Loading...
FY17 Env Mgt NCDEQ Contract 6893 HHW and Composting grantSTATE OF NORTH CAROLINA COUNTY OF WAKE GRANT CONTRACT NO. 6893 GRANTEE'S FEDERAL IDENTIFICATION NUMBER: *.*-0324 1. This Contract is hereby made and entered into this 1st day of July, 2016, by and between the NORTH CAROLINA DEPARTMENT OF ENVIRONMENTAL QUALITY, (the "Agency") and NEW HANOVER COUNTY, (the "Grantee") (refened to collectively as the "Parties"). Contract Documents: This Contract consists of the Grant Contract and its atlachments, all of which are identified by name as follows: (1) Grant Contract No.6893(2) General Terms and Conditions (Attachment A)(3) Agency's Request for Proposal (RFP) (Attachment B)(4) Grantee's Response to Agency's RFP, including line item budget and budget narrative and ,I appl,cable, indirect cost documentation (Attachment C)(5) Certification of Eligibility Under the lran Divestment Act (Attachment D) These documents collectively constitute the entire agreement between the Parties and supersede all prior oral or written statements or agreements. The Parties may enter into Contract Amendments in accordance with the General Terms and Conditions as described in Attachment A. Precedence Among Conkact Documents: ln the event of a conflict between terms of the Contracl Documents, the term in the Contract Document with the highest relative precedence prevails. The order of precedence is established by the order of documents in Paragraph 1, above, with the first-listed document having the highest precedence and the last-listed document having the lowest precedence. lf there are multiple Contract Amendments, the most recent amendment has the highest precedence and the oldest amendment has the lowest precedence. Contract Period: This Contract shall be effective on July 1,2016 and shall terminate on June 30,2017. Project Period: The Grantee shall begin the project on July 1, 20i6. The Grantee shall undertake and complete the project in a sequence that assures expeditious completion in light of the purposes of this agreement, Grantee shall complete the project on June 30, 20,l7. Grantee's Duties: The Grantee shall complete the project as described in Attachment C, New Hanover County Department of Environmental Management 2016 Community Waste Reduction and Recycling Grant Application Household Hazardous Waste (HHW) Mobile Site Expansion and lmplementation of a new Composting Pilol Program, and in accordance with the approved budget in Attachment C, as well as meeting the Other General Terms and Conditions of the Agency's Division of Environmental Assistance and Customer Service's 2016 Community Waste Reduction and Recycling Grants Request for Proposals (Attachment B). Agency's Duties: The Agency shall pay the Grantee in the manner and in the amounts specilied in the Contract Documents. The total amount paid by the Agency to the Grantee underthis Contract shall not exceed THIRTY THOUSAND DOLLARS ($30,000.00), 4. Page I of7 GRANT CONTRACT NO. 6893 This amount consists of: Type of Funds Fundino Source CFDA No. Appropriations North Carolina General Assembly N/A Dollars GL Company GL Accounl GL Cenler $30,000.00 1602 536961 6760 Accounting Code lnformation: I a. There are no matching requirements from the Grantee. I b. There are no matching requirements from the Grantee; however, the Grantee has committed the following match to this poect: In-Kind $ Cash $ Cash and ln-Kind $ Other / Specify:$ [X] c. The Grantee's matching requirement is $183,000.00, which shall consist of: ln-Kind s X Cash $183,000.00 Cash and ln-Kind $ Other / Specify:$ [ ] d. The Grantee has committed to an additional $0 to complete the project as descnbed in Attachment C. The Grantee wanants that the contributions from the Grantee shall be sourced from non-federal funds. The total contract amount is $213,000.00. 7. Reversion of Unexpended Funds: Any unexpended grant funds shall reve( lo the Agency upon lermination of this Contract. 8. Grantee's Fiscal Year: The Grantee's Fiscal Year is from July 'l through June 30. 9. Reporting Requirements: Pursuant to 09 NCAC Subchapter 03M, a Grantee that receives State funds shall maintain, for inspection by the Office of the State Auditor, reports and accountings that support the allowable expenditure of State funds. The Grantee shall also abide by the following reporting thresholds: (1)aGrantee receiving less than $25,000 shall also include a certi{ication and accounting, completed by the Grantee Board, stating that the funds were received and used for the purpose in which they were granted; (2) a Grantee recerving between $25,000 to $500,000 shall also include a certification of, accounting and description, completed by the Grantee Board, stating that the funds were received and used for the purpose in which they were granted; (3) a Grantee receiving greater than $500,000 shall include a certification and description, completed by the Grantee Board, stating that the funds were received and used for the purpose in which they were granted, and an audit prepared by a licensed Certified Public Accountant. lf the Grantee receives 9500,000 or more in Federal awards dunng its llscal year from any source, including federal funds passed through the State or other grantors, it must obtain a single audit or program-specific audit conducted in accordance with the Federal Office of Management and Budget's Chcular A-133 .Audits of States, Local Govemment and Non-Profit Organizations." lf the above amounts are not met by one single funding agency, but rather any combination of funding agencies, then the appropriate reports shall be sent to the Office of the State Auditor and to the Agency. Also, a conective action plan for Page 2 of7 t I 10. 11. 12. GRANT CONTRACT NO. 6893 any audit findings and recommendations must be submitted along with the audit report or within the period specified by the applicable OMB Circular or l\ilemorandum. Payment Provisions: The Agency shall reimburse the Grantee for actual allowable expenditures with the Agency retaining a minimum ol len percent (100/d of the Agency's funds until all required activities are completed and reports/deliverables are received and accepted by the Agency. Allowable expenditures are defined as expenditures associated with work performed to meet the milestones for a specific reporting period. The Agency may withhold payment on invoices when the Grantee fails to accomplish the milestones stated in Attachment C. lnvoices: The Grantee shall submit invoices to the Agency Contract Administrator at least quarterly, The tinal invoice must be received by the Agency within forty-five (45) days following the end of the contract period. Amended or corrected invoices must be received by the Agency's Office of the Controller within six (6) months following the end of the contract period. The Agency will not pay any invoice received more than six (6) months following the end of the effective period. Contract Administrators: All notices permitted or required to be given by one party to the other, and all other questions about the Contract shall be addressed and delivered to Party's Contract Administrator, The post office address, street address, telephone number, fax number, and email address of the Party's initial Contract Administrator is set out below. Either Pa(y may change the name, post office address, street address, telephone number, fax number, or email address of its Contract Administrator, Principal lnvestigator, or Key Personnel by giving timely written notice to the other party. Any changes in the scope of the conkact which increase or decrease the Grantee's compensation are not effective until approved in wnting by the Agency's Head or Authorized Agent. Contract Adminishator: Joseph FiEpatrick NC Department of Environmental Quality, Division of Environmental Assistance and Customer Service 1639 Mail Service Center Raleigh NC 27699-1639 Telephone: (9191 7 07 -8121 Email: Grantee Principal lnvestigator or Key Personnel: The Grantee shall not substitute the Principal lnvestigator or Key Personnel assigned to the performance of this Contract without prior written approval by the Agency Contract Administrator. Supplantation of Expenditure of Public Funds: The Grantee 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 Grantee otheruise expends for Community Waste Reduction and Recycling Grant services and related programs. Funds received under this Contract shall be used to provide additional public funding for such services. The funds shall not be used to reduce the Grantee's total expenditure of other public funds for such services. 13. Grantee Contract Administrator:Grantee Principal lnvestigator or Key Personnel Kim Roane, Business Officer New Hanover County Environmental Management Depa(ment 3002 U.S. Highway 421 North Wilmington NC 28401 Telephone: (910) 798-4402 Fax: (910) 798-4008 Email: kroane@nhcqov.com Kim Roane, Business Officer New Hanover County Environmental Management Department 3002 U.S. Highway 421 No(h Wilmington NC 28401 Telephone: (910) 798-4402 Fax: (910) 798-4008 Email: kroane@nhcoov.com 14. Page 3 of7 GRANT CONTRACT NO. 6893 ,l5. Grantee's Disbursements: As a condition of this Contract, Grantee acknowledges and agrees to make disbursements in accordance with the following requirements: a. lmplement adequate intemal controls over disbursements; b. Pre-audit all vouchers presented tor payment to determine:o Validity and accuracy of payment. Payment due date. Adequacyofdocumentationsupportingpayment. Legality of disbuBement c. Assure adequate control ofsignature stamps/plates; d. Assure adequate control of negotiable instruments; ande. lmplement procedures to ensure that account balance is solvent and reconcile the account monthly, 16. Outsourcing: The Grantee certilies that it has identified to the Agency all jobs related to the Contract that have been outsourced to other countries, if any. Grantee further agrees that it will not outsource any such jobs during the term of this Contract without providing notice to the Agency and obtaining written approval from the Agency Contract Adminrstrator prior to outsourcing. 17. E.Verify: As required by G.S. $143-48.5 (Session Law 2013-418), the Grantee certifies that it, and each ol its subcontractors for any contract awarded as a result of this solicitation, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authonzation of its employees through the federal E-Verify system. '18. Public Records Act: Public Records Act: Records created or kept in connection with this Contract shall be govemed in accordance with G.S. 132-1 et seq. (North Carolina "Public Records Act"). The Grantee shall ensure that all of its employees, agents, subcontractoc, and affiliates performrng under this Contract adhere to Public Records Act throughout the entire term of Contract, Each party shall be solely responsible for properly identifying any document(s) containing 'CoNFIDENTIAL' information. Anything that qualifies as a'TMDE SECRET' under State law must be designated as "CONFIDENTIAL, All "C0NFIDENTIAL' documents shall be properly identified by conspicuously marking it "C0NFIDENTIAL" at the top and bottom of each page. Any document(s) not properly identified as C0NFIDENTIAL, prior to its release to the Agency, shall be deemed a public record, 19. Records Retention: Records created or kept in connection with this Contract shall be maintained in accordance with the applicable retention policies of the Agency and State, and shall not be destroyed, purged or disposed of without the express written consent of the Agency. lf any litigation, claim, negotiation, audit, disallowance action, or other action involving this Contract is initiated prior to expiration of the applicable retention period, the records must be retained until completion of the action and resolution of all issues arising therefrom, or until the end of the applicable retention period, whichever is later. 