C. General Statute § 153A-301 to the district (the "Report"); WHEREAS, a copy of the Report is attached hereto as Exhibit A and incorporated herein by reference, and WHEREAS, the Report was available for public inspection in the office of the Clerk to the Board for at least four (4) weeks before the date of the public hearing referenced herein below; and WHEREAS, pursuant to N.C. General Statute. § 153A-302(c), the Person County Board of Commissioners held a duly noticed and advertised public hearing on the proposed Person County Fire Protection Service District on June 4, 2018 prior to adopting any resolution defining said district. 10 NOW, THEREFORE, BE IT RESOLVED BY THE PERSON COUNTY BOARD OF COMMISSIONERS that: 1. Person County has fully complied with each and every requirement of Article 16 of Chapter 153A, of the North Carolina General Statutes, necessary for the creation of a fire protection service district and determines and finds same as fact. 2. There is a demonstrable need for providing fire protection services in the District as shown by the overwhelming majority of speakers that provided comments at the June 4, 2018 public hearing. 3. It is impracticable to provide fire protection services on a countywide basis because: fire protection services can most economically and efficiently be served through the County's current system of community volunteer departments instead of a unified County owned and operated fire service. 4. It is economically feasible to provide fire protection services in the District without unreasonable and burdensome annual tax levies given the current County tax rates in the District as shown in the Report; and 5. There is a demonstrable demand for the fire protection services within the District by Persons residing in the District as shown by the overwhelming majority of residents speaking in support of the creation of the District at the June 4, 2018 public hearing. 6. The Person County Fire Protection Service District does in fact meet the standards set forth in N.C. General Statute §153A-302. 7. Person County Fire Protection Service District for the purpose of fire protection is hereby established and created with the boundaries set forth on that certain map attached as Exhibit A to the Report incorporated herein by reference, to which reference is made for a more complete and accurate description of the boundaries of the Person County Fire Service District. 8. Person County may levy property taxes within the service district in addition to those throughout the County in order to finance, provide or maintain for the District, fire services provided therein, in addition to or to a greater extent than those financed, provided or maintained for the entire County. 9. This resolution shall take effect at the beginning of fiscal year starting July 1, 2018. Adopted this the 4th day of June, 2018. Attest: ______________________________________ __________________________________ Brenda B. Reaves, Clerk to the Board Tracey L. Kendrick, Chairman 11 EXHIBIT A COPY OF: REPORT IN THE MATTER OF: THE PROPOSED CREATION AND ESTABLISHMENT OF PERSON COUNTY FIRE PROTECTION SERVICE DISTRICT AS PROVIDED FOR BY NORTH CAROLINA GENERAL STATUTES ARTICLE 16, CHAPTER 153A. IN THE MATTER OF: THE PROPOSED CREATION AND ESTABLISHMENT OF PERSON COUNTY FIRE PROTECTION SERVICE DISTRICT AS PROVIDED FOR BY NORTH CAROLINA GENERAL STATUTES ARTICLE 16, CHAPTER 153A. Counties are authorized to and may define any number of service districts in order to finance, provide, or maintain for such districts services, facilities and functions related to fire protection pursuant to North Carolina General Statutes Article 16, Chapter 153A. Fire protection services in Person County have traditionally been provided through service contracts between the County and a number of volunteer fire departments and rescue squad operating within the County. The Person County Fire Chiefs' Association are of the opinion that such services can best be delivered in the future via existing community volunteer fire departments and rescue squad that provide fire protection services acting as multiple-source, full service and comprehensive responding agencies. The County desires to continue participating in the provision of fire protection services to the residents of Person County. In response to the need to provide a predictable and continuing means to finance, provide, or maintain for fire protection services in the proposed Person County Fire Protection Service District, the Board of Commissioners directed that this report be prepared as required by said Article 16 prior to the public hearing concerning the matter of establishing the Fire Protection Service District. 12 A. PURPOSE The purpose of the proposed new Fire Protection Service District would be to define an area within the County that has a need for fire protection services not currently supported by a dedicated source of tax revenue, and provide an economically feasible revenue stream sufficient to allow for the County to contract with and provide financial support for the volunteer fire departments and rescue squad providing fire protection services within the Fire Protection Service District. The creation of the new Fire Protection Service District for Person County will offer a uniform taxing structure for property owners within the proposed district, as well ensuring multiple source response through the continued viability of the exiting volunteer fire departments and rescue squad. B. BOUNDARIES The Fire Protection Service District area includes all property lying and being within the unincorporated boundaries of Person County (excluding the incorporated limits of the City of Roxboro, unless the incorporated entities pass a resolution to accept the Fire Protection Service District as provided by applicable law). A map of the proposed Fire Protection Service District is attached hereto as EXHIBIT B. C. POPULATION The proposed district lies in Person County. The current resident population in the proposed district is approximately 31,022 which is about 78 persons per square mile. D. COUNTY TAXES IN THE DISTRICT The present tax rate levied County-wide are at a rate of .7000 per $100 valuation. There are no city taxes or special use district taxes in the proposed district. E. THE ABILITY OF THE PROPOSED DISTRICT TO SUSTAIN ADDITIONAL TAXES A county service district created in accordance with Chapter 153A, Article 16 is not subject to the Chapter 69, Article 3A cap, but is instead limited as provided by N.C. General Statute § 153A-307. That limit is up to a combined rate of one dollar and fifty cents($ 1.50) on the one hundred dollars ($100.00) appraised value of property subject to taxation in accordance with N.C. General Statute §153A-149. The tax rate is set by the Person County Board of Commissioners. There is no reason to find that the residents of the new proposed Person County Special Fire Protection Service District could not support and pay a service district tax. 13 G. PLAN FOR PROVIDING SERVICES The proposed Fire Protection Service District consists of an area that is approximately 397.76 square miles in size. There are currently eight (8) volunteer fire departments, one (1) rescue squad, and four (4) sub-stations in the proposed district that are staffed with by volunteer personnel and equipment at each station. The stations are strategically located to ensure the appropriate equipment and response times are for the best of the community that it serves. Each station is equipped with at least one engine company and one tanker that are staffed by volunteers to provide protection from all fires in the district. The County proposes to enter into services contracts with each volunteer fire department and rescue squad to provide fire protection services within the proposed district. Performance standards and accounting transparency will be addressed in each contract. All operational plans for providing services in the district shall be in compliance with Standard Operating Guidelines compiled in accordance with the Office of the State Fire Marshal. 