1998-07-13 RM Exhibits
AN ORDINANCE
OF THE
NEW HANOVER COUNTY
BOARD OF COMMISSIONERS
The Board of Commissioners of New Hanover County North Carolina, does hereby
ordain that Chapter 6.5, Discrimination, of the New Hanover County Code, be and is amended
as follows:
Amend Article II, Establishment of Human Relations Commission, Section 6.5-4
Membershio:
a) The Commission shall be composed of eighteen (18) members.
b) Thirteen (13) members shall be appointed by the Board of County Commissioners,
three (3) members shall be appointed by the Wilmington City Council, one (1) member shall be
appointed by the Wrightsville Beach Town Councii, and one (1) member appointed by the
Carolina Beach Town Council, consistent with county and municipal policies governing
appointments to county and municipal governmental commissions, committees, and boards.
Amend Article III, Bvlaws of the Human Relations Commission, Section 6.5-11
Membershio:
a) Terms:
1) The Commission shall be composed of eighteen (18) members. Thirteen (13)
shall be appointed by the Board of County Commissioners, three (3) members shall be
appointed by the Wilmington City Council, one (1) member shall be appointed by the
Wrightsville Beach Town Council, and one (1) member shall be appointed by the Carolina
Beach Town Council, consistent with county and municipal policies governing appointments to
county and municipal governmental commissions, committees, and boards.
Except as specifically amended above, Section 6.5-4 and Section 6.5-11 of Chapter 6.5
of the New Hanover County Code, shall remain unaltered and in full force and effect.
This the J 3 \L4 day of oJ.... I,
,1998.
[SEAL]
NEW HANOVER COUNTY
ATTEST
'lJ;,Rt~, -c ~
William A. Caster Chairman
Board of Commissioners
~~P~ll
~ Clerk to the Board
~
NEW HANOVER COUNTY BOARD OF COMMISSIONERS
RESOLUTION
WHEREAS, health infonnation is personal and sensitive infonnation which, if inaccurately
collected, documented, or improperly used may cause significant harm to a patient's interests in
privacy and health care; and
WHEREAS, current North Carolina laws and regulations provide, at best, an inconsistent
and incomplete treatment oflaws and policies related to the subject of health care informatlOn in any
fonnat; and
WHEREAS, there are continuing pressures to improve the quality of health care while at
the same time dealing with increasing complexity and cost that has led to an acceleration in the use !
of computers and communications to manage health information; and
WHEREAS, it is in the public interest to establish legislative policies and guidelines to ensure
that health information is secure, private, accurate and reliable, properly disclosed, and accessible only
to those with a legitimate need for the information,
NOW, THEREFORE BE IT RESOLVED that the Board of Commissioners of New
Hanover County officially requests that the State Representatives of New Hanover County support
the passage of House Bill 1495
Adopted this 13th day oOuly, 1998
1j~{J~
William A. Caster, Chairman
ATTEST
J~fJ~
Deputy Clerk to the Board
I
\ ~
.
