Loading...
ITB-20-006-02 Blue Water Marine Services CONTRACT NO. 20-006-02 Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 SENT VIE E-MAIL TO: bluewatermarineandsalvage@gmail.com June 2, 2020 Roberto Benitez Blue Water Marine Services, Inc. 23950 SW 129th Ave. Homestead, FL 33032 Phone: 305-230-0030 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020-006-JC FOR POOL OF PREQUALIFIED CONTRACTORS FOR THE REMOVAL AND DISPOSAL OF DERELICT OR ABANDONED VESSELS FROM PUBLIC WATERS ON AN AS-NEEDED BASIS Dear Mr. Benitez: On February 28, 2020, Blue Water Marine Services, Inc., (the “Contractor”) submitted to the City of Miami Beach, Florida (the “City”) a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager’s recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its May 13, 2020 meeting, approved the City Manager’s recommendation, pursuant to the ITB to prequalify the Contractor to be eligible to provide services to the City for the removal and disposal of derelict or abandoned vessels from public waters on an as-needed basis. It is important to note that no services may be performed until such time as insurance has been received pursuant to the ITB and the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Sgt Luis Sanchez, Police Department, at luissanchez@miamibeachfl.gov or (305) 673-7776 ext. 5089. Thank you, Alex Denis Alex Denis Director Procurement Department AD/ME/AG We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO Resolutions - C7 F COMMIS S ION MEMORANDUM TO:Honorable Mayor and Members of the City Commission F R O M:J immy L . Morales, City Manager D AT E:May 13, 2020 S UB J E C T:A R E S O L UT I O N O F T HE MAYO R A ND C I T Y C OMMI S S I ON O F T HE C I T Y O F MI A MI B E A C H, F L O R I D A , A C C E P T I NG T HE R E C O MME ND AT I O N O F T HE A D MI NI S T R AT I O N, P UR S UA NT TO I NV I TAT I O N TO B I D ("I T B ") 2020- 006-J C, TO E S TA B L I S H A P O O L O F P R E Q UA L I F I E D C O NT R A C TO R S F O R T HE R E MO VA L A ND D I S P O S A L O F D E R E L I C T O R A B A ND O NE D V E S S E L S F R O M P UB L I C WAT E R S, O N A N "A S -NE E D E D " B A S I S, A ND A P P R O V E T HE I NI T I A L P O O L O F Q UA L I F I E D C O NT R A C TO R S, A S S E T F O RT H I N E X HI B I T "A "; F URT HE R, A UT HO R I Z I NG T HE C I T Y MA NA G E R TO K E E P T HE I T B O P E N F O R T HE P UR P O S E O F Q UA L I F YI NG A D D I T I O NA L C O NT R A C TO R S, A ND D E L E G AT I NG TO T HE C I T Y MA NA G E R T HE A UT HO R I T Y TO A D D O R R E MO V E C O NT R A C TO R S TO T HE P O O L , P R O V I D E D S UC H C O NT R A C TO R S ME E T T HE R E Q UI R E ME NT S O F T HE I T B ; A ND F URT HE R , P R O V I D I NG T HAT A NY P UR C HA S E I N E X C E S S O F $100,000 S HA L L B E S UB J E C T TO T HE P R I O R A P P R O VA L O F T HE C I T Y C O MMI S S I O N. RE C O M M E ND AT IO N T he A dministration recommends that the Mayor and C ity Commission of the City of Miami Beach, F lorida approve the City Manager’s recommendation pertaining to bids received, pursuant to I T B 2020-006-J C , f or the prequalif ication of bidders f or derelict vessels removal and disposal. BACKGR OUND/H I STORY On J anuary 31, 2020, the C ity issued an I nvitation to B id 2020-006-J C (the “I T B ”). The purpose of the I T B is to establish a contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of contractors for the removal and disposal of derelict or abandoned vessels f rom public waters, on an as-needed basis. The pre- qualified pool established shall effectively create a source of viable contractors from which the City may issue I nvitation to Quotes (I T Qs) f or 1) removal and disposal of derelict vessels as the result of damage caused by accidents, storms, and/or owner neglect/abandonment, which may include sunken and partially sunken vessels, and/or other debris that may impede navigation and affect the safety of public waters; 2) removal and disposal of damaged vessels by a major natural disaster event, which may include sunken and partially sunken vessels and other debris Page 189 of 985 that may impede the navigation of public waters, wherein C ode of Federal Regulations (“C F R”) and F E MA Recovery Policy shall apply. T his pool of prequalified contractors is an important tool in the C ity's portfolio of emergency response contracts. Because some of the most of the needs are unplanned and require a quick response, it is in the City's best interest to have a pool of prequalif ied contractors for which various City departments may seek proposals and quickly deploy a contractor to address the identified need. W hen a need arises, the department will seek proposals f rom all prequalified contractors. For service orders up to $100,000, the approval of the C ity Manager, or designee, will be required. Services orders exceeding $100,000 will be submitted to the City Commission f or its consideration and approval. To maximize competition among contractors, the Administration is recommending that contractors be allowed to submit prequalification applications throughout the term of the contract. F urther, at any time, the City, through the approval of the City Manager, may accept applications and add, or remove, contractors to the list of prequalif ied contractors during the term of the contract. ANALY S I S T he I T B was issued on J anuary 31, 2020, with bid opening date of February 28, 2020. The Procurement Department issued bid notices to 1,443 companies utilizing www.bidsync.com website. 