Loading...
1985-01-07 RM Exhibits '. .~ ,~ NORTH CAROLINA STATE DEPARTMENT OF TRANSPORTATION REQUEST FOR ADDI~ION TO STATE MAINTAINED SECONDARY ROAD SYSTEM North Carolina County of New Hanover Road Description Hermitage Rd., extension of SRl333 *(Division File #504-N) WHEREAS, the attached petition has been filed with the Board of County Commissioners of the County of New Hanover requesting that the above de- scribed road, the location of which has been indicated in red on the attached map, be added to the Secondary Road System; and . . . WHEREAS, the Board of County Commissioners is of the opinion that the above described road should be added to the Secondary Road System, if the road meets minimum standards and criteria established by the Division of Highways of the Department of Transportation for the addition of roads to the Sys tem. NOW, THEREFORE, be it resolved by the Board of County Commissioners of the County of New Hanover that the Division of Highways is hereby requested to review the above described road, and to take over the road for maintenance if it meets established standards and criteria. CERTl FI CATE The foregoing resolution was duly adopted by the Board of Commissioners of the County of New Hanover at a meeting on the 7th day of January 19 85 . Form SR-2 (7-77) PLEASE NOTE: 7th day of January , 19 85 WITNESS my hand and ~r~~ County of New Hanover Forward direct with request to the Division Engineer, Division of Highways' \. " I ,.., NORTH CAROLINA STATE DEPARTMENT OF TRANSPORTATION REQUEST FOR ADDITION TO STATE MAINTAINED SECONDARY ROAD SYSTEM North Carolina County of New Hanover Road Description B~adleyPines Drive (Division File #505~N) d " WHEREAS, the attached petition has been filed with the Board of County Commissioners of the County of New Hanover requesting that the above de- scribed road, the location of which has been indicated in red on the attached map, be added to the Secondary Road System; and WHEREAS, the Board of County Commissioners is of the opinion that the above described road should -be added to the Secondary Road System, if the road meets minimum standards and criteria established by the Division of Highways of the Department of Transportation for the addition of roads to the System. NOW, THEREFORE, be it resolved by the Board of County Commissioners of the County of New Hanover that the Division of Highways is hereby requested to review the above described road, and to take over the road for maintenance if it meets established standards and criteria. CERTIFICATE The foregoing resolution was duly adopted by the Board of Commissioners of the County of New Hanover at a meeting on the 7th day of January 19 85 . 7th day of January , 19 85 WITNESS my .hand r{} "/~ ~rd of Commissioners County of New Hanover Form SR-2 (7-77) PLEASE NOTE: Forward direct with request to the Division Engineer, Division of Highways .. NORTH CAROLINA STATE DEPARTMENT OF TRANSPORTATION REQUEST FOR ADDITION TO STATE MAINTAINED SECONDARY ROAD SYSTEM North Carolina County of New Hanover Road Description Brookview Drive (Division File #513~N) WHEREAS, the attached petition has been filed with the Board of County Commissioners of the County of New Hanover requesting that the above de- scribed road, the location of which has been indicated in red on the attached map, be added to the Secondary Road System; and ' WHEREAS, the Board of County Commissioners is of the opinion that the above described road should ~e added to the Secondary Road System, if the road meets minimum standards and criteria established by the Division of Highways of the Department of Transportation for the addition of roads to the System. . NOW, THEREFORE, be it resolved by the Board of County Commissioners of the County of New Hanover that the Division of Highways is hereby requested to review the above described road, and to take over the road for maintenance if it meets established standards and criteria. CERTIFICATE The foregoing resolution was duly adopted by the Board of Commissioners of the County of New Hanover at a meeti ng on the 7th day of January 19 85 . Form SR-2 (7-77) PLEASE NOTE: 7th day of January ,19 85 WITNESS my .hand and ~:t~ County of New HallOver . Forward direct with request to the Division Engineer, Division of Highways ,-' NORTH CAROLINA STATE DEPARTMENT OF TRANSPORTATION REQUEST FOR ADDITION TO STATE MAINTAINED SECONDARY ROAD SYSTEM North Carolina County of New Hanover Road Description Millbrook Subdivision, Section 7A (Division File lJ'ilR-N) WHEREAS, the attached petition has been filed with the Board of County Commissioners of the County of New Hanover requesting that the above de- scribed road, the location of which has