Loading...
2004-10-18 RM Exhibits R 29.8.1 NEW HANOVER COUNTY BOARD OF COMMISSIONERS ~SOLUTION' WHEREAS, persons with mental disorders and behavioral abnormalities should receive the best possible treatment to aid in their protection and recovery, and WHEREAS, changes in the delivery of mental health services have been legislated by the North Carolina General Assembly; and WHEREAS, these changes will have a tremendous impact on regional and local mental health services delivery organizations; and WHEREAS, these changes, as currently legislated, will result in a considerable shift of funding for necessary mental health services from state government to county government; and WHEREAS, under these changes, as currently legislated, regional and local mental health services delivery organizations will be forced to divest of direct service delivery resulting in possible reduction of critical mental health services or the complete local funding of same; and WHEREAS, these changes, as currently legislated, will create significant burdens on the citizens in counties already over burdened by funding needs; and WHEREAS, these changes, as currently legislated, may result in significant threats to health, safety, and welfare of all citizens due to the inadequacy of state financial resources to provide necessary mental :health services to individuals that pose a threatto.themsel:vesand others, NOW, THEREFORE, BE IT RESOLVED, BY THE NEW HANOVER COUNTY BOARD OF COMMISSIONERS THAT; The Governor of the State of North Carolina and the General Assembly of the State of North Carolina reconsider current state law as it relates to the delivery of mental health services and make the following changes: · Provide more state funding to Local Management Entities prior to the closing of state hospitals to insure that necessary local services are in place to treat individuals returning from those closed facilities; and Relax the requirement that Lòcal Management Entities must divest of all direct services to mental health patients. Effectiveness and cost efficiency should be determinants in decisions to contract the delivery of mental health services; and Provide more state funds for mental health, developmental disability, and substance abuse services than currently appropriated in order to "hold counties harmless" in the cost of providing mental health services to citizens; and Relax the requirement of mandated, larger regional Local Management Entities and base decisions of regionalism on effectiveness, cost efficiency, and shared values among counties. AND.BE IT FURTHER RESOLVED, THAT New Hanover County recognizes positive aspects of the current law on state mental health reform as to the following: Consumer involvement in the service delivery system and in the selection of their services; and · Expanded community-based services which include private providers; and · Emphasis on a Rehabilitation model that emphasizes quality oflife issues such as housing, employment, and socialization opportunities; and · Services that are based on evidence-based practices; and · Local Management Entities that are responsible for public policy decisions that include identification, development, and monitoring of appropriate services in each county. WHEREAS, New Hanover County values partnerships with other counties and the State of North Carolina in provision of adequate and necessary mental health services. New Hanover County values a long standing axiom of successful partnership arrangements that all parties in the ~greement deem the working provisions to be fair and in the best interest of all parties. As the current law on state mental health reform is currently written and interpreted by state officials, New Hanover County does not consider the working provisions to be fair and in the best interest of all parties. THEREFORE, New Hanover County calls on the North Carolina General Assembly to consider modifications and changes to the mental health reform initiatives to better serve the citizens of North . Carolina who are suffering with mental health issues including mental illness, substance abuse; and developmental disabilities. /7-#'r~ 11.B;;:';'t;' ~;i~an This the 18th day of October, 2004 Attest: ~~\~ ~'~~~b.