~
~
-
-'"
(~ .,
"
NEW HANOVER COUNTY TAX COLLECTIONS
COLLECTIONS THRU 06/30/98
CURRENT TAX YEAR - 1997
-----------------------
ORIGINAL TAX LEVY PER SCROLL
DISCOVERIES ADDED
LESS ABATEMENTS
TOTAL TAXES CHARGED
ADVERTISING FEES CHARGED
LISTING PENALTIES CHARGED
TOTAL LEVY
COLLECTIONS TO DATE
OUTSTANDING BALANCE
PERCENTAGE COLLECTED
PERCENTAGE COLLECTED EXCLUDING
BANKRUPTCIES AND APPEALS
BACK TAXES
---------
REAL ESTATE AND PERSONAL PROPERTY
CHARGES ADDED
LESS ABATEMENTS
TOTAL TAXES DUE
COLLECTIONS TO DATE
OUTSTANDING BALANCE
PERCENTAGE COLLECTED
ROOM OCCUPANCY TAX COLLECTIONS
PRIVILEGE LICENSE COLLECTIONS
EMS COLLECTIONS
AD VALOREM
---------------
$ 56,737,366.65
2,687,603078
165,356020-
---------------
$ 59,259,614023
7,269050
46,650.72
--------------~
$ 59,313;534.45
58,B47,212.93-
---------------
$ 466,321.52
99.21%*
99.23%**
$ 2,469,667.19
97 066.78
225~619.31-
---------------
$ 2,341,114.66
B10,470093-
---------------
$ 1,530,643.73
34.62%
JUN 1998
---"-----------
224,041.25
32,443.75
.00
CONSENT AGENDA
DATE=_________
ITEM NO.______
MOTOR VEHICLE
---------------
$ 7,270,054.1B
45,232.01
113,649.69-
---------------
$ 7,201,636.50
.00
.00
---------.;..-----
$ 7,20t,636.50
6,398,211.36-
---------------
$ B03,425.14
88.84%*
88.85%**
FISCAL YTD
--------------
2,099',442.90
49,246.88
.00
NEW HANOVER COUNTY,
BEACH AND KURE
TOTAL MONEY PROCESSED THRU COLLECTION OFFICE FOR
CITY OF WILMINGTON! WRIGHTSVILLE BEACH, CAROLINA
BEACH TO DATE - $9Z,635,5B2.04.
THIS REPORT IS FOR FISCAL YEAR BE NNING JULY 1,
~ECTFULLY SUBMITTED,
PAT~tci~'~. .>\N~n
COLLECTOR O~VENUE
1997
* COMBINED COLLECTION PERCENTAGE - 98.09%
** COMBINED COLLECTION PERCENTAGE EXCLUDING BANKRUPTCIES AND A~Ll -
98.
-.-
,,_.,. .l'.' ...:-:," .,...~~r"""':<J.;'}.(o'.:.:~ .,~:l'..:.:'~iZ.~,.;,;~~U~,~~~:rd:;_1jP~.(:~'" i~
CONSENT AGENDA
DATE:________
ITEM NO.______
~EW HANOVER COUNTY FIRE DISTRICT TAX COLLECTIONS
COLLECTIONS THRU 06/30/98
CURRENT TAX YEAR - 1997
-----------------------
ORIGINAL TAX LEVY PER SCROLL
DISCOVERIES ADDED
LESS ABATEMENTS
TOTAL TAXES CHARGED
LISTING PENALTIES CHARGED
TOTAL LEVY
COLLECTIONS TO OATE
OUTSTANDING 8ALANCE
PERCENTAGE COLLECTED
PERCENTAGE COLLECTED EXCLUDING
BANKRUPTCIES AND APPEALS
BACK TAXES
.
REAL ESTATE AND PERSONAL PROPERTY
CHARGES ADDED
LESS ABATEMENTS
TOTAL TAXES DUE
COLLECTIONS TO DATE
OUTSTANDING BALANCE
PERCENTAGE COLLECTED
THIS REPORT IS FOR FISCAL YEAR
~ECTFULLY SUB~T~EO,
-YC\..:r<1(IW 7\ I ~r'oY
PATRICIA J. ~NOR
COLLECTOR OF REVENUE
AD VALOREM
---------------
$ 1,239,942.47
61,225.70
24,667.15-
---------------
$ 1,276,501.02
990.93
---------------
$ 1,277,491.95
1,267,047.46-
---------------
$ 10,444.49
99.18%*
99.20%**
$ 46,805.92
5,398081
9,134.39-
---------------
,$ 43,070.34
15,231.22-
---------------
$ 27,839.12
35.36%
G JULY 1, 1997.
MOTOR VEHICLE
---------------
$ 169,950.35
1,367.37
2,979.09-
---------------
$ 168,338.63
000
---------------
$ 168,338063
153,569.15-
---------------
$ 14,769.48
91.23%*
91.23%**
* COMBINED COLLECTION PERCENTAGE - 98.26%
** COMBINED COLLECTION PERCENTAGE EXCLUDING BANKRUPTCIES AND APPEALS - 9
330
.