28 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of f ive (5) responses f rom: B allard Marine C onstruction, I nc., B lue Water Marine Services, I nc., D R C E mergency S ervices L L C, L egion Undersea Services L L C , and Upper Cut P romotions L L C. T he I T B stated that f ollowing the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of the I T B will be recommended for award. I n its due diligence, the P rocurement D epartment found that all five (5) bidders met the requirements of the I T B . A ccordingly, B allard Marine Construction, I nc., B lue Water Marine S ervices, I nc., D R C E mergency S ervices, L L C , L egion Undersea S ervices L L C, and Upper C ut P romotions L L C have all been deemed responsive, responsible bidders meeting all terms and conditions of the I T B and are to be prequalified for future work. FI NANCI AL I NFOR MAT I ON Grant funding will not be utilized for this project. CON C L U SI ON I concur with staff that it is in the best interest of the City to have a pool of prequalified contractors f or which quotes can be requested expeditiously for the removal and disposal of derelict or abandoned vessels from public waters on an “as needed” basis. Otherwise, redundant and time-consuming efforts would be required to prequalify contractors at the time of need. T his prequalif ied pool is an important tool in the City's emergency response portfolio of contracts. F urther, in order to continue to maximize competition by continuing to add contractors, I recommend that the period for submitting applications be extended to be consistent with the term of the contract. New applicants that meet the I T B requirements will be added to the pool. Contractors that do not perform well will be removed from the pool. Page 190 of 985 T herefore, I recommend that the Mayor and C ity Commission of the City of Miami B each, F lorida, approve the R esolution, accepting the recommendation of the City Manager, pursuant to I nvitation to Bid (I T B) No. 2020-006-J C, to establish a pool of contractors f or the removal and disposal of derelict or abandoned vessels from public waters, on an “as-needed” basis, and approve the initial pool of qualified contractors, as set forth in E xhibit “A” to the Commission Memorandum; further, authorizing the City Manager to keep the I T B open f or the purpose of prequalifying additional contractors, and delegating to the City Manager the authority to add contractors to the pool, provided such contractors meet the requirements of the I T B; and further providing that any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. Applicable Area Not Applicable Is this a "Re sidents Right to Know" ite m, pursuant to City Code Se ction 2-14? Does this item utilize G.O. Bond Funds? No No L egislative T racking Police/P rocurement ATTACHME N T S: Description Attachment A Resolution Page 191 of 985 ATTACHMENT A QUALIFIED PER ITB REQUIREMENTS      DERELICT VESSELS CONTRACTORS Blue Water Marine Services, Inc. DRC Emergency Services LLC Legion Undersea Services LLC Upper Cut Promotions LLC Ballard Marine Construction, Inc. Page 192 of 985 RESOLUTION NO. ------ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE ADMINISTRATION, PURSUANT TO INVITATION TO BID ("ITB") 2020-006- JC, TO ESTABLISH A POOL OF PREQUALIFIED CONTRACTORS FOR THE REMOVAL AND DISPOSAL OF DERELICT OR ABANDONED VESSELS FROM PUBLIC WATERS, ON AN "AS-NEEDED" BASIS, AND APPROVE THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A"; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE 1TB OPEN FOR THE PURPOSE OF QUALIFYING ADDITIONAL CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE 1TB; AND FURTHER, PROVIDING THAT ANY PURCHASE IN EXCESS OF $100,000 SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE CITY COMMISSION. WHEREAS, on January 31 , 2 020, the City issued an Invitation to Bid 2020-006-JC (the "ITB") to establish a contract, by means of sealed applications , with qualified contractors for the establishment of a prequalified pool of contractors for the removal and disposal of derelict or abandoned vessels from public waters , on an as-needed basis; and WHEREAS, on February 28, 2020, responses were received from Ballard Marine Construction, Inc., Blue Water Marine Services , Inc., DRC Emergency Services LLC , Legion Undersea Services LLC , and Upper Cut Promotions LLC; and WHEREAS, the 1TB stated that follow ing the review of applications, the responsi v e and responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award; and WHEREAS, in its due diligence, the Procurement Department found that Ballard Marine Construction , Inc., Blue Water Marine Services , Inc., DRC Emergency Services LLC, Legion Undersea Services LLC, and Upper Cut Promotions LLC met the requirements of the 1TB; and WHEREAS, the Administration recommends that the City establish a pool of prequalified contractors for the removal and disposal of derelict or abandoned vessels from public waters; and WHEREAS, when a need arises , the City will seek quotes from all prequalified contractors for the services required; and WHEREAS , the list of prequalified contractors is included in Exhibit "A " attac hed to this Resolution ; and WHEREAS, to maximize competition among the prequalified contractors , the Administration is further recommending that the 1TB remain open , to permit the City Manager to qualify additional contractors as part of the pool , provided that such contractors meet all of the requirements of the 1TB; and WHEREAS, for purchases in the amount of $100 ,000 or less, the approval of the City Page 193 of 985 Manager or designee will be required in accordance with the City Manager's existing delegated procurement authority under the City Code ; and WHEREAS , purchases exceeding $100 ,000 will be submitted to the City Commission for its consideration. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the Administration, pursuant to Invitation to Bid ("ITB") No. 2020-006-JC, to establish a pool of prequalified contractors for the removal and disposal of derelict or abandoned vessels from public waters, on an "as-needed" basis, and approve the initial pool of qualified contractors, as set forth in Exhibit "A "; further, authorize the City Manager to keep the 1TB open for the purpose of qualifying additional contractors , and delegate to the City Manager the authority to add or remove contractors to the pool, provided such contractors meet the requirements of the 1TB; and further provide that any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. PASSED AND ADOPTED this ___ day of ____ 2020 . ATTEST: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR Af-'PRO'vE D A S TO FORM & LANGUAGE & FOR EXECUTION ,[ l J20 City Attorney ~ Date Page 194 of 985 ATTACHMENT A DERELICT VESSELS CONTRACTORS QUALIFIED PER 1TB REQUIREMENTS Ballard Marine Construction, Inc. ✓ Blue Water Marine Services, Inc. ✓ DRC Emergen cy Services LLC ✓ Legion Undersea Services LLC ✓ Upper Cut Promotions LLC ✓ Page 195 of 985 ATTACHMENT B ITB SOLICITATION TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A PREQUALIFICATION APPLICATION APPENDIX B SPECIAL CONDITIONS APPENDIX C 2CFR APPENDIX II TO PART 200 APPENDIX D FEMA RECOVERY POLICY DEFINITIONS: Bidder means any firm or individual submitting an application in response to this ITB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from marine salvage contractors who wish to participate in a pre-qualification pool that will be used to solicit removal and disposal of derelict or abandoned vessels from public waters, on an “as-needed” basis as specified herein. Services may include but are not limited to the following: 1) removal and disposal of derelict vessels as the result of damage caused by accidents, storms, and/or owner neglect/abandonment, which may include sunken and partially sunken vessels, and/or other debris that may impede navigation and affect the safety of public waters; 2) removal and disposal of damaged vessels by a major natural disaster event, which may include sunken and partially sunken vessels and other debris that may impede the navigation of public waters, wherein Code of Federal Regulations (“CFR”) and FEMA Recovery Policy shall apply. Coordination shall take place, as applicable, between the United States Coast Guard, State an d local Marine Patrol, local government agencies, marine salvage contractors, commercial divers, and certified surveyors to ensure that navigation hazards are removed safely and efficiently. Removals initia ted by the City of Miami Beach, and subsequently, contractor(s) pursuant to award of this ITB, must meet all applicable FEMA, DERM, and Coast Guard rules, regulations and standards, as well as local, state, and federal regulations. Interested contractor(s) may submit an application indicating its intent to become prequalified. Additional information related to FEMA policies and procedures can be found herein under Appendix D, FEMA Recovery Policy. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre- qualification list that may be accessed by various City departments to obtain price quotations for the services required by way of this ITB. The specific scope of work shall be determined in advance and in writing between the City and the awarded vendor. The City may provide a general scope; however the awarded vendor shall provide a written scope of work to the City as part of its proposal. Once the scope of the project is agreed to, the City will issue a purchase order with the estimate referenced as an attachment along with bond and any other special provisions agreed to. If special terms and conditions other than those covered within this solicitation and awarded contract are required, they will included in the specific scope of work, and will be attached to the purchase order; and further, the purchase order shall take precedence over those in the base contract. CFR shall apply only to those projects meeting the specific federal requirements, as noted herein under Appendix C, 2CFR Appendix II to Part 200. The City will endeavor to advise the Contractor(s) of any applicable CFR requirements at the time the specific scope of work is determined. The City-issued purchase order shall serve as a “notice to proceed.” The period for the completion of services will include the mobilization, planning, weather, location, removal and disposal. No additional claims may be made for delays as a result of these items. When the tasks have been completed the awarded vendor shall notify the City and have an authorized City representative inspect the work for acceptance under the scope and terms in the Purchase Order. The City will issue in writing any corrective actions that are required. Upon completion of these items, the City will issue a completion notice and final payment will be issued. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a complete Bidder Pre-Qualification Application (Appendix A). 2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. 3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000 x26694 jasoncrouch@miamibeachfl.gov The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder’s project manager is responsible for monitoring the customer service provided to City by prequalified bidder’s staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITQ. 