14 EXHIBIT B Proposed Person County Fire Protection Service District Boundary Map 15 16 NOTICE OF BUDGET PUBLIC HEARING PERSON COUNTY BOARD OF COMMISSIONERS Official notice is hereby given that the Fiscal Year 2018-2019 Budget for Person County has been presented to the Board of Commissioners by the County Manager, and is available for public inspection in the Office of the Clerk to the Board of Commissioners in Room 212 of the Person County Office Building, from 8:30 a.m. until 5:00 p.m. Monday through Friday, at the Public Library during operating hours, and on Person County’s website, www.personcounty.net. In accordance with N. C. General Statute 159-12(b), the Person County Board of Commissioners will conduct a Budget Public Hearing on Monday, June 4, 2018, at 7:00 p.m. The Budget Public Hearing will be held in the Auditorium in the Person County Office Building, 304 S. Morgan Street, Roxboro, NC and citizens will have an opportunity to make informal comments concerning the recommended budget. Brenda B. Reaves, MMC, NCCCC Clerk to the Board 17 May 21, 2018 1 PERSON COUNTY BOARD OF COMMISSIONERS MAY 21, 2018 MEMBERS PRESENT OTHERS PRESENT Tracey L. Kendrick Heidi York, County Manager Gordon Powell C. Ronald Aycock, County Attorney Jimmy B. Clayton Brenda B. Reaves, Clerk to the Board Kyle W. Puryear B. Ray Jeffers The Board of Commissioners for the County of Person, North Carolina, met in regular session on Monday, May 21, 2018 at 9:00am in the Commissioners’ meeting room in the Person County Office Building. Chairman Kendrick called the meeting to order. Vice Chairman Powell gave an invocation and Commissioner Puryear led the group in the Pledge of Allegiance. DISCUSSION/ADJUSTMENT/APPROVAL OF AGENDA: A motion was made by Vice Chairman Powell and carried 5-0 to approve the agenda. INFORMAL COMMENTS: The following individuals appeared before the Board to make informal comments: Ms. Susan Naylor of 481 Valhalla Drive, Timberlake stated her appreciation of the County’s Senior Center facility noting how participation has increased. She advocated for the Board to consider the continued funding in the upcoming budget. Ms. Frances Blalock of 1504 Surl Mt. Tirzah Road, Timberlake asked the Board what happened to the option to close the landfill and utilize transfer stations to haul to Granville County’s landfill. She added that with the new state legislation the Board should consider a year-to-year option to have some reign of control. Ms. Betty Blalock of 144 Tirzah Ridge, Rougemont addressed the Board of her community being called collateral damage noting the many deaths by cancer occurring in the one and one-half mile radius of the landfill. She said the dynamite blasts shakes and cracks her home. Ms. Blalock stated she would be contacting the Neuse River Association as well. Mr. Roy Brooks of 383 Parsonage Drive, Timberlake requested Board consideration to allow county staff to perform the necessary monitoring of commercial stormwater plans noting this would be a tremendous service to small businesses. 18 May 21, 2018 2 Mr. David Fyke of 171 Robert Whitfield Road, Hurdle Mills, and a full-time staff at the County’s Hospice program told the group of the services offered by Hospice to its patients. DISCUSSION/ADJUSTMENT/APPROVAL OF CONSENT AGENDA: A motion was made by Commissioner Puryear and carried 5-0 to approve the Consent Agenda with the following items: A. Approval of Minutes of April 23, 2018, B. Budget Amendment # 16, and C. Memorandum of Agreement for Person County Sheriff Office and United Way Grant funding in the amount of $4,000 for the GREAT Camp UNFINISHED BUSINESS: CONSIDERATION OF RESOLUTION OF INTENT TO AUTHORIZE A REQUEST FOR PROPOSALS TO EXPLORE THE FEASIBILITY OF A SALE OF THE PERSON COUNTY HOME HEALTH AND HOSPICE AGENCY: At the Board’s January 22, 2018 meeting, the Board of Commissioners authorized a contract with CliftonLarsonAllen to assist the County with the process of preparing a request for non-binding proposals to consider divesting the home health and hospice services. At the Board’s April 9th meeting a public hearing was conducted. A majority of Board members wanted the opportunity to talk with health department staff to gain a better understanding of the situation in home health and hospice before the adoption of the Resolution, so it was tabled. As required by General Statute 131E-13, the County must adopt a Resolution of Intent and conduct a public hearing before it can request proposals for purchase. Once proposals are received the Board must conduct another public hearing. The Board will have the opportunity to consider all proposals and negotiate with any potential buyers. During the negotiations process, terms such as employee transitions, and purchase price, etc. can be discussed. By state regulations, the office of the buyer must remain within the geographic limits of Person County. A decision to sell is not made until the negotiations are finalized and both parties mutually agree to an Asset Purchase Agreement. The consultants estimate that the process of selling the two services takes about six months. Counties across the State are facing the same struggles as Person County as it is becoming increasingly difficult to compete with private sector providers of these services. New federal Home Health Conditions of Participation are very onerous and costly, and, payment rates continue decline and not keep pace with providers’ inflationary expenses inflation. The CliftonLarsonAllen firm has brokered the sale of 23 county/regional health departments; only 11 county-owned home health and hospice (HHH) services exist today. 19 May 21, 2018 3 The average sale price for both services is about $2M. Both home health and hospice have private sector providers serving patients in Person County. There are currently 7 filled full-time positions in Home Health and Hospice. Most other counties have negotiated a transition plan for their employees with the private sector buyers. The Board of Health met and discussed the options on Nov. 27 and again on Jan. 11. Their recommendation was to sell Home Health, but retain Hospice. They expressed concern over serving indigent patients, although the data shows that in FY16 the county served 3 indigent patients in home health; 0 in hospice. In FY17 the county served 1 patient in home health; 0 in hospice. The Board of Health and staff believe that with additional investments in Hospice to provide for better marketing and enhanced technology, they might be able to increase revenues and make the program more viable. Chairman Kendrick requested the Board to adopt a Resolution of Intent to Authorize a Request for Proposals to explore the feasibility of a Sale of the Person County Home Health and Hospice. Commissioner Clayton recommended hospice be taken out. County Manager, Heidi York stated unanimous action by the Board for the County’s consultant to market the bundled services of home health and hospice for interest via a Request for Proposals. She added that the consultant told the group the hospice program made the bundle more attractive for the best offer; once proposals are in hand, the Board would conduct another public hearing and would be able to negotiate terms for approval or the Board has the ability to reject any proposals. Ms. York posed the question to amend the contract with the consultant to exclude the hospice program should the Board desire to do so. County Attorney, Ron Aycock reiterated the Board had instructed the consultant to solicit for proposal noting they could be submitted either separately or bundled which gave the Board alternative approaches. A motion was made by Chairman Kendrick and carried 3-2 to adopt a Resolution of Intent to Authorize a Request for Proposals to explore the feasibility of a Sale of the Person County Home Health and Hospice. Chairman Kendrick, Vice Chairman Powell and Commissioner Puryear voted in favor of the motion. Commissioners Clayton and Jeffers cast the dissenting votes. 