PATENT AND COPYRIGHT PROCEDURES
A. In General.
The County has an interest in all inventions of County personnel that are
conceived or first actually produced as a part of or as a result of County
research, activities within the scope of the inventor's employment by the County
and activities involving the use of County time, facilities, staff materials, or
County information not available to the public.
B. Responsibilities of County Personnel.
1 County personnel who either alone or in association with others, make an
invention in which the County has or may have an interest shall disclose such
inventions to the County Manager in writing.
The inventor will be notified in writing of the decision of the County Manager as
to whether the County will accept the invention for patenting or licensing. If the
County chooses neither to file a patent application or otherwise make available
commercially nor to dedicate to the public an invention in which it asserts its
rights, the invention at the County Manager's discretion may be released in
writing to the inventor
As to any invention in which the County has an interest, the inventor upon
request, shall execute promptly all contracts, assignments, waivers or other legal
documents necessary to vest in the County or its assignees any or all rights to
the invention, including complete assignment of any patents or patent
applications relating to the invention.
2. County personnel may not: (a) sign patent agreements with outside
persons or organizations which may abrogate the County's rights and interests
as stated in the Patent Policy or as provided in any grant or contract funding
the invention, nor (b) without prior authorization use the name of the County
or any of its units in connection with any invention in which the County has an
interest.
C. Inventor Requests for Waiver of County Rights.
If the inventor believes that the invention was made outside the general scope of
his or her County duties, and if the inventor does not choose to assign the rights
in the invention to the County the inventor shall, in the invention disclosure
request that the County Manager determine the respective rights of the County
and the inventor in the invention, and shall also include in the disclosure
information on the following points:
1 The circumstances under which the invention was made and
developed;
2. Whether he or she requests waiver or release of any County claims
or his or her representation that the County has no claim;
3. The extent to which he or she would be willing voluntarily to assign
domestic and foreign rights in the invention to the County if it
should be determined that an assignment of the invention to the
County is not required under the Patent and Copyright Policies.
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, the State of North Carolina Solid Waste Management Rules require that
Municipal Solid Waste Landfills be designed by a Professional Engineer licensed to practice
engineering in accordance with O.S. 89C and the Administrative Rules developed thereunder;
AND WHEREAS, the design engineer shall prepare an engineering plan for a phase of
development not to exceed approximately five years of operating capacity, consistent with the
development phases and design criteria defined in the facility plan;
AND WHEREAS, the plan must incorporate the design ofleachate management and other
environmental control facilities;
AND WHEREAS, the plan shall contain a report and a set of drawings which consistently
represent the engineering design;
AND WHEREAS, the Engineering firm of Post, Buckley, Schuh, and Jerrnigan, Inc.
prepared a report and engineering plan for the design of subcells two (2) through six (6) dated
November 12,1992;
AND WHEREAS, the firm of Post, Buckley, Schuh, and Jerrnigan, Inc. has demonstrated
its' ability to meet the design criteria by previously designing cell construction systems acceptable
to the State Solid Waste Section for Cells I through 4,
AND WHEREAS, the time to design and construct cell 5 has arrived;
AND WHEREAS, the firm of Post, Buckley, Schuh, and Jerrnigan, Inc. has submitted a
Scope of Services to provide permitting, design, and pre-construction assistance for Cell 5,
AND WHEREAS, the Director of Environmental Management and the County Manager
recommend that a contract be awarded to Post, Buckley Schuh, and Jerrnigan, Inc. in an amount of
one hundred nine thousand nine hundred eighty dollars ($109,98000);
AND WHEREAS, funds have been previously appropriated and are now in Account
No 700-480-4191-3700 to cover this contract;
NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the Contract for Engineering Design Services for the construction design of
Cell 5 at the New Hanover County Landfill be awarded to Post, Buckley Schuh, and
Jerrnigan, Inc. for an amount not to exceed one hundred nine thousand nine hundred eighty dollars
($109,980.00); and that the County is hereby authorized and directed to execute the contract,
contract form to be approved by the County Attorney
New Hanover County exempts itself from any and all requirements ofG.S. 143 Article 3D
This the 13th day of July, 1998.