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City’s spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and- conditions/) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $100,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned , leased, hired or borrowed in the form of an endorsement to the contractor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insuranc e Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage – Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documen ts prior to the work beginning shall not waive the Contractor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agen t, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 11. BINDING AGREEMENT. By virtue of submitting an application for the City’s consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder’s prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder’s application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: First, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX A ________________________________________________________________________ Prequalification Application ________________________________________________________________________ 2020-006-JC Derelict Vessels Removal and Disposal PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Prequalification Application Instructions Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or ''None. '' If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder’s qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this ITB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Part A – General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: _____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other, specify:________________________) Part B – Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? 11. YES NO If yes, why? 5. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work? YES NO If yes, state the name of the affiliate? 6. Is the bidder a parent, subsidiary, or holding company for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, or agent of the bidder affiliated with another company? 12. YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual´s name Affiliated company´s name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? 11. YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? 11. YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? 11. YES NO If yes, explain. 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? 11. YES NO If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? 11. YES NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? 11. YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? 12. YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or agent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownership Name Title Share (%) of Ownership 16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? YES NO If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide “Equal Benefits” to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor’s employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave 18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, which brands. BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management , or financial c ondition of the company. Further, any prequ alifie d contractor , including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ 2020-006-JC Derelict Vessels Removal and Disposal PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 SPECIAL CONDITIONS. 1. LICENSE/CERTIFICATION. Prospective bidder shall maintain in current status the adequate license or certification, to pull all permits necessary to successfully complete the work. Awarded vendor(s) shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the contract. 2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 3. GUARANTEE AGAINST DEFECTS. The Contractor(s) shall, in addition to all other guarantees, be responsible for faulty labor and defective material within a period of one (1) year after the date of acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make good without delay, at its own expense, any failure of any part of the work after the City notifies the Contractor of such deficiencies in writing Payment in full for the work does not constitute a waiver of guarantee. 4. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Contractor(s) shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 5. PERMIT COSTS. The City will only reimburse the Contractor(s) for the cost of the permits. Proof of cost is required. The City will only reimburse for initial review and one resubmission. Costs associated with additional re-submissions will not be reimbursed. Contractor(s) shall not include permit fees on Cost Proposal. Permit costs will be charged to the City separately from the unit cost. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor(s). Damages, penalties and/or fines imposed on the City or the Contractor(s) for failure to obtain required licenses or permits shall be borne by the Contractor(s). 6. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor(s) shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor(s) shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney’s fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor(s) shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor’s employee’s from performing maintenance on the City's grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identification at all times. 7. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach Code, is only applicable to routine maintenance services. 8. SAFETY MEASURES. Awarded contractor(s) shall take all precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Awarded vendor(s) shall post warning signs against all hazards created by the operation and work in progress. Proper precautions shall be taken pursuant to state law and standards practices, to protect workers, general public and existing structures from injury or damage. 