Loading...
02041974MINUTES OF THE MEETING OF THE COMMISSIONERS FOR THE MONTH OF FEBRUARY, 1974. !JREGULAR MEETING Th e Commissioners met on February 4, 1974 for the first Monday meetfr ing, held in the Commissioners Room, Courthouse, Lillington. i, CALLED TO ORDER The Chairman called the meeting to order at 9:30 a.m. with all mem- bers present and the Clerk to the Board. Commissioner Bob Etheridge offered the morning prayer. MINUTES DONALD COOPER Road Petitions The minutes of the meetings held in January were read and approved. Donald Cooper, District Engineer, N. C. State Department of Highways Safety, was present and the Board was at liberty to talk about the roads of the county. The following road petitions were presented for the pleasure of the Board: Neills' Creek Township, .5 mile road that leads into the newest land- fill site. Duke's Township, .5 mile road that leads into the Erwin landfill site. The request was for addition to the system. Commissioner McLamb moved the road petitions be approved, Commissioner Brown seconded,the issue passed. A petition from Duke Township, Gentry School area was presented and requested addition to the system; map attached. Commissioner Brown moved the petition be approved, Commissioner McLamb seconded and the issue passed. Mr. Cooper asked that the Board, in the future, send the request to his office for an inspection by his department, before approving the, petition. He said this would save time and effort. CHARLES NORDAN, PRES. TAX SUPERVISOR Charles Nordan, President of Harnett County Fire Chiefs Association, submitted a request to the Board for the acquisition of a second county - owned air compressor, this one to be housed in the Dunn Fire Station, enabling the fire departments in that area to fill their bottles in a shorter time as Dunn has hired firemen and they would render this service as needed. The Commissioners, at a request from Commissioner Cotton, took the matter under consideration and indicated that a decision would be forthcoming. Tom Allen, Tax Supervisor, presented three requests for refunds - Purdie Elliott, Jr., Stewart's Creek Township, double listing in the amount of $16.56 for 1972 and $16.07 for 1973. Carl A. Faircloth, Ave. Township, double listing personal property, refund in the amount of $10.59. J.D. Lamm Grocery & Market, refund Buies Creek Fire Dist. in the amount of $13.69. Commissioner McLamb moved the refunds be granted, Commissioner Eth- eridge seconded the motion and it passed. Req. for extension of time Mr. Allen presented the following companies request for an extens- ion of time in which to list taxes until March 31, 1974: W. EARL JONES Tax Collector !ARCHITECT FOR it NEW BUILDING Kentucky Fried Chicken of Dunn, In. Alphie's Pizza Pub Sperry Rand Corporation UNIVAC Division Heritage Brick Co., In. Servomation Corporation Commissioner Brown moved the requests be granted, Commissioner McLamb seconded and it passed. Tax Collector presented the report for his department as to collect- ions and per centages of collections. He then presented the follow- ing information, complying with GS 105- 369(a), in reporting that as of the close of business January 31, 1974, the unpaid taxes that are liens on real property for the current fiscal year amounts to $232,928.96. He then requested the Commissioners to set a lien sale date as follH ows: "Be it resolved that the Governing Body of Harnett County here- by orders and directs the Tax Collector to conduct a Tax Lien Sale at the Courthouse door on Monday, May 6, 1974, beginning at 10:00 a.m., pursuant to G. S. 105 - 369." Commissioner Cotton moved to grant the request setting the sale date, Commissioner Brown seconded and the issue passed. Bill Gwinn, Architect for the new County building that is under construction came to the Board meeting and gave a progress report. He estimated that the building is nearing 50% completion. 230 re; MINUTES OF Dec. 18, 1972.ARM0RY SITE REPORT UNITS FROM RESCUE CLOTHING DEPUTIES FIREMENS REQUEST Referring to the minutes of the Commissioners from December 18, 197 relative to the sites approved for the Dunn Armory, the Mayor of Dunn requested that the Board withdrawaction pertaining to the site #1 and allow the pursuit of acquisition for Sites II or III. After discussion of the matter, Commissioner McLamb made a motion that the Board rescind action contained in the minutes of December 18, 1972 minutes relating to Site I for the Armory. Commissioner Brown seconded the motion and it passed. Commissioner McLamb securing a site for of Sites II or III, December 18, 1972. passed. then moved that the committee working toward an Armory by allowed to pursue the acquisition as described in the minutes of the meeting of Commissioner Brown seconded the motion and it Commissioner McLamb reported to the Board from his meeting with the rescue units of the County. He indicated a cost increase in the duties performed and that the units of the county had unanimously r quested that the county seek the services of a professional person, qualified to appraise the rescue services of the county and make a determination acceptable to each unit as to the services rendered and make suggestions for any changes deemed necessary. Commissioner Brown moved that such a professional person in, and after- informing the Board of any cost that might do the study if the Commissioners render the authority. ioner Etheridge seconded the motion and it passed. be called be inudved Commiss- ALLOWANCE FOR Regarding clothing for the Deputies of the Sheriff's Department, the following resolution was passed by a motion of Commissioner Cotton, a second by Commissioner McLamb and - a.unanimous vote. BE IT RESOLVED BY THE BOARD OF COMMISSIONERS THAT: 1. Clothing Allowance. Each new deputy. Sheriff employed by the Sheriff's Department is hereby granted an initial clothing allowance of $150.00 and each deputy, to include any new deputy is hereby granted a yearly clothing allowance of $150.00. 