NEW HANOVER COUNTY
[SEAL]
t);1L,- Q ~
William Caster, Chairman
Board of County Commissioners
ATTEST,
-J~p~
"JJ r" 7:j Clerk to the Board
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, the State of North Carolina Solid Waste Management Rules require that
Municipal Solid Waste Landfills install a cap system that is designed to minimize rainfall
infiltration,
AND WHEREAS, the cap system shall be designed and constructed to have a permeability
less than or equal to the permeability of any base liner;
AND WHEREAS, the cap system shall conform to the requirements set forth in the North
Carolina Solid Waste Management Rules 15NCACI3B,
AND WHEREAS, the Engineering firm of Post, Buckley, Schuh, & Jerrnigan, Inc., has
demonstrated its ability to meet the design criteria by previously designing a closure system
acceptable to the North Carolina Solid Waste Section;
AND WHEREAS, the firm of Post, Buckley, Schuh, & Jerrnigan, Inc., has submitted a Scope
of Services to provide design and Construction Quality Assurance services for the closure of Cell
3B at the New Hanover County Landfill,
AND WHEREAS, the Director of Environmental Management and the County Manager
recommend that a contract be awarded to Post, Bucklcy Schuh, & Jerrnigan, Inc., in an amount of
one hundred twenty thousand six hundred twenty four dollars ($120,624 00);
AND WHEREAS, funds have bee previously appropriated and are now in Account
No. 700-480-4191-3700 to cover this contract;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the contract for Engineering Design services for the closure of Cell 3 B at the
New Hanover County Landfill be awarded to Post, Buckley, Schuh, & Jerrnigan, Inc., for an amount
not to exceed one hundred twenty thousand six hundred twenty four dollars ($ I 20,624 00); and that
the County is hereby authorized and directed to execute the contract, contract form to be approved
by the County Attorney New Hanover County exempts itselffrom any and all requirements of
G.S 143, Article 3D
This the 13th day of July 1998.
NEW HANOVER COUNTY
[SEAL]
iJ~ () ~
William Caster, Chairman
Board of County Commissioners
ATTEST
~p~
btpL'~ Clerk to the Board
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, the State of North Carolina Solid Waste Management Rules require that
Municipal Solid Waste Landfills be designed by a Professional Engineer licensed to practice
engineering in accordance with O.S. 89C and the Administrative Rules developed thereunder;
AND WHEREAS, the design engineer shall prepare an engineering plan for a phase of
development not to exceed approximately five years of operating capacity, consistent with the
development phases and design criteria defined in the facility plan;
AND WHEREAS, the plan must incorporate the design ofleachate management and other
environmental control facilities;
AND WHEREAS, the plan shall contain a report and a set of drawings which consistently
represent the engineering design;
AND WHEREAS, the Engineering firm of Post, Buckley, Schuh, and Jerrnigan, Inc.
prepared a report and engineering plan for the design of subcells two (2) through six (6) dated
November 12,1992,
AND WHEREAS, the firm of Post, Buckley, Schuh, and Jerrnigan, Inc. has demonstrated
its' ability to meet the design criteria by previously designing cell construction systems acceptable
to the State Solid Waste Section for Cells I through 4,
AND WHEREAS, the time to design and construct cell 5 has arrived;
AND WHEREAS, the firm of Post, Buckley, Schuh, and Jerrnigan, Inc. has submitted a
Scope of Services to provide permitting, design, and pre-construction assistance for Cell 5,
AND WHEREAS, the Director of Environmental Management and the County Manager
recommend that a contract be awarded to Post, Buckley Schuh, and Jerrnigan, Inc. in an amount of
one hundred nine thousand nine hundred eighty dollars ($109,980.00);
AND WHEREAS, funds have been previously appropriated and are now in Account
No. 700-480-4191-3700 to cover this contract;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the Contract for Engineering Design Services for the construction design of
Cell 5 at the New Hanover County Landfill be awarded to Post, Buckky, Schuh, and
Jermigan, Inc. for an amount not to exceed one hundred nine thousand nine hundred eighty dollars
($109,980.00); and that the County is hereby authorized and directed to execute the contract,
contract form to be approved by the County Attorney
New Hanover County exempts itself from any and all requirements of G.S. 143, Article 3D
This the 13th day ofJuly, 1998.