20 May 21, 2018 4 21 May 21, 2018 5 22 May 21, 2018 6 NEW BUSINESS: PROPOSED CONTRACT FOR VOLUNTEER FIRE DEPARTMENTS: County Manager, Heidi York reminded the group that the County contracts with each Volunteer Fire Department and the Rescue Squad to provide fire protection services in addition to other stated responsibilities. The contracts for the current FY17-18 were for a one year term. In previous years, the contracts spanned two fiscal years. Ms. York proposed the new contract would be valid for a two year period from July 1, 2018 to June 30, 2020. Vice Chairman Powell and Commissioner Jeffers recommended the new contract to be ongoing with an out-clause notice similar to the City of Roxboro’s fire services contract. It was also the consensus of the Board to increase the funding to the VFDs and Rescue Squad by 2% or greater with a cap at the current inflationary rate, every other year opposite of the City of Roxboro’s increase. Ms. York stated that due to the proposed increase in funding for the VFDs with the creation of the fire tax, Commissioners have requested some revisions to the current contract. Ms. York highlighted a proposed contract with the following major changes:  Deletion of reference to capital funding program  Document progress towards improving the ISO rating, with a written plan submitted by 12/31/18 to the Emergency Services Director as to how and when, setting a target date, the department will achieve a reduction in their ISO rating.  VFDs and Rescue Squad are recommended to hold a minimum of two community- based fundraisers per fiscal year.  Agree to be a Point of Distribution site for the county during emergencies/disasters  Changes the responsibility for paying for the audit to the individual VFDs and Rescue Squad; staff to provide basic financial audit parameters for minimum standards of reporting to be submitted per the deadline; the intent was to have the audits for review by the County prior to the next appropriation of funding.  Funds to be disbursed in the same amount as the current FY17-18 per district amount (operating and capital) and made available once the returned copy of the contract with signatures and all requirements of Section III are satisfied. In addition, each VFD and Rescue Squad must have passed its state inspection to receive the County disbursement. The remaining amount of funds will be disbursed monthly beginning in March up to the total aggregate amount to all departments of $1M overall. This plan of disbursement of funds was recommended by the Fire Chiefs. Ms. York stated the final appropriations to the VFDs and Rescue Squad is determined upon the budget being adopted. 23 May 21, 2018 7 ONE-YEAR EXTENSION OF SOLID WASTE CONTRACT WITH REPUBLIC: County Attorney, Ron Aycock explained the following scenarios related to the future option for Republic and Person County, if: 1-The County takes no action at all: Republic would secure an extension of its state permit to a life of site or 60 years from the original 1997 first receipt of waste which would be 2057. This would enable Republic to continue to receive waste and operate the facility without paying anything to the County. The permit would contain the same conditions as the existing permit daily tonnage, area, etc.) The County would receive no compensation. 2-Republic secures the extension of its permit to a life of site permit and the county enacts a new franchise and enters into a new contract to match the new permit: The county would be entitled to receive the same compensation as in the existing contract. The county’s new franchise would not be subject to the procedural requirements of a public hearing, etc. It is possible that the County could negotiate some changes in the franchise fee and contract provisions. Additionally, it would be possible to increase the allowed daily tonnage amount not to exceed 110% of the original amount. 3-Republic and the County negotiate a new agreement: Republic and the County could negotiate a new agreement allowing a larger amount of daily tonnage, different rates and franchise fees. This would require a new state permit for Republic with the consequent procedural requirements of studies of environmental impact, etc. as well as public hearings. The County would have to enact a new franchise. This approach would likely require at least a one year extension as in 2 above in order to allow the necessary time to comply with the more extensive procedural requirements. Mr. Aycock provided the following Facts and Analysis: 24 May 21, 2018 8 FACTS AND ANALYSIS Person County has an existing contract with Republic Services for operation of a landfill in Person County and a franchise issued to Republic for such operation which expired on June 30, 2017. The contract provides that after scheduled expiration the contract may be extended for 10 additional years at the option of the County. The County has elected to extend the contract for the first of those 10 years (expiration June 30, 2018) and has issued a franchise for that one year period plus one additional year (franchise expires on June 30, 2019). Among other provisions the contract provides for a fee to be paid to Person County based upon usage which yields Person County in excess of $500,000 per year. It also provides that Person County will use its “best efforts” to assure that waste from Person County will be disposed of in the Republic facility. It further provides that waste will not be accepted from certain jurisdictions (Raleigh and Durham) and will not be accepted from areas 60 miles or more from the landfill. Republic has made application to the state for an extension of its existing permit to a “life of site” permit. The application is not for a new permit. That application has not yet been acted upon. The 2015 General assembly has enacted two provisions which impact the county options. For convenience in identification, Mr. Aycock designated those provisions as “flow control” and “life of site” provisions. FLOW CONTROL PROVISION The new law prohibits a county from requiring that all waste in a county go to a specific site (flow control) except in very limited circumstances. For Person County that limited circumstance means for the period of its existing franchise (until June 30, 2019). It is likely then that if the County grants additional franchises to effectuate the remaining years (8) of the original contract extension that it may not be able to direct that all waste go to the Republic site. An additional likely effect of the new law is to limit the ability of the County to restrict the receipt of waste from areas 60+ miles away, since to do so would limit the flow of waste. This effect is not as clear as the prohibition on the direction of waste from within the County, but is likely to be the effect of the law. The pertinent legislation is set out below: (Please note that the legislation still establishes a policy that a solid waste facility should serve a specific geographic area, but prohibits a county from requiring that service.) 