\\ Sheila L. Schult, Clerk to the Board NEW HANOVER COUNTY BOARD OF COMMISSIONERS RJ3;SOLUTIO.AT WHEREAS, persons with mental disorders and behavioral abnonnalities should receive the best possible treatment to aid in their protection and recovery, and WHEREAS, changes in the delivery of mental health services have been legislated by the North Carolina General Assembly; and WHEREAS, these changes will have a tremendous impact on regional and local mental health services delivery organizations; and WHEREAS, these changes, as currently. legislated, will result in a considerable shift of funding for necessary mental health services from state government to county government; and WHEREAS, under these changes, .as currently legislated, regional and local mental health services delivery organizations will be forced to divest of direct service delivery resulting in possible reduction of critical mental health services or the complete local funding of same; and WHEREAS, these changes, as currently legislated, will create significant burdens on the citizens in counties already over burdened by funding needs; and WHEREAS, these changes, as currently legislated, may result insignificant threats to health, safety, and welfare of all citizens due to the inadequacy of state financial resources to provide necessary mentaLhealth services to ii1dividuals that pose a threat to themselve~. and. others, NOW, THEREFORE, BE IT RESOLVED, BY THE NEW HANOVER COUNTY BOARD OF COMMISSIONERS THAT, The Governor of the State of North Carolina and the General Assembly of the State of North Carolina reconsider current state law as it relates to the delivery of mental healtli services and make the following changes: Provide more state funding to Local Management Entities prior to the closing of state hospitals to insure that necessary local services are in place to treat individuals returning from those closed facilities; and · Relax the requirement that Local Management Entities must divest of all direct services to mental health patients. Effectiveness and cost efficiency should be determinants in decisions to contract the delivery of mental health services; and Provide more state funds for mental health, developmental disability, and substance abuse services tlian currently appropriated in order to "hold counties harmless" in the. cost of providing mental health services to citizens; and Relax the requirement of mandated, larger regional Local Management Entities and base decisions of regionalism on effectiveness, cost efficiency, and shared values among counties. AND BE IT FURTHER RESOLVED, THAT New Hanover County recognizes positive aspects of the Cllrr.ent law on state mental health reform as to the following: Consumer involvement in the service delivery system and in the selection of their serviées; and Expanded community-based services which include private providers; and Emphasis On a Rehabilitation model that emphasizes quality of life issues such as housing, employment, and socialization opportunities; and · Services that are based on evidence-based practices; and Local Management Entities that are responsible for public policy decisions that include identification, development, and monitoring of appropriate services in each county. WHEREAS, New Hanover County values partnerships with other counties and the State of North Carolina in provision of adequate and necessary mental health services. New Hanover:Gounty . values a long standing axiomof successful partnership arrangements that all parties in the agreement deem the working provisions to be fair and in the best interest of all parties. As the currenthw on state mental health ¡;eform is currently written and interpreted by state officials, New H?:nover Countý does not consider the working provisions to be fair and in the best interest of all parties. THEREFORE, New Hanover County calls on the North Carolina Association of County Commissioners to infonn, educate, and rday support of and for these changes to all 100 counties in N þfthCarolina. This the 18th day of October, 2004 Attest: ~\~~\~ ~. ~.\ \- Sheila L. Schult, Clerk to the Board 29.8.2 RESOLUTION OF THE BOARD OF COMMISSIONERS OF NEW HANOVER COUNTY WHEREAS, after due advertisement, bids were received and publicly opened by the Finance Department at 11 :00 a.m., on the 3rd day of September, 2004, at the County Administration Building, 320 Chestnut Street, Wilmington, North Carolina, and the following bids were received for an excavator for use at the Landfill of the Environmental Management Department, Bid # 05-0078: Rob's Hydraulics, Inc. $143,304.50 Briggs Equipment Company $148,950.00 R. W. Moore $161,515.00 Gregory Poole Equipment Company $168,864.00 AND WHEREAS, the staff thoroughly researched equipment available and in an attempt to encourage competition, wrote generic specifications that included specific requirements for safety features geared to a landfill environment, specific operating requirements in accordance with the harsh terrain at the landfill and specific requirements due to existing machinery and control inventory; AND WHEREAS, Gregory Poole was the only bidder that met all significant requirements of the bid and provided a complete proposal and therefore has been deemed as the only responsive bidder; . AND WHEREAS, the purchase of an excavator for use with the recycling activities at the Landfill was approved in the current fiscal year 2004/2005 adopted budget as a purchase with white goods funds with $40,000.00 budgeted in account 700-480-4191-6115; AND WHEREAS, white goods funds available from prior years are