NEW HANOVER COUNTY
[SEAL]
tJJL.- Q ~
William Caster, Chairman
Board of County Commissioners
ATTEST,
~~p~
1) f"'1:j Clerk to the Board
PROJECT ORDINANCE
PILOTS RIDGE PARK CAPITAL PROJECT
BE IT ORDAINED, by the Board of Commissioners of New Hanover
County
1 New Hanover County(County) is engaged in the Construction
of the Pilots Ridge Park Project, which capital project involves
the construction and/or acquisition of capital assets
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
Construction of the Pilots Ridge Park Capital proj ect, which
project is herewith authorized
3 The revenue that will finance said project is
Transfer from General Fund $300,000
Total $300,000
4 The following appropriations necessary for the project are
herewith made from the revenue listed above
Capital Project Expense
Total
$300,000
$300,000
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
/ 3 ~ day of J u.. L '1
, 1998
J~f~
2J~ Q ~
~ Clerk to the Board
William A Caster, Chairman
Board of County Commissioners
PROJECT ORDINANCE
OLD COURTHOUSE RENOVATION CAPITAL PROJECT
BE IT ORDAINED, by the Board of Commissioners of New Hanover
County
1 New Hanover County(County) is engaged in the Construction
of the Renovation of the Old Courthouse Project which capital
project involves the construction and/or acquisition of capital
assets
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
Renovation of the Old Courthouse Capital Project, which project is
herewith authorized
3 The revenue that will finance said project is
Transfer from General Fund 5500,000
Total 5500,000
4 The following appropriations necessary for the project are
herewith made from the revenue listed above
Capital Project Expense
Total
5500,000
5500,000
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
/31/4
day of .J "'- l <f
, 1998
~~p~
tJ~Q ~
~ Clerk to the Board
William A Caster, Chairman
Board of County Commissioners
NORTH CAROLINA STATE DEPARTMENT OF TRANSPORTATION
REQUEST FOR ADDITION TO STATE MAINTAINED SECONDARY ROAD SYSTEM
North Carolina
County of New Hanover
Road(s) Description
NORTH CAROLINA AVENUE IN
WILMINGTON BEACH, NC
WHEREAS, the attached petition has been filed with the Board of County
Commissioners of the County of New Hanover requesting that the above described
raad(s), 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(s) should be added to the Secondary Road System, if the road(s)
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 Commissioners of the County
of New Hanover that the Division of Highways is hereby requested to review the
above described raad(s), and to take over the road(s) for maintenance if they
meet 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
13TH day of JULY 1998
~ESS
my hand and official seal this the
, 1998
/3'/-t.....
day of
J~P~
Teresa P Elmore, Deputy Clerk
New Hanover County Board of
Commissioners
Form SR-2
Please Note
resolute wp
Forward direct to the District Engineer, Division of Highways
NEW HANOVER COUNTY BOARD OF COMMISSIONERS
RESOLUTION
WHEREAS, health insurance for all sectors, both public and private, is increasingly
becoming less affordable; and
WHEREAS, especially in public government, the increases in rates for groups grow steadily
out of proportion when compared to the previous years rate increases; and
WHEREAS, numerous County employees already enjoy the benefits of being covered by
the State s insurance through their Major-Medical Plan; and
WHEREAS, it would be most advantageous to Columbus County if all its employees were
covered by the State Comprehensive Major-Medical Plan; and
WHEREAS, the eligibility requirement set down in General Statute 135-40.2, Article 1
substantiates that all County employees should be eligible for the State's Comprehensive Major- ,
Medical Plan,
NOW, THEREFORE BE IT RESOLVED that the Board of Commissioners of New
Hanover County requests and petitions the North Carolina Association of County Commissioners and
the State Legislators representing Columbus County to introduce legislation which will allow
Columbus County to be covered and a part of the State s Comprehensive Major-Medical Plan.