25 May 21, 2018 9 “130A-294(b) In furtherance of this purpose and intent, it is hereby determined and declared that it is necessary for the health and welfare of the inhabitants of the State that solid waste management facilities permitted hereunder and serving a specified geographic area shall be used by public or private owners or occupants of all lands, buildings, and premises within the geographic area, and a unit of local government may, by ordinance, require that all solid waste generated within the geographic area and placed in the waste stream for disposal, shall be delivered to the permitted solid waste management facility or facilities serving the geographic area. Actions taken pursuant to this Article shall be deemed to be acts of the sovereign power of the State of North Carolina, and to the extent reasonably necessary to achieve the purposes of this section, a unit of local government may displace competition with public service for solid waste management and disposal. It is further determined and declared that no person, firm, corporation, association or entity within the geographic area shall engage in any activities which would be competitive with this purpose or with ordinances, rules adopted pursuant to the authority granted herein. (c) Except as provided in subsections (d) {REGIONAL SOLID WASTE FACILITIES} and (e)[CONSTRUCTION AND DEMOLITION MATERIALS MAY NOT BE DIRECTED] of this section, a unit of local government may, by ordinance, franchise, business license, contract, or otherwise, require that all solid waste generated within the geographic area and placed in the waste stream for disposal be delivered to the permitted solid waste management facility or facilities serving the geographic area only under one of the following conditions: (1) If the unit of local government has debt associated with solid waste management facilities and equipment outstanding on September 1, 2017, the unit of local government may adopt and enforce such an ordinance until the date that such debt has matured. (2) If the unit of local government is a party to an exclusive franchise agreement with a private entity governing the management or disposal of waste within the jurisdiction in effect on September 1, 2017, the unit of local government may adopt and enforce such an ordinance until the date that such franchise has expired.” 26 May 21, 2018 10 LIFE OF SITE PROVISION The new law provides that all new permits for solid waste facilities be issued by the state for life of the site not to exceed 60 years. Life of site is defined to be from inception of the permit until the facility reaches its permitted height. The legislation explicitly provides that a life of site permit survives the expiration of its underlying franchise. But a county may extend the old franchise under the same terms and conditions until the expiration of the life of site permit. A franchise extended to match the life of site permit period is not required to be enacted with a public hearing, deposit of materials, at the public library, etc. The applicable law is set out below: "§ 130A-294. Solid waste management program. … (a2) Permits for sanitary landfills and transfer stations shall be issued for the life-of-site of the facility unless revoked as otherwise provided under this Article or upon the expiration of any local government franchise required for the facility pursuant to subsection (b1) of this section, revoked. For purposes of this section, "life-of- site" means the period from the initial receipt of solid waste at the facility until the Department approves final closure of the facility. The facility reaches its final permitted elevations, which period shall not exceed 60 years. Permits issued pursuant to this subsection shall take into account the duration of any permits previously issued for the facility and the remaining capacity at the facility. (a3) In order to preserve long - term disposal capacity, a life - of - site permit issued for a sanitary landfill shall survive the expiration of a local government approval or franchise. In order to preserve any economic benefits included in the franchise, the County may extend the franchise under the same terms and conditions for the term of the life - of - site permit. The extension of the franchise hereby shall not trigger the requirements for a new permit, a major permit modification, or a substantial amendment to the permit.” Commissioner Jeffers requested for the data for the remaining years of life under the current contract terms. County Manager, Heidi York stated she could obtain that information from Republic and the State of NC. Current landfill Manager, Chris Gustin stated the existing life of landfill varied dependent upon the density factor of the material taken in. A motion was made by Chairman Kendrick and carried 5-0 to extend the contract period for one-year to match the current franchise agreement for the Solid Waste Contract with Republic. 27 May 21, 2018 11 28 May 21, 2018 12 29 May 21, 2018 13 30 May 21, 2018 14 31 May 21, 2018 15 PRESENTATION OF THE COUNTY MANAGER’S FISCAL YEAR 2018-2019 RECOMMENDED BUDGET: North Carolina General Statute 159 specifies that a recommended budget for the upcoming fiscal year be given to the Board of County Commissioners by June 1st. The Local Government Budget and Fiscal Control Act requires that the recommended budget be balanced. County Manager, Heidi York provided the following overview of the recommended budget: Ms. York stated one penny was up from $438K in current year noting very little growth in the county budget with the costs of goods & services trending at a 2.3% growth rate. 32 May 21, 2018 16 Ms. York said the above Tax Base chart reflects extremely modest growth; only $62M combined in growth. 33 May 21, 2018 17 The Board identified the following priorities for the FY18-19 Budget: Ms. York stated her recommended budget reflects an 8.2% increase in public safety for FY19 with increased funding for VFDs and four EMT paramedic positions to complete a full shift as well as two sheriff deputies. 34 May 21, 2018 18 Ms. York stated she cut $4.3M from budget requests for a balanced budget. 35 May 21, 2018 19 36 May 21, 2018 20 Ms. York stated to fully fund the Person County Schools current expense request, an additional $470,631 was needed. 