My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
2005-290a
CBCC
>
Official Documents
>
2000's
>
2005
>
2005-290a
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
8/1/2016 2:13:57 PM
Creation date
9/30/2015 9:03:57 PM
Metadata
Fields
Template:
Official Documents
Official Document Type
Contract
Approved Date
08/23/2005
Control Number
2005-290A
Agenda Item Number
11.I.1
Entity Name
Ceres Environmental Services
Subject
Secondary Debris Removal Contract
Bid Number
7076
Supplemental fields
SmeadsoftID
5142
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
62
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
O . All transport hauling equipment shall be equipped with tailgates that extend upward minimally to the <br /> height of the sides of the box . <br /> P . All loaded trucks and trailers shall be tarped or covered during transport . <br /> Q . The Contractor shall meet minimum production demands established by the County and begin debris <br /> removal phasing (c & d removal and mulch reduction and hauling) within three days of the County' s <br /> request. <br /> R. All collection activities shall be directed in a logical, sequential manner, approved by the County, with <br /> no materials skipped over or left behind. <br /> S . The Contractor shall assure that all subcontractors have English speaking supervisors or <br /> representatives available in the field at all times during the contract period . <br /> i <br /> T . The Contractor shall repair immediately upon request any damage caused by the debris removal <br /> operation that is deemed a public safety issue, including, but not limited to , asphalt, sidewalks, culvert <br /> pipes , swales , driveways , and/or any public or private property. <br /> U. If it is determined to be in the best interest of Indian River County to use County owned properties for <br /> the debris-staging areas/processing-sites , the Contractor shall credit the County $ 1 . 00 per cubic yard <br /> for the total cubic yards collected for the use of the property. <br /> V . The Contractor shall provide the following facilities at each debris- staging area/processing- site, <br /> regardless of who provides the site (Contractor or County) : <br /> 1 . Each processing site shall have a roofed inspection tower erected upon it sufficient to support a <br /> minimum of three inspectors, and built to a height to allow a clear view down into a loaded truck. <br /> Mechanical lifts are discouraged. <br /> 2 . Each processing site shall have a temporary roofed shelter or canopy erected for the comfort of <br /> support staff and personnel from weather conditions . <br /> 3 . Each processing site shall have at least two portable sanitary units (porta-potties) that are clean <br /> and regularly maintained throughout the contracteriod . The Contractor shall keep an adequate <br /> i <br /> p p q <br /> supply of toilet paper in each unit. <br /> 4 . The Contractor shall provide stabilized ingress and egress to each debris-processing site and shall <br /> maintain such access throughout the contract period . <br /> W. All loads brought to a temporary debris -processing site shall be inspected and recorded by the <br /> I, <br /> Contractor and the County. <br /> X. The Contractor shall reclaim the site upon completion of the processing activities to include at a <br /> minimum removal of all equipment and debris, grading of the site to historical condition, and seeding <br /> and mulching of the exposed areas . <br /> Page 29 of 29 <br /> F. IPublic Worksl Capital ProjectslHurricane ContractslHurricane Debris Removal Bid Document - Final. doc <br />
The URL can be used to link to this page
Your browser does not support the video tag.