been indicated in red on the attached map, be added to the Secon~ary Road System; and WHEREAS, the Board of. County Commissioners is of the opinion that the above described road should be added to the Secondary Road System, if the road meets minimum standards and criteria established by the Division of Highways of the Department of Transportation for the addition of roads to the System. NOW, THEREFORE, be it resolved by the Board of County Commissioners of the County of New Hanover that the Division of Highways is hereby requested to review the above described road, and to take over the road for maintenance if it meets established standards and criteria. CERTIFICATE The foregoing resolution was duly adopted by the Board of Commissioners of the County of New Hanover at a meeti ng on the 7th day of. January 19 85 . Form SR-2 (7-77) PLEASE NOTE: 7th day of January 1985 WITNESS my hand and ~a~~rs County of New Hanover Forward direct with request to the Division Engineer, Division of Highways APPENDIX VI NEW HANOVER .CONSENT AGEND)\ DATE: ( - v7 _~ '[,~' A ITEM No. _.. .$ dministralive Unit Budget Amendment - (:lIrrpnt Expense r und The New Hanover CountY/Ci ty Board of [ducat i on at a mec ling on the 4th day of December , 19~4 passed the following resolution. ge it resolved that the following amendmen1s be made 10 the Hudget Resolulion for lhe fiscal year end; ng June 3D, 1985. C'J de NUl'lb er A m 0 u n I 1Il;"':,):.r! Uccre.Jsc Oescri pti on of Cude 2-5500-21-541 2- 5500-23-121 2-5500-23-332 2-5500-23-411 2-5500-23-541 2-5500-23-699 2-5910-23-211 2-5910-23-221 2-5910-23-231 2-6h40-01-699 [xpl anatJ on: Additional funds State Funded Equipment Salaries - Teachers Travel Instructional Supplies Equipment Miscellaneous Matching Social Security Matching Retirement Hos italization Miscellaneous Expense 47,846 10,000 800 3,400 16,150 415 700 1,110 250 made available via State sources. 2-3250-21-000 State Funded Equipment 2-3250-23-000 Vocational Education - Special 7th & 8th 2-4450-00-000 Beginning Teacher Program Total Appropriation inl::urrent Budget TOTAL Amount of I ncrease/(Decrease) of above Amendment Tolal Appropriation in Current Amended Budget. . . . . . 47,846 32,825 1,140 81,811 S 14.387,168 81,811 14,468,979 ~/ Passed by majori ly vote of the Board of [ducati on Of~AJ ~ County/City on the -4-day of ~~J.Lu 191!j We the Uoard of Cuunty Commission~rs of .~ hereby appr'OVl! tho chanl)os in llie CI)unly/Ci ty ~ct;tiul I unIt Budgol as i ndicaterl abovu, ant! havo made cnlr'y 0'; llic:;o changes un tho mi nulus uf ...Ii d lillard, lId:; Ihl! L. day ur . I~ N/A'dft, ~ v Cnairnan, :oard uf Educ i n C~~~ . Secretary, ~oard of [au ' ~{)r7UcJ Chairman, Board ot Co~nty Commissiuners ( 3 i') ," NORTH CAROLINA AGREEl'lENl' NEW HANOVER COUNTY ~his agreement, made and entered into this 7th day of January , 19J!2, by and between NEvv HANOVER COUNTY, a political subdivision of the State of North Carolina, hereinafter referred to as "County, II and Hodges Electric Company , of Wilmington, North Carolina North Carolina, hereinafter referred to as "Contrac~or"; WIT N ~ S S B 1 H : 'That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: 1. Per for mance. Contractor shall furnish all labor, materials and equipment and shall perform all work in the manner and form as provided by the following enumerated specifications and documents, which are attached hereto and made a part hereof as if fully contained herein: Advertisement for Bids, Instructions to Bidders, General Conditions, Supplemental General Conditions, Special Conditions, Specifications, and Insurance Certificates for ~vorkers' Compensation, Public Liability and Property Damage, for the project more fully described therein and generally described as: Cape Fear Optimist Park Lighting Additions Ballfield 1.1 5 Project Ne. -: 2. ~ime of Performance. Contractor shall commence work within Ten 10 calendar days after execution of this contract; provided that, if County specifies a Notice to Proceed, Contractor shall commence work on the date indicated 1n the Notice to Proceed. 2.1. De lay in Au thor i za t ion to Commence Wor k. 1 f, through no taul t of Contr actor, Coun ty 's au thor iza tion to commence work is, delayed later than the ninetieth (9Uth) day after the bid opening date or the thirtieth (30th) day after Contractor's delivery of the executed contract to County, Contractor may terminate this contract. 