1996-12-16 RM Exhibits
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, on October 4, 1993, the Commissioners approved a contract with Correction
Enterprises, an agency of the State of North Carolina, to use inmate labor to perform work
at W ASTEC and the Landfill;
AND WHEREAS, after review of the past year's operation under the current contract,
staff is requesting the renewal of the agreement for an additional year, yearly cost not to exceed
Sixty Thousand Dollars ($60,000);
AND WHEREAS, the Environmental Management Director and the County Manager
recommend that the contract be renewed for an additional year;
AND WHEREAS, funds have been previously appropriated and are now in or will be in
subsequent year's budget in Account No. 700-485-4193-3700 to cover the cost of this contract;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the contract for the use of inmate labor at W ASTEC and the Landfill in the
Department of Environmental Management, be renewed for an additional year with Correction
Enterprises; and that the County is hereby authorized and directed to execute the contract, contract
form to be provided by the County Attorney.
This the 16th day of December, 1996.
NEW HANOVER COUNTY
/f(JdM.-
Robert G. Greer, Chairman
Board of County Commissioners
ATTEST:
~xl /t,/C
k to the Board
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, the Emergency Medical ServIces Department has eighteen surplus stretchers that are no
longer of use to New Hanover County, described as follows
Two (2) Two Man Ferno Stretchers
Sixteen (16) One Man Ferno M-29 Stretchers
Serial Numbers 144395, F102542
Serial Numbers: K20257, 181819, J93711,
K05867, L26756, K69939, J93714, J89750,
138256, J90350, K66519, L28742, K40845,
L57211,143826, L141080
AND WHEREAS, after due advertisement, bids were receIved and publicly opened by the Fmance
Department at 3:30 p.m. on the 13th day of November, 1996, at the County Admmistration Buildmg,
320 Chestnut Street, Wilmington, North Carolina, and the following bids were received for the sale of surplus
stretchers.
FastServ of the MIdlands
Mobile Cot SerVICes
$3,900.00 for all
$ 952.50 for all
AND WHEREAS, the FInance Director and the County Manager recommend that the bId from
FastServ of the Midlands, located In West ColumbIa, South Carolina, the hIghest responsIble bIdder m the
amount of Three Thousand Nine Hundred Dollars ($3,900.00) be accepted;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New Hanover
County that the bid received from FastServ of the Midlands for the sale of the stretchers be accepted,
BE IT FURTHER RESOLVED that the PurchasIng Agent IS hereby authorized to return the bId
depOSit to the unsuccessful bidder.
ThIs 16th day of December, 1996.
W~
Chairman, Board of County COmmIssioners
ATTEST
~~~/ ff4wZ
CI rk 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.rn. on the 3rd day of December, 1996, at the County Administration Building,
320 Chestnut Street, Wilmington, North Carolina, and the following bids were received for an
upgrade to the Social Services Department computer system, Bid # 97-0238:
Eastern Technology Associates, Inc. $ 59,646.00 (Option 1-Installation before 12/31/96)
$ 70,254 00 (Option 2- Installation after 12/31/96)
TNT Enterprises, Inc. $119,280.00
AND WHEREAS, the Social Services Director, the M.I.S. Director, the Finance Director,
and the County Manager recommend that the contract be awarded to Eastern Technology Associates,
L.L.C., of Wilmington, North Carolina, the lowest responsible bidder, in the amount of Fifty-nine
Thousand Six Hundred Forty-six Dollars ($59,646.00),
AND WHEREAS, funds have been previously appropriated and are now in Account Number
110-530-5310-2000-6400 to cover this contract;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the contract for the upgrade for the Social Services Department computer
system, Bid # 97-0238 be awarded to Eastern Technology Associates, L.L.C.. in the amount of
Fifty-nine Thousand Six Hundred Forty-six Dollars ($59,646.00); and that the County is hereby
authorized and directed to execute the contract, contract form to be approved by the County
Attorney.
This 16th day of December, 1996
'iLl~
Chairman, Board of County Commissioners
ATTEST:
~h~d~
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 pm., on the 13th day of November, 1996, at the County Administration Building,
320 Chestnut Street, Wilmington, North Carolina, and the following bids were received for open plan
office system, Bid # 97-0206.