2. Procedure for payment. Payment for clothing shall be paid directly to the seller by the County upon sub- mission of a bill signed by the deputy. Any bill submitted inexcess of the clothing allowance shall be charged by the auditor against the deputy's salary. 3. Definitions. a. Clothing. Clothing within the meaning of this policy shall include the following items of an officers uniform, to witE,: Jackets, trousers, shirts, heavy belts and ties. b. Initial Allowance. The initial allowance is a one -time supplement to the yearly allowance and is provided to enable an officer to purchase an initial sup- ply of both summer and winter clothing and may be used at any time within one year from the date of employment_ c. Yearly allowance. A year within the meaning of this policy runs from July 1 (or the date of employment for a new employee) until the following June 30, and the yearly clothing allowance rnust be used during the fiscalyear. 4. Ownership. All uniforms are county property and termination of employment. shall be turned in to the Sheriff upon 5. Effective Date. This policy is effective upon its adoption and all policies in conflict with the provisions of the policy are hereby rescinded. Duly adopted this the 4th day of February, 1974. BOARD OF COMMISSIONERS OF HARNETT COUNTY By /s/ M. H. Brock Chairman RETIREMENT FUND Dr. B. B. Blackmon, President Harnett County Firemens Association, Bill Randall, Vice President and Charles Nordan, President of Har- nett County Fire Chiefs Association came before the Board. Their request was made in an effort to slow down the rapid turn -over of men coming into the fire department and then quitting shortly there after. The request was that the county pay the firemen's retiremen premium which is $5.00 per man per month,. or $60.00 per year per man. The number of certified firemen as of July 1, 1972 for the county was 214, which means that this would be a cost to the county of $12,840. per year. The county attorney spoke to the issue in th the time for budget preparation is approaching, and that tis year, t the fire department will be submitting their budgets to the county, and with the chages in the revenue sources for the districts, this amount could be worked out through the budgets of the district, with the increase of revenue that is anticipated. Dr. Blackmon stated that his main objective was to have each fireman in the county cov- ered with retirement insurance. FLATWOODS FIRE DISTRICT CONTRACT. The following is a contractural agreement between Flatwoods Fire Dep- artment and Harnett County, as required by FHA in order to secure grants. Contract and Agreement THIS CONTRACT AND AGREEMENT, Made and entered into this the 4th day of February, 1974, by and between the COUNTY OF HARNETT, party of the first part, also referred to as County and the FLATWOODS COMMUNITY FIRE DEPARTMENT, INC., party of the second part, also referred to Fire Department; WITNESSETH: THAT WHEREAS, N.C.G.S. 69 -25.5 provides that counties may provide for fire pro- tection in a fire district by contracting with any incorporated non - profit vol- unteer or community fire department; and WHEREAS, the New N.C.G.S.S. 159 -13 (a)(8), which became effective July 1, 1973, provides that the budget ordinance "may be in any form that the Board (of Comm- issioners of Harnett County) deems most efficient in enabling it to make the fiscal policy decisions embodied therein, but it shall be so organized that the accounting system will show appropriations and revenues by line items within at least the following funds: . . . (8) a fund for each special district whose taxes are collected by . . ." the County of Harnett; and WHEREAS, the party of the second part is a non - profit corporation organized for fire protection purposes; and WHEREAS, it serves a special tax district created by a vote of the people; and WHEREAS, the County of Harnett levys and collects the taxes and is responsible for appropriating said funds for the use and benefit of the citizens in the fire protection district; and WHEREAS, the County desires to grant a long term contract to enable party of the second part to make long range plans; and WHEREAS, the County desires to standardize all its arrangements with Fire Dis- tricts in the County; NOW, THEREFORE, in consideration of the premises and the consideration of TEN DOLLARS to each the other in hand paid, the parties hereto contract and agree as follows: 1. The party of the first part contracts and agrees that it will cause to be assessed or levied a special tax of up to fifteen cents per one hundred dollar valuation of all real and personal property in the Flatwoods Community Fire Department, Inc. Fire Protection District unless otherwise Limited by law and /or a vote of the people; and will collect said tax as a part of the ad valorem taxes of the County of Harnett ; provided, however, beginning with the fiscal year 1974 -75 the amount levied annually shall be based on the needs pro- jected in the budget estimate submitted by the Fire Department to the County and approved by the County Commissioners. 