2.2. ~~g~l~~~_~Q~El~llo~_!lm~. Prior to commencing work, Contractor shall give County a construction schedule broken down into calendar days for the various divisions or parts of work. Contractor shall complete all work on the Project with1n Ninety 90 ) calendar days after the beginning date. If Contractor fails to complete the Project within the required time, County may at its option either terminate the contract pursuant to the procedures specif ied in Section 11 herein, or assess liquidated damages against Contractor. If County exercises its option to assess liquidated damages, Contractor shall pay County $ $ 50.00 for each consecutive calendar day following the completion date that the work remains, unfinished. County may set oft and recoup " the amount of liquidated damages claims against any earned 2 partial payment, ietainage, or other monies due under this contract. 3. Contract A~endments and Change Orders. No modi- fication or rescission of this contract shall be effective unless evidenced by a writing signed by both parties and by the Surety to this contract. County may issue change orders, which are def ined as w r i t ten order s to Con tr actor signed by the authorized County Representative authorizing an addition, deletion or revision in the' work or an adjustment in the contract price or the contract time. 3.1. Extra Work. Contractor agrees to perform such reasonable extra work as may be ordered in writing by the authorized County Representative County agrees to pay Contractor, upon Contr actor's presentation of itemized cost statements, [or extra work computed as follows: (a) labor used at actual payroll charges therefor; (b) actual payroll charges for Workmen's Compensation Insurance, Social Security and all other payroll charges; (c) an hourly rate for actual operating hours of equipment used; (d) amounts paid by Contractor to vendors, as evidenced by paid invoices, for material purchased and used on extra work orders; '(e) cost of bonding, if applicable; and (f) overhead and profit cOJnbined based on fifteen per , cent (15%) of the total of cost items (a) through (e) above. 3.2. Cl1anges of the Contract 'lime. The time limi t 3 for completion of the ProJect is of the essence of this agreement. 1 f Contr ac tor finds it i mposs ible to complete the work on the Project within the originally scheduled time, Contractor may submit a written request for a time extension to Mike \'!.::JLcr:c;, i)i:'ecLur of Parks :ll1d Recreation The writing shall specify the reasons justifying the granting of the ceyuest. Contractor's plea that insufficient time was scheduled shall not be a valid reason for a time extension. if 1\2\\1 Hanover County finds that work was delayed because of conditions beyond the tontrol and without the f aul t of both Con tr ae tor and h is or her subcon tr actors or suppliers, Nc\.J Hanover Cuune) shall e x ten d the t i m e for coni pie t ion 1 n s u c h a III 0 U n t a s the conditions justify. Under no circuInstances shall Contractor be entitled to damages against County on account of delay. 3.3. Notification of Surety. Contractor shall be solely responsible for notifying his or her surety of any changes affecting the general scope of the work or change in the COI! tr act pr i ce; and the arnoun t of the appl icable bonds shall be adjusted accordingly. 4. fayrnent. County agrees to pay Contractor, for the full and faithful performance of this contr~ct, the sum of Twenty Thousand and One Hundred Dollars Dollars, ($ 20,IOO ) . ", 4.1. Partial Pcqments. County shall make partial 4 payments to Contractor In lump sum amounts upon the successful completion by Contractor and acceptance by County of sections of the work, as specified in the contract specifications and in accordance with the amounts indicated for each bid in Contractor's bid proposal. from the total amount determined to be payable on a. partial payment, ten per cent (lU%) of such amount shall be deducted and retained by County until all work has been accepted by County; provided that, if the authorized County Representative determines that the work is on schedule at the halfway point of the construction schedule, retainage may thereafter be discontinued on future partial payments. 4.2. Acceptance of Final Payment as Release. 'the acceptance by Contractor of final payment shall be and shall operate as a release of County from all claims of Contractor agains t Coun ty, except for clai ms spec i f ically excepted by Contractor in stated written amounts. However, no payment, final or otherw ise, shall release Con tr ac tor or h is or her sureties from any obligations under the contract documents Or the payment and performance bonds. 