Bidde.'
Materials Price
(% Discount off current
Manufacturer's List Price)
Labor
(% of Material Price)
Design Fee
Intenor Management, Inc.
45% (Orders $ 75,000 list or less)
50% (Orders over $75,000 list)
6%
$50/hour
Contract Partnership, Inc.
45% (All orders)
8.5%
$65/hour
AND WHEREAS, the Finance Director and the County Manager recommend that the contract be
awarded to Intenor Management, Inc. of Wilmington, North Carolina, the lowest responsible bidder, at
the quoted percentage discount for materials, percentage cost for labor, and hourly design fee;
AND WHEREAS, this will be a term contract to be used on an as needed basis with required
funds for purchases being appropriated accordmg to County procedures;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the contract for an open plan office system, Bid # 97-0206 be awarded to Interior
Management, Inc. at the quoted percentage dIscount for matenals, percentage cost for labor, and hourly
deSIgn fee; and that the County is hereby authorized and directed to execute the contract, contract form to
be approved by the County Attorney.
This 16th day of December, 1996
:JliJ~
Chairman, Board of County Commissioners
ATTEST: ~
~ \/)'(
CI rk to the Board
CONSENT AGENDA
DATE:
ITEM NO.______
NEW HANOVE* COUNTY FIRE DISTRICT TAX COLLECTIONS
COLLECTIONS THRU 11/30/96
CURRENT TAX YEAR - 1996
-----------------------
ORIGINAL TAX LEVY PER SCROLL
DISCOVERIES ADDEO
LESS ABATEMENTS
TOTAL TAXES CHARGED
LISTING PENALTIES CHARGED
TOTAL LEVY
COLLECTIONS TO DATE
OUTSTANDING BALANCE
PERCENTAGE COLLECTED
BACK TAXES
----------
REAL ESTATE AND PERSONAL PROPERT~
CHARGES ADDEO
LESS ABATEMENTS
TOTAL TAXES DUE
COLLECTIONS TO DATE
OUTSTANDING BALANCE
PERCENTAGE COLLECTED
AD VALOREM
---------------
$ 1,143,852.52
56,034.95
22,815.23-
---------------
$ 1,177,072.24
830.35
$ 1,177,902.59
407,408.61-
---------------
$ 770,493.98
34.59%*
$ 45,708.15
760.73
261.89-
$ 46,206.99
10,447.93-
-------------.--
$ 35,759.1)6
22.61%
MOTOR VEHICLE
---------------
$ 58,527.24
551.46
654.35-
---------------
$ 58,424.35
.00
$ 58,424.35
41,366.43-
$ 17,057.92
70.80%*
THIS REPORT IS FOR FISCAL YEAR BEGINNING JULY 1, 1996.
RESPECTFULLY SUBMITTED,
......-,
\ j. _' r-- . ;.11., __ _' .........
P A ;t; ft'I'A'- Cj ;..... R A YiNJJ R . '- U
COLLECTOR OF REVENUE
* COMBINED COLLECTION PERCENTAGE - 36.30%
177
NEW HANOVER COUNTY TAX COLLECTIONS
COllECTIONS THRU 11/30/96
CURRENT TAX YEAR - 1996
-----------------------
ORIGINAL TAX LEVY PER SCROll
OISCOVERIES ADDED
lESS ABATEMENTS
TOTAL TAXES CHARGEO
ADVERTISING FEES CHARGED
LISTING PENALTIES CHARGED
TOTAL LEVY
COLLECTIONS TO DATE
OUTSTANDING BALANCE
PERC~NTAGE COLLECTED
BACK TAXES
AD VALOREM
$ 51,988,753.97
2,467,659.78
38,190.26-
---------------
$ 54,418,223.49
.00
45,153.53
---------------
$ 54,463,377.02
16,452,769.62-
---------------
$ 38,010,607.40
30.21%*
REAL ESTATE AND PERSONAL PROPERTY
CHARGES ADDED
LESS ABATEMENTS
TOTAL TAXES DUE
COLLECTIONS TO DATE
OUTSTANDING BALANCE
PERCENTAGE COLLECTED
$ 2,431,423.13
25,924.20
12,977.15-
---------------
$ 2,444,370.18
-----~~~!.~~~~~-
$ 1,902,707.04
22.16%
NOV 1996
ROOM OCCUPANCY TAX COLLECTIONS
PRIVILEGE LICENSE COLLECTIONS
EMS COLL::CTIONS
158,390.14
377.50
.00
CONSENT AGENDA
DATE:________
ITEM NO.____
MOTOR VEHICLE
---------------
$ 2,456,997.79
22,087.10
24,610.84-
---------------
$ 2,454,474.05
.00
.00
$ 2,454,474.05
1,660,573.77-
---------------
$ 793,900.28
67.65%*
FISCAL YTD
1,238,193.98
14,873.63
.00
NEw HANOVER COUNTY,
BEACH AND KURE
TOTAL MONEY PROCESSED THRU COLLECTION OFFICE FOR
CITY OF WILMINGTON, WRIGHTSVIlLE BEACH, CAROLINA
BEACH T0 DATE - $26,003,379.87.