9. ENVIRONMENTAL PROTECTION MEASURES. Awarded Contractor(s) must ensure that any vessels which are to be removed and disposed of at a landfill shall be removed from its present site in such a manner as to not impact or damage the natural environment ("surrounding the vessel" will limit to just that area). All debris from the vessel shall be removed and the site left in a reasonable clean condition. No oil or fuel shall be permitted to be dumped or spilled into or unto the water and land. The following items must be accomplished: a) All oil must be removed from tanks, pipes, bilges, etc, to ensure that no pollutants enter the water (steam cleaning is preferred). b) All watertight doors/hatches/bottom tank covers, etc. must be removed or welded open. c) Any items that may float free when the vessel sinks must be removed from the vessel. d) All deck areas, bilge areas, engine spaces and cargo spaces should be br oom swept. e) Sufficient ballast to maintain location of vessel on ocean bottom must be placed in the vessel shall consist of clean concrete. The city also encourages contractors to legally reuse and/or recycle the derelict vessels when feasible. 10. PROOF OF PROPER DISPOSAL AND NOTIFICATION TO MARINE PATROL. a) The contractor must submit prior to receiving any payment: a re ceipt for each vessel, including the date of disposal, disposal site, DV number, telephone number and title, and signature of person at disposal site. b) In addition to the above information, the contractor must submit a picture of the vessel demonstrating its removal and showing its DV numbers. c) The contractor shall notify and coordinate all work with the City’s Marine Patrol project designee. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX C ________________________________________________________________________ 2CFR Appendix II to Part 200 _______________________________________________________________________ ITB 2020-006-JC Derelict Vessels Removal and Disposal PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 APPENDIX II TO PART 200 CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for conve nience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assis ted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964- 1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Lab or.” (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The no n-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply t o the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR p art 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. (J) Procurement Of Recovered Materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Co nservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. APPENDIX D ________________________________________________________________________ FEMA Recovery Policy _______________________________________________________________________ ITB 2020-006-JC Derelict Vessels Removal and Disposal PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 ~.; FEMA «.",c, RECOVERY POLICY I. TITLE: II. DATE: Debris Removal from Waterways MAR J9 2010 III. PURPOS E: RP9S23.S This policy provides guidance for determining the eligibiljty of debris removal from navigable waterways, the coastal and inland zones, and wetlands under the Public Assistance Program. IV. SCOPE AND AUDIENCE: The policy is applicable to all major disasters and emergen cies declared on or after the date of publication of this policy. It is intended for personnel involved in the administration of the Public Assistance P r ogram . V. AUTHORITY: Sections 403, 407, and 502 of the Robert T. Stafford Disaster Relief and Em ergency Assistance Act, (Stafford Act), as amended, 42 U.s.c. 5170b, 5173, and 5192. VI. BAC K GROUND: The U.S. Army Corps of Engineers (U5ACE) has primary responsibility for the removal of debris from Federally maintained navigable channels and waterways. Section 202 of the Water Resources Development Act of 1976 (PL 94-587) authorizes USACE to remove debris from Federally maintained commercial harbors, and water areas immediately adjacent thereto. Sections 15, 19, and 20 of the River and Harbor Act of 1899, as amended, authorize USACE to remove sunken vessels or other obstructions from navigable waterways under emergency conditions. A navigable waterway is one that has been authorized by Congress, and which USACE operates and maintains for general (including commercial and recreational) navigation. USACE's poUcy is to oversee removal of sunken vessels by an identifiable owner, operator or lessee if the sunken vessel is in or likely to be moved into a Federal navigation channel. USACE will remove a vessel using its emergency authorities only if the owner, operator, or lessee cannot be identified or they caMot effect removal in a timely and safe manner. Title 33 Code of Federal Regulations (CFR) Part 153, Control of Pollution by Oil and Hazardous Substances, Discharge Removal authorizes the United States Coast Guard (USCG) to remove sunken vessels in order to prevent marine pollution. In 1985, USACE and the USCG signed a Memorandum of Agreement to enhance coordination between the two agencies for the ~I: ~.; FEMA RECOVERY POLICY RP9523.5 removal of s unken vessels and other obstructions to navigation from navigable waters of the United States. Under this agreement, USACE and the USCG work together to determine if a sunken vessel either poses a threat to navigation or a pollution threat to public health and safety. If the agencies