20, Assurances For Non-Federally Funded conhacts: The GRANTEE certilies that with regard to: 1. Debarment And Susoension - To the best of its knowledge and belief that it and its principals: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal, State, or localgovernment agency; (b) have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Page 4 of 1 2. GRANT CONTRACT NO, 6893 (c) are not presently indicted for or otherwise cnminally or civilly charged by a govemmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) have not within a 3-year period preceding this application/proposal had one or more public transactrons (Federal, State, or local) terminated for cause or default. Lobbvino - To the best of its knowledge and belief, that: (a) No Federal, State or local government appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal, State or local govemment agency; a member of Congress, North Carolina's General Assembly or local government body; an officer or employee of Congress, North Carolina's General Assembly or local government body, or an employee of a member of Congress, North Carolina's General Assembly or local government body, in connection with the awarding of any Federal, State or local government contract, the making of any Federal, State or local government grant, the making ol any Federal, State or local govemment loan, the entering into of any Federal, State or local govemment cooperative agreement, and the exlension, continuation, renewal, amendment, or modification of any Federal, State or local govemment contract, grant, loan, or cooperative agreement. (b) lf any funds other than Federal, State or local govemment 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, North Carolina's General Assembly or local govemment body; an officer or employee of Congress, North Carolina's General Assembly or local govemment body; 0r an employee of a member of Congress, North Carolina's General Assembly or local govemment body in connection with the Federal, State or local govemment contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying" in accordance with its instructions. Druq.Free Work Place Requirements - lt will comply by: (a) Publishing a statement notifying employees that the unlaMul manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing a drug{ree awareness program lo inform employees about - (1) The dangers ofdrug abuse in the workplace,(2) The grantee'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 fordrug abuse violations occuning in the workplace; (c) l/aking it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a) above; (d) Notifying the employee in the slatement required by paragraph (a), above, that, as a condition ol employment under the grant, the employee will - (1) Abide by the terms of the statement; and(2\ Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than flve (5) days after such conviction; (e) Notifying the agency within ten (10) days after receiving notice under subparagraph (d)(2), above, from an employee or otheMise receiving actual notice of such conviction; Page 5 of7 4. GRANT CONTRACT NO. 6893 (0 Taking one of the following actions, within thirty (30) days of receiving notice under subparagraph (dX2), above with respect to any employee who is so convicted - (1) Taking appropriate personnel action against such an employee, up to and including termination; or(2\ Requinng 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; (S) Making a good faith effo( to continue to maintain a drugJree workplace through implementation of paragraphs (a), (l), (c), (d), (e), and (f), above. Will comply with the provisions of the Equal Employment Practices Act set out in Article 49A of Chapter 143 of the North Carolina General Statutes. Will comply, as applicable, with the provisions of the Wage and Hour Act, Occupational Safety and Health Act of North Carolina, Controlled Substance Examination Regulation, Retaliatory Employment Discrimination, Safety and Health Programs and Committees, Workplace Violence Prevention, and other applicable provisions of Chapter 95 of the North Carolina General Statutes regarding labor standards. Will comply with all applicable requirements of all other federal, state and local govemment laws, executive orders, regulations and policies goveming this program. Page 6 of 7 GRANT CONTRACT NO. 6893 21. Signature Warranty: The undersigned represenl and wanant that they are authorized to bind their principals to the terms of this agreement. N.C.G.S. S133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of any response in this procurement, you (Grantee) attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization. lN WITNESS WHEREOF, the Grantee and the Agency execute this agreement in two (2) originals, one (1) of which is retained by the Grantee and one (1) of which is retained by the Agency, the day and year first above wriften. NEW HANOVER COUNTY NORTH CAROLINA DEPARTMENT OF ENVIRONMET{TAL QUALITY Donald R. van der Vaa(, Secretary Departmenl Head's Signature or Authorized Agent Tommv Kirby. Purchasino Director Type / Printed Name and Title Financial Services Division Division/Section By ORIGINAL Typed'/ Printed Name Page 7 of7 GRANT CONTRACT NO. 6893 ATTACHMENT A General Terms and Conditions Governmental Entities DEFINITIONS Unless indicated otherwise from the context, the following terms shall have the following meanings in this Contract. All definitions are from 9 NCAC 3M.0102 unless otheryvise noted. lf the rule or statute that is the source of the definition is changed by the adopting authority, the change shall be incorporated herein. ('l) "Agency" (as used in the contexl of the definitions below) means and includes every public office, public officer or ofiicial (State or local, elected or appointed), institution, board, commission, bureau, council, department, authority or other unit of government of the State or of any county, unit, special district or other political sub-agency of government. For other purposes in this Contract, 'Agency" means the entity identified as one of the parties hereto. (2) -Audit" means an examination of records or financial accounts to verify their accuracy. (3) "Certification of Compliance" means a report provided by the Agency to the Offlce of the State Auditor that states that the Grantee has met the reporting requirements established by this Subchapter and included a statement of certification by the Agency and copies of the submitted grantee reporting package. (4) "Compliance Supplement" refers to the North Carolina State Compliance Supplement, maintained by the State and Local Government Finance Agency within the North Carolina Depa(menl of State Treasurer that has been developed in cooperation with agencies to assist the local auditor in identifying program compliance requirements and audit procedures for testing those requirements. (5) "Contract" means a legal instrument that is used to reflect a relationship between the agency, grantee, and sub-grantee. (6) "Fiscal Year" means the annual operating year ol the non-State entity. (7) "Financial Assistance" means assistance that non- State entities receive or administer in the form of grants, loans, loan guarantees, property (including donated surplus property), cooperative agreements, interest subsidies, insurance, food commodities, direct appropriations, and other assistance. Financial assistance does not include amounts received as reimbursement for services rendered to individuals for l\4edicare and Medicaid patient services. (8) "Financial Statement" means a repo( providing financial statistics relative to a given part of an organization's operations or status. (9) "Grant" means financial assistance provided by an agency, grantee, or sub-grantee to carry out activities whereby the grantor anticipates no programmatic involvement with the grantee or sub-grantee during the performance of the grant. (10) "Grantee'has the meaning in c.S. 143C-6-23(aX2): a non-State entity that receives a grant of State funds from a State agency, department, or institution but does not include any non-State entity subject to the audit and other repo ng requirements of the Local Government Commission. For other purposes in this Contract, "Grantee" shall mean the entity identified as one of the parties hereto. For purposes of this contract, Grantee also includes other State agencies such as universities. (11) 'Grantor" means an entity that provides resources, generally financial, to another entity in order to achieve a specified goal or objective. (12) "Non-State Entity'has the meaning in N.C.G.S. 143C- 1 -1 (d)(18): A Rrm, corporation, patuership, association, county, unit of local government, public authority, or any other person, organization, group, or governmental entity that is not a State agency, department, or institution. (13) "Public Authority" has the meaning in N.C.G.S. 159- 7(10): A municipal corporation that is not a unit of local government or a local governmental authority, board, commission, council, or agency that (i) is not a municipal corporation, (ii) is not subject of the State Budget Act, and (iii) operates on an area, regional, or multiunit basis, and the budgeting and accounting systems of which are not fully a pa( of the budgeting and accounting systems of a unit of local government. (14) "Single Audit" means an audit that includes an examination of an organization's financial statements, internal controls, and compliance with the requirements of Federal or State awards. (15) 'Special Appropriation" means a legislative act authorizing the expenditure of a designated amount of public funds for a specific purpose. (16) -State Funds' means any funds appropriated by the Noft Carolina General Assembly or collected by the State of North Carolina. State funds include federal financial assistance received by the State and transferred or disbursed to non-State entities. Both Federal and State funds maintain their identity as they are sub-granted to other organizations. Pursuant to N.C.G.S. 143C-6-23(aX1), the terms "State grant funds" and "State grants" do not include any payment made by the Medicaid program, the Teachers'and State Employees' Comprehensive Major Medical Plan, or other similar medical programs. (17) "Sub-9rantee" has the meaning in G.S. 143C-6- 23(aX4): a non-State entity that receives a grant of Stale funds from a granlee or from another sub-grantee bul does not include any non-State enlity subject to the audit and other reporting requirements of the Local Government Commission. (18) "Unit of Local Government has the meaning in G.S. 159-7(b)(15): A municipal corporation that has the power to levy taxes, including a consolidated city- county as defined by G.S. 1608-2(1), and all boards, agencies, commissions, authorities, and institutions thereof that are not municipal corporations. Relationships of the Parties lndependent Contractor: The Grantee is and shall be deemed to be an independent conlractor 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 