THIS REPORT IS FOR FISCAL YEAR BEGINNING JULY 1,
~~ECTFULLY SU8MITTEO,
~ r-. J)
.' \ \ ,'\,. -~ ...........
f,...r-r'_ ( i :~ ' . I' ' '\2.-'.' ,-
PATRICIA J. RA~OR U
COLLECTOR OF REVENUE
1996.
* COMBINED COLLECTION PERCENTAGE - 31.82%
176
!
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 G.S. 89C and the Administrative Rules developed thereunder;
AND WHEREAS, the Engineer shall perform site inspections to certify that the construction
was performed in substantial accordance with the project plans and specifications;
AND WHEREAS, North Carolina Rule T15A: 13B.1624(b)(15) requires certification stating
that the landfill cell was constructed in accordance with a DEHNR approved CQA Plan and be
signed and sealed by the Project Engineer;
AND WHEREAS, the engineering firm of Post, Buckley, Schuh, & Jermigan, Inc. has
prepared design and construction documents for the preparation of Cell 4B at the New Hanover
County Landfill;
AND WHEREAS, the firm of Post, Buckley, Schuh, & Jermigan, Inc. has demonstrated it's
ability to meet the design criteria by previously designing cell construction systems acceptable to
the State Solid Waste Division;
AND WHEREAS, the firm of Post, Buckley, Schuh, & Jerrnigan, Inc. has submitted a Scope
of Services to provide liner construction quality assurance (CQA) services for cell4B;
AND WHEREAS, the Director of Environmental Management and the County Manager
recommend that a contract be awarded to Post, Buckley, Schuh, & Jermigan, Inc. In the amount of
One-Hundred forty-eight thousand eighty nine dollars ($148,089.00);
AND WHEREAS, funds have been previously appropriated and are now in Account No.
720-480-8000-6000 to cover this contract;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the Contract for Engineering Inspection Services during the construction of
Ce1l4B at the New Hanover County Landfill be awarded to Post, Buckley, Schuh, & Jerrnigan, Inc.
for an amount not to exceed $148,089.00; and that the County is hereby authorized and directed to
execute the contract, contract form to be approved by the County Attorney.
This the 16th day of December, 1996.
NEW HANOVER COUNTY
/f?~
'.
'"
Robert G. Greer, Chairman
Board of County Commissioners
ATTEST;
~'<Y ~
k to the Board
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, New Hanover County Board of Commissioners previously approved the purchase
of land for a School/Park Project;
AND WHEREAS, staff IS requesting approval of Contract # 97-0248, an installment contract
with First Union NatIOnal Bank of North Carolina for the financing of the land acquisitIOn as
authonzed by North Carolina General Statute 160A-20;
AND WHEREAS, North Carolina General Statute 160A-20 requires New Hanover County to
hold a public heanng prior to the approval of a financing agreement for real property;
AND WHEREAS, a related budget amendment has been prepared and is submitted for
approval as part of this request;
AND WHEREAS, the contract provides for the bank to advance certain funds (the "Purchase
PrIce") to the County in order that the County may reimburse payments made for the cost of acquiring
the Real Property (as defined 10 the Contract) and the County to repay the Purchase Price in
installments (the "Installment Payments") as proVided in the contract;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the budget amendment IS approved and Contract # 97-0248 with First Union
NatIOnal Bank of North Carolina for financ10g for the land acquisition for a SchoollPark Project is
approved and the Chairman of the Board of County Commissioners, the F10ance Officer, and County
Manager of New Hanover County are hereby authOrIzed and directed to act on behalf of the County
of New Hanover 10 regard to Contract # 97-0248 and other actions not inconsistent with this
resolutIOn, including the execution ofa deed oftmst on the subject property and a commitment letter
With First Union National Bank of North Carolina relating to said financing.