BE IT FURTHER RESOLVED that a copy of this Resolution be mailed to each of the State
Legislators representing New Hanover County
Adopted tills 13th day ofJuly 1998
tJ..1f~ rJ ,-, a Ck:t.....
William A. Caster, Chairman
ATTEST
J~'/~
Deputy Clerk to the Board
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 3'00 p.m., on the 23rd day of June, 1998, at the County Administration Building,
320 Chestnut Street, Wilmington, North Carolina, and the following bids were received for uniforms
for the Sheriffs Department, Bid # 98-0408
American Uniform Sales, Inc. $38,480.20
Century Uniform Co. $40,041 00
Command Uniforms $55,978.30
AND WHEREAS, the Sheriff, the Finance Director, and the County Manager recommend
that the contract be awarded to American Uniform Sales, Inc. of Fayetteville, North Carolina, the
lowest responsible bidder, in the amount of thirty-eight thousand, four hundred eighty dollars and
twenty cents ($38,480.20);
AND WHEREAS, funds have been previously appropriated and are now in Account No.
I 10-43 I -431 I -4400 to cover this contract;
NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the contract for uniforms for the Sheriffs Department, Bid # 98-0408 be
awarded to American Uniform Sales, Inc. in the amount of thirty-eight thousand, four hundred
eighty dollars and twenty cents ($38,480.20); and that the County is hereby authorized and directed
to execute the contract, contract form to be approved by the County Attorney
This 13th day of July, 1998.
(SEAL)
tJ;J~Q~
Chairman, Board of County Commissioners
ATTEST
~~jJ~
Clerk to the Board
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, the 1989 Solid Waste Management Act contained a sub-section entitled the
"North Carolina Scrap Tire Disposal Act" which prohibits the disposal of whole tires into landfills;
AND WHEREAS, New Hanover County provides for the collection, transportation,
processing, and disposal or recycling of scrap tires generated in the County;
AND WHEREAS, the Department of Environmental Management requested proposals from
scrap tire processing firms for the management of scrap tires;
AND WHEREAS, the following bids were received.
V.S Tire Recycling, Inc.
Optionl
Option II
Option III
Trailer Rent
$105.00 per ton
$110 00 per ton
$10500 per ton
$100 00 per month
McCotter Enterprises, Inc.
Option I
Option II
Option III
Trailer Rent
$ 80 00 per ton
$ 95 00 per ton
$ 95.00 per ton
$150.00 per month
Central Carolina Tire Disposal
Option I
Option II
Option III
Trailer Rent
$ 7400 per ton
$ 78.00 per ton
$ 7600 per ton
$125 00 per month
AND WHEREAS, the service provided under Option II, whereby generators of scrap tires
of a volume in excess of one thousand passenger tires or one hundred truck tires per month are
provided a transport trailer in which to place scrap tires at the tire retailer's place of business;
AND WHEREAS, the price for the rental of all transport trailers at the tire retailer's place of
business and transport trailers located at the landfill for the receipt of scrap tires is included in the
lump sum price;
AND WHEREAS, the provision of transport trailers at strategic locations throughout the
County to receive scrap tires promotes public health by reducing the potential for a tire fire and the
reduction of mosquito breeding areas;
AND WHEREAS, the Environmental Management Director and the County Manager
recommend that a contract be awarded to Central Carolina Tire Disposal, the lowest responsible
bidder, in the amount of$78.00 per ton as described in Option II,
AND WHEREAS, funds will be provided from the North Carolina Scrap Tire Disposal Tax,
a State Grant for expenses exceeding revenues from the Scrap Tire Disposal Tax, and funds
previously appropriated and are now or will be in subsequent year s budget in Account No. 700-480-
4191-3771
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that contract No. 98-0482 be awarded to Central Carolina Tire Disposal for the
collection, transportation, processing, and management of scrap tires generated in New Hanover
County' and that the County is hereby authorized and directed to execute the contract, contract form
to be approved by the County Attorney
This the 13th day of July, 1998.