Grantee represents that it has, or shall secure at its own expense, all personnel required in performing the services under this agreement. Such employees shall not be employees of, or have any individual contractual relationship with, the Agency. Subcontracting: To subcontract work to be perlormed under this contract which involves the specialized skill or expertise of the Grantee or his employees, the Grantee first obtains prior approval of the Agency Contract Administrator. ln the event the Grantee subcontracts for any or all of the services or activities covered by this contract: (a) the Grantee is not relieved of any of the duties and responsibilities provided in this contract; (b) the subcontractor agrees to abide by the standards contained herein or to provide such information as to allow the Grantee to comply with these standards, and; (c) the subcontractor agrees to allow state and federal authorized representatives access to any records pertinent to its role as a subcontractor. Sub-grantees: The Grantee has the responsibility lo ensure that all sub-grantees, if any, provide all information necessary to permit the Grantee to comply with the standards set forth in this Contract. Assignment: The Grantee may not assign the Grantee's obligations or the Grantee's right to receive payment hereunder. However, upon Granlee's written request approved by the issuing purchasing authority, the Agency may: (a) Forward the Grantee's payment check(s) directly to any person or entity designated by the Grantee, or (b) lnclude any person or entity designated by Grantee as a joint payee on the Grantee's payment check(s). Such approval and action does not obligate the State to anyone other than the Grantee and the Grantee remalns responsible for fulfillment of all contract obligations. Beneficiaries: Except as herein specifrcally provided otherwise, this Contract inures to the benefit of and is binding upon the parties hereto and their respective successors. lt is expressly understood and agreed that the enforcement of the terms and conditions of this Contract, and all rights of action relating to such enforcement, are strictly reserved to the Agency and the named Grantee. Nothing contained in this document shall give or allow any claim or right of action whatsoever by any other third person. It is the expre$ intention of the Agency and crantee that any GRANT CONTRACT NO. 6893 ATTACHMENT A third person receiving services or benefits under this Conkact is an incidental beneficiary only. tndemnity lndemnification: ln the event of a claim against either party by a third party arising out of this contract, the party whose actions gave rise to the claim is responsible for the defense of the claim and any resulting liability, provided that a party may not waive the other party's sovereign immunity or similar defenses. The parties agree to consult with each other over the appropriate handling of a claim and, in the event they cannot agree, to consult with the Office of the Attorney General. lnsurance: During the term of the contract, the Grantee at its sole cost and expense provides commercial insurance of such type and rvith such terms and limits as may be reasonably associated with the contract. As a minimum, the Grantee provides and maintains the following coverage and limits: (a) Worker's Compensation: The Granlee provides and maintains Worker's Compensalion insurance as required by the laws of North Carolina, as well as employer's liability coverage with minimum limits of $500,000.00, covering all of Grantee's employees who are engaged in any work under this contract. lf any work is sublet, the Grantee requires the subgrantee to provide the same coverage for any of his employees engaged in any work under this contract. (b) Commercial General Liability: General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $1,000,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability.) (c) Automobile: Automobile Liability lnsurance, to include liability coverage, covering all owned, hired and non-owned vehicles used in performance of the contract. The minimum combined single limit is $500,000.00 bodily injuryand property damage; $500,000.00 uninsured/under insured motorist; and $25,000.00 medicalpayment. Providing and maintaining adequate insurance coverage is a material obligation of the Grantee and is of the essence of this contract. The Grantee may meet its requirements of maintaining specified coverage and limits by demonstrating to the Agency that there is in force insurance with equivalent coverage and limits that will offer at least the same protection to the Agency. Grantee obtains insurance that meets all laws of the State of North Carolina. Grantee obtains coverage from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Grantee complies at all times with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the Grantee do not limit the Grantee's liability and obligations under the contract. Default and Termination Termination by Mutual Consent: Either party may terminate this agreement upon thirty (30) days notice in writing from the other party. ln thal event, all finished or unfinished documents and other materials, at the option of the Agency, be submitted to the Agency. lf the contract is lerminated as provided herein, the Grantee is paid in an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the Grantee covered by this agreement; for costs of work performed by subcontractors for the Grantee provided that such subcontracts have been approved as provided hereinior for each full day of services performed where compensation is based on each full day of services performed, less payment of compensation previously made. The Grantee repays to the Agency any compensation the Grantee has received which is in excess of the payment to which he is entitled herein. Termination for Cause: lf, through any cause, the Grantee fails to fulfill in timely and proper manner the obligations under this agreement, the Agency thereupon has the right to terminate this contract by giving written notice to the Grantee o, such termination and specifying the reason thereof and the effective date thereof. ln that event, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports prepared by the Grantee, at the option of the Agency, be submitted to the Agency, and the Grantee is entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. The Grantee is not relieved of liability to the Agency for damages sustained by the Agency by virtue of any breach of this agreement, and the Agency may withhold payment to the Grantee for the purpose of set off until such time as the exact amount of damages due the Agency from such breach can be determined. Waiver of Default: Waiver by the Agency ol any default or breach in compliance with the terms of this Contract by the Grantee is not a waiver of any subsequent default or breach and is not a modification of the terms of this Contract unless stated to be such in writing, signed by an authorized representative of the Agency and the Grantee and attached to the contract. Availability of Funds: The parties to this Contract agree and understand that the payment of the sums specified in this Contract is dependent and contingent upon and subject to the appropriation, allocation, and availability of funds for this purpose to the Agency. GRANT CONTRACT NO. 6893 ATTACHMENT A Force Majeure: Neither party is in default of its obligations hereunder if it is prevented from performing such obligations by any act of war, hostile foreign action, nuclear explosion, riot, strikes, civil insurrection, earthquake, hurricane, tornado, or other catastrophic nalural event or act of Goo. Survival of Promises: All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation. lntellectual Property Rights Copyrights and Ownership of Deliverables: Any and all copyrights resulting from work under this agreement shall belong to the Grantee. The Grantee hereby grants to the No(h Carolina oepartment of Environmental Quality a royalty-free, non-exclusive, paid-up license to use, publish and distribute results of work under this agreement for North Carolina State Government purposes only. Compliance with Applicable Laws Compliance with Laws: The Grantee understands and agrees that it is subject to compliance with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business, including those o, federal, state, and local agencies having jurisdiction and/or authority. Equal Employment Opponunity: The Grantee understands and agrees that it is subiect to compliance with all Federal and Slate laws relating to equal employment opportunity. Confidentiality Confidentiality: As authorized by law, the Grantee keeps confldential any information, data, instruments, documents, studies or reports given to or prepared or assembled by the Grantee under lhis agreement and does not divulge or make them available to any individual or organization without the prior written approval of the Agency. The Grantee acknowledges that in receiving, storing, processing or otheMise dealing with any confidential information it will safeguard and nol further disclose the information excepl as otherwise provided in this Contract or without the prior written approval of the Agency. Oversight Access to Persons and Records: The State Auditor and the using agency's internal auditors shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions in accordance with General Statute 147 -64.7 and Session Law 2010-194, Section 21 (i.e., the State Auditors and internal auditors may audit the records of the contractor during the term of the contract to verify accounts and data affecting fees or performance). The Contractor shall retain all records for a period of six (6) years following completion of the contract or until any audits begun during this period are completed and findings resolved, whichever is Iater. Record Retention: The Grantee may not destroy, purge or dispose of records without the express written consent of the Agency. State basic records retention policy requires all grant records to be retained for a minimum of six (6) years or until all audit exceptions have been resolved, whichever is longer. lf the contract is subject to Federal policy and regulations, record retention may be longer than six (6) years since records must be retained for a period of three years following submission of the final Federal Financial Status Report, if applicable, or three years following the submission of a revised final Federal Financial Status Report. Also, if any litigation, claim, negotiation, audit, disallowance action, or other action involving this Contract has started before expiration of the six (6) year retention period described above, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular six (6) year period described above, whichever is later. Time Records: The GRANTEE will maintain records of the time and effort of each employee receiving compensation from this contract, in accordance with the appropriate OMB circular. Miscellaneous Choice of Law: The validity of this Contract and any of its terms or provisions, as well as the rights and duties of the parties to this Contract, are governed by the laws of North Carolina. The Grantee, by signing this Contract, agrees and submits, solely for matters concerning this Conkact, to the exclusive jurisdiction of the courc of North Carolina and agrees, solely for such purpose, that the exclusive venue for any legal proceedings