37 May 21, 2018 21 Ms. York stated to fully fund the Piedmont Community College current expense request, an additional $35,687 was needed. Vice Chairman Powell requested to change the June 11th budget work session to another time or another day. 38 May 21, 2018 22 39 May 21, 2018 23 CHAIRMAN’S REPORT: Chairman Kendrick thanked County Manager, Heidi York and Assistant County Manager, Sybil Tate for leading the budget efforts. He also reported that Animal Services has seen an increase in its adoption rates noting the social media efforts have proven to be effective. MANAGER’S REPORT: County Manager, Heidi York reported an Economic Development Commission followed by a Person County Business Industrial Center meeting will be held on May 22, 2018 starting at 4:00pm at Piedmont Community College in room D120. COMMISSIONER REPORT/COMMENTS: Commissioner Jeffers reported the following:  Attended an Environmental Issues Committee meeting in which most of the discussion was focused on the liter on the sides of roads,  Attended St. James Baptist Church located in Leasburg to celebrate its 150 years anniversary,  He, along with fourteen other commissioners, will be attending an upcoming NACo Community Summit focusing on health issues. Commissioner Clayton commented on the Home Health program being costly and could be closed immediately but he would like to retain Hospice. He reported he would be attending a NC Association of County Commissioners’ Environmental Committee meeting on May 22, 2018. Commissioner Puryear thanked Assistant County Manager, Sybil Tate for her assistance with a potential safety issue that was quickly corrected with the contractor installing the fiber. Vice Chairman Powell reported the Raleigh Durham Airport would be undergoing an expansion which would mean more opportunities for the County’s Airport. He added the County’s Airport runway extension was approved last week and would take approximately three years to complete. 40 May 21, 2018 24 CLOSED SESSION #1 A motion was made by Commissioner Puryear and carried 5-0 to enter into Closed Session per General Statute 143-318.11(a)(4) at 10:27am for the purpose of discussion of matters relating to the location or expansion of industries or other businesses in the county (economic development) with the following individuals permitted to attend: County Manager, Heidi York, Clerk to the Board, Brenda Reaves, County Attorney, Ron Aycock and Economic Development Director, Stuart Gilbert. A motion was made by Commissioner Jeffers and carried 5-0 to return to open session at 10:52am. A motion was made by Commissioner Clayton and carried 5-0 to call for a Public Hearing for a financial grant incentives for Project RE to be scheduled on June 4, 2018 at 7:00pm. ADJOURNMENT: A motion was made by Commissioner Puryear and carried 5-0 to adjourn the meeting at 10:52am. _____________________________ ______________________________ Brenda B. Reaves Tracey L. Kendrick Clerk to the Board Chairman (Draft Board minutes are subject to Board approval). 41 6/4/2018 Dept./Acct No.Department Name Amount Incr / (Decr) EXPENDITURES General Fund Public Safety 631 Human Services 8,000 Transfers to Other Funds 52,000 REVENUES General Fund Other Taxes 52,000 Intergovernmental Revenues 8,000 Other Revenues 631 Explanation: BUDGET AMENDMENT Receipt of donations to Animal Services ($631); increase in Social Services Crisis Intervention grant ($8,000); increase estimated occupancy tax collections ($52,000). BA-1742 43 AGENDA ABSTRACT Meeting date: June 4, 2018 Consent Agenda Title: Adoption of Uniform Guidance Policies 1) Uniform Guidance Procurement Policy, and 2) Uniform Guidance Conflict of Interest and Gifts Policy Summary of Information: These policies are drafted in response to the Office of Budget Management’s new federal Uniform Guidance procurement requirements (2 C.F.R. Part 200, Subpart D) which go into effect on July 1, 2018. Local governments and public authorities that expend federal financial assistance (including USDA loans and grants, CDBG funds, FEMA Public Assistance disaster relief grants, and other programs, either directly funded or reimbursement driven) must comply with these new requirements. These policies include the standards for procurement under grants, which applies to contracts for services, procurement of goods (such as supplies and equipment), and construction or repair, as well as requirements on code of ethics and gift bans from vendors. Local governments must follow local policies and applicable state law except to the extent that federal requirements are more restrictive than local policies and state law. If there is an overlap with local, state, and federal rules, and none of the rules are more restrictive than another, the federal rules will apply. Recommended Action: To adopt the Uniform Guidance Procurement Policy and Uniform Guidance Conflict of Interest and Gifts Policy as provided, and to be in compliance with new federal guidelines effective 7/1/18. Submitted By: Amy Wehrenberg, Finance Director 44   Page 1  Person County Government STANDARD PROCEDURE SUBJECT: Uniform Guidance Procurement Policy Effective Date: 7.1.18 Prepared by: Amy Wehrenberg, Finance Director Revised: Approved by: Person County Board of Commissioners Approval Date: Chairman’s Signature: # of Pages: 9   I.   Purpose    The purpose of this Policy is to establish guidelines that meet or exceed the procurement    requirements for purchases of goods (apparatus, supplies, materials, and equipment),  services, and construction or repair projects when federal funds are being used in whole or in  part to pay for the cost of the contract.     II.   Policy    A. Application of Policy.  This policy applies to contracts for purchases, services, and  construction or repair work funded with federal financial assistance (direct or  reimbursed).  The requirements of this Policy also apply to any subrecipient of the funds.    All federally funded projects, loans, grants, and sub‐grants, whether funded in part or  wholly, are subject to the Uniform Administrative Requirements, Cost Principles, and  Audit Requirements for federal awards (Uniform Guidance) codified at 2 C.F.R. Part 200  unless otherwise directed in writing by the federal agency or state pass‐through agency  that awarded the funds.      B. Compliance with Federal Law.  All procurement activities involving the expenditure of  federal funds must be conducted in compliance with the Procurement Standards codified  in 2 C.F.R. § 200.317 through § 200‐326 unless otherwise directed in writing by the federal  agency or state pass‐through agency that awarded the funds.  Person County will follow  all applicable local, state, and federal procurement requirements when expending federal  funds.  Should Person County have more stringent requirements, the most restrictive  requirement shall apply so long as it is consistent with state and federal law.     C. Contract Award.  All contracts shall be awarded only to the lowest responsive responsible  bidder possessing the ability to perform successfully under the terms and conditions of  the contract.     45   Page 2  D. No Evasion.  No contract may be divided to bring the cost under bid thresholds or to  evade any requirements under this Policy or state and federal law.     E. Contract Requirements.  All contracts paid for in whole or in part with federal funds shall  be in writing. The written contract must include or incorporate by reference the  provisions required under 2 C.F.R § 200.326 and as provided for under 2 C.F.R. Part 200,  Appendix II.    F. Contractors’ Conflict of Interest.  Designers, suppliers, and contractors that assist in the  development or drafting of specifications, requirements, statements of work, invitation  for bids or requests for proposals shall be excluded from competing for such  requirements.    G. Approval and Modification. The administrative procedures contained in this Policy are  administrative and may be changed as necessary at the staff level to comply with state  and federal law.      III.   General Procurement Standards and Procedures:    Either the Purchasing Department or the Requesting Department shall procure all contracts  in accordance with the requirements of this Section of the Policy.      A. Necessity.  Purchases must be necessary to perform the scope of work and must avoid  acquisition of unnecessary or duplicative items. The Purchasing Department and/or the  Requesting Department should check with the federal surplus property agency prior to  buying new items when feasible and less expensive.  