in the Environmental Management unappropriated fund balance and budget amendment # 05-0061 has been prepared and will move the additional required funds for this purchase; AND WHEREAS, the Environmental Management Director, the Finance Director and the County Manager recommend that the contract be awarded to Gregory Poole Equipment Company, the only responsive bidder, in the amount of one hundred sixty-eight thousand, eight hundred sixty-four dollars ($168,864.00); NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New Hanover County that the contract # 05-0078 for the purchase of an excavator for the Landfill be awarded to Gregory Poole Equipment Company in the amount of one hundred sixty- eight thousand, eight hundred sixty-four dollars ($168,864.00); and that the County Manager is hereby authorized and directed to execute contract # 05-0078, contract form to be approved by the County Attorney; and budget amendment # 05-0061 is approved. This 18th day of October, 2004. (SEAL) ATTEST: ~~\~ ~.~l~\k\\ Clerk to the Board 29.8.3 :RÊSOLUTIÒN OF THE BOARD OF COMMISSIONERS OF NEW HANOVER COUNTY WHEREAS, after due advertisement, bids were received and publicly opened by the Finance Department at 11 :30 a.m., on the 3rd day of September, 2004, at the County Administration Building, 320 Chestnut Street, Wilmington, North Carolina, and the following bids were received for a front end loader for use at the Landfill of the Environmental Management Department, Bid # 05-0079: Rob's Hydraulics, Inc. Briggs Equipment Company Gregory Poole R. W. Moore Front End Loader $ 94,301.00 $112,040.00 $117,062.00 $121,859.00 AND WHEREAS, the staff thoroughly researched equipment available and in an attempt to encourage competition, wrote generic specifications that included specific requirements for safety features geared to a landfill environment, specific operating requirements in accordance with the harsh terrain at the landfill and specific requirements due to existing machinery and control inventory; AND WHEREAS, Gregory Poole was the only bidder that met all significant requirements of the bid and provided a complete proposal and therefore has been deemed as the only responsive bidder; AND WHEREAS, the purchase of a Front End Loader for use with the recycling activities at the Landfill was approved in the current fiscal year 2004/2005 adopted budget as an installment debt purchase with funds for installment debt payments budgeted in account 700-480-4191-5940; AND WHEREAS, the financing agreement is a package that includes financing for this item and another consent agenda item, the financing is listed as a separate agenda item for this meeting, AND WHEREAS, budget amendment # 05-0060 has been prepared and is for accounting purposes to record and budget the financing proceeds and is submitted for approval as part of this request; AND WHEREAS; pursuant to the requirements ofthe United States Treasury Regulations Section 1.1.03-8, the County hereby declares its official intent to reimburse itself with the proceeds of the financing for any of the expenditures incurred by it prior to the issuance of the financing; AND WHEREAS, the Environmental Management Director, the Finance Director and the County Manager recommend that the contract be awarded to Gregory Poole Equipment Company, the only responsive bidder, in the amount of one hundred seventeen thousand sixty-two dollars ($117,062.00); AND WHEREAS, a Construction and Demolition Recycling Grant has been received in the amount oftwenty-five thousand ($25,000.00) dollars with the provision that it is to be used to help purchase a front end loader, resulting in a net amount of ninety-two thousand sixty-two ($92,062.00) dollars to be financed; NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New Hanover County that the contract # 05-0079 for the purchase of a front end loader for the Landfill be awarded to Gregory Poole Equipment Company in the amount of one hundred seventeen thousand sixty-two dollars ($117,062.00); and that the County Manager is hereby authorized and directed to execute contract # 05-0079, contract form to be approved by the County Attorney; and budget amendment # 05-0060 is approved. This 18th day of October, 2004. (SEAL) ATTEST: ~\~~O\ \... C\" \~\ \- Clerk to the Board 29.8.4 RESOLUTION OF THE , BOARD OF COMMISSIONERS OF NEW HANOVER COUNTY WHEREAS, the purchase of a financial/human resources software system and the required hardware, conversion, project implementation, consultation services, and training services were approved in the adoption of the current budget with the costs for this project to be financed through installment purchase financing; AND WHEREAS, the financing agreement is a package that includes financing for this item and another consent agenda item, the financing is listed as a separate agenda item for this meeting; AND WHEREAS, the funds to pay the debt service payments for