shall be Wake County, North Carolina. The place of this Contract and all transactions and agreements relating to it, and their situs and forum, shall be Wake County, North Carolina, where all matters, whether sounding in contract or tort, relating to the validity, construction, interpretation, and enforcement shall be determined. Amendment: This Contract may not be amended orally or by performance. Any amendment must be made in written form and executed by duly authorized representatives of the Agency and the Grantee. Severability: In the event that a court of competent jurisdiction holds that a provision or requirement of this Conkact 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 pa(s of the agreement and should not be used to construe the meaning thereof. GRANT CONTRACT NO, 6893 ATTACHMENT A Time of the Essence: Time is of the essence in the performance of this Contract. Care of Property: The Grantee agrees that it is responsible for the proper custody and care of any State owned property furnished him for use in connection with the performance of his contract and will reimburse the State for its loss or damage. Ownership of equipment purchased under this conkact rests with the Agency. Upon approval of the Agency Contract Administrator, such equipment may be retained by the Grantee for the time the Grantee continues to provide services begun under this contract. Travel Expenses: All travel, lodging, and subsistence costs are included in the contract total and no additional payments will be made in excess of the contract amount indicated in above. Contractor must adhere to the travel, lodging and subsistence rates established in the Budget Manual for the State of North Carolina. Sales/Use Tax Refunds: lf eligible, the Grantee and all sub- granlees shall: (a) ask the North Carolina Department of Revenue for a refund of all sales and use taxes paid by them in the performance of this Contract, pursuant to G.S. 105-164.14; and (b) exclude all refundable sales and use taxes from all reportable expenditures before the expenses are entered in their reimbursement reports. Advenising: The Grantee may not use the award of this Contract as a part of any news release or commercial advertising. Recycled Paper: The Grantee ensures that all publications produced as a result of this contract are printed double-sided on recycled paper. Sovereign lmmunity: The Agency does not waive its sovereign immunity by entering into this contract and fully retains all immunities and defenses provided by law with respect to any action based on this contract. Gratuities, Kickbacks or Contingency Fee(s): The parties certify and warrant that no gratuities, kickbacks or contingency fee(s) are paid in connection with this contract, nor are any fees, commassions, gifts or other considerations made contingent upon the award of this contract. Lobbying: The Grantee certifies that it (a) has neither used nor will use any appropriated funds for payments to lobbyist; (b) will disclose the name, address, payment details, and purpose of any agreement with lobbyists whom the Grantee or its sub{ier contracto(s) or sub-grantee(s) will pay with profits or non-appropriated funds on or after December 22, 1989; and (c) will file qua(erly updates about the use of lobbyists if material changes occur in their use. GRANT CONTRACT NO. 6893 ATTACHMENT A By Executive Order 24, issued by Governor Perdue, and N.C. G.S.S 133-32: lt is unlawful for any vendor or contractor ( i.e. architect, bidder, contractor, construction manager, design professional, engineer, landlord, offeror, seller, subcontraclor, supplier, or vendoo, to make gifts or to give favors to any State employee of the Governor's Cabinet Agencies (i.e., Administration, Commerce, Correction, Crime Control and Public Safety, Natural and Cultural Resources, Environmental Quality, Health and Human Services, Juvenile Justice and Delinquency Prevention, Revenue, Transportation, and the Office of the Governor). This prohibition covers those vendors and contractors who: (1) have a contract with a governmental agency; or (2) have performed under such a contract within the past year; 0r (3) anticipate bidding on such a contract in the future. For additional information regarding the specific requirements and exemptions, vendors and contractors are encouraged to review Executive Order 24 and G.S. Sec. 133-32. Executive Order 24 also encouraged and invited other State Agencies to implement the requiremenls and prohibitions of the Executive Order to their agencies. Vendors and contractors should contact other State Agencies lo determine if those agencies have adopted Executive Order 24." GRANT CONTRACT NO. 6893 ATTACHMENT B 2016 Community Waste Reduction and Recycling Grants REQUEST FOR PROPOSALS N.C. Department of Environmental Quality Division of Environmental Assistance and Customer Service The purpose of this grant program is to assist local govemments with the implementation, expansion, and improvement of waste reduction and recycling programs in North Carolina. The Division ofEnvironmental Assistance and Customer Service (DEACS) administers the Community Waste Reduction and Recycling Grant program through the Solid Waste Management Outreach Program. With the release ofthis Request for Proposals (RIP), DEACS is seeking proposals that request grant funding to help initiate or expand public waste reduction programs within the state. Applicants should carefully read this q!19.![ prior to submitting a proposal. Proposals must be received by DEACS by 5:00 p.m. on Friday, February 12, 2016. Please address any questions about this grant program to Rob Taylor at (9 | 9) 7 07 -8139, rob.ta),lor(4)ncdenr.qov. Communitv Waste Reduction and Recvclins Grant Program Parameters rnd Ideas: The 2016 Community Waste Reduction and Recycling (CWRAR) Grant Program seeks to fund projects that help communities build lasting capacity to divert materials from the waste stream and / or increase public awareness of waste reduction and recycling. There are two categories of CWRAR Grants: Standard Project Grants and Priority Project Grants. Different levels ofgrant funding are available for Standard Project Grants and Priority Project Grants. See the Available Funding section of this document for more information. Standard Proiect Grants: Standard Project Grants support a wide range ofprojects that increase and / or enhance public waste reduction and recycling. The following list provides examples of Standard Projects that are welcomed: o Projects that demonstrate the potential to significantly increase a community's overall diversion of materials from the solid waste stream; . Projects that improve recycling program efficiency and / or cost effectiveness while increasing waste reduction: . Projects that increase the diversion ofmaterials that are banned from disposal in North Carolina; . Projects that increase the collection and diversion ofspecial and / or hazardous wastes from disposal; . Projects that implement education and outreach efforts that will grow public awareness about waste reduclion and recycling services: . Projects that implement or expand public school recycling programs. If seeking funding for public school recycling, please see additional provisions for public school recycling projects in the Special Requirements section of this document; . Projects that increase the efficiency or effectiveness ofpublic electronics recycling programs. If seeking funding for electronics recycling, please see additional provisions for electronics recycling projects in the Special Requirements section of this document. Eriq!E-Ps.i.e@: Priority Project Grants support investments in public recycling program elements that have been determined to be ofparticular importance to growing and expanding efficient and effective waste reduction and recycling services throughout North Carolina. Proposals that seek funding for the following Priority Projects are strongly encouraged: GRANT CONTRACT NO. 6893 ATTACHMENT B * Projects that create or expand away-from-home recycling opportunities such as recycling infrastructure for parks, sports fields, streetscape / pedestrian recycling, and / or recycling at public venues. If seeking funding for away-from-home recycling, please see additional provisions for away-from-home recycling projects in the Special Requirements section ofthis document;* Projects that implement or expand multifamily and / or commercial recycling service;* Projects that implement or expand Construction and Demolition recycling efforts such as asphalt shingle recycling or carpet recycling; * Projects that implement or support Hub and Spoke Recycling Systems that consolidate commingled recyclable materials for bulk transfer to a Materials Recovery Facility (MM); * Projects that implement or expand recycling programs to collect and manage food waste from residential or commercial sources. Grant funds Sggp! be used for contracted collection costs or for employee salaries. See the Grant Project Planning section ofthis document for more information on the t)?es of program elements that are eligible for gant funding. Please contact Rob Taylor at (919) 707 -8139 or rob.taylor(4ncdenr.qov for more information or to discuss your project ideas. Available Fundins and Cash Match Reouirement: Grant Award Amounts: o Standard Project: Applicants are eligible for a Standard Project grant award ofup to $20,000.o Priority Project: Applicants are eligible for a Priority Project grant award ofup to $30,000. Required Cash Match: Standard Project and Priority Project granl winners must provide a cash match equal to or exceeding 20 percent ofthe requested grant funding. For example, a grantee under this program requesting $20,000 in grant funding from DEACS must show a minimum expenditure of $4,000 oflocal funds on the project. To meet the cash match requirement, a minimum of one ( I ) local dollar must be spent for every five (5) dollars of grant funding awarded. Calculating Cash Match: To determine the necessary cash match for any grant project, first determine the total project budget then use the following equation: total project budget + 6 = required cash match. The difference between the total project budget and the required cash match equals th€ maximum possible grant award. Distributions from the $2 per ton Solid Waste Disposal Tax may be used to cover cash match requirements. In-kind contributions will not be accepted in lieu ofcash match. The annual CWRAR Grant cycle typically receives funding requests that exceed available funds. However, it is a priority for DEACS to support as many projects as possible. After close examination of the requested funding and subject to agreement with the applicant, DEACS may award grant amounts lower than the original request. For any amount awarded, grantees must still provide the required cash match. Grant Proiect Planning: Available funding is limited and it is anticipated that the 2016 CWRAR Grant Round will be highly competitive. For this reason il is important that your project be well thought out and well planned, and that you follow the instructions in this RFP and provide all information as outlined in the section addressing Required Proposal Format. Proposals that seek grant funds for the replacement of existing equipment will be scored substantially lower than projects that implement new recycling services or projects that expand existing recycling services. Examples of gpryglgg of CWRAR Grant funds include site development costs, construction of facilities to handle recyclable materials, equipment purchases, equipment installation costs, key recycling 2 GRANT CONTRACT NO. 6893 ATTACHMENT B program components, public awareness programs and materials that support public education such as signs or brochures. Examples of activities for which CWRAR Grant funds @!