(SEAL)
/}(JdIJ~
Chairman, Board of County Commissioners
ATTEST.
~ '{p' ~-
Cl rk to the Board ' --
RESOLUTION
OF THE
B'OARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, the Emergency Medical Services Department has two surplus ambulances that
are no longer of use to New Hanover County, described as follows:
1991 Ford Type III Ambulance (Medtech)
1990 Ford Type ill Ambulance (Ashley)
VIN# 1FDKE30M4MHA79058
VIN# 1 FDKE30M6LHA60087
AND WHEREAS, after due advertisement, bids were received and publicly opened by the
Finance Department at 3:00 p.m. on the 26th day of November, 1996, at the County AdmimstratlOn
BuildIng, 320 Chestnut Street, Wilmington, North CarolIna, and the following bid was received for
the sale of surplus ambulances
No..thwestem Eme.'gency Vehicles, Inc.
1991 Ford Type ill Ambulance (Medtech)
1990 Ford Type ill Ambulance (Ashley)
Total
$ 9,500.00
$ 7,500 00
$17,000.00
AND WHEREAS, the Finance Director and the County Manager recommend that the bid from
Northwestern Emergency Vehicles, Inc , of Jefferson, North CarolIna, the only bidder III the amount
of Seventeen Thousand Dollars ($17,000.00) be accepted;
NOW, THEREFORE, BE IT RESOLVED by the Board of County CommiSSIOners of New
Hanover County that the bid received from Northwestern Emergency Vehicles, Inc. for the sale of the
ambulances be accepted.
ThiS 16th day of December, 1996.
~~
Chairman, Board of County Commissioners
ATT~ST ~
~,V
C rk to the Board
~~-~
;,-IJ
I,
;
RESOLUTION
OF THE
BOARD OF COMMISSIONERS
OF
NEW HANOVER COUNTY
WHEREAS, after due advertisement, bids were received at 2:00 p.m. on October 29, 1996
in the conference room of the Department of Environmental Management;
AND WHEREAS, after the first advertisement only one bid was received that being from
T.A. Loving Company of Goldsboro, North Carolina;
AND WHEREAS, according to G.S. 143-132, if fewer than three bids are received after the
first advertisement for a construction bid, a second advertisement of the proposal should be made
and after this second advertisement the award may be made even if only one bid has been received;
AND WHEREAS, after due advertisement, a bid was received and publicly opened in the
Department of Environmental Management conference room at 2:00 p.m. on November 19,1996,
and the following bid was received:
T.A. Loving Company of Goldsboro, North Carolina:
$189,000
AND WHEREAS, the Environmental Management Director, the Finance Director and the
County Manager recommend that the contract be awarded to T.A. Loving Company of Goldsboro,
North Carolina, the only responsible bidder, in the amount of one-hundred eighty-nine thousand
dollars ($189,000);
AND WHEREAS, funds have been previously appropriated and are now in Account No.
700-485-4193-6400 to cover this contract;
-,..t:
..
....
NOW THEREFORE BE IT RESOLVED by the Board of County Commissioners of New
Hanover County that the contract for the W ASTEC Fire Protection Supply Improvements of the
Environmental Management Department, contract # 97-0195 be awarded to T.A. Loving Company
in the amount not to exceed one hundred eighty-nine thousand dollars ($189,000); and that the
County is hereby authorized and directed to execute the contract, contract form to be approved by
the County Attorney.
This 16th day of December, 1996.
(SEAL)
'iLJ~
Chairman, Board of County Commissioners
ATTEST:
~v/~~
C rk to the Board