Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members

Attachments


Agenda Item #____1____





Columbus Consolidated Government

Council Meeting



December 7, 2004





Agenda Report #____46____





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) EXCAVATORS ? RFB NO. 05-0023



It is requested that Council authorize the purchase of one (1) hydraulic

mini-excavator from Tractor & Equipment Company in the amount of $34,602.00.



The excavator is an additional piece of equipment and will be used by the

Rainwater Division of the Public Services Department for cave-in repairs,

digging ditches and repairing and replacing underground pipe.



Thirty-nine bid invitations were mailed. Five bids were received on October

27, 2004. This bid has been advertised, opened and reviewed. The bidders were:



See Attached Tab:



1 Per the Fleet Manager, the tail swing radius of the mini-hydraulic excavator

proposed by United Rentals failed to meet specifications. Written notification

has been forwarded to the vendor.



2 Per the Fleet Manager, the engine, fuel tank, drawbar pull, digging reach and

track gauge of the mini-hydraulic excavator proposed by Yancey Brothers failed

to meet specifications. Written notification has been forwarded to the vendor.



3 Ditch Witch of Albany failed to include the required acknowledgement of

Addendum No. One. Therefore, the vendor?s bid was deemed incomplete.



Funds for the excavator are budgeted in FY05 Budget, Sewer Fund ? Public

Services ?Sewer Maintenance - Off Road Equipment; 0202-260-3210-SWRM-7725.



* * * * * *



(B) HYDRAULIC TRASH LOADER ? RFB NO. 05-0031



It is requested that Council authorize the purchase of one (1) cab and chassis

from Bill Heard Chevrolet in the amount of $48,908.00; and one (1) hydraulic

trash loader body from Heil South, in the amount of $33,778.00.



The truck is a replacement vehicle and will be used by the Solid Waste Division

of the Public Services Department to pick up trees, yard waste and white goods

throughout the City.



One hundred, seventy bid invitations were mailed. Ten bids were received on

October 20, 2004. This bid has been advertised, opened and reviewed. The

bidders were:



See Attached Tab:



Funds are budgeted in FY05 Budget, Integrated Waste Management Fund - Public

Services ? Solid Waste Collection ? Heavy Trucks; 0207-260-3510-GARB -7723.



* * * * * *



(C) METAL ROOF RESTORATION AT M. R. SERVICE CENTER ? RFB NO. 05-0010



It is requested that Council authorize the execution of a contract with South

Georgia Coatings (Douglas, GA) for roofing services in the amount of

$58,000.00. The contractor will provide all labor, equipment and materials to

install a new elastometric restoration system to existing structural metal roof

at Columbus Mental Retardation Services Center. The work includes:



? Cleaning and properly preparing existing metal roof system.

? Spraying or brushing rubberized base coat over entire roof system.

? Spraying or brushing custom colored top metal restoration coating

over rubberized base coat.



Fifty-three bid invitations were mailed. A Mandatory Pre-Bid Conference/Site

Visit was held on September 28, 2004; nine vendors were in attendance. The

original bid due date was October 20, 2004, however no bids were received. The

bid due date was extended, and one bid was received from South Georgia Coatings

on November 4, 2004. This bid has been advertised, opened and reviewed.



Funds are budgeted in FY05 Budget, Public Services ? Other Maintenance/Repairs,

Building Maintenance-General Government, New Horizons Buena Vista Road;

0101-260-3710-REPA-6529,04.



* * * * * *



(D) FURNITURE FOR PUBLIC DEFENDER?S OFFICE



It is requested that Council approve the purchase of furniture for the Public

Defender?s Office from Malone Office Equipment Company in the amount of

$90,086.35. The purchase will be made via Georgia State Wide Contract

#S-030748, for which Malone is an authorized vendor.



The furniture includes conference tables/chairs, bookcases, desks, chairs, etc?

and will be used to furnish the renovated offices of the Public Defender.



Funds are available in the FY05 Budget; Public Defender ? Furniture;

0101-520-1000-7761.



* * * * * *



(E) ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING IN COLUMBUS, GEORGIA ? RFP NO.

05-0001



It is requested that Council authorize the execution of a contract with J-Quad

& Associates, LLC, to provide an analysis of impediments to fair housing in

Columbus.



As part of the Consolidated Plan in the Budget Year 2007, the Community

Reinvestment Division will have to provide a summary of the Analysis of

Impediments to Fair Housing in Columbus, Georgia. Upon the compilation of all

data, J-Quad & Associates, LLC, will analyze the data and report findings to

the Community Reinvestment Division. These impediments are not just dealing

with programs funded through federal funds, but impediments to all housing

activities within the City.