@! be used include employee salaries, land acquisition costs, administrative expenses such as overhead costs, studies or work performed by consultants, contracted collection costs or pa),rnent for recycling services such as household hazardous waste events. Please consider contacting a DEACS Local Govemment Assistance Team staff member to discuss your grant project prior to submitting your proposal. Local Govemment Team members are available to provide technical assistance and advice on grant projects. A listing ofteam member contact information and areas of individual expertise is available on this web site: http://portal.ncdenr.ore/web/deao/recvcline/localeov. Elisible Entities: o Counties, municipalities, councils of govemments and solid waste authorities in North Carolina are eligible to apply for funding from the CWRAR Grant Program. . Counties, municipalities, councils of governments and / or solid waste authorities with an open 2015 CWRAR Grant contract must have invoiced for 90% oftheir grant funds by the proposal due-date to be eligible for grant funding during this grant cycle. Applicants that have completed and closed previous CWRAR Grant projects may submit another proposal under this grant round. Proposals will not be accepted fiom applicants with an open CWRAR Grant from cycles prior to 2015. o Federal and state agencies are not eligible for funding through this grant program. o Public universities, community colleges and private colleges and universities are not eligible for funding through this grant program. o Not-for-profit entities are not eligible for funding through this grant program; however, these entities are eligible for funding through the Recycling Business Development Granl Round. For more information about Recycling Business Development Grants, please contact Wendy Worley at (919) 707-8 I 36 or wendy.worley(a)ncdenr.eov. o Public school systems and individual public schools are not eligible to apply directly for funding through this grant progmm. However, local govemments (counties or municipalities) may apply for funding to support public school recycling projects. Additional requirements apply for prolects seeking grant support for public school recycling projects - see Special Requirements section below. eqrClr!!ll:l!.s@:r ONLY ONE PROPOSAL PER ELIGIBLE ENTITY WILL BE ACCEPTED. Grant proposals may combine funding requests for multiple types ofprojects into one proposal. For example, a grant proposal seeking funding for away-from-home recycling receptacles plus an investment in some other public recycling program elemenl unrelated to away-from-home recycling would be considered. If combining different grant project elements into one proposal, the available funding limits still apply and total request may not exceed the grant award amounts noted in the Available Funding section ofthis document. . Multi-party initiatives (such as joint projects by two or more local governments where each local government contributes towards project funding) are strongly encouraged. Any group participating in a regional or multi-party project proposal may not submit additional proposals. . All applicants selected for funding will undergo a compliance review to ensure that they do not have an outstanding Notice of Violation (NOV) related to North Carolina solid waste statutes and rules. Outstanding NOVs must be corrected to the satisfaction of the N.C. Division of Waste Management (DWM) prior to any grant being awarded. Applicants with outstanding NOVs are responsible for providing DEACS with information from DWM indicating that the community is in compliance and that the NOVs have been corrected before a grant contract can be initiated. . Applications will not be accepted fiom local govemmenls that have not submitted the required Solid Waste and Materials Management Annual Report for the most recent fiscal year. GRANT CONTRACT NO, 6893 ATTACHMENT B . As a condition of grant award DEACS may work with applicants to revise initially submitted proposals before entering into a grant contract. lnitial proposals must be received by the due date. Changes to proposals may include adjustments to project scope, project budget, project time line and / or other elements of the proposal . Any changes to initial proposals must be approved by DEAC S and the applicant and the resultant Final CWRAR Proposal will become an attachment to the grant contract. General Requirements: General requirements for all applicants: o Certification regarding usage of NC Solid Waste Disposal Tax proceeds: Solid Waste Disposal Tax proceeds are distributed to eligible local govemments on a quarterly basis by the Department of Revenue. According to $ 105-187.63, these funds must be used by a city or county solely for solid waste management progmms and services. CWRAR Grant applicants must certif) in writing that all disposal tax proceeds are used only for the purpose ofproviding solid waste and recycling services. In addition to this written certification, applicants must describe how disposal tax funds are utilized. o Public Building Recycling Services: CWRAR Grants will not be awarded to applicants that do not have recycling services for cans, bottles and paper available at their govemment buildings. As part ofthe grant proposal, all applicanls must indicate that employees in the key govemment buildings operated by the applicant have reasonable access to recycling services and are able and encouraged to recycle materials generated in the course ofbusiness. Please include a list ofthe materials collected for recycling at these facilities. o Mercury Product Recycling: I 130A-310.60 requires that any public agency using state funds for the construction or operation or public buildings shall establish a program for the collection and recycling ofall spent fluorescent lights and thermostats that contain mercury generated in public buildings. As part of the grant proposal, all applicants must indicate that they have a program in place for the collection of fluorescent lights and mercury thermostats from their public buildings. If the applicant does not have a program in place for the colleclion ofthese materials, then as a precondition of any grant award the applicant must initiate such services. For more information about these requirements and / or for assistance implementing a mercury products recycling program please contact Joseph Fitzpatrick at 919-707-8121, ioseoh.fitzpatnck(rOncdenr.eov. SglcllBe@,: Applicants seeking funding for public school recycling, away-from-home recycling or electronics recycling MUST address the indicated Special Requirement(s) in their submitted proposal. o Public School Recvcling Proiects: As stated in the section addressing Eligible Entities, only counties, municipalities, councils of govemments and solid waste authorities in North Carolina are eligible to apply for CWRAR Grant funding. Proposals seeking funding for public school recycling projects must come from one ofthese entities. Public school systems and or individual schools pqgy 4! apply directly. Applicants seeking funding for public school recycling projects 4q1; answer the supplemental questions below to ensure that all necessary program elements are addressed, and to help demonstrate project planning. This is a competitive grant program and projects that institute or expand a school-system wide recycling program will compete better than projects that only serve individual schools. Eligible grant projects may seek funding for equipment (such as bins and roll carts) and i or education materials. As with other CWRAR projects, administrative expenses (staff salaries and contract collection costs) are not eligible for grant funding nor can they be used as matching funds. Please contact Heather Cashwell at 919-707-8127, heather.cashwell(4ncdenr.qov for information or assistance with public school recycling projects. School Recycling Supplemental Questions:o Provide a description ofany €xisting school recycling program(s). 4 GRANT CONTRACT NO. 6893 ATTACHMENT B o o lndicate whether collection ofrecyclables will be provided by the local govemment or thrcugh a contracted collection service provider. Provide a list ofthe recyclables accepted by the progam, and indicate how the materials are collected (single stream, dual stream, source separated)? Where are the recyclables going after collection (who is your market)? Where will recycling containers be placed (classrooms, cafeterias, hallways, athletic fields, administrative offices, library, copy rooms, etc.)? Who will be responsible for emptying containers (cleaning staff, teachers, students, student groups, etc.)? A recycling contact must be established at each school that is recycling as a result ofthis grant. Please provide a list ofschools, contact person, and title. Examples of designated contacts might include the facility manager, head custodian, the faculty coordinator ofa leadership group or club, the principle, or an administrator. Describe your plan for promoting recycling and educating staffand students about the program. Electronics Recvcling Proiects: Aly community seeking grant funds related to an electronics recycling related project must indicate in their proposal whether the local govemment has ever received funds distributed from lhe Slate's Electronics Management Program. For more information on eligibility for Electronics Management Program Funds see this web site: http://portal.ncdenr.ors/web/wn/sw/electronics/localqov. Ifthe local govemment has received Electronics Management Fund distributions, then the applicant must include ilformation in its proposal about how those funds have been used in the past and on how the community intends to use the funds that will be distributed in February 2016 and February 2017. Successful q{ applicants seeking grant funds to support an electronics recycling related project that @gg! previously been eligible for distributions from the State's Electronics Management Program will be required to become eligible for Electronics Management Funds on or before December 31,2016 as a precondition ofreceipt of CWRAR Grant funds. Successful rylglp! applicants seeking grant funds to support an electronics recycling related project that !4y9 ng! previously been eligible for distributions from the State's Electronics Management Progmm must decide whether or not to make themselves eligible for Electronics Management Funds prior to the December 31,2016 eligibility deadline. This decision should be made in consultation with the county and should be based on how the distribution offunds can best serve the advancement electronics recycling the community. If it is determined that the municipality should seek Electronics Management Funds, the municipality should take action to become eligible for funds on or before December 3l , 2016. Awav-From-Home Recvclins Proiects: Grant funds can only be used for recycling related purchases and cannot be used to pay lor the purchase of away-from-home receptacles for the collection of waste (garbage). Ifa proposal includes the purchase of away-from-home receptacles that collect BOTH waste and recyclables then the standard matching fund requirement will be adjusted so that the applicant (grantee) covers the full cost ofthe waste portion ofthe container with their matching funds. For example, if a community seeks to purchase a combo waste/ recycling station that has one slot for garbage and one for recyclables and the receptacle costs $ I ,000 then the applicant will be expected to provide a match equal to one halfofthe purchase price or $500. If seeking funding for an away-from-home recycling project then please indicate in the Special Requirements section ofthe proposal whether any ofthe equipment to be purchased will be used to collect waste materials thal are intended to be disposed of in a landfill. 