[SEAL]
William Caster, Chairman
Board of County Commissioners
'2JJtv.- (J Q.;I;-
ATTEST
~~jJ~
JJ."f"1 Clerk to the Board
RESOLUTION
OFTHE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS after due advertIsement, bids were received and publicly opened by the Finance
Department at 3'00 p.m., on the 16th day of June, 1998, at the County Administration Building,
320 Chestnut Street, Wilmington, North Carolina, and the following bid was received for hurricane
protectIon servIces for the Emergency Management Department, BId # 98-0337'
Aggreko Inc.
Turn-key Proposal - 10% availability fee
Rental Proposal 10 % availability fee
$69,08000
$40 700 00
AND WHEREAS, the contract will ensure that pre-selected generator units will be available
to County on an as needed basIS and if generators are needed, contract establishes weekly rental rates
for each type of unit; County will pay a yearly availability fee to have the pre-selected generators
available during hurricane season;
AND WHEREAS, the bid allowed for addition or deletIon of units and the Emergency
Management Director has negotIated with Aggreko, Inc. to reduce quantities of pre-selected units
resulting in a reduction of the Rental Proposal 10% availability fee to twenty-three thousand, seven
hundred sixty dollars ($23 760 00) for the first year of the contract and twenty-eight thousand, eighty
dollars ($28,080 00) for the second and third year of the contract;
AND WHEREAS, the Emergency Management Director the Finance Director and the County
Manager recommend that the contract be awarded to Aggreko, Inc., a foreign corporation organized
under the laws of the state of Louisiana, the only responsible bIdder, rental proposal -10% aVaIlability
fee of twenty-three thousand, seven hundred SIXty dollars ($23 760 00) for the first year of the contract
and twenty-eight thousand, eighty dollars ($28,080 00) for the second and thIrd year of the contract;
AND WHEREAS, funds have been previously appropnated and are now in Account
No. 110-433-4330-3700 to cover this contract;
NOW THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the contract for a hurncane protectIOn services for the Emergency Management
Department, Bid # 98-0337 be awarded to Aggreko, Inc., rental proposal 10% availability fee of
twenty-th,'ee thousand, seven hundred sixty dollm's ($23,760.00) for one year with an option to
renew contract for two additional one year pe,'iods at twenty-eight thousand, eighty dollars
($28,080.00) per year' and that the County is hereby authorized and directed to execute
contract # 98-0337 A, contract form to be approved by the County Attorney
This 13th day ofJuly 1998.
1J~{{ ~
ChaIrman, Board of County CommIssIoners
(SEAL)
ATTEST ~
~h~~
RESOLUTION AUTHORlZING NEW HANOVER COUNTY
TO TENDER AN OFFER TO PURCHASE THE COLLECTIVE WATER SYSTEMS OF
CAPE FEAR UTILITIES, INC. AND QUALITY WATER SUPPLIES, INe.
WHEREAS, Cape Fear Utilities, Inc. and Quality Water Supplies, Inc. (hereinafter "Cape
Fear") are North Carolina corporations engaged in the provision of water service with approximately
11,000 service connections to its water systems that serve numerous subdivisions and areas within
the unincorporated area of New Hanover CountY" and
WHEREAS, the systems include two elevated water tanks and approximately 170 miles of
water lines which upon appraisal by Dawson Engineering indicates a value of $21.8 million not
including additions to the system since January 1 1996. This appraisal was in excess of$22 million
as of July 1, 1996; and
WHEREAS, the County is statutorily authorized to acquire, improve, maintain, own and
operate public water systems within the unincorporated area of New Hanover County; and
WHEREAS, the County desires to acquire these water systems as part of its expansion ofthe
County's water and sewer services to residents ofthe unincorporated areas of New Hanover County;
and
WHEREAS, the County is willing to acquire these water systems upon such terms and
conditions that shall be recommended by the County Manager and County Attorney and their staff
for approval by the County Commissioners, which acquisition shall be funded by the issuance of tax
exempt Certificates of Participation or Bonds (hereinafter referred to as "COPs"); and
NOW THEREFORE, BE IT RESOLVED BY THE NEW HANOVER COUNTY BOARD
OF COMMISSIONERS THAT
I The County Commissioners hereby approve ofthe concept ofthe County's tender of
an offer to purchase the stock of Cape Fear Utilities, Inc. and Quality Water Supplies, Inc. from G.