Strategic sourcing should be  considered with other departments and/or agencies who have similar needs to  consolidate procurements and services to obtain better pricing.    B. Clear Specifications.  All solicitations must incorporate a clear and accurate description of  the technical requirements for the materials, products, or services to be procured, and  shall include all other requirements which bidders must fulfill and all other factors to be  used in evaluating bids or proposals.  Technical requirements must not contain features  that restrict competition.    C. Notice of Federal Funding.  All bid solicitations must acknowledge the use of federal  funding for the contract. In addition, all prospective bidders or offerors must acknowledge  that funding is contingent upon compliance with all terms and conditions of the funding  award.     D. Compliance by Contractors.  All solicitations shall inform prospective contractors that  they must comply with all applicable federal laws, regulations, executive orders, and  terms and conditions of the funding award.     46   Page 3  E. Fixed Price.  Solicitations must state that bidders shall submit bids on a fixed price basis  and that the contract shall be awarded on this basis unless otherwise provided for in this  Policy.  Cost plus percentage of cost contracts are prohibited. Time and materials  contracts are prohibited in most circumstances.  Time and materials contracts will not be  used unless no other form of contract is suitable and the contract includes a “Not to  Exceed” amount.  A time and materials contract shall not be awarded without express  written permission of the federal agency or state pass‐through agency that awarded the  funds.    F. Use of Brand Names.  When possible, performance or functional specifications are  preferred to allow for more competition leaving the determination of how the reach the  required result to the contractor. Brand names may be used only when it is impractical or  uneconomical to write a clear and accurate description of the requirement(s). When a  brand name is listed, it is used as reference only and “or equal” must be included in the  description.    G. Lease versus Purchase.  Under certain circumstances, it may be necessary to perform an  analysis of lease versus purchase alternatives to determine the most economical  approach.    H. Dividing Contract for M/WBE Participation.  If economically feasible, procurements may  be divided into smaller components to allow maximum participation of small and minority  businesses and women business enterprises.  The procurement cannot be divided to bring  the cost under bid thresholds or to evade any requirements under this Policy.     I. Documentation.  Documentation must be maintained by the Purchasing Department  and/or the Requesting Department detailing the history of all procurements.  The  documentation should include the procurement method used, contract type, basis for  contractor selection, price, sources solicited, public notices, cost analysis, bid documents,  addenda, amendments, contractor’s responsiveness, notice of award, copies of notices to  unsuccessful bidders or offerors, record of protests or disputes, bond documents, notice  to proceed, purchase order, and contract.  All documentation relating to the award of any  contract must be made available to the granting agency upon request.     J. Cost Estimate.  For all procurements costing $150,000 or more, the Purchasing  Department and/or Requesting Department shall develop an estimate of the cost of the  procurement prior to soliciting bids.  Cost estimates may be developed by reviewing prior  contract costs, online review of similar products or services, or other means by which a  good faith cost estimate may be obtained.  Cost estimates for construction and repair  contracts may be developed by the project designer.    K. Contract Requirements.  The Requesting Department must prepare a written contract  incorporating the provisions referenced in Section II.C of this Policy.      L. Debarment.  No contract shall be awarded to a contractor included on the federally  debarred bidder’s list.  47   Page 4    M. Contractor Oversight.  The Requesting Department receiving the federal funding must  maintain oversight of the contract to ensure that contractor is performing in accordance  with the contract terms, conditions, and specifications.      N. Open Competition.  Solicitations shall be prepared in a way to be fair and provide open  competition.  The procurement process shall not restrict competition by imposing  unreasonable requirements on bidders, including but not limited to unnecessary supplier  experience, excessive or unnecessary bonding, specifying a brand name without allowing  for “or equal” products, or other unnecessary requirements that have the effect of  restricting competition.    O. Geographic Preference.  No contract shall be awarded on the basis of a geographic  preference.      IV.   Specific Procurement Procedures      Either the Purchasing Department or the Requesting Department shall solicit bids in  accordance with the requirements under this Section of the Policy based on the type and  cost of the contract.    A. Service Contracts (except for A/E professional services) and Purchase Contracts costing  less than $3,500 shall be procured using the Uniform Guidance “micro‐purchase”  procedure (2 C.F.R. § 200.320(a)) as follows:  1. The contract may be awarded without soliciting pricing or bids if the price of the  goods or services is considered to be fair and reasonable.  2. To the extent practicable, purchases must be distributed among qualified  suppliers.    B. Service Contracts (except for A/E professional services) and Purchase Contracts costing  $3,500 up to $90,000 shall be procured using the Uniform Guidance “small purchase”  procedure (2 C.F.R. § 200.320(b)) as follows:  1. Obtain price or rate quotes from an “adequate number” of qualified sources (a  federal grantor agency might issue guidance interpreting “adequate number,” so  the Requesting Department should review the terms and conditions of the grant  award documents to confirm whether specific guidance has been issued).  2. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as required under 2 C.F.R. § 200.321.  3. Cost or price analysis is not required prior to soliciting bids.  4. Award the contract on a fixed‐price basis (a not‐to‐exceed basis is permissible for  service contracts where obtaining a fixed price is not feasible).  5. Award the contract to the lowest responsive, responsible bidder.    C. Service Contracts (except for A/E professional services) and Purchase Contracts costing  $90,000 and above shall be procured using a combination of the most restrictive  48   Page 5  requirements of the Uniform Guidance “sealed bid” procedure (2 C.F.R. § 200.320(c)) and  state formal bidding procedures (G.S. 143‐129) as follows:  1. Cost or price analysis is required prior to soliciting bids.  2. Complete specifications or purchase description must be made available to all  bidders.  3. The bid must be formally advertised in a newspaper of general circulation for at  least seven full days between the date of the advertisement and the date of the  public bid opening.  Electronic‐only advertising must be authorized by the  governing board.  