5 GRANT CONTRACT NO. 6893 ATTACHMENT B ln addition, applicants for away-from-home related grant projects are strongly encouraged to specify which particular recycling receptacles are being considered for purchase as a part oftheir proposal. For assistance with and guidance on the selection ofrecycling receptacles please contact Heather Cashwell at 919-707 -8127 or heather.cashwell(4ncdenr.qov. Fundins Period: Grantees must expend funds within one year of contract execution unless the grant contract term is extended by written agreement between the applicant and the N.C. Department of Environmental Quality (DEQ). Extensions are possible but not guaranteed. It is anticipated that grant contracts resulting from this grant cycle will begin on July l, 2016 and end on June 30,2017. Any funds expended prior to the start ofthe contract will not be reimbursed. Due Date: Proposals MUST be received by DEACS by 5:00 p.m. on Fridav, Februarv 12. 2016. Any proposals received after the deadline will not be considered. Local governments requiring board approval to apply for granl funds should plan to procure that approval before the submittal deadline. How to Submit ProDosals: One electronic copy of the proposal must be submitted. Receipt of all acceptable proposals will be acknowledged by e-mail. Submit electronic documents to rob.taylor(ri)ncdenr.eov. Please submit electronic versions as Microsoft Word (preferred) or Adobe (PDF) files. If submittal of an electronic version of your proposal presents a hardship, please contact Rob Taylor to discuss submittal options. Proposals must be received by 5:00 p.m. on Friday, Februtry 12,2016. Proposals not received by 5:00 p.m, on Friday, February 12, 2016 will not be accepted. Be@-P4@!-@s!, The following outline indicates what applicants qg! include in their proposal for their application to be considered complete. Proposals that fail to provide all ofthe required information or that fail to follow the following format will be deemed inadequate and may not be considered for funding. . Project Title o Applicant Contact lnformation: to include the following: / Name and title of main contact / Orgarrizarion/ Address / Phone number/ Fax number/ E-mail address . Date ofProoosal Submittal: this must be the date of submission ofproposal to DEACS o General Requirements: (see section on General Requirements for more information) / Written stalement certifoing that Solid Waste Disposal Tax Proceeds are used only for solid waste management purposes and a description of how proceeds are used.y' Written statement indicating that the applicant has recycling services collecting cans, bottles and paper available at the key govemment buildings and a list of materials collected. / Written statement indicating that the applicant has established a program for the collection and recycling of fluorescent lights and mercury containing thermostats from public buildings owned by the applicant. - continued on next page - 6 GRANT CONTRACT NO. 6893 ATTACHMENT B . Proiect Description: Please include the following information in your pro.lect description:/ Description and quantities of items to be purchased with grant funds;/ Description of the anticipated life of service for the items or materials to be purchased with grant funds (estimate how long the project will continue to serve the community);/ An estimate ofthe number ofhouseholds or businesses that will be impacted by or have access to the recycling services associated with the proposed project;y' An estimate ofthe waste reduction impact ofthe proposed project; and/ A description of whether the grant project will create a new service, enhance or expand an existing service, or support an existing recycling service without expanding that service.o Special Requirements: Proposals for school recycling, electronics recycling or away-from-home recycling must include additional information as stipulated in the Special Requirements section. See Special Requirements on pages 4 - 6 for more information. o Proiect Timeline: Bulleted list showing project milestones and general implementation dates. Timeline must begin on or after July l, 2016 and project must be complete by June 30, 2017. . Proiect Budqet: to include the following:/ Itemized list ofintended expenditures and estimated costs;/ Amount of funds requested from the state and amount of matching funds to be provided by the applicant (see Cash Match Requirements);/ If the grant project is not a Priority Project Grant, the state grant award cannot exceed $20,000;/ Please submit your budget in a table following the example shown below: Sample Project Budget State Grant Award Applicant Cash Match Proiect Total Recycling Carts for Commercial Recycling Program (100 carts @ S55 each)s 4,583 5 91t s s,s00 Labels for Carts and Signs for Recvcling Sites S 343 s6e 5 412 Program Brochures (Design and Printing)S 209 S 41 S 2so Total s s,13s 5 t,027 5 6,762 * Note about Project Budgets: state and local sales taxes are not reimbursable expenditures and should not be included as part of grant budgets. Grant Selection Process: Through a blind vote process, a selection committee will use the pre-established Award Criteria identified below to rank proposals and make award decisions. The review process is expected to be completed and preliminary award announcements made in April,2016. Applicants are encouraged to consider the Award Criteria as they develop their grant proposals. A total of 100 points is available. @r!!eriq:l. Innovation / Creativity (0-5 points): Is the project innovative? Does the project address a new waste stream or material, create a new recycling service, or take an approach not seen in North Carolina? Does the project set a slrong example for other communities to replicate? 2. Advancement of Public Recycling Service (0-10 points): Does the project implement a new recycling service in the applicant community? Does the project bring a new aspect of recycling to an area or region ofthe state? Does the project implement a new program or service that is proven to be effective in another community or region ofthe state? 3. Planning (0-20 points): Did the Project Description include all necessary elements? Is the proposal well thought out, well researched and backed by valid facts and assumptions? 4. Consistency with Best Management Practices (0-15 points): Is the project consistent with recycling industry Best Management Practices (BMPs) and / or does the project involve the adoption GRANT CONTRACT NO. 6893 ATTACHMENT B or expansion of an industry BMP? Recognized BMPs may include the collection of commingled materials, collection using carts, the use of compacting equipment for collection vehicles, and / or the use of equipment and / or practices proven to reduce contamination and maximize diversion in other communities. 5. Impact on the Waste Stream (0-15 points): Will the project contribute substantially toward reduction ofthe local waste stream or will it substantially increase tonnage recovered through recycling services? 6. Efficiency / Cost-effectiveness (0-10 points): Will the project improve the efficiency or cost- effectiveness ofthe local waste reduction program? Does the project increase the efficiency or effectiveness ofan existing service? Does the project reduce the operating cost ofa current recycling service or does it adopt practices proven to be cost effective in other communities? 7. Sustainability / Commitment (0-10 points): Will the project be ongoing and sustained in subsequent annual budgets? Does the project have the support ofthe governing body? Does the project make investments that will continue to serve the community for years to come? 8. Joint Effort (0 or 5 points): One party proposals will receive zero (0) points; multi-party proposals (involving cash match from all participants) will receive five (5) points. 9. Priority Project* (0-10 points): Is the project seeking funding for a Priority Project Grant, and to what extent does the project support investments targeted in one ofthe Priority Project Grant categories? If Your Proposal is Selected for Funding: DEACS anticipates that applicants selected for funding will be notified by the end of April 2016. DEACS will notify the applicant with a formal offer by e-mail. The applicant must accept or decline the offer. The following will occur once the offer is accepted: . DEACS will conduct a compliance review with the Division of Waste Management (this may occur before ofler is accepled). . When DEACS requires revisions to the initially submitted proposals as a condition of grant award, DEACS and the applicant must both agree on the revisions to the proposal and the applicant must approve any changes and accept the offered gant in writing. The Final Proposal will become an attachment to the grant contract. Applicants who fail meet this requirement will not be awarded funding.o Successful applicants will be required to register with the state's e-procurement system using the same address provided in the applicant's proposal. To register in the state's e-procurement system please visit the following link: http://eprocurement.nc.qovl. o DEACS will submit a request through the DEQ contract processing system for a grant contract. NOTE: Successful applicants that make purchases before a grant contract is signed by both DEQ and the grant recipient will not be reimbursed, @: All grantees are subject to the following terms and conditions. Most ofthese terms and conditions will be outlined in the gmnt contract. o Publications: all documents and publications associated with a grant contract should be printed on recycled paper containing at least 30 percent post-consumer content. . Cash metch: grantees are required to provide cash match ofat least of20 percent ofthe grant award. o Final reports: a draft final reporl is required to be submitted to DEACS at least 30 days prior to the contract end date and a final report is required to b€ submitted by the contract end date. Final reports and drafts should be submitted electronically. All applicants are strongly encouraged to visit the following web site to review the final reporting format and guidelines: htto://oortal.ncdenr.ors/web/deao/recycline/lq/financial-assistance. If you do not have intemet 8 GRANT CONTRACT NO. 6893 ATTACHMENT B access, please contact Rob Taylor at (919) 707-81 39 to receive a copy of the Final Report Guidelines. Extensions: no-cost time extensions are possible but not guaranteed for grant contracts. Grantees seeking no-cost time extensions should submit a request for a time extension at least sixty (60) days prior to the contract end date. The request for extension