4.3. County's Righ t to Of f se t and Recoup. Nothing contained in this Section 4 shall be construed to impair County's rights to deduct from partial or final payments any sums due to Coun~y pursuant to Sections 2, 5, 7.1, lIar any other Section of this contract. s 5. Contractor's Warranties. Contractor makes the following warranties cbncerning the materials, equipment and work furnished pursuant to this contract: 5.1. ~varranty of Title. Contractor warrants that title to all work, materials and equipment covered by a request for payment, whether incorporated in the Project or not, will have passed to County prior to the submission of the request for payment, free and clear of all liens, claims, security interests and encumbrances. 5.2. ~varranty of Haterials and I:.quiplllent. Con- tractor warrants to County that all materials and equipment furnished under this contract will be new unless otherwise specified, will be of good quality and free from faults and defects, and will conform with the contract documents. Contractor warrants all such materials and equipment for a per i 0 d 0 f 0 n e ( I) yea r fro m the d ate 0 f Co u n t 'lIS fir s t beneficial use or occupancy of same.~ '5.3. warranty of vJork. Contractor warrants to County, for a period of one (1) year from the date of Project Acceptance , that all work performed under this contract has been performed 1n a workmanlike manner, so as to meet the standards of workmanlike quality prevailing in North Carolina at the time of construction. 5.4. ~varranty Against hajor Structural Defects. Contractor warra'nts that all structures constructed under ", this contract are free from major structural defects. 6 5.5. Correction of Defects. County shall give Contractor reasonably prompt notice of all observable defects. lf Contractor fails to perform corrective work within a reasonable time, County may perform such work and charge Con tr actor tor the cos ts thereby incur red. Con tr ac- tor's Performance Bond shall remain in full force and effect through the applicable one-year warranty period. 6. Indemnity. Contractor agrees to indemnify and h 0 I d h arm I e s s Co u n t y , its in de pen den t con t r act 0 r s , ag en t s , employees and indemni tees from and against any and all claims, demands, causes of action, or other liability, including attorney fees, on account of personal injur ies or death or on account of property damages arising out of the work to be performed by Contractor hereunder and resulting from the negligence of Contractor, Contractor's agents, employees and subcontractors. It is the intent of this Section to require Contractor to indemnify County to the fullest extent permitted under North Carolina General Statutes ~22D-l. 7. lnsurance. C on t r act 0 r s hall m a i n t.a i n ins u r an c e from companies acceptable to County of the kinds and in the amounts specified in Subsection 7.2 below. 7.1. Certificates and Notice of Cancellation. Before commencing work under 'this contract, Contractor shall furnish County with certificates of all insurance required by Subsec tion 7'.2 below. Cer t if ica tes shall indicate the 7 type, amount, class of operations covered, effective date and expiration date of all policies, and shall contain the following statement: "The insurance covered by this ~ertificatewill not be c~nceled or materially altered, except after thirty (30) days' written notice has been received by New Hanover County." In case ot the breach of any provisions of this Section, County at its option may obtain necessary insurance at Contractor's expense, and may deduct the cost of such insurance from dny monies which may be due or become due to Contr~ctor under this agreemeht. 7.2. Required Insurance. Type of Insurance Liability Limits Per Occurrence ( a ) Comprehensive General Liability, including: Product Liability and Completed Operations Contractual Liability assumed by Contractor pursuant to ~l,OOO,OOO Section 6 herein Broad Form Property Damage Explosion, Collapse or Underground Damage Independent Contractor Operations Bodily Injury Property Damage $1,000,000 (b) Owner's & Contractor's Protective Liabilityl $1,000,000 $1,000,000 1 "New Hanover County" shall be named as the insured. 8 !lEe of insurance Liability Limits fer Occurrence Bodily Injury Property Damage (c) Automobile Liability2 $1,000,000 $l,OOU,OOO (d) workers' Compensation and Employer's Liability3 Builder's Risk4 ~lOO,UOU (e) At all times 10U% of Current Cash Value of insured Property (f) Other 2 Coverage shall be provided for hired, owned and non-owned vehicles. 