J-Quad & Associates, LLC, shall report findings based on the compilation and

analysis of data listed in the following categories:



A. Review of relevant public policies & practices and their impact on

fair housing.

1. Zoning

2. Subdivision Regulations

3. Building Codes

4. Housing Programs

5. ADA/504 Compliance

6. Predatory Lending

B. Information on institutional practices in the housing industry

1. Real estate practices

2. Rental Market

3. Lending/Mortgage

4. Residential Residency Requirements

5. Advertising

6. MLS/Boards of Realtors & Realist

7. Home Appraisals

8. Locations of Mortgage Loans

C. The nature and extent of fair housing complaints, violations or suits

against the jurisdiction.

D. Information on racial violence and the degree of segregation.

E. Housing Profile

F. Maps to show the various demographic patterns, housing patterns, and

commercial industrial development.

G. Employment and Transportation Profile

H. Demographic Data and Income



Requests for proposals were mailed to one hundred and twelve vendors, and this

RFP has been advertised. Proposals were received on September 10, 2004, from

five offerors:



J-Quad & Associates, LLC (Dallas, TX)

Ardinger Consultants & Associates (Columbia, MD)

Metro Fair Housing Services, Inc. (East Point, GA)

Optimal Consultants (Columbus, GA)

Ross+Associates (Atlanta, GA)



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from the Department of Community Reinvestment.



The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP there is no formal opening, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, negotiations will begin

with the next responsive offeror. Evaluation results and cost information has

been submitted to the City Manager in a separate memo, for informational

purposes.



Funds are budgeted in FY05 Budget, Community Development Block Grant Fund ?

Neighborhood Redevelopment, Contractual Services; 0210-130-3450-RDEV-6319.



* * * * * * *



(F) GIS MAPPING SOFTWARE MAINTENANCE AND SUPPORT



It is requested that Council authorize payment to ESRI, Inc., in the amount of

$11,689.04 for maintenance and support of the GIS mapping software used by the

Engineering Department.



The maintenance and support is required for the following:

-Three ArcInfo licenses, used for editing and maintaining our tax parcel,

streets, zoning and landuse GIS databases.



- Two ArcCOGO extension licenses, also used for editing and maintaining our tax

parcel, streets, zoning and landuse GIS databases.



- One ArcIMS Server License, used for serving our database to city employees

via web browser.



- Five ArcView Licenses, used for generating maps, tax and zoning atlases from

our GIS database.



- One ArcSDE License, used for management of tax parcel, streets, zoning,

landuse and aerial photography GIS databases.



The software was originally purchased from ERSI, the developer of the software;

therefore the vendor is considered an only known source to provide the

maintenance and support.



Funds are budgeted in FY05 Budget, Engineering ? GIS - Software Lease;

0101-250-2400-6541.



* * * * * *



(G) SUPPLEMENTAL EMS COVERAGE (ANNUAL CONTRACT) ?

RFP NO. 05-0005



It is requested that Council approve the contract for Supplemental EMS Coverage

from Care Ambulance Service and Mid-Georgia Ambulance Service.



Due to military activations, sickness, injury, operational commitments, special

events, etc., a need exists to staff more advanced life support units

(ambulances) than Columbus Fire/EMS can provide. Therefore, Supplemental EMS

Services are required to assist the Columbus Fire/EMS Department above and

beyond the normal mutual aid agreements described by the State.



The contractors shall upon notification by Columbus Fire/EMS, shall provide

state certified advanced life support ambulances staffed with a minimum of one

Georgia certified paramedic and one Georgia certified EMT-I in a timely manner

as determined by Columbus Fire/EMS. The number of ambulances required may vary

based on the operational needs at the time of the request.



While operating under this agreement the contracted vendor shall operate from

locations maintained by Columbus Fire/EMS. This procedure is to insure the

appropriate posting of ambulances throughout the community for the timeliest

response to emergency situations. While operating from these facilities the

contractor?s personnel are subject to the rules, regulations, policies,

procedures, and standard of conduct of Columbus Fire/EMS. The successful

vendor (s) shall bill the patients and follow the guidelines below:



1. Accept assignment from all third party payers/insurance carriers.

This includes, but is not limited to, Medicare, Medicaid and Champus.

2. Agree to recognize and write-off all third part payers/insurance

carriers? contractual allowances, billing the patient for policy deductibles

and co-payments.

3. Agrees to bill the patient for any amount legitimately denied

reimbursement by a third part payer/insurance carrier. This includes, but

is not limited to, no coverage at time of service, service not a covered

expense, dependent not covered, etc.

4. Agrees to bill and accept assignment for any secondary

payers/insurance carriers.

5. Agrees to accept and bill self pay patients. Also agrees to

establish time payment plan when necessary.