must indicate how long the grantee is seeking to extend the project and the reason that the extension is being requested (i.e., why the project cannol be completed on time). Any request for an extension must include a new timeline with revised project milestones as well as a new budget if budget changes are also being requested. DEACS reserves the right to decline any request for extension that is not initiated at least sixty (60) days prior to the contract end date. Reimbursement: distribution ofDEACS grant funds is on a reimbursement basis. Requests for reimbursement can only be made after the grantee has spent funds on the grant project. Reimbursement requests must be submitted on letterhead, must include copies ofinvoices, and must include proof that lhe grantee has made payment. Proof of pal.rnent may include copies of canceled checks or other financial reports showing that funds were spent. State and local sales taxes are not reimbursable, may not be counted towards expenditure requirements, and should be excluded from reimbursement requests. Final 10 Percent of Funds: DEACS will continue to reimburse grantees until 90 percent ofthe award amount has been expended. The final l0 percent of grant funds will be held until an acceptable final report has been received by DEACS. The final report must be received and approved prior to the end date ofthe contract. All final requests for reimbursement must be received within 45 days ofthe contract end-date or all remaining grant funds will be forfeited. @, Proposals may receive low scores or even be rejected because applicants fail to follow the instructions outlined in this document. Applicants stand a belter chance of success if they include all ofthe required components ofa proposal and if they follow the Required Proposal Format. Project Descriptions should be clear, concise, and should demonstrate thoughtful planning. Poorly prepared proposals create uncertainty about the project goals and intended results. Clear details will provide grant proposal reviewers confidence about the validity and feasibility ofa proposal. Applicants with questions are encouraged to contact DEACS for more information. 9 GRANT CONTRACT NO. 6893 ATTACHIVIENT C NEW HANOVER GOUNTY DEPARTMENT OF ENVIRONMENTAL MANAGEMENT 24rc COMMUNITY WASTE REDUCTION AND RECYCLING GRANT APPLICATION Household Hazardous Waste (HHVU Mobile Site Expansion and lmplementation of a new Composting Pilot Program GRANT CONTRACT NO, 6893 ATTACHMENT C New Hanover County - HHW Mobile Site Expansion and New Composting Pilot Program l. App!!.ssn!ge!!e.4!@!!e!: Kim Roane, Business Officer New Hanover County Environmental Management Department 3002 U.S. Highway 421 North Wilmington, NC 28401 Phone: (910) 798-4402 Fax: (910) 7984008 Email: B!9e!9]@[hegqY.Q9g! Federal Tax ID: -P324ll. 9,3!9i!!p!E!rEEj$a!: February2,2016 lll. GeneralReouirements: . CERTIFICATION; The Director of the New Hanover County Department of Environmental Management certifies that all NC Solid Waste DisposalTax Proceeds are used only for solid waste management purposes within the county. All Proceeds are used only for recycling collection and processing, landfill operation and maintenance, Household Hazardous Waste collection, and Construction and Demolition Debris diversion and recycling. Further, attached is a written statement from the New Hanover County Chief Financial Officer certifying the proper use of tax proceeds. . RECYCLING SERVICES AVAILABILIW; New Hanover County (NHC) provides for recycling collection at all key govemment buildings. Receptacles for lhe collection of recyclable materials are positioned in high{raffic areas at the following locations: Govemment Center, all Libraries, Property Management, NHC Parks, Health Department, Airlie Gardens, Cape Fear Museum, Senior Resource Center, Animal Control, Juvenile Detention Facility, Old Courthouse, Judicial Building, Cooperaiive Extension, Departmenl of Social Services, Register of Deeds, and Hoggard High School Baseball/Softball fields. Employees at all locations are encouraged to recycle materials and are, for example, provided receptacles to separately dispose of recyclable materials for their regular garbage. Materials collected for recycling include mixed paper, cardboard, glass, aluminum beverage containers, and plastic lv. u^^"' "o*lT4iJ,L,?;ff ?'3 beverage conlainers. NHC maintains a contract with a private hauler for lhe collection and transpo(ation of the materials to the County's recycling processing facility. Additionally, battery collection containers have been placed at the NHC Governmenl Center, all four (4) NHC public libraries, the NHC Senior Center, the Fort Fisher Aquarium (State facility), UNCW and at two campuses of the Cape Fear Community College. These sites are all serviced at no charge by the NHC Environmental Management Dspartrnent. NHC has a program in place for the collection of fluorescent lights and mercury thermoslats from the County's public buildings. These materials are collected by the NHC Property Management Department until sufficient quantities are available to be sent to Cleanlites Recycling, lnc., for proper handling, including recycling and/or disposal. Additionally, the NHC Environmental Management Department operates a Household Hazardous Waste (HHW) program for the general public, through which fluorescent bulbs and mercury thermostats, among other HHW materials, are accepted from the public at no charge. The mercury-containing materials collected from the public are sent to either EcoFlo lnc. or Cleanlites Recycling, lnc. for proper handling, including recycling and/or disposal. PROJECT DESCRIPTION: Description and quantities of items to be purchased with grant funds: A. HHW Mobile Site Expansion Program The County is seeking to enhance its service delivery through an expansion of the existing HHW program by providing mobile HHW and E-Waste collection to NHC residents for whom access to the existing collection facility's location is inconvenienl. Customer Satisfaction Surveys have indicated great community acceptance of this pnogram, wilh the only issue being the travel time to reach our primary location situated at the far westem edge of the county. The current collection and storage site lor this program is located at 3002 U.S. Highway 421 North, Wilminglon, NC, in a newly renovated warehouse at the northeast corner of the department's Recycling, HHW and Administration campus. The newly renovated warehouse provides a covered, secure facility for pnocessing and storing collected malerials. Hours of operation at this primary facility are Monday - Friday from 10:00 a.m. - 2:00 p.m., and Saturday from 8:00 a.m. - noon. Proposed expansion of this program will provide a mobile van with an enclosed trailer to be taken one (1) daylweek to each of three (3) sites in the County: Wrightsville Beach, Carolina/Kure Beach and Ogden (in the northem portion of the Counly) providing improved access lo citizens. The hours at each mmmunity site will be 10:00 a.m. - 2:00 p.m., to miftor our primary site's operaiing hours. The employee will then lransport lhe sorted materials to the primary HHW facility for final processing and packaging. o *^*' "o "lHiJ,|'f; i?'3 Our goal with this program expansion is to provide improved access to residenls for whom access to the existing primary HHW collection site is inconvenient. Mobile collection will increase the amount of collected materials (reducing landfill disposal of toxic, combustible, corrosive, or reactive materials), improve satisfaction rates for services offered, expand awareness of the HHW program and reduce the pressure on the maln collection facility during operating hours. Grant funds will be used to offset a portion of the cost to expand the HHW Program to include the following: o Funding to partially cover the cost of the purchase of a high roof mobile cargo van. Additionalfunds are being requested from the Mercury Grant Program for lhe purchase of this van, and New Hanover County will fund the remainder of the cost via the Environmental l\.4anagement Enterprise Fund. B. Composting Pilot Program New Hanover County plans to develop a composting pilot project to provide a beneficial end-use for the landfill's yard waste and clean wood wasle generated from the Construction & Demolition (C&D) recycling program. A pilot program has been established in partnership wilh UNCW, which will supply the pre-mnsumer food waste from their cafeteria to provide an importanl source of nitmgen for the compost mix. This will assist UNCW in meeting their goal of zero waste. The NHC landtill currently receives over 4,000 tons of yard waste annually, and 2,000 tons of clean wood waste from the C&D recycling program. Both waste streams are expected to increase dramatically with the receipt of the City ol Wilmington's yard waste (14,000 tons annually) and full implementation of the automated C&D recycling system (providing an additional 6,000 tons of wood waste annually). Yard waste is currently ground by a contractor and passively composted. This material is used for erosion controlduring rainy conditions. Clean wood waste is ground by a contractor and used to either generate colored mulch or boiler fuel. The V. GRANr coNrHiJl^?ifl?'3 site does not have any on-site soils suitable for sustaining vegetation, so all topsoils must be imported from offsite at significant cost. New Hanover County intends to purchase an invessel composter with loading conveyors and a vertlcal mixer, along with associated feed and discharge hoppers, chutes, and screens to process the material for composting. we will be seeking bids forthe equipment, but have quotes from two vendors, both of which include similar composting units. The two quotes are nearly identical in price, within $7s of each bid, with an overall cost of approximately 9195,000. This pilot project is intended to demonstrate that a permitted compost operation can generate high quality, grade-A organic compost for use as a soil amendment onsite or for sale to the public. Permifting applications must be submitted to NCDEe, in order to implement the composting projec{. This permitting is expected to be initiated in February, 2016, and completed by May 31, 2016. Additionally, a memorandum of understanding (MoU) will be initiated with UNCW to document respective responsibilities with regard to the composting process. This Mou process is expected to be completed and fully executed by May 3'l , 2016. The pilot program will be successful if the site is able to consistenfly generate composl that meets all state requirements for sale to the public. lf successful, the program can be easily expanded to generate sfficient volumes to reduce the cost of importing topsoil for cell closure projects and daily cover needs for outside cell slopes at the landfill. Example of In-Vessel Composting Equipment Description of the anticipated life of service for the items or materials to be purchased with qrant funds (estimate how lonq the proiect will continue to serve the communitv): A. HHW Mobile Site Expansion Program vt. o *o"' "o'lT4iJil';'; i?'3 The expected service life of the equipment, with proper maintenance, is ten (10) years, at which time a reptacement witl be budgeted in order to continue providing lhis service to the community on an ongoing basis B. Composting Pilot Program The expecled service life of the composting equipment, with proper maintenance, is ten ( lo) years. At