this fiscal year are budgeted, and now in account # 110-420-4256-5940; AND WHEREAS; pursuant to the requirements of the United States Treasury Regulations Section 1.1.03-8, the County hereby declares its official intent to reimburse itself with the proceeds of the financing for any of the expenditures incurred by it prior to the issuance of the financing; AND WHEREAS, the time frame for purchasing, implementation, and going live ',on a project of this magnitude is more than a year and would be best managed if handled as a capital project and therefore, a project ordinance is attached with the required budget amendment 2005~.15, to establish a capital project for this item and budget the proceeds from the financing; AND WHEREAS, the Finance Officer, the Human Resource Director, and the Information Technology Director have examined different systems available and have determined that the system available from Munis, Inc. provides the features and system capabilities necessary to meet New Hanover County's needs; AND WHEREAS, G.S. 143-129(g) allows local governments to buy off of another government's contract if the vendor is willing to provide the item at the same or better price; AND WHEREAS, the County of Dane, Wisconsin completed a formal RFP process for a financial/human resources software system, the required hardware, conversion, project implementation, support and training services and Munis, Inc. was awarded the bid by the County of Dane, Wisconsin on June 17,2004; AND WHEREAS, Munis, Inc. has offered to extend to New Hanover County even more favorable pricing than the Dane County pricing for the purchase of a financiallhuman resources software system, conversion, project implementation, support, and training services in a not to exceed amount of nine hundred thirty-nine thousand, three hundred thirty-three dollars ($939,333.00); AND WHEREAS, the Human Resources Director, the Finance Officer, the Information Technology Director and the County Manager recommend that the contract for the purchase of a financiallhuman resources software system and the required hardware, conversion, project implementation, consultation services, and training services be awarded to Munis, Inc., pricing extended to New Hanover Comity based on the contract with the County of Dane, Wisconsin, resulting in a not to exceed contract amount of nine hundred thirty-nine thousand, three hundred thirty-three dollars ($939,333;00); , AND WHEREAS, balance of the project funds will be used to purchase the required computer hardware, related equipment and services that are not included in the award of this contract; items to be purchased through normal County procedures; NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New Hanover County that the contract for acquisition of a financial/human resources software system and the required hardware, conversion, project implementation, consultation services, and training services be awarded to Munis, Inc. in a not to exceed contract amount of nine hundred thirty-nine thousand, three hundred thirty-three dollars ($939,333.00); and that the County Manager is hereby authorized and directed to execute contract # 05-0110, contract form to be approved by the County Attorney; and that the staff purchase the remaining required computer hardware, related equipment and services that are not included in the award of contract 05-0110;: items to be purchased through normal County procedures; and the attached project ordinance establishing this project with a budget of one million, one hundred thousand ($1,100,000.00) dollars is approved; the budget amendment 2005-15 is approved. This 18th day of October, 2004. (SEAL) , '. ATTEST: ~ o.\~ \ . ~t~\1\'\ Clerk t~ "die Board 29.8.5 PROJECT ORDINANCE COMPUTER SYSTEM IMPROVEMENTS BE IT ORDAINED, by the Board of Commissioners of New Hanover County: 1. New Hanover County (County) IS engaged in the Computer System Improvements project, which capital project involves the construct ion and/or acquisition of capital assets and implementation costs of the project. 2. . County desires to authorize and budget for said project in a project ordinance adopted pursuant to North Carolina General Statute $159-13.2, such ordinance to authorize all appropriations necessary for the completion of; said project. NOW, THEREFORE, WITNESSETH THAT: 1. This project ordinance is adopted pursuant to North Carolina General Statute $159-13.2. 2. The project undertaken pursuant to this ordinance is the Computer System Improvements Capital Project, which project is herewith authorized. 