6. Agrees to follow all HIPAA policies and procedures.

7. Agrees to maintain historical medical and billing data for seven (7)

years to insure legal compliance.

8. Medical Director shall be a Board Certified ER Physician.

9. Shall participate in a quality assurance program with

representatives of Columbus Fire and EMS to regularly examine the operational

effectiveness and quality of care delivered under the term of this agreement.

10. Shall at their expenses, procure and maintain on each ambulance 800

MHZ radio equipment to provide direct communication with Columbus Fire and

EMS units and the 911 Dispatch Center.

11. Shall maintain 84% response time compliance within 8 minutes from

time of dispatch to arrival on scene.

12. Shall maintain liability insurance (1 million dollars per

occurrence with a 5 million dollar cap),



The initial term of the contract shall be for no more than two (2) years,

beginning January 1, 2005. The City reserves the right to renew the contract

as needed, until staffing for Columbus Fire and EMS is back to normal standards.



Request for proposals were sent to three vendors and the RFP has been

advertised. Two proposals were received, October 4, 2004 from the following

offerors.



Mid-Georgia Ambulance Service (Macon, GA)

Care Ambulance Service (Phenix City, AL)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from Columbus Fire & EMS Department and Finance Department.

During the evaluation process, the committee unanimously deemed both Care

Ambulance Service and Mid-Georgia Ambulance Service responsive to the RFP. The

committee recommended award of the contract to both vendors due to the coverage

requirements. Current personnel shortages required the City to enter into a

temporary agreement with both vendors, on a temporary basis through December

31, until the RFP process could be completed. Both vendors are currently

providing the service on a temporary basis with two ambulances each. During

this interim service period the track record has shown that a single vendor

would not be able to provide the total service requirements to cover the needed

areas.



The committee recommended award of the contract to both vendors due to the

coverage required; it is determined that no one vendor can provide the needed

coverage. Both vendors are currently providing the service on a temporary

basis with two ambulances each. The track record has shown that one vendor

would not be able to meet the performance requirements. The RFP process is

governed by the City?s Procurement Ordinance Article 3-110, Competitive Sealed

Proposals for the procurement of Equipment, Supplies and Professional

Services. During the process of an RFP there is no formal opening, due to the

possibility of negotiated components of the proposal. In the event Council

does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offerors, the RFP will be

re-advertised and a new process will begin.



Evaluation results have been submitted to the City Manager in a separate memo

for information purposes.



?ITEM A?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) HYDRAULIC MINI-EXCAVATOR FROM

TRACTOR & EQUIPMENT COMPANY IN THE AMOUNT OF $34,602.00.



WHEREAS, The excavator is an additional piece of equipment and will be

used by the Rainwater Division of the Public Services Department for cave-in

repairs, digging ditches and repairing and replacing underground pipe.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:



That the City Manager, or his designee, is hereby authorized to purchase one

hydraulic mini-excavator from Tractor & Equipment Company in the amount of

$34,602.00. Funds for the excavator are budgeted in FY05 Budget, Sewer Fund ?

Public Services ?Sewer Maintenance - Off Road Equipment;

0202-260-3210-SWRM-7725.



______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM B?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE CAB AND CHASSIS FROM BILL HEARD

CHEVROLET IN THE AMOUNT OF $48,908.00; AND ONE (1) HYDRAULIC TRASH LOADER BODY

FROM HEIL SOUTH, IN THE AMOUNT OF $33,778.00.



WHEREAS, The truck is a replacement and will be used by the Solid Waste

Division of the Public Service Department to pick up trees, yard waste and

white goods throughout the City.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:



That the City Manager, or his designee, is hereby authorized to purchase one

(1) cab and chassis from Bill Heard Chevrolet in the amount of $48,908.00; and

one (1) hydraulic trash loader body from Heil South, in the amount of

$33,778.00. Funds are budgeted in FY05 Budget, Integrated Waste Management

Fund - Public Services ? Solid Waste Collection ? Heavy Trucks;

0207-260-3510-GARB -7723.



______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH SOUTH GEORGIA

COATINGS (DOUGLAS, GA) FOR ROOFING SERVICES IN THE AMOUNT OF $58,000.00.



WHEREAS, The contractor will provide all labor, equipment and materials to

install a new elastometric restoration system to existing structural metal roof

at Columbus Mental Retardation Services Center.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager, or his designee, is hereby authorized to execute a

contract with South Georgia Coatings (Douglas, GA) for roofing services in the

amount of $58,000.00. Funds are budgeted in FY05 Budget, Public Services ?

Other Maintenance/Repairs, Building Maintenance-General Government, New

Horizons Buena Vista Road; 0101-260-3710-REPA-6529,04.

