Loading...
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