3. The revenue that will finance said project is: Total $1,100,000 $1,100,000 Installment Financing 4. The following appropriations necessary for the project are herewith made from the revenue listed above: Capital Project Expense Total $1,100,000 $1,100,000 5. This project ordinance shall be entered in the minutes of the Board of Commissioners of New Hanover County. Within five days hereof, copIes of this ordinance shall be filed with the,finance and budget offices in New Hanover County, and with the Clerk to the Board of Commissioners of New Hanover County. Adopted this lSili day of October, 2004. Jul· Board ~\~~~. ~r~\L\\ Clerk to the Board " 29.8.6 RESOLUTION OF THE BOARD OF COMMISSIONERS OF NEW HANOVER COUNTY WHEREAS, there is currently no active convenience contract at the state level for Cisco information technology products and services; AND WHEREAS, G.S. 143-129(g) allows local governments to buy off of another government's contract if the vendor is willing to provide the item at the same or better price; AND WHEREAS, the City ofJacksonville, North Carolina awarded a convenience contract to Cisco, Inc. for the purchase of information technology products and services on August 17, 2004 due to the fact that no state contract was available; AND WHEREAS, the convenience contract with Cisco, Inc. would enable New Hanover County to procure Cisco information products in an effort to maintain compatibility with the County's existing information technology hardware and equipment; AND WHEREAS, there shall be no obligation by New Hanover County under this convenience contract to procure a set dollar amount or quantity of information technology products from Ciso during the term of this convenience contract with Cisco; AND WHEREAS, all procurements under this convenience contract shall be conducted in ,accordance with the policies and procedures of New Hanover County that govern purchasing activity; AND WHEREAS, the Information Technology Director, the Finance Officer and'the County Manager recommend that contract # 05-0115 be awarded to Cisco, Inc.; NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New Hanover County that contract # 05-0115, a convenience contract available for the purchase of information technology products and services be awarded to Cisco, Inc.; and that the County Manager is hereby authorized and directed to execute contract # 05-0115, contract form to be approved by the County Attorney. This 18th day of October, 2004. (SEAL) ATTEST: ~\~~~ ". S\(~~\\ Clerk to the Board 29.8.7 RESÓLUTioN OF THE BOARD OF COMMISSIONERS OF NEW HANOVER COUNTY WHEREAS, the purchase of a front end loader for Landfill recycling use was approved in the fiscal year 2004/2005 adopted budget as an installment debt purchase with funds for mstallment debt payments budgeted in account 700-480-4191-5940; AND WHEREAS, the purchase of a financial/human resources software system and the required hardware, conversion, project implementation, consultation services, and training services ¡ was approved in the fiscal year 2004/2005 adopted budget as an installment debt purchase with funds for installment debt payments budgeted in account 110-420-4256-5940 , AND WHEREAS, separate agenda items have been presented to the Board of Commissioners, this day, October 18,2004 for approval of the purchase of the front end loader and the financial/human resources software system and the required hardware, conversion,. project implementation, consultation services, and training services; AND WHEREAS; pursuant to the reguirements of the United States Treasury Regulations Section 1.1.03-8, the County hereby declares Its official intent to reimburse itself with the proceeds of the financing for any of the expenditures incurred by it prior to the issuance of the financing; AND WHEREAS, a Request for Proposals was sent to local banks and other financial institutions requesting rates for installment financing and the following rates were received: Financial Institution 59 Month Rate 36 Month Rate Financial/HR System Front End Loader Bank of America Leasing and Capital Group 3.00% 2.60% Wachovia 3.24% 3.24% Ashford Capital Corporation 3.244% 2.99% BB&T 3.65% 3.27% AND WHEREAS, the proposal submitted by Bank of America Leasing and Capital Group met all the requirements and provIded the lowest fixed interest rate, with no closing costs; AND WHEREAS, staff is requesting approval of Contract # 05-0137, an installment contract with Bank of America Leasing and CapItal Group for the financing of the bull dozer as authorized by North Carolina General Statute 160A-20; , AND WHEREAS, the Finance Director and the County Manager recommend that contract # 05-0137 for installment financing with Bank of America Leasing and Capital Group be approved; NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners ofNéw Hanover County that contract # 05-0137, an installment financing agreement for the purchase of 1) a front end loader for Landfill recycling use and 2) a financial/human resources software system and the required hardware, conversion, project implementation, consultation services, and training services wIth Bank of America Leasing and Capital Group is approved and the County Manager, ,.,/, the Finance Director, the County Attorriêy and