The advertisement must state the date, time, and location of  the public bid opening, indicate where specifications may be obtained, and  reserve to the governing board the right to reject any or all bids only for “sound  documented reasons.”   4. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as required under 2 C.F.R. § 200.321.  5. Open bids at the public bid opening on the date, time, and at the location noticed  in the public advertisement.  All bids must be submitted sealed.  A minimum of 2  bids must be received in order to open all bids.  6. Award the contract to the lowest responsive, responsible bidder on a fixed‐price  basis. Governing board approval is required for purchase contracts unless the  governing board has delegated award authority to an individual official or  employee.  Any and all bids may be rejected only for “sound documented  reasons.”    D. Service Contracts (except for A/E professional services) costing $150,000 and above may  be procured using the Uniform Guidance “competitive proposal” procedure (2 C.F.R. §  200.320(d)) when the “sealed bid” procedure is not appropriate for the particular type of  service being sought.  The procedures are as follows:  1. A Request for Proposals (RFP) must be publicly advertised. Formal advertisement  in a newspaper is not required so long as the method of advertisement will solicit  proposals from an “adequate number” of qualified firms.  2. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as provided under 2 C.F.R. § 200.321.  3. Identify evaluation criteria and relative importance of each criteria (criteria  weight) in the RFP.  4. Consider all responses to the publicized RFP to the maximum extent practical.  5. Must have a written method for conducting technical evaluations of proposals and  selecting the winning firm.  6. Award the contract to the responsible firm with most advantageous proposal  taking into account price and other factors identified in the RFP.  Governing board  approval is not required.  7. Award the contract on a fixed‐price or cost‐reimbursement basis.    E. Construction and repair contracts costing less than $3,500 shall be procured using the  Uniform Guidance “micro‐purchase” procedure (2 C.F.R. § 200.320(a)) as follows:  1. The contract may be awarded without soliciting pricing or bids if the price of the  goods or services is considered to be fair and reasonable.  49   Page 6  2. To the extent practicable, contracts must be distributed among qualified  suppliers.    F. Construction and repair contracts costing $3,500 up to $150,000 shall be procured using  the Uniform Guidance “small purchase” procedure (2 C.F.R. § 200.320(b)) as follows:  1. Obtain price or rate quotes from an “adequate number” of qualified sources (a  federal grantor agency might issue guidance interpreting “adequate number,” so  the requesting department should review the terms and conditions of the grant  award documents to confirm whether specific guidance has been issued).  2. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as required under 2 C.F.R. § 200.321.  3. Cost or price analysis is not required prior to soliciting bids, although price  estimates may be provided by the project designer.  4. Award the contract on a fixed‐price or not‐to‐exceed basis.  5. Award the contract to the lowest responsive, responsible bidder.  Governing  board approval is not required.    G. Construction and repair contracts costing $150,000 up to $500,000 shall be procured  using the Uniform Guidance “sealed bid” procedure (2 C.F.R. § 200.320(c)) as follows:  1. Cost or price analysis is required prior to soliciting bids (this cost estimate may be  provided by the project designer).  2. Complete specifications must be made available to all bidders.  3. Publically advertise the bid solicitation for a period of time sufficient to give  bidders notice of opportunity to submit bids (formal advertisement in a  newspaper is not required so long as other means of advertising will provide  sufficient notice of the opportunity to bid).  The advertisement must state the  date, time, and location of the public bid opening, and indicate where  specifications may be obtained.  4. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as provided under 2 C.F.R. § 200.321.  5. Open the bids at the public bid opening on the date, time, and at the location  noticed in the public advertisement. All bids must be submitted sealed. A  minimum of 2 bids must be received in order to open all bids.  6. A 5% bid bond is required of all bidders.  Performance and payment bonds of 100%  of the contract price is required of the winning bidder.  7. Award the contract on a firm fixed‐price basis.  8. Award the contract to the lowest responsive, responsible bidder. Governing board  approval is not required.  Any and all bids may be rejected only for “sound  documented reasons.”    H. Construction and repair contracts costing $500,000 and above shall be procured using a   combination of the most restrictive requirements of the Uniform Guidance “sealed bid”  procedure (2 C.F.R. § 200.320(c)) and state formal bidding procedures (G.S. 143‐129) as  follows:  1. Cost or price analysis is required prior to soliciting bids (this cost estimate should  be provided by the project designer).  50   Page 7  2. Complete specifications must be made available to all bidders.  3. Formally advertise the bid in a newspaper of general circulation for at least seven  full days between the date of the advertisement and the date of the public bid  opening.  Electronic‐only advertising must be authorized by the governing board.   The advertisement must state the date, time, and location of the public bid  opening, indicate where specifications may be obtained, and reserve to the  governing board the right to reject any or all bids only for “sound documented  reasons.”    4. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as provided under 2 C.F.R. § 200.321.  5. Open the bids at the public bid opening on the date, time, and at the location  noticed in the public advertisement. All bids must be submitted sealed and in  paper form.  A minimum of 3 bids must be received in order to open all bids.  6. A 5% bid bond is required of all bidders (a bid that does not include a bid bond  cannot be counted toward the 3‐bid minimum requirement).  Performance and  payment bonds of 100% of the contract price is required of the winning bidder.  7. Award the contract on a firm fixed‐price basis.  8. Award the contract to the lowest responsive, responsible bidder.  Governing  board approval is required and cannot be delegated. The governing board may  reject and all bids only for “sound documented reasons.”    I. Construction or repair contracts involving a building costing $300,000 and above must  comply with the following additional requirements under state law:  1. Formal HUB (historically underutilized business) participation required under G.S.  143‐128.2, including local government outreach efforts and bidder good faith  efforts, shall apply.   2. Separate specifications shall be drawn for the HVAC, electrical, plumbing, and  general construction work as required under G.S. 143‐128(a).  3. The project shall be bid using a statutorily authorized bidding method (separate‐ prime, single‐prime, or dual bidding) as required under G.S. 143‐129(a1).    J. Contracts for Architectural and Engineering Services costing under $150,000 shall be  procured using the state “Mini‐Brooks Act” requirements (G.S. 143‐64.31) as follows:  1. Issue a Request for Qualifications (RFQ) to solicit qualifications from qualified  firms (formal advertisement in a newspaper is not required).  