lhis poinl, we anticipate that the pmgram will have significanlly expanded, necessitating larger equipment to increase throughput. An estimate of the number of households or businesses that will be imDacted bY or have access to the recvcling services associated with the proposed Droiect: A. HHW Mobile Site Expansion Program Cunent traffic munt to the existing facility exceeds 500 visits/month. Many customers musl make a 4s-minute mund trip to utilize the service due to our remote location. The implementation of mobile sites al the farthest reaches of the County is anticipated to increase resident participatlon in the pmgram while reducing the volume of residents driving to our primary HHW site This is important due to the traffic congestion at the primary site due to the recent addition of a Materials Recovery Facility (MRF) on the same campus which has increased commercial vehicle traffic fivefold, creating coniusion for cuslomers traveling within the campus to the HHW facility. Reduction in traffic count to the existing facilily, while increasing overall program participation year-over-year is the goal. We anlicipate greater utitization of our HHW program with the introduction of mobile sites within the community, reducing the amount of hazardous waste being placed in the garbage to be picked up by waste haulers and transported to the NHC landfill HHW and Electronics recycling services ar€ available to every resident within NHC With a cunent population well over 213,000 - and growing - this program has a wide reach. lncreased diversion of hazardous waste from lhe landfill is expected to resull in lower operating costs due to efliciencies gained These savings are passed on to residents and businesses in the form of reduced fees. B, Composting Pilot Program The pilot program's primary goal is to establish a method by which food waste can be diverted away from landfill disposal. The short-term benelit is directly related to reduction of UNCW'S food waste from the waste stream Long-term, this program can benefit schools, hospitals, and grocery stores in achieving their waste reduction goals. vI. GRANT CONTRACT NO, 6893 ATTACHiIENT C An estimate of thE ryaste reduction impact of the ptooosed Droiect: A. HHW Moblle 5116 Expansion Program Using currenl operating practices, the NHC landfill diveds, on average,240 tons per yearof HHW & E-waste away from disposal. With expansion of the HHW program to include mobile sites, the diversion goal is an increase of 15%, for a total goal of 26 tons of diverted HHW and E-waste. Reducing hazardous waste disposed of in the landfill will reduce long-term liability of the site, improve leachate quality, and reduce worker exposure lo corrosive, loxic, reactive, and combustibl€ chemicals. B. Composting Pilot Program ln the pilot phase, it is expected that the waste redudion impac{ will be 25 tons/week ('1300 tons/year). This includes pre-consumer food wasle from UNCW'S cafeterias and vegetative debris and wood wasle from lhe NHC landfill's yard waste and C&D recycling programs. Vlll. A descriotion of whether the grant proiect vrrill create a new service. enhance or expand and existinq service. or support an existinq recvclino seryice without sxpandinq thal seryice: A. HHW Mobile Site Expansion Program This grant projec{ will expand as well as enhance an existing service. Our existing HHW program serves over 500 visitors/month at our primary site. The goal of this mobile expansion is to increase lhe utilization by 30% while reducing the number of visits lo our primary HHW site. The efficiencies gained will expand the amount of waste diverted from landfill disposal from 240 tons per year to an estimated 276 tons per year. Let ers of Support from the Town of Wrightsville Beach and the Town of Carolina Beach are alTached. B. Composting Pilot Program This is a new program in New Hanover County. The grant funding will be used to support the implementation through the partial funding of the purchase of the composting in-vessel equipment. tx.SPECIAL REOUIREMENTS: GRANT CONTRACT NO. 68S3 ATTACHITIENT C Receipt of proceeds from the State of Norlh Carolina's Electronic Management Fund: New Hanover County has received Electronics Management Fund distributions in the past and hopes to continue to receive these funds in the future. One hundred percent (100%) of this funding has been used to supporl our local electronics management program, only partially covering the cosl of labor to process the incoming and outbound electronics for recycling and disposal. The rising mst of electronics recycling processing fees local governments in North Carolina are experiencing in FY15-16 makes it even more essential that \,r,/e utilize all funding available from the state to support the increasing cost to manage our program at the local level. New Hanover County plans to continue to use the funds that will be distributed in February 2016 and February 2017 to support the cost of labor for the county's local electronic management program. X. PROJECT TIMELINE: A. HHW Mobile Site Expanslon Progiam . Submit grant request to BOCC for approval: February1,20'16 . Submit grant application: February 2, 2016 . Establish lnterlocal Agreements with the Towns of Carolina Beach and Wrightsville Beach for collection sites: April, 2016 . Purchase van, trailer and supplies: July-August, 2016 . Employee training: August, 2016 . Begin mobile collections: September,2016 . Submit flnal NC DEACS report: June 30, 2017 B. Composting Pilot Program . Submit granl request to BOCC for approval: February 1,2016 . Submit grant application: February 2, 2016 . Permitting: February - May, 2016. Establish Memorandum of Understanding with UNCW - May, 2016. lssue RFB for Composting Equipmenl June,2016. Purchase Equipment: August - October, 2016. Begin composting operations: November,2016. Submit final NC DEACS report: June 30, 20'17 Grant Timeline . September 26, 2o'16: Complete purchase of van for HHW program and initiate mobile collections.. October 3'1, 2016: Complete purchase, installation and permitting for composting equipment and initiate composting pilot program. GRANT CONTRACT NO. 6893 ATTACHMENT C . June 30,2017: Prepare and submit final report to state. XI. PROJECTBUDGET Item State Grant Award - CWRAR Grant NHC Funds Total Cargo Van $15 000 $3,000 $18,000 Composting Equipment and installation $15,000 $180,000 $195,000 Total 000 $183,000 $213,000 NE$Y HANO\IER COUI\TTY FINANCE DMARTMENT 230 Oowrnmmt Gru Drirr g,,irr I65 Wilningto,l,IC 2E{03 Tolcplmc: (9I0) 79t-71 87 Far (910) 798-7806 GRANT CONTRACT NO. 6893 ATTACHMENT C LlrlYrrtbrcle,0A CtirtrFiuaoirl Oftcrr DlrtlnDlilc0lrqCPA Dep,rty Cbid fiDrrofurl Otrorr Jculftr B. Mercedy, @A D€puty Chitrfirrocirl OfEc6 January l!,, 2015 Thls letter shall certlfr th.t 10016 of the ilorth carollna solH wrte Dlsposal Tax proceeds rec€lved by l{ar Hanover county are used only fur solid uaste manatement Frrposes. These funds, upon rEcelpt, src depodtcd es nevenucr ln th! EnvlronnEntal Manrgement depsrtment budget. Furds are utllhed es p€rt of the enEmr&G fund suppordng solld wastc manegement functlons to lnclude landftll and reclrcling operadons. Funds src not used for any progErms other than solH waste rnanagement, Cedfled: )t, '"D'-* lJra Wurtzbacher Chlef Flnandal Off,cer ilew Hanover County Wrf,.its: rrr,t,.drcsov,c@r hofcdorrllrr I Inbgrfty I hnor"rdon I SewrrdrHp I Accountahllty Dan U ilcox llq.lJa. 'lbm Bridgcs a-uut'il :kotlr.r $cYc Shutlclronh Covn'il llenber GRANT CONTRACT NO. 6893 ATTACHMENT C Le^nn Picrc. )lolw Pro fPn Gsr) Dosrsch(N,.ll lkn}d.. Mlchacl Crrmc lorn )'longer TOWN OFCABOLINA BEACH 1121 N. Lake Park Boulevard Carolina Beach, Notth CErolina 28{28 970ffi29% FAX 910 458 2997 January 6, 2016 To: Joe Sulleyman, New Hanover County Landfill Re: Support for hopm€d Mobile Houeehold Hazardous Waste Removal Mr. Sulleymaa The Town of Carolina Bcach would like to express stnodg suppon for the New Hanover County proposed mobile haeardous wagte program. Such a program uould offer a trcmendous strvicE to the Town and would facilitale $e rsmoval of such wasle from the residential propemies. A mobile unit could easily be accommodated. on a sch€duled basis. on Town propcrty without crcating a great deal of distrubance. Considaing the value of real €ltrte, $affing demands and neqexisary permits for this typc of program in house, your proposed mobile disposal uDit would provide a very viable and needcd solution to our coocerns for hazardous waste within our community. Town staff would be more than willing to aid in public education scheduling and logistical suppo( for the proBrarn, in order to ensu€ the success ofthe program. We look for*ard to continuing the good working relationship rvith New Hanover Coungr. lf I can provide any furthcr expansion on this topic, feel free to oontacl me, Yizt nr),/' il,' /t:. . I 1 rn,, -"--_- Michael Cramei fown Manager Town of Carolina Beach ^,-2jl WiU.m Uair, lll llo,U E&rtCdr l(mg Aldrnna.r Ltst W@b NrLcnal GRANT CONTRACT NO. 6893 ATTACHMENT C Danyl Mrlt Mq/tPro Tir flalt MILr AEcmrn Itn Our€ltr To*a Mdlgrf TOWN OF WRIGIIWILLE BEACH Pod OlfE Box 626 321 Gurrey Dfie ffiightsvinc B€.r$. Nor& Grolina 98d80 pl0)$p1700 E/xX 9l0,l5&7910 January 8, 2016 Mr. Joe Suleyman Diredor, NHC Envlronmentel Menagemont 3002 Hlghwayi[21 Norffr Wilmington, NC 28401 Dear Mr, Sulsyman, It lB my underttEnding that the County mey be consldering lmplenentirq e mobile hazerdous waste r€mo\ral pro,grem. The Totryn lilouH support hls andearcr and rurk wtth the @unty to find a lmation that rvorts for all. The Town now ofierc this type of prcgram onoe ev6ty hio y€ars at a cost of $5,000 per (rcflrrence. This will ultmately sa\rs the ptoperty owners of Wrightsville B,eci money etd provide a more frcquenl and betEr lewl of servlcs. lf we can assht turther, plsaso contact m€ at (910)239-1770. GRANT CONTRACT NO. 6893 ATTACHMENT D CERTIFICATION OF ETIGIBITITY Under the lran Divestment Act Pursuant to G.S. 147-86.59, any person identified as engaging in investment activities in lran, determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S. 147-86.58, is ineligible to contract with the State of North Carolina or any political subdivision of the State. The lran Divestment Act of 2015, G.S. 147-86.55 etseq.* requiresthat each vendor, prior to contracting with the State certify, and the undersigned on behalf of the Vendor does hereby certify, to the following: that the vendor is not identified on the Final Divestment List of entities that the State Treasurer has determined engages in investment activities in lran; that the vendor shall not utilize on any contract with the State agency any subcontractor that is identified on the Final Divestment List; and that the undersigned is authorized by the Vendor to make this Certification. 7. z. 3. Vendor: Signature L(tq [,\.,.tcho."]"r r Printed Name r lrz lrrz Date By: (c<r The State Treasure/s Final Divestment List can be found on the State Treasurer's website at the address: https://www. n ctreasu rer. co m/insid e the-department/OpenGovernment/Papes/lran'Divestment-Act-Resources.asox andwill be updated every 180days. For q uestions about the Department of State Treasurer's lran Divestment Policy, please contact Meryl Murtagh at Meryl.Murtogh@nctreasurer.com or |.919) 814-3852. Note: Enacted by Session Law 2015-118 as G.5. 143C-55 et seq., but has been renumbered for codification at the direction of the Revisor of Statutes. Title