their designated staff are hereby authorized and directed to act on behalf of the County of New Hanover in regard to the execution of Contract # 05-0137 and other actions not inconsistent with this resolution. (SEAL) ATTEST: ~\,olo. L_~(~\~ , Cle~ to the Board 29.8.8 GHSP-02-A North Carolina Governor's Highway Safety Program LOCAL GOVERNMENTAL RESOLUTION Form GHSP-02-A (To be completed, attached to and become part of Form GHSP-02, Highway Safety ProjeCt Contract.) WHEREAS, the New Hanover County Sheriff t s Office (herein called the "Agency") (The Applicant Agency) has completed an application contract for traffic safety funding; and that New Hanover County Board of (The Governing Body of the Agency) Commissioners (herèin called the "Governing Body") has thoroughly considered the problem ,identified and has reviewed the project as described in the contract; THEREFORE, NOW BE IT RESOLVED BY THE New Hanover County Board of CommissionerslN OPEN (Governing Body) MEETING ASSEMBLED IN THE CITY OF Wilmington "NORTH CAROLINA, , " THIS 18th DAY OF October , 2 CXJ-±--. , AS FOLLOWS: 1. That tbe project referenced above,is in the best interest of the Governing Body and the general public; and 2. Th~ New Hanover County Sheriff1s Office (Name and Title of Representative) is authorized to file, on behalf of the Governing Body, an application contract in the form prescribed by the Governor's Highway Safety Program for federal funding in the amount of,$ 10,000.00 , '(Federal Dollar'Request) to be made to the Governing Body to assist in defraying the cost of the project described in the contract application; and 3, That the Governing Body has formally appropriated the cash contribution of $ , -0- as (Local Cash Appropriation) required'bythe project contract;' and 4. Thatthe Project Director designated in the application contract shall furnish or make arrangement for other appropriate persons to furnish such information, data, documents and reports as required by the contract, if approved, or as may be required by the Governor's Highway Safety Program; and , , , ' 5. That certified copies of this resolution be included as part of the contract referenced above; and 6. That this resolution shall take effect immediately upon its adoption. ATTESTED BY S\\~;~~ '--. ~~\u.\~ (Clerk) C\~~ \~, ~Ot) ~ DONE AND ORDERED in open meeting by SEAL DATE Rev. 5/04 29.8.9 CONSENT AGENDA DATE: ITEM NO. NEW HANOVER COUNTY TAX COLLECTIONS COLLECTIONS THRU 09/30/04 CURRENT TAX YEAR - 2004 AD VALOREM MOTOR VEHICLE ORIGINAL TAX LEVY PER SCROLL $ 108,009,979.30 $ 3,287,376.59 DISCOVERIES ADDED 3,253,069.31 3,575.76 LESS ABATEMENTS 64,077.57 33,347.49 TOTAL TAXES CHARGED $ 111,198,971.04 $ 3,257,604.86 .. ADVERTISING FEES CHARGED .00 .00 LISTING PENALTIES CHARGED 83,877.92 .00 CLEANING LIENS CHARGED .00 .00 TOTAL LEVY $ 111,282,848.96 $ 3,257,604.86 COLLECTIONS TO DATE - 10,473,705.80 - 1.963,417.96 OUTSTANDING BALANCE $ 100,809,143.16 $ 1,294,186.90 PERCENT AGE COLLECTED 9.41%* 60.27%* BACK TAXES REAL ESTATE AND PERSONAL PROPERTY $ 4,518,902.83 CHARGES ADDED 19,281.79 LESS ABATEMENTS 32,006.25 TOTAL TAXES DUE $ 4,506,178.3 7 COLLECTIONS TO DATE 819,196.85 OUTSTANDING BALANCE $ 3,686,981.52 PERCENTAGE COLLECTED 18.18% SEPT 2004 FISCAL YTD RENTAL VEHICLE TAX COLLECTIONS $ 27,621.13 $ 84,246.29 ROOM OCCUPANCY TAX COLLECTIONS 785,113.53 2,780,018.79 PRIVILEGE LICENSE COLLECTIONS 1,611.88 12,918.76 TOTAL MONEY PROCESSED THRU COLLECTION OFFICE FOR NEW HANOVER COUNTY, CITY OF WILMINGTON, WRIGHTSVILLE BEACH, CAROLINA BEACH AND KURE BEACH TO DATE - $ 21,570,253.21. THIS REPORT IS FOR FISCAL YEAR BEGINNING JULY 1,2004. RESPECTFULLY SUBMITTED, .J)~ ~ t: '- s::\. Qg 1.-) "Îr--J PATRICIA J. RA YN6¡¿ COLLECTOR OF REVENUE * COMBINED COLLECTION PERCENTAGE - 10.86% CONSENT AGENDA DATE: ITEM NO. NEW HANOVER COUNTY FIRE DISTRICT TAX COLLECTIONS COLLECTIONS THRU 09/30/04 CURRENT TAX YEAR ~ 2004 AD VALOREM MOTOR VEHICLE ----------------------- --------------- --------------- ORIGINAL TAX LEVY PER SCROLL DISCOVERIES ADDED LESS ABATEMENTS TOTAL TAXES CHARGED LISTING PENALTIES CHARGED TOTAL LEVY COLLECTIONS TO DATE OUTSTANDING BALANCE PERCENTAGE COLLECTED BACK TAXES $ 3,466,285.94 $ 160,797.77 61,928.32- 13 3 , 3 52 ,. 2 6 257.83 1,512.64- --------------- --------------- $ 3,565,155.39 3,699.08 $ 132,097.45 .00 - - - - - - - - .- - - - - - - --------------- $ 3,568,854.47 $ 343,973.49- 132,097.45 80,875.92- --------------- --------------- $ 3,224,880.98 $ 9.64%* 51,221.53 61.22%* ---------- REAL ESTATE AND PERSONAL PROPERTY $ CHARGES ADDED LESS ABATEMENTS 129,420.46 2,148.15 758.68- --------------- TOTAL TAXES DUE COLLECTIONS TO DATE OUTSTANDING BALANCE PERCENTAGE COLLECTED $ 130,809.93 30,617.51- --------------- $ 100,192.42 23.41% THIS REPORT IS FOR FISCAL YEAR BEGINNING JULY I, 2004. R~EC~FULLY SUBMITTED, -YlLrn t; "-- t7\ ~~Ð"t- PATRICIA J. ~YNOR COLLECTOR OF REVENUE * COMBINED COLLECTION PERCENTAGE - 11.48%