3 Coverage shall be provided for all of Contractor's employees to be engaged in work on the project under this contract and, in case such work is sublet, Contractor shall require the 'subcontractor to similarly provide workmen's compensation and employer's liabili ty insurance for all of the latter's employees to be engaged in such work. Where work under this contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworkersl Act and the t'ederal Jones Act. 4 Coverage shall be "All Risk Builder's Risk Coverage," which will include tire, extended coverage and special' extended coverage for one hundred per cent (100%) of the contract amount. Coverage shall be provided on buildings and structures, while in the course of construction, including foundations, additions, attachments, machinery (if the cost of machinery is included in the contract), and all permanent fixtures belonging to and constituting a part of said buildings or structures. Such insurance shall not exclude coverage for landslide, flood, collapse, or loss due to faulty workmanship or faulty design. 'l'he pol icy shall be in the name of Coun ty and the Contractor, as their interests may appear, and shall also cover the interests of all subcontractors performing work. '~ ~ 8. Independent Contractor. It is mutually und~tstood and agreed that Contractor is an independent contractor and not an agen t of New Hanover Coun ty, and as such, Con tr actor, his or her agents and employees shall not be entitled to any County employment benefits, such as, but not limited to, vacation, sick I e a v e , ins u ran c e , w 0 r k III e n's c 0 ill pen sat i on, or pens ion or retirement benefits. -------------- Sub con t r act. 0 r s . ,) Contracto('shall be fully 9. responsible for all acts and ol1lissions of his or her subcontrac- tors and of persons and organizations employed by them to the same extent that Contractor would be responsible for these acts and omissions. Nothing in the contract documents shall.. create any contractual relationship between County and any subcontractor or other person or organization naving a direct contract with Contractor, nor shall it create any Obligation on the part of County to pay any money due any such subcontractor or other person or organization, except as may otherwise be required by law. 10. No Waiver of Legal Rights. Upon completion of the con tr ac t wor k, County wi 11 promptly make final inspection and notify Contractor of final acceptance. However, final acceptance shall not preclude or estop County from correcting any measurement, estimate or certificate made before or after completion of the work, nor shall County be precluded or estopped from recovering overpayments from. Contractor or his surety, or " bo tho A waiver on the part of County of any breach of any part 10 of the contract shall not be held to be a waiver of any other or subsequent breach. 11. Default and lermination. If, through no fault of Con tr actor, the wor k on the 1:' r oj ect is s topped for a per iod of thirty (30) consecutive Clays or more, Contractor may terminate this contract, l.n which event Contractor will be paid for materials and equipment sUfJplied and work performed up to the date of termination. If Contractor fails to prosecute the work with such diligence as will insure its completion within the contract time, or if Contractor breaches anyone of the terms or conditions contained in this contract. and fails to cure said i breach within fifteen (15) days of County's mailing of Notice of Default, County may terminate this contract forthwith. Upon termination, County may, without prejudice to an action for damages or any other remedy, take the prosecution of the work out I of the hands of Contractor. Coun ty may en te r into ano the r agreement for the' completion of the contract, or use such other methods as may be required for the completion of the .contract. County may deduct all costs of completing the contract from any monies due or which may become due to Contractor. 12. Assignment. ~he parties mutually agree that this contract is not assignable and shall not be assigned by ei ther I party without the written consent of the other party: and the Surety to this contract. 13. cntir€ Agreement. , , ~his agreement constibutes the ) i 11 entire understanding of the parties. 14. Laws ~o be Observed. Contractor shall observe and comply with all federal and State laws, including Department of Labor Health and Safety Hegulations, and all local laws, ordinances and regulations Which in any way affect the conduct of the contract work. 15. Permits and Licenses. Contractor shall procure all applicable permits and licenses, including permits and licenses required pursuant to applicable patent and copyright laws, shall pay all charges and fees, and shall give all notices necessary and incidental to the due and lawful prosecution of the work. 16. '1' a xes. Contractor shall pay all applicable Federal, State and local taxes, including sales taxes on all equipment and materials used in the Project. County is qualified to receive all sales taxes paid on the Project as a rebate. Contractor shall submit a statement showing the invoice number, invoice date, vendor's name, amount of invoice, sales taxes paid to State, sales taxes paid to county of vendor's location, and name of county of all material and equipment used in the Project. A tax statement shall be submitted with each pay request, and shall be accompanied by an affidavit verifying validation. 