______________________________





Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM D?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE PURCHASE OF FURNITURE FOR THE PUBLIC DEFENDER?S

OFFICE FROM MALONE OFFICE EQUIPMENT COMPANY IN THE AMOUNT OF $90,086.35.



WHEREAS, The purchase will be made via Georgia State Wide Contract #S-030748,

for which Malone is an authorized vendor; and,



WHEREAS, The furniture includes conference tables/chairs, bookcases, desks,

chairs, etc?and will be used to furnish the renovated offices of the Public

Defender.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager, or his designee, is hereby authorized to purchase

furniture for the Public Defender?s Office from Malone Office Equipment Company

in the amount of $90,086.35. Funds are budgeted in FY05 Budget, Public

Defender - Furniture; 0101-520-1000-7761.

______________________________





Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ________________________, 2004 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM E?



A RESOLUTION



NO.___________





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH J-QUAD & ASSOCIATES,

LLC, TO PROVIDE AN ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING IN COLUMBUS.



WHEREAS, an RFP was administered (RFP No. 05-0001) and five proposals were

received; and,



WHEREAS, the proposal submitted by J-Quad & Associates, LLC, met all proposal

requirements and was evaluated most responsive to the RFP.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager, or his designee, is hereby authorized to execute a

contract with J-Quad & Associates, LLC, to provide an analysis of impediments

to fair housing in Columbus. Funds are budgeted in FY05 Budget, Community

Development Block Grant Fund ? Neighborhood Redevelopment, Contractual

Services; 0210-130-3450-RDEV-6319.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM F?



A RESOLUTION



NO.________________



A RESOLUTION AUTHORIZING PAYMENT TO ESRI, INC., IN THE AMOUNT OF $11,689.04 FOR

MAINTENANCE AND SUPPORT OF THE GIS MAPPING SOFTWARE USED BY THE ENGINEERING

DEPARTMENT.



WHEREAS, The maintenance provides support for various modules of ARCINFO

software used for GIS mapping purposes; and,



WHEREAS, The software was originally purchased from ERSI, the developer of the

software; therefore the vendor is considered an only known source to provide

the maintenance and support.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager, or his designee, is hereby authorized to make payment to

ESRI, Inc., in the amount of $11,689.04 for maintenance and support of the GIS

mapping software used by the Engineering Department. Funds are budgeted in

FY05 Budget, Engineering ? GIS - Software Lease; 0101-250-2400-6541.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of _________________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





____________________________________ __________________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor

?ITEM G?





A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH CARE AMBULANCE AND

MID-GEORGIA AMBULANCE TO PROVIDE SUPPLEMENTAL EMS COVERAGE.



WHEREAS, an RFP was administered (RFP No. 05-0005) two proposals were received;

and,



WHEREAS, the proposal submitted by Care Ambulance and Mid-Georgia Ambulance met

all proposal requirements and were evaluated responsive to the RFP; and,



WHEREAS, the initial term of the contract shall be for no more than two

years, beginning January 1, 2005. The City reserves the right to renew the

contract as needed, until staffing for Columbus Fire and EMS is back to normal

standards.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager , or his designee, is hereby authorized to execute a

contract with Care Ambulance and Mid-Georgia Ambulance for Supplemental EMS

Coverage.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor







DATE: December 7, 2004



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids

December 8, 2004

1. Food Vendors at METRA?s Transfer Station (Annual Contract) ? RFB No.

05-0038

Scope of Bid

Contract with multiple vendors to provide portable food and beverages for

METRA?s customers at the Transfer Station. The term of contract shall be for

one year, with the option to renew for two (2) additional twelve-month

periods. Contract renewal will be contingent upon the mutual agreement of the

City and the Contractors.



December 10, 2004

1. Red Light Enforcement System (Annual Contract) ? RFP No. 04-0024

Scope of RFP

Furnish, install, implement and maintain an automated red light enforcement

system for the City of Columbus, Georgia. The contract will run for one (1)

year from the award date with provision to renew in one (1) year intervals for

three (3) additional years based on satisfactory compliance.



December 15, 2004

1. Top Dresser ? RFB No. 05-0024

Scope of RFP

Provide one (1) turf top dresser to be used by the Park Services

Division.



2. Turf Aerator ? RFB No. 05-0025

Scope of RFP

Provide one (1) First Products Model AE60 (or equal) turf aerator with

attachments to be used by the Park Services Division. The turf aerator shall

have and be capable of the following; seeder, rollers, rack & brush to get

surface fracture in the root zone with minimal surface disruption, prepare soil

for seeding or sodding, blend or add soil additives to fields.



December 29, 2004

1. Silt Removal at Lake Oliver ? RFB No. 05-0009

Scope of Bid

The City wishes to obtain silt removal services for Lake Oliver. The amount of

silt to be removed is approximately 15,000 yards.
Back to List