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.