William Dobo and Robert R. Dobo or their successors in interest or assigns (hereinafter referred to
as the "Owners") upon such terms and conditions as determined by the County Commissioners as
provided by the North Carolina General Statutes, subject to the following general terms and
conditions:
a. The County shall be able to obtain financing of this acquisition
through the issuance of tax-exempt COPs;
b. The sellers ofthe stock of Cape Fear Utilities, Inc. and Quality Water
Supplies, Inc. shall be required to finance a portion of the purchase price by
accepting delivery of some amount ofthe COPs in partial satisfaction ofthe purchase
price and crediting the face value thereof against the purchase price to be paid at
closing;
c. Cape Fear shall donate as a charitable gift to the County any portion
of the system added after July I, 1996,
d. Cape Fear shall donate as a charitable gift to the County the Shearin
Hills Subdivision system and one additional well site;
e. The County shall be required to purchase all of the outstanding and
issued stock of Cape Fear Utilities, Inc. and Quality Water Supplies, Inc. from the
sellers of the stock.
f. The sellers of the stock of Cape Fear Utilities, Inc. and Quality Water
Supplies, Inc. shall be the Owners or their assigns who shall actually deliver the stock
to the County as purchaser at closing;
g. Upon the death of the survivors ofG. William Dobo and Robert R.
Dobo and their spouses, the sellers shall be obligated to disburse to the County a sum
not less than $1 0 million dollars, less setoffs, expenses and indemnifications required
by a contract to purchase and sale;
h. The County shall incur no adverse tax liability as a result of this
purchase and sale transaction and shall be indemnified in this regard by the sellers
of the stock of Cape Fear Utilities, Inc. and Quality Water Supplies, Inc. subjcct to
the terms and conditions of a contract to purchase to be negotiated;
i. The transfer of any of the stock of Cape Fear Utilities, Inc. and Quality
Water Supplies, Inc. or this offer to any assignee of the Owners shall be subject to
review and comments by the County Attorney;
j. If the County's proposal is accepted by Owners or their assigns and a
contract to purchase is entered into, closing on the acquisition of the stock shall occur
within sixty (60) days after approval of the sale by the Local Government
Commission and the North Carolina Utilities Commission or December 31 1998,
whichever date is sooner;
k. The closing shall be subject to the County's verification of the
quantities included in the preliminary appraisal for Cape Fear Utilities, Inc. prepared
by Dawson Engineering and dated January 19 1996 and as updated through the
month of May, 1998,
I. The final form of the contract to purchase shall be subject to final
approval by the County Commissioners and the County's Bond Counsel and the
Sellers and their Counsel, and,
-2-
m. The final contract shall include all additional and customary terms and
conditions of a commercial tender offer to purchase stock, including, but not limited
to, seller's financing, bond issuance requirements, warranties of title with respect to
the water systems, representations, opinion of seller's counsel respecting the title to
the corporations' real property and easements, title insurance, environmental
certifications and representations and other similar provisions.
2. The County Manager and County Attorney shall communicate the tender otTer in
writing to the Owners, which written offer shall be subject to acceptance by the Owners or their
assigns for a period of one hundred and eighty days from the date hereof and may be withdrawn only
upon thirty days notice of withdrawal to the Owners.
This the /3 day of J /..<. t.. '-(
1998
NEW HANOVER COUNTY
[SEAL]
tJJ1~ Q ~
William A. Caster, Chairman
Board of County Commissioners
ATTEST
.J~fJ~
Deputy Clerk to the Board
PC2283D.DOC
July I, 1998
-3-