My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
2020 BV Original Bid Forms 1 - Option B
SIBFL
>
City Clerk
>
Bids-RFQ-RFP
>
ITB
>
(20-08-01) City Landscaping Services (With Hyperlink to Option B)
>
Responses
>
2020 BV Original Bid Forms 1 - Option B
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
10/2/2020 1:43:57 PM
Creation date
10/2/2020 1:41:30 PM
Metadata
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
55
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
`"Y OF SUN P*" <br />F. The eligible hazardous stump shall be transported to the City's DMS or to the City's designated <br />final disposal site. <br />G. Stumps measuring less than twenty-four (24) inches in diameter, measured twenty-four (24) <br />inches above ground, which require extraction shall be converted to a cubic yard measurement by <br />the conversion table included in the FEMA FP 104-009-2, Appendix E, Stump Conversion Table. <br />H. Stumps which are placed on the authorized ROW by others shall not be eligible for hazardous <br />stump unit pricing. Stumps placed on the ROW by others shall be treated as vegetative debris and <br />reimbursable at the vegetative debris unit pricing. <br />M20 -L25 EQUIPMENT <br />Prior to start of work, the Monitoring Contractor and the City will perform the certification of each <br />vehicle engaging in the services specified within this bid. Certification forms will indicate the type <br />of vehicle; make; model; license plate number; Project Manager Equipment number; measured <br />maximum volume, in cubic yards, of the load bed of each piece of equipment to be utilized to <br />transport debris; and any other information necessary to comply with Federal or State <br />requirements. Under no circumstances will the Contractor(s) mix debris hauled for others with <br />debris hauled under this contract. Per FEMA Recovery Policy RP9523.12, mechanically loaded <br />vehicles are preferred for debris removal. Hand -loaded vehicles are prohibited unless pre - <br />authorized, in writing, by the Contract Manager or Debris Monitor. The observed capacity of all <br />hand -loaded trucks and trailers shall be reduced by fifty percent (50%) to account for low <br />compaction. All trucks and other equipment must be in compliance with all applicable local, state <br />and federal rules and regulations. Any truck used to haul debris must be capable of rapidly <br />unloading its contents without the assistance of other equipment, be equipped with a tailgate that <br />will effectively contain the debris during transport and permit the truck to be filled to capacity. <br />Under no circumstances will the Contractor(s) mix debris hauled for others with debris hauled <br />under this contract. <br />M26 DEAD ANIMAL CARCASSES <br />Work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs <br />necessary to collect, transport and dispose of dead animal carcasses. Including, but not limited to, <br />dead livestock, poultry and large animals, in any permissible manner consistent with Federal, State <br />and local laws and regulations. <br />END OF SECTION <br />City of Sunny Isles Beach I ITB 20-08-01 Right -of -Ways and Facilities Landscape Maintenance Services <br />
The URL can be used to link to this page
Your browser does not support the video tag.