determine that the vesse l poses a threat to navigation, USACE will remove the vessel using the emergency authorities proscribed in Section 20 of the River and Harbor Act of 1899. If the sunken vessel poses a pollution threat, under 33 CFR Part 153 Control of Pollution by Oil and Hazardous Substances, Discharge Removal, and the Abandoned Barge Act of 1992, the USCG's authority to remove the vessel is subject to a determination that its removal is essential to abate a pollution threat from the vessel. In most cases, USCG authorized actions are limited to removing oil and other hazardous substan ces from the vessel while leaving the vessel in place. Under the National Contingency Plan, the USCG is also responSible for the removal of oil discharges and hazardous substance releases that occur in the coastal zone. The Environmental Protection Agency (EPA) is responSible for the emergency removal of oil, pollutants, hazardous materials and their containers from inland zones. The precise boundaries of coastal and inland zones are determined by an interagency agreement between the EPA and the USCG. Section 216 of the Flood Control Act of 1950, PL 81-516,33 USc. 701b-l; and Sections 403-405 of the Agricu ltural C re dit Act of 1978, PL 95-334, as amended by Section 382 of the Federal Agriculture Improvement and Reform Act of 1996, PL 104-127, 16 USc. 2203, authorize the National Resources Conservation Service (NRCS) to provide assistance, through its Emergency Watershed Protection (EWP) program, to implement emergency measures to EWP-eligible facilities where a sudden impairment of a watershed threatens life or property as determined by the NRCS State Conservationist. These emer gency measur es include, but are not limited to, providing financial and technical assistance to remove debris from streams. The measures that are taken must be environmentally and economically sound. Additional EWP criteria are in 7 CFR Part 624. Sections 403, 407, and 502 of the Stafford Act and 44 CFR § 206.224 Debris removal, authorize FEMA to provide funding to eligible applicants to remove debris, wreckage, and sunken vessels from publicly and privately owned waters to elimina te an immediate threat to lives, public health and safety, or improved property; or to ensure the economic recovery of the affected community. The debris, wreckage, and sunken vessels must be the direct result of a Presidentially declared emergency or major d isaster and located in the deSignated area, and the applicant must ~ave the legal responsibility to remove the threat (see 44 CFR § 206.223 General work eligibility). FEMA may fund the removal and disposal of eligib le debris, wreckage, and sunken vessels from non-Federally maintained navigable waterways, the coasta l or inland zones, or wetlands only when another Federal agency does not have the specific authority to Pae20f8 ~.; FEMA "",,,C' RECOVERY POLICY RP9523.5 fund the activity (see 44 CFR § 206.208(c)(2». FEMA will make eligibility determinations on a case-by-case basis in coordination with the State and other Federal agencies, as necessary. Pursuant to 44 CFR § 206.208 Direct Federal assistance, FEMA may provide direct Federal assistance through a mission assignment to another Federal agency to remove eligible debris when the State and local government certify that they lack the capability to perform or contract for the requested work. The duration of mission aSSignments for debris removal is limited to 60 days from the emergency or major disaster declaration date. Extensions to this time limitation may be made based on extenuating circumstances or unusual project requirements (see 44 CFR §206.208(d». VII. POLICY: A. Definitions: 1. Coastal Zone: As defined for the purpose of the National Contingency Plan (NCP), refers to all United States waters subject to the tide, United States waters of the Grel,lt Lakes, specified ports and harbors on inland rivers, waters of the contiguous zone, other waters of the high seas subject to the NCP; and the land surface or land substrata, ground waters, and ambient air proximal to those waters. The tenn coastal zone delineates an area o f federal responsibility for response action. Precise boundaries are determined by EP AlUSCG agreements and identified in Federal regional contingency plans. 2. Federally Maintained Navigable Channels and Waterways: For the purpose of this policy, refer to those waters that are maintained under the authorities and responsibilities of the USACE. These channels include USACE authorized projects (e.g., specified harbors, canals, turning basins, anchor age and mooring areas, and waterways) that are designed, constructed, and maintained by the USACE for use by commercial and/or recreational navigation traffic. 3. Inland Zone: The environment inland of the coastal zone excluding the Great Lakes and specified ports and harbors on inland rivers. The term inland zone delineates an area of federal responsibility for response action. Precise boundaries are detennined by EP AlUSCG agreements and identified in federal regional contingency plans. 4. Non-Federally Maintained Navigable Waterways: Public waterways that are currently used for commercial and recreational navigation traffic and are not Federally maintained or under the authority of a Federal agency. Page 3 of8 ~.FEMA "",,,0 RECOVERY POLICY RP9523.5 5. Specified Ports and Harbors: Those ports and harbor areas on inland rivers, and land areas immediately adjacent to those waters, where the USCG acts as predesignated on- scene coordinator. Precise locations are determined by EPA/USCG regional agreements and identified in federal Regional Contingency