2. That a special or separate fund shall be maintained by the County for funds collected as a result of said special tax. 3. That current taxes shall be paid to Flatwoods Community Fire Department, Inc. monthly as the same are collected by the County; that delinquent taxes shall be remitted quarterly. 4. The party of the second part shall provide the necessary equipment and personnel for furnishing adequate fire protection for all property located within the Flatwoods Community Fire Department, Inc. Fire Protection District, and it will furnish said fire protection free of charge to all persons and individuals located in said District in an efficient and workmanlike manner. 5. That all funds paid to the party of the second part by the party of the first part shall be used exclusively to provide fire protection within said Flat - woods Community Fire Department, Inc. Fire Protection District. 6. It is agreed that the party of the first part may inspect all books and accounts for the party of the second part at any time that it shall desire; it is further agreed that the Fire District will present to the County Commission- ers an annual audit by a C.P.A. which audit shall be in conformity with existing audit policies of the County. 7. The party of the second part agrees to comply with County budgeting procedures provided for by State Law and agrees to submit budget estimates to the Board of Commissioners on the standard forms used by county departments; the party of the second part also agrees to use standard line items for accounting devised or consented to by the County Accountant from time to time. 8. This contract shall expire on the 30th day of June, 1994, and may not be transferred or assigned without consent of the County. 9. The party of the second part further agrees to file with the County Auditor a true copy of the Articles of Incorporation, existing By -Laws and any changes made thereto from time to time; further, the party of the second part agrees to adopt by -laws which meet all minimum legal requirements and which by -laws, in addition thereto, have reasonable provisions enabling citizens of the commun- ity to participate in the affairs of the corporation at at least an annual meeting and vesting in a Board of Directors the authority to manage the affairs of the corporation without a vote of the membership. (232 1N TESTIMONY WHEREOF,Ehe party of-the first part-has caused his instrument to be executed by the Chairman of the Board of County Commissioners and attested by the Clerk of the County Board of Commissioners, and the party of the second part has caused this instrument to be signed in its name by its president, attested by its Secretary, and its corporate seal hereto affixed, all by order of its Board of Directors duly given. ATTEST: /s/ H. D. Carson, Jr. Clerk HARNETT COUNTY BOARD OF COMMISSIONERS By /s/ M. H. Brock (SEAL) M. H. Brock, Chairman FLATWOODS COMMUNITY FIRE DEPARTMENT, INC. BY (SEAL) Sidney Charles Coleman. Prs. Commissioner Cotton moved to adopt the foregoing contract and agree ment and that it be properly executed by the county in order that i might serve its purpose, Commissioner Etheridge seconded the motion AFL BLACK FOR and it passed. FLAT BRANCH CARNIVAL Earl Black came before the Board of Commissioners regarding the pur chasing of license to operate a carnival for the Flat Branch Fire Department. The owner of the carnival was also present, Joseph Pulvino. As required in the Ordinance of the County, the Commission�,- ers approved the list of rides, shows and events composing the carn� ival, by motion of Commissioner Cotton, second by Commissioner Etheridge and unanimous vote. List of attraction are as follows: 1. Ferris Wheels one 2. Kiddie Rides three 3. Girlie Shows, consisting of dancing girls three 4. Concession stands six to eight 5. Animal shows one 6. Paratrooper rides one No gambling concessions. WORKMENS COMPENSATION FOR COUNTY EMPLOYEES Workmens Compensation for the County: An estimation of the prem- ium cost involved for the county to come under Workmens Comp was presented from C. & D. Insurance Agency. Mr. Denning's projection for the premium cost, based on the dollar amount of the payroll, wa $3,804.76. Commissioner Etheridge recommended that the county parti- cipate in this compensation provision. Commissioner Cotton made a motion that Harnett County elect to come under the policies of Workmens Compensation, Commissioner Etheridge seconded the motion and it passed. AR BIDS Regarding car bids, specification,, action of the bid review comm- ittee and affidavits of proof of bids, recorded as follows: Date 2 -4 -74 Subject: Bid Review Committee Report To: County Commissioners From: Bid Review Committee: W. J. Cotton & Gilbert Brown members. The Committee, with the assistance of the county attorney and Deputy B.E. Sturgill, reviewed the two bids for police cars submitted by Brock Chevrolet Co., Inc. and Coats Motor Company. We make the following: FINDINGS 1. Both proposals offered by Brock Chevrolet Co., Inc. were lower than either of the proposals submitted by Coats Motor Company, Inc. 2. The comparative net bids are as follows: Brock Chev. 28,093.04 1st proposal 29,182.32 2nd p Coats Motor Co.;: Inc. 29,805.44 " " 31,041.84 " 3. The low bidder, Brock Chevrolet Company, Inc., met minimum specifications set forth in the bid invitation by the county and instructions to bidders. 