17. interpretation. All of the terms and conditions contained in the contract documents shall be interpreted in accordance with the ~aws of the State of North Carolina. The " contract documents shall be given precedence in the following 12 order:' Agreement, Hodifications, Addenda, Supplementary Conditions, Special Conditions, lnstructions to Bidders, General Conditions, Specifications and Drawings. 18. Deletions of General Condi tions. 'l'he follow ing General ConditIons of the. are hereby deleted: 19. Arbitration. Arbitration of claims, disputes, and questions arising under this contract may only be used when both par ties ag ree to ar bi tr ate. Ar bi tr a tion shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. In no event shall fewer than three arbitrators be used; County and Contractor shall each select one arbitrator and the two arbitrators shall select a third. ~he award rendered by the arbitrators shall be final, specifically enforceable and recordable as a judgment in any court having jur isdiction thereof. 20. Notices. All notices required hereunder to be sent to either party shall be sent to the following designated addresses, or to such other address or addresses as may hereafter be designated by either party by mailing of written notice of such change of address, by Registered Mail, Return Receipt Requested: ~ 13 , . To County: New Hanover County Attention:~ike__Waters, Director ~~w Hanover County Pa~ks and Recreation Department 32U Chestnut Street, Room Wilmington, North Carolina 28401 '1'0 Contractor: Hodges Electric Company Wilmington, North Carolina IN Wl~N~SS WH~R~OF, NEW HANOVER COUNTY has caused this instrument to be executed in its behalf by its Board of. County Commissioners through its Chairman, and attested by its Clerk and its corporate seal to be hereto affixed, and Contractor, has executed this instrument under seal or, if a corporation, caused this instrument to be executed in its behalf by its duly authorized officers and its corporate seal to be hereto affixed, on the day and year first above written. NEW HANOVER COUNTY (SEAL) By: Chairman Board of County Commissioners A'l"I'EST: " Clerk 14 ~ , ~/ "",,1 RESOLUTION OF INTENT TO CLOSE A PUBLIC ROAD WHEREAS, a petition has been fl led pursuant to G. S. 153A-241, requesting the Board of Commissioners of New Hanover County to close the following described publ ic road: Being a section of Nassau Road located between Jamaica Drive and Bermuda Drive extending a distance of 310 feet. Being the same section of said road as shown In Sedgefield Subdivision, Section 2 and recorded. In May Book 7, Page 31. NOW, THEREFORE, BE IT RESOLVED, that this Board Is considering closing said road to publ ic use, and that a publ ic hearing on this question will be held on the a. day of '.~/ ,1985, at 7:00 PM o'clock In the Assembly Room of the County Adminis atlon Building, 320 Chestnut Street, Wilmington, North Carolina, at which time the Board will hear all interested citizens and make a final determination as to whether the unopened road shall be closed. The foregoing resolution was adopted by the New Hanover County Board of Commissioners on the 7~. day of g~ / , 1985. r ~~ OlmA'~ CHAIRMAN, NEW HANOVER COUNTY COMMISSIONERS ,. -' RESOLUTION OF INTENT TO CLOSE A PUBLIC ROAD WHEREAS, a petition has been filed pursuant to G. S. 153A-241, requesting the Board of Commissioners of New Hanover County to close the following described publ ic road: Being a section of Old Wilmington to Pocomoke Road from the northern line of U. S. Highway 117 extending northwardly 315 feet to termination. Being the same section of said road as shown In and recorded In Map Book 821, Page 504. NOW, THEREFORE, BE IT RESOLVED, that this Board is considering closing said road to public use, and that a publ ic hearing on this question wi I I be held on the f.A..- day of 1985, at 7:00 PM o'clock in the Assembly Room of Building, 320 Chestnut Street, Wilmington, North Carolina, at which time the Board will hear all interested citizens and make a final determination as to whether the unopened road shall be closed. . The foregoing reso I uti on was adopted by the New Hanover County Board of Commissioners on the ;zt;t. day of ~ / . 1985. Y . .;J I lZrYW/Vl_ 0 11uLL CHAIRMAN, NEW HANOVER COUNTY COMMISSIONERS .''-.