My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
ITB 23-04-01 Disaster Debris Management and Disposal Services
SIBFL
>
City Clerk
>
Bids-RFQ-RFP
>
ITB
>
(23-04-01) Disaster Debris Management and Disposal Services
>
ITB 23-04-01 Disaster Debris Management and Disposal Services
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
4/18/2023 12:54:41 PM
Creation date
4/18/2023 12:51:29 PM
Metadata
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
25
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
<br />21 <br /> <br />CITY OF SUNNY ISLES BEACH <br />18070 Collins Ave. | Sunny Isles Beach, FL 33160 <br />305.792.1707 | sibfl.net | Purchasing@sibfl.net <br />CITY OF SUNNY ISLES BEACH <br />18070 Collins Ave. | Sunny Isles Beach, FL 33160 <br />305.792.1707 | sibfl.net | Purchasing@sibfl.net <br />Contractor(s) must submit a final invoice within thirty (30) days of completion of scope of work. Completion <br />of scope of work will be acknowledged, in writing, by the City Debris Manager. The final invoice must be <br />marked “FINAL INVOICE” and no additional payments will be made after the Contractor’s final invoice. <br />3.6 PERSONNEL <br /> <br />Proposing firm shall have a professional staff with the knowledge, skills, and training to monitor the disaster <br />recovery process efficiently and effectively. Extensive knowledge of FEMA, FHWA, NRCS, FDOT, FFWC and <br />other applicable Federal, State or local agency laws, regulations and policies is required. DMC personnel <br />shall carry photo identification, commercial driver’s license, and show same to City personnel at any time <br />upon request. The City reserves the right to request the same of Subcontractors. <br /> <br />DMC shall update the operations report for any changes such as additions or deletions of staff. Any changes <br />in key personnel, such as but not limited to, the Project Manager and Field Supervisors, must be approved <br />by the City. The City retains the right to request personnel replacements. All such positions and applicable <br />hourly rates, inclusive of any associated costs to provide services, shall be listed in the Price Proposal Form, <br />and provided herein as attachment B. Contractor’s TDMS personnel must wear OSHA-required safety <br />equipment whenever at a TDMS and must adhere to all Disaster Debris Collector site safety requirements. <br />Field personnel shall be identifiable with safety vests and vehicle placards. <br /> <br />3.7 EMERGENCY ROAD CLEARANCE <br />Work shall consist of all labor, equipment, fuel, and associated costs necessary to clear and remove debris <br />from City roadways, to make them passable immediately following a declared disaster event. All roadways <br />designated by the City’s Debris consultant and Contract Manager shall be clear and passable within seventy <br />(70) working hours of the issuance of Notice to Proceed from the City to conduct emergency roadway <br />clearance work. This may include roadways under the jurisdiction of other governmental agencies under <br />the legal responsibility of the City. Clearance of these roadways will be performed as identified by the City’s <br />DMC. The Contractor shall assist the City and its representatives in ensuring proper documentation of <br />emergency road clearance activities by documenting the type of equipment and/or labor utilized (i.e., <br />certification), starting and ending times, and zones/areas worked. <br /> 3.7.1 TIME-AND-MATERIALS <br />Time-and-materials contracts may only be used when the scope of work necessary to achieve an outcome <br />is unknown. The FEMA PA Program will typically only reimburse the City for a time-and-materials contract <br />for eligible debris clearance during the first 70 hours of work following a declared disaster. After the first <br />70 hours the services performed under this Contract element will be compensated using Attachment B – <br />Once the first push is accomplished, rates will be compensated using the CY rates – Schedule 2. <br />3.8 DEBRIS REMOVAL FROM PUBLIC RIGHTS-OF-WAY <br />As identified and directed by the City, DMC shall provide all labor, services, equipment, materials, and <br />supplies necessary to collect Vegetative Debris and Mixed Debris from the City’s rights-of-way and public <br />property. DMC shall haul all debris to designated TDMS(s) or other temporary staging areas, disposal sites, <br />or recycling centers, as determined by the City Debris Monitor Consultant. DMC shall segregate all debris <br />to the extent practical. <br /> <br />3.9 ROW VEGETATIVE DEBRIS REMOVAL <br />Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and other associated <br />costs necessary to pick up and transport eligible disaster-related vegetative debris existing on the City ROW
The URL can be used to link to this page
Your browser does not support the video tag.