4. The first proposal by Brock Chevrolet Inc. was for a "Bel Air Four Door Sedan:" and the 2nd proposal was for an Impala four door Sedan. The committee finds that the Impala cost $89.28 more than the Bel Air: 5. The Impala, while costing $89.28 more, has at least the following additional features relating to quality. i(a) A better quality seat fabric (see paragraph 4 (b) (1) of the bid proposal and attachment for actual sample of fabric.) (b) A four inch foam padding as opposed to just a 2" padding and consequently a more comfortable seat for the deputies. (c) The "National Auto Dealers Association used car Guide ". as summarized and set out in an attachment to the bid proposal of Brock Chevrolet Co., Inc. reveals resale difference greater than $89.28 between Impala and Bd Air Chevrolet. oposal if ie: Impala Bel Air Difference for Each Difference for Eight 1973 $3,075.00 1972 2,500.00 1971 ?,025.00 $2,900.00 2,325.00 1,900.00 $175.00 175.00 125.00 (d) Other features set forth in the bid proposal. $1,400.00 1,400.00 1,000.00 Based on the foregoing findings, we recommend: 1. That the Commissioners accept the second proposal made by Brock Chevrolet Inc. 2. That the Auditor return all bid bonds and send to each bidder a copy of this report. 3. That after the Board decides upon a proposal to accept,the Chairman and Clerk be given authority to execute the proposed contract and that the contract specify and identify the proposal accepted by the Board. 4. That a copy of the contract, together with the bid invitation, bid proposal and attachemnts (to include specifications and instructions) and the legal notice be spread upon the minutes of the Board. This the 4th day of February, 1974. BID REVIEW COMMITTEE By /s/ W. J. Cotton, Jr. W. J. Cotton, Jr., Chairman By /s/ Gilbert Brown Gilbert Brown, Member Commissioner Cotton made the following motion: "I move that the Second Proposal of Brock Chevrolet Co., Inc. relating to eight police cars be accepted by the County of Harnett at the price specified in the Bid Proposal and that M. H. Brock, Chairman of the Board of Commissbners and Herbert Carson, Clerk to the Board, be authorized to sign or execute the con- tract proposed by the bidder and that the bid invitation of the County, Bid Proposal of Brock Chevrolet, Inc. and attachments (specifications, instructions, contract and special attachments to the bid proposal by Brock) be spread upon the minutes. Commissioner Brown seconded the motion and the vote passed unanimously. SEE PAGES INSERTED FOLLOWING IDENTIFIED AS 233 A THROUGH 233 O. THIS REPRESENTS ALL ATTACHMENTS AS LISTED ABOVE OF THE BID INVITATION, AND ALL DOCUMENTS FORMING A PART OF THE WHOLE. REPORT OF TAX AND WELFARE LIEN ATTY. The following report from tax & welfare Lien attorney was accepted by the Board: COLLECTION ON TAXES: Jimmy C. Partin 71Cvd 0703 Black River Twp. $167.49 $20. fee Press Davis Hrs. SD 3693 Ave. Twp 307.06 30. " Sadie Hinton 71CvD0668 Ave. Twp. 408.10 20. " Mable Gandy McRaven SD 3340 Ave. Twp. 400.00 10. " Totals $1282.65 $80. " CONTRACT WITH CP & L Regarding Carolina Power & Light Company contract with Harnett County in reference to service to the new county building: Commissioner MO- Lamb moved that the contracy be properly executed, Commissioner Cotton seconded and it passed. ADJOURNMENT The meeting adjourned at 12:20, p.m. fa.t �I . / ret y C Aii rman 1 er ,emu eA C o the B 0 NORTH CAROLINA COUNTY OF HARNETT INVITATION FOR BIDS FOR SALE OF CARS TO THE COUNTY OF HARNETT Llllington, North Carolina 27546 December 17, 1973 • 233 A The Board of Commissioners of the County of Harnett, North Carolina, 27546, will receive sealed proposals for the furnishing of eight vehicles to the County of Harnett until 8:00 p.m., January 21, 1974 and no longer; at that time the sealed bids will be publicly opened in the Commissioners room, at the Harnett County Court- house in Llllington, North Carolina. The bid proposal form to be used by the bidder, the specifications for the vehicles, detailed instructions for preparing the bid proposal and the proposed contract between the County and the successful bidder are available in the office of the County Auditor, at the County Courthouse in Lillington, North Carolina, for all interested parties prior to and including the date of the bid opening at any time between 8:00 a.m. through 5:00 p.m. Monday through Friday, except on County observed holidays. Use of the bid proposal form furnished by the County is required. The County of Harnett hereby reserves the right to reject any and all proposals. A bid bond or deposit in the amount of 5% is required by law. A performance bond by the successful bidder is waived. COUNTY OF HARNETT, NORTH CAROLINA By: Chairman oard of Commissioners 233E J BID PROPOSAL Board of County Commissioners County of Harnett Lillington, North Carolina 2754:6' Gentlemen: In accordance with the attached specifications and requirements set forth in the instructions -, we propose to furnish the eight vehicles as follows: FIRST PROPOSAL* Each Vehicle All'Vehicles • Base Price $3t 56.67 $27,653.36 Lass Federal Taxes 13.90 111.20 Net Price including N.C. Sales Tax $3511.63 $2s'(iO3.O4 Itemize N.C. Sales Tax $ 6,86. $550.88 SECOND PROPOSAL (Optional)' Base Price $ 3590.17 $ 28.721.36 Less Federal Taxes 13.90 111.20 Net Price including N.C. Sales Tax $ 3647,79 '$ 20,102.32 Itemize N.C. Sales Tax $ 71.52 $ 572.16 *NOTE: The First proposal should be the one with the lowest Net Price. OTHER INFORMATION REQUESTED IN THE ATTACHED INSTRUCTIONS. 