Price (other than  unit cost) shall not be solicited in the RFQ.  2. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as provided for under 2 C.F.R. § 200.321.  3. Evaluate the qualifications of respondents based on the evaluation criteria  developed by the Purchasing Department and/or Requesting Department.  4. Rank respondents based on qualifications and select the best qualified firm. Price  cannot be a factor in the evaluation. Preference may be given to in‐state (but not  local) firms.  5. Negotiate fair and reasonable compensation with the best qualified firm.  If  negotiations are not successfully, repeat negotiations with the second‐best  qualified firm.  51   Page 8  6. Award the contract to best qualified firm with whom fair and reasonable  compensation has been successfully negotiated.  Governing board approval is  required unless the governing board has delegated award authority to an  individual official or employee.    K. Contracts for Architectural and Engineering Services costing $150,000 or more shall be  procured using the Uniform Guidance “competitive proposal” procedure (2 C.F.R. §  200.320(d)(5)) as follows:  1. Publically advertise a Request for Qualifications (RFQ) to solicit qualifications from  qualified firms (formal advertisement in a newspaper is not required).  Price (other  than unit cost) shall not be solicited in the RFQ.  2. Take affirmative steps to solicit price quotes from M/WBE vendors and suppliers  as provided under 2 C.F.R. § 200.321.  3. Identify the evaluation criteria and relative importance of each criteria (the  criteria weight) in the RFQ.  4. Proposals must be solicited from an “adequate number of qualified sources” (an  individual federal grantor agency may issue guidance interpreting “adequate  number”).  5. Must have a written method for conducting technical evaluations of proposals and  selecting the best qualified firm.  6. Consider all responses to the publicized RFQ to the maximum extent practical.  7. Evaluate qualifications of respondents to rank respondents and select the most  qualified firm. Preference may be given to in‐state (but not local) firms provided  that granting the preference leaves an appropriate number of qualified firms to  compete for the contract given the nature and size of the project.  8. Price cannot be a factor in the initial selection of the most qualified firm.  9. Once the most qualified firm is selected, negotiate fair and reasonable  compensation.  If negotiations are not successfully, repeat negotiations with the  second‐best qualified firm.  7. Award the contract to best qualified firm with whom fair and reasonable  compensation has been successfully negotiated.  Governing board approval is  required unless the governing board has delegated award authority to an  individual official or employee.      V.   Exceptions    Non‐competitive contracts are allowed only under the following conditions and with the  written approval of the federal agency or state pass‐through agency that awarded the federal  funds:    A. Sole Source.  A contract may be awarded without competitive bidding when the item is  available from only one source.  The Purchasing Department and/or Requesting  Department shall document the justification for and lack of available competition for the  item.  A sole source contract must be approved by the governing board.    52   Page 9  B. Public Exigency.  A contract may be awarded without competitive bidding when there is  a public exigency.  A public exigency exists when there is an imminent or actual threat to  public health, safety, and welfare, and the need for the item will not permit the delay  resulting from a competitive bidding.    C. Inadequate Competition.  A contract may be awarded without competitive bidding when  competition is determined to be inadequate after attempts to solicit bids from a number  of sources as required under this Policy does not result in a qualified winning bidder.    D. Federal Contract.  A contract may be awarded without competitive bidding when the  purchase is made from a federal contract available on the U.S. General Services  Administration schedules of contracts.     E. Awarding Agency Approval.  A contract may be awarded without competitive bidding  with the express written authorization of the federal agency or state pass‐through agency  that awarded the federal funds so long as awarding the contract without competition is  consistent with state law.      53   Page 1  Person County Government STANDARD PROCEDURE SUBJECT: Uniform Guidance Conflict of Interest and Gifts Policy Effective Date: 7.1.18 Prepared by: Amy Wehrenberg, Finance Director Revised: Approved by: Person County Board of Commissioners Approval Date: Chairman’s Signature: # of Pages: 2   I. Purpose    The purpose of this policy is to establish conflicts of interest guidelines that meet or  exceed the requirements under state law and local policy when procuring goods  (apparatus, supplies, materials, and equipment), services, and construction or repair  projects paid for in part or whole by federal funds and required under 2 C.F.R. §  200.318(c)(1).     II. Policy    This policy applies when procuring goods (apparatus, supplies, materials, and  equipment), services, and construction or repair projects funded in part or whole with  federal financial assistance (direct or reimbursed).  This policy also applies to any  subrecipient of the funds.      The employee responsible for managing the federal financial assistance award shall  review the notice of award to identify any additional conflicts of interest prohibitions or  requirements associated with the award, and shall notify all employees, officers, and  agents, including subrecipients, of the requirements of this policy and any additional  prohibitions or requirements.    A. Conflicts of Interest.  In addition to the prohibition against self‐benefiting from a  public contract under G.S. 14‐234, no officer, employee, or agent of the County of  Person may participate directly or indirectly in the selection, award, or administration  of a contract supported by a federal award if he or she has a real or apparent conflict  of interest.  A real or apparent conflict exists when any of the following parties has a  financial or other interest in or receives a tangible personal benefit from a firm  considered for award of a contract:  1. the employee, officer, or agent involved in the selection, award, or  administration of a contract;   54   Page 2  2. any member of his or her immediate family;   3. his or her partner; or   4. an organization which employs or is about to employ any of these parties.     Any officer, employee, or agent with an actual, apparent, or potential conflict of  interest as defined in this policy shall report the conflict to his or her immediate  supervisor.  Any such conflict shall be disclosed in writing to the federal award agency  or pass‐through entity in accordance with applicable Federal awarding agency policy.    B. Gifts.  In addition to the prohibition against accepting gifts and favors from vendors  and contractors under G.S. 133‐32, officers, employees, and agents of the County of  Person are prohibited from accepting or soliciting gifts, gratuities, favors, or anything  of monetary value from contractors, suppliers, or parties to subcontracts.    III. Violation    Employees violating this policy will be subject to discipline up to and including  termination.  Contractors violating this policy will result in termination of the contract and  may not be eligible for future contract awards.    55