Laserfiche WebLink
4110 DP&O will review the contract with the Debris Removal Contract for compliance with 2 CFR <br /> Part 200.317 through 200.326 to provide additional assurance of the eligibility of the contract for <br /> FEMA reimbursement and will immediately alert the City of any areas that may be suspect in the <br /> contract. <br /> DP&O will ensure that each debris removal contractor crew, whether picking up debris or <br /> addressing hazardous limbs (hangers) or dangerous trees (leavers), is provided with at least one <br /> monitor who is recording the activities on the aforementioned logs and taking photographs to <br /> ensure that FEMA and FHWA reimbursements are not adversely affected. DP&O utilizes an <br /> Automated Debris Management System (ADMS) to ensure greater accuracy and correctness in <br /> the load site as well as debris management site monitoring processes. In addition, DP&O also <br /> utilizes the multi-page debris Load Tickets to ensure that a failure in the ADMS, though unlikely, <br /> does not affect the accurate and complete collection of load site or debris management site data. <br /> 8.10.4 ADMS /Manual Methods <br /> The monitoring process to be used by DP&O for the City that includes both the ADMS and <br /> manual Load Ticket preparation (See Attachment 1 Sample Load Ticket). DP&O will thoroughly <br /> train monitor personnel on the use of the ADMS and the preparation of the load ticket but continue <br /> to do regular in field training to ensure that the monitor activities are operating smoothly. DP&O <br /> 4111 will have a data management technician observing the ADMS data sent to the DP&O Disaster <br /> Claims Management System (WebPR2) to ensure that the ADMS is working properly and field <br /> staff are properly using the equipment. DP&O fully trains the field staff on the requirements <br /> associated with their position, the requirements of debris removal and the need for proper <br /> documentation in accordance with the DP&O forms and tickets that comply with FEMA and <br /> FHWA requirements. <br /> We anticipate that disaster debris removal activities for the City will be derived from the grid/zone <br /> assignments. Areas will be based on priority and accessibility. The zones will be equitably <br /> established to ensure timely progression throughout the affected area. The crew size and resources <br /> will be adjusted or modified as needed during removal phase. DP&O will always seek ways to <br /> improve efficiency during the debris removal process. For example, during debris removal, the <br /> eligible debris may be deemed cost effective to take directly to a permitted landfill for disposal <br /> field. <br /> DP&O will provide one (1) Field Quality Control Staff to oversee the load site monitors. Two <br /> load site monitors will be stationed at each control point per requirements stated in the RFP. This <br /> team will monitor the recovery contracts for contract compliance, efficiency, and regulatory <br /> compliance. The team provide daily feedback and reports to DP&O who will report the feedback <br /> and reports to the assigned representative(s). All Field Team members shall be equipped with <br /> cameras, mobile computers, smartphones, GPS units having an accuracy of three (3) meters, as <br /> well as required safety equipment (hard hat and reflective vest, as a minimum). <br /> Disaster Program &Operations, Inc. Request for Proposals Disaster Debris Monitoring No. 18-04-03 <br /> 62 <br />