1. Model and Style. (See paragraph C. 7. of the instructions.) The model and style of the cars bid above is: a. For First Proposal BEL AIR FOUR DOOR SEDAN b. For Second Proposal TYPAT.A FnTJR nnOn SEDAN 2. Delivery. (See paragraph C. 8. of the instructions.) The vehicles will be delivered on the followin 4 to THE DATE OF DELIVERY WILL DE'SND ON DATE vF AWARD. APPhOA � T;;.tLLY 8 WEEKS FROM A7 ARD PATE. a. First Proposal APPROXIMATELY flARCH 26, 1974 b. Second Proposal Ao2POYTTTr,T Y MARCH 26. 1074 3. Performance./ (See paragraph C. 9. of the instruct'ions.) The manufacturer for the vehicles represents the esti Me mated miles per gallon under average conditions to be: el economy v rle listed below were determined from tests conducted by the nv'_. ronrentala ;rFintiPilopo:s's-Fy• 9 Miles Per Gallon b. Second Proposal 9 miles Per Gallon The miles per gallon performance for vehicles of the 5000 lb. weight catagory is 9 riles per mallon. These results were developed using the latest procedure which sir,':ates computer type" driving. They are"not indicative of highway type driving. The actual f u1 economy of this vehicle will depend on factors such as individual a riving habits, r:airtenance conditions of the vehicle, and optional equipnorit rcen. Additional in"ormatinn on fuel economy is available from your Dealer & t U.S. Tn'ironment=l Protection Agency, Washington, D.C. 20460. Peas$ see arv4_ s Statement". -2- 4. Quality. (See paragraph C. 10. of the instructions before answering paragraph a and b below.) a. The following ,features on the cars exceed ml,nimum specifications as indicated. 233 c (1) First Proposal: Ti t l a all windows ' r! ,• „ r unr.ei °4e1. Our bid inc'ades acce ;snry front ;. n(1 rer_ r floor mats, (2) Second Proposal: 'Nro..nrl doss, in all ;!i'.,h -r :; ;lcls.- I.rea. r ^.' I -fir 'lil arTifinsteLA of ?l' c:, s ',-)ecified. fl':r bid inclnries accessnry front and rear floor.mats b. The following additional information is provided: (1) First Proposal: (a) Seats (here describe springs and padding). See rxrrnle 'Jashablc 'nit' -'n2 Trim- fl" t"ne s.. __no -f otton !: Approx. r nt, of rel r!nd n01-7 'rnt_.ne. See Bid'iers (b) Transmission (here specify the exact type).,,--"-" t• 'i:P';tflh _ t1 -�: 350.. 'll_'y 3 flpe,d a '.Lori' t] c -r —The add lt- nr.r'VC.ri 7":r, a5 COrrr ;i' '1 t'rtn Snee^ ulltnr : to csx ' nr'iS lr ,`roved f lel axon 4- better rnr torranc: by rnre efficient icient 'Ise o] enp^.ne Lor a: t }lr'.l all ranges (2) Second Proposal: (a) Seats (here describe springs and padding). ^-^ Tlxarple Yah }sable .I'fly- d v ?n ^] t r'l f1- rl „!, }.nr 1 i!•nn_•l•nr '[''inc steel c -'"ion ar.1 F1'nr'n: 4 inch Pour nr.ddinrr,f or mol'led gR noly!rot7mane-:to21 seat and o1C .xost l r tr'e '1. Lh this adrl7t-i ona]. teAdinr.; nrovirle resilient s'Innort ` oi' drivers Pass. (b) Transmission (here specify the exact type).See Bidders :rben, dramatic 350. "i117 3 07,2erl tor: tic. The adr lt]onal forward :ement 1 l n r 1 t sir rel 7-,(Jar, ;:5 c mr_reC t0 2 Sr_nC _]trC�a t] :i a._Or.S J.i 1'O� 1 °] .^."C[i Vlr., ir ` nt ter rerforn:.nce by : ore e2 f iclent use or e: Ir.0 l.vl : c t.'.: a .11 . Gn;res. 5. Bid deposit of 5% of the amount of•the bid or a bid bond as required by the bid invitation and instruction D.3.(a) is attached as follows: (check the applicable box) [1 - Cash. d - Cashiers Check. 427 - Certified Check on a qualified bank or trust company. a' - Bid Bond (Corporate Surety Bond). :.a :.�...:: ... a,1+'•01 233 D -3- 6. Also please find attached: (check the applicable boxes). Standard Warranty (Requ D. 3(b).) Bidder's Statement (Opt Manufacturers Brochure fired- -See Tonal- -See (Optional- 7. I have read a copy of the attached the undersigned and the County and willing to execute the same if the said firm. .I also understand that SEALED. TRADE Name of Bidder: .By . . Address: Business Phone: instruction C.1. and instruction 4LL (a). -See instruction,2t.4. contract to be executed by the undersigned firm is County awards the bid to THIS BID PROPOSAL MUST BE 3P CK CHEVROLET CO.,- INC.. LII-L ,m3-4061 Attachments 1. Attachment #1 - Specifications. 2. Attachment #2 Instructions. 3. Attachment #3 - Proposed Contract., 4. Other attachments: See paragraphs 5 and 6 above. L• /9 233 E I. The following is Attachment #1 to Bid Proposal: Specifications for County Cars. General Engine Dimensions Electrical System Transmission Brakes Steering Lube Fittings Accessories Wheels and Tires Model SPECIFICATIONS FOR COUNTY CARS These specifications are intended to describe . the minimum requirements for 4 -door sedans, to be used by Harnett County. V -8, water cooled, 2 barrel, 350 to 400 or more cubic inches, carburetor air cleaner replaceable type oil filter, fuel filter mounted on gas line. Wheel base 120' minimum. 12 volt system - 70 AMP Battery Alternator, minimum 60 AMP. Accessory position on ignition switch. Fully automatic, 3 speed. Power, front diso brakes. Power Steering. Car shall be equipped with lubrication fittings. Air conditioner, front and rear turn signals self cancelling, automatically operated back up lights, dual sun visors, arm rests on both front doors, 2 -speed electric windshield wipers with washers, floor mats, remote control on outside rear view mirror on drivers side, two - way glare proof inside mirror, safety belts on two positions on front seat, with retractors. Cigarette lighter, dealer undercoated, tinted windshield, washable upholstery (vinyl), heavy duty fresh air heater and defroster, padded dashboard and door actuated courtesy light. Five (5) 15 inch wheels and G 76 15 type 4/2- ply tires, belted. 1974. 4 233 F The -following to Bidders. is ATTACHMENT #2 to Bid Proposal: Instructions INSTRUCTIONS .TO BIDDERS A. GENERAL: This specification is intended to cover eight (8) four door sedans to be used by the Harnett County .Sheriff's Department for patrol & pursuit work. The vehicles furnished under this bid must be manufacturer's latest model-. All bidding will be handled in accordance with N.C.G.S. 143".129, B. SERVICE REQUIREMENTS: Each vehicle must be completely serviced by a local dealer before delivery to the County.;. This shall_ include the following: 1. Complete lubrication. 2. Filling crankcase with oil. 3. Filling oil bath cleaner. 4. Adjustment of engine to proper operating conditions.- 5. Inflating tires to correct pressure. 6. Careful check to assure perfactHePeration of all Mechanical fixtures. 7. Cleaning of vehicle and removal of,unnecesearY tags, stickers, paper, etc. C. OTHER REQUIREMENTS: 1. ataadard_warranty as furnished by the manufacturer-must be include& with your bid for:evaluation. 2. Before delivery of vehicles to thaCounty„ all necessary papers to secure title and invoices for payment are to be submitted to the Harnett County .Auditor,-. - 3. The County requires that tbeUnit be completely assembled, serviced, adjusted, and all equipment including standard and optional equipment be installed and the unit made ready for continuous operation. 4. Bids mu meet minimum specificaticlis4 features that exceed minimum specifflarions.may be shown in paragraph 4 of the bid proposal form entitled Quality. 5. Bidder's signature on Wid proposal will be considered as evidence of his,intention to-comply with all conditions as herein set forth. 6. To protect Harnett County, biddere mUst guarantee that the 1pment offered is standard, new equipment, the latest model 5gular stock product; with-Tarts regularly-usedfor the type of vehicle offered, that such parts are all in production and none likely to be discontinued; also, that no attachment or part has been substituted or applied contrary to :manufacturer's recommendation and standard practide, and that the Manufacturer's standard guarantee against defects in design, material or work- manship apply on the. equipment delivered. (Note: “.:The terms of this guarantee become part of the contractWben executed.)',. 2.1.4• . ,p,itlys,„44”; P.V”Ett.1.-K7fF • 'I • :` ;•e; • a/ -2- 7. Model and Style is requested on the Bid Proposal form. (Soe paragraph #1 of Bid Proposal Form.) 8. Delivery. The delivery date is requested on the bid proposal form. (See paragraph #2, Bid Proposal Form.) 9. Pa'formance. The estimated miles per gallon under average driving conditions is requested. (See paragraph #3, Bid Pro- posal form.) 10. Quality. It is requested that the bidder list features that exceed minimum specifications so these may be considered; it -- is also requested that a description of the springs and_ padding in the seats of the car be furnished and that the Sxact-ikihCf transmission be described. D. PREPARATION OF BID PROPOSAL 1. Please use the Bid Proposal form supplied so that all required information will be submitted. 2. Make sure that your bid proposal is sealed; a failure to seal the bid will result in rejection of the bid. 3. The following documents must be attached to the bid proposal. (a) Bid Security (Bond or check - -See paragraph 5 of the Bid Proposal). North Carolina General Statute 143 -129 provides: "No proposal shall be considered or accepted by said board or governing body unless at the time of its filing the same shall be accompanied by a deposit with said board or governing body of cash, or a cashiers check, or a certified check on some bank or trust company insured by the Federal Deposit Insurance Corporation in an amount equal to not less than five percent (5 %) of the proposal. In lieu of making the cash deposit as above provided, such bidder may'file a bid bond executed by a corporate surety licensed under the laws of North Carolina to execute such bonds, conditioned that the surety will upon demand forth- with make payment to the obligee upon said bond if bidder fails to execute the contract in accordance with the bid bond, and upon failure to forthwith make payment the surety shall pay to the obligee an amount equal to double the amount of said bond. This deposit shall be retained if the successful bidder fails to execute the contract within 10 days after the award or fails to give satisfactory security as required herein." (b) Standard Warranty. See paragraph II. C.(1) above. ,.,rt �. ,. 233 4. The following documents may at the bidders option be attached to the bid proposal. (a) Bidders Statement. A paper writing -by the, bidder explaining any feature on his cars that ha•believes should be emphasized with respect to performance and quality. (This is optional and is supplementary to the specific information requested in paragraphs 1 through 4 of the Bid Proposal:) (b) Manufacturers Brochure. 5. Bid Proposal Form. (a) Completion of all blanks on the bid proposal that relate to price is mandatory-. (b) The information in paragraphs 1 through 4 of the bid proposal form is requested and will be used by the Commissioners in considering such factors as possible resale value, time of delivery, performance and quality. (See.instruction II C.7. through C.10. above.) The form must be duly executed by the bidder. (0) SEAL: 111. Attdchtncnt °; to Bid Proposal: Proposed Contract (to be executed if the County accepts the bid proposal). NORTH CAROLINA HARNETT COUNTY CONTRACT THIS CONTRACT, made and entered into this 4th day of February , 1974, by and between the County of Harnett, a body politic and Brock Chevrolet Co., Inc. Lillington, N. C. as follows: WITNESSETH: THAT WHEREAS bids were received by the County of Harnett for eight cars up until 8:00 p.m., January 21, 1974; and WHEREAS all sealed bids presented pursuant to the invitation to bids were opened at that time in the Commissioner's meeting room at the Courthouse in Lillington, North Carolina; and - WHEREAS the County accepted the kkjtsrk/second proposal shown on the bid proposal form submitted by the undersigned dealer or firm on the 21st day of January 1974; NOW, THEREFORE, for and in consideration of the premises the parties agree: 1. That the County has accepted the proposal designated as the second proposal on the bid proposal form. first /second 2. That the dealer or firm will furnish said vehicles in accordance with his signed proposal which includes the attached specifications and further requirements set forth in paragraphs A, B and C of the instructions attached to the Bid- Proposal. 3. That said bid proposal signed by the undersigned dealer or firm, along with attachment #1 (Specifications) and Attachment 112 (Instructions) is incorporated herein by reference and made a part of this Contract. This 4th day of February , 1974. H.D. Carson, Jr.,Clerk toithe Board COUNTY OF HARNETT By: Name of Firm 23 r BROCK CHEVROLET CO., INC.. Main Street Lillington, N. C. 27546 Phone: 893 -4861 TRANSLISSION ON DEL AIR AND IMPALA ARE IDENTICAL:- In addition to the information given under 4. b. (1) gc (2) of DID F QPOSAL;we offer the following: six position selector on the steering column provides the follo;rin°^ ranges: Park (P), Reverse (R), Neutral (N) Drive (D) Low two (L2), and Low One (11). Moving the selector to L2 locks out third rear entirley with automatic shifting between first and - second ears. The transmission is locked to low gear when Ll is selected. Automatic shifting schedules are controlled by a vacuum modulator instead of the mechanical linkages used in other designs. This allows smoothers, shifts by 'tsensingt' engine vacuum che.nes., Bel .air Vinyl Seat Material Impala Vinyl Seat. Material Chevelle SS 454 We Want Your New Chevrolet To Be The Best Car You Ever Owned! Monte Carlo pat R7t, BROCK CHEVROLET CO., INC.233 K Main Street Lillington, N. C. 27546 Phones 893 -4861 IL.1 CP, IS ALT YOU PAY* -°V0.LUE IS WHAT YOU GET rr ; 1.1 0:u,,.,T1nN IS 'TiJ IN PR(nM THE CURRENT (JAPURRY) ruM EuS AS CCI' TI(N USED CAR GUIDE "FOR C" NCIPflR,.TI('N CN " VII ri'L;5 ?0it THE LISTED BRANDS OF CJ:RS. ALL CARS `IENG C' fl v7TI! ..1 I i A!'1ITIONI[JG, LUTFM TIC THAPISh':I`JSICN, ?e.= STfl RIh1O MR ALA FURY III 173 3075.00 3050.00 n -te 1- 1072 2500.00 2400.00 note 2 -1971 2025.00 1825.00 BEL AIR FURY II 1973 2900.00 2875.00 1972 2325.00 2250.00 note 3 - 1971 1900.00 1675.00 BISCAYT 3 FURY 1 . 1973 got built in '73 2700.00 1972 2206.00 2150.00 1971 1800.00 1575.00 GA i An' 500 3075.00 2350.00 1875.00 CUJTohi 500 21'75.00 2175.00 1750.00 CUSTYIi Not built in '73 2075.00 1625.00 n to 1 - Mote t'-at after, the • first year of use values on.•Fury 111 is 400.00 less than Impala. Galaxy 500 is ;„150.00 less than Impala`. ncte 2 - :fter two years Impala value is 20C.00 higher than Fury 111 and Impala is still valued .4_50.00 more than Galaxy 500 after two years. note 3 - a 1971 Sel r:ir sells for :.;225.00, average retail more than a 1971 Fury 11 and the same Del Air average retail price is '; }150.00 mor than ,__tom 500. It is our opinion that you will find that Chevrolet carries the }iYest resale value of any automobile of same year and s&_me equipment. This is ti.e most certain evidence that Chevrolet has the greatest 'aloe of any of tine "Big Three ". (OVIdt PLEASE ` ��_" of is //}St We Want Your New Chevrolet Chevelle SS 454 To Be The Best Car You Ever Owned! 233 L BROCK CHEVROLET CO., INC. Maim Street Lifngton, N. C. 27546 Phone: 893 -4861 A few of the body features include the protective inner panels at both front and rear lap wheel openings. These panels prevent corrosion damage to front wilemix.fenders and rear quarter shoet metal. The Chevrolet is equipped with the cargo guard luggage compartment bulkhead. This all steel welded -in barrier xsnifx isolates passenger area from the luggage compartment and also contributes to greater structural rigidity of the body. & in case of collision, to greater security of nassengers. The double panneled roof has a complete inner panel with built in header and roof rails.. Acoustically engineered perforations in the steel inner tanel as well as the vinyl headlining aid in lowering interior sound level. - The 'body structure of a Chevrolet is particularly acdXaqt adapted to police work from the safety and strength point of view. Roof assembly also includes sound deadening material for greater quiet and comfort inside the passenger compartmen The Chevrolet also goes overboard on comfort and convenience. It offers value- conscious standard features as full coil suspension and improved front and rear Dumper system. Both front and rear bumpers retract on minor impact and hydraulically cushions the shock. These features are important to Drivers who' spend a great part of their working day on the road. The fuel tank on a Chevrolet has a 26 g:.11on capacity facilitating less "fill -ups" per day. The exhaust system -on every Chevrolet is aluminized for longer life and the Chevrolet is equipped with single exhaust for less Rxiamacp "Up- Keep ". Chevrolet remains truly, The Great American Value ". (BROUGHT FORWARD FRONT SIDE) ALSO, PLE::SE NOTE THAT THE IMPALA CONSISTENTLY SELLS FOR 4175.00 T O.RE THAN THE SAME MODEL BEL AIR WITH SAME EQUIPMENT. BROCK CHEVROLET CO., INC.733 M Main Street Lillington, N. C. 27546 Phones 893 -4861 !HV :CLET is equipped with VARI ELE RATIO power steering. This means tat t`:e further to either extreme that the Daum steering wheel is :arned the greater effect on the front wheels; that is, the ratio of steori�g wheel to front wheel. turn is greeter at XX$RXXXXS extremes than at the straight- away position. This centrib :tes to i,re rc5ponsive r:,an.rverability in turns as well as easier parking. Ctering is euicker and requires fewer turns withoit any increase in steering effort or change in straight -ahead road feel. The Chevrolet is equipped with the anti -theft lock system. Mechanism in steering column locks ignition, steering w`-Mel and trbnsrrission selector simultaneously, for greater secutity. The hood release for CHEVROLET is inside the car and cable operated. The lock releases from the instrument panel for adc.ed secuRity and convenience. The battery in a Chevrolet is DELCO, 80 App instead of 70 amp. as s-ecified. The battery is a sealed s i, terminal design energizer. The special bolt recessed terminals are sealed to eliminate the corrosion buildup that causes power loss and possible hard starting on conventional batteries with terminals on the top. Front power disc brakes are equipped with audible wear sensors on brake discs. The rear brake drums are finned for tore rapid heat disieation and improved fade resistance. The flow - through power ventilation system permits effective ventilation with windows closed. The blower fan forces a continuous flow of outside air through the car when the ignition is on. Air temperature can be regulated by heater or air conditioner. Interior air flow is exhausted through special relief valves. This feature maintains fresh comfortable atmosphere in the car at all times, when car is in operation or stopped. Chevelle SS 454 We Want Your New Chevrolet To Be The Best Car You Ever Owned! Monte Carlo STATE OF NORTH CAROLINA COUNTY OF HARNETT In the Matter of: Invitption for liids vs Hoover Adams 233 N / , being duly sworn, says: That he is xuhi iG h r-r of THE DAILY RECORD, a newspaper published at Dunn, Harnett County, North Carolina, and that the attached clipping is a copy of the Notice published in said newspaper for day of December , 197)__, as requ fired by law i#t lie above entitled suit. one successive weeks, commencing witl 21st Subscribed and sworn to before me, this 27th day of Dec. , 197 . Q M /P\ Cut Notar3Public. MY COf +"'SIC ! C "-E ^..:;5'.`. Publisher INVITATION FOR BIDS FOR SALE OF CARS TO THE COUNTY OF HARNETT NORTH CAROLINA COUNTY OF HARNETT Lillington, North Carolina 27546 December 17, 1973 The Board of Commissioners of the County of Harnett, North Carolina, 27546, will receive sealed proposals for the furn- ishing of eight vehicles to the County of Harnett until 8:00 p.m., January 21, 1974 and no longer; at that time the sealed bids will be publicly opened in the Commissioners room, at the Harnett County Courthouse in Lillington, North Carolina. The bid proposal form to be used by the bidder, the specifications for the vehicles, detailed instructions for pre- paring the bid proposal and the proposed contract between the County and the successful bidder are available in the office of the County Auditor, at the County Courthouse in Lillington, North Carolina, for all interested parties prior to and including the date of the bid opening at any time between 8:00 a.m. through 5:00 p.m. Monday through Friday, except on County observed holidays. Use of the bid proposal form furnished by the County is required. The County of Harnett hereby reserves the right to reject any and all proposals. A bid bond or deposit in the amount of 5% is required by law. A performance bond by the successful bidder is waived. COUNTY OF HARNETT, NORTH CAROLINA By:M. H. BROCK Chairman, Board of Commis- sioners 12 -21 Record STATEMENT • el DUNN, N. C. Sold To: Mr. H. D. Carson, Jr. County Auditor . Box 758 L Lillington, N. C. 27546 DATE DATE RUN INCHES DESCRIPTION RATE TOTAL Dec. , 21 1/- 8 Invitation A P I ci Pilr4 . HAS for Bids V D — ------ G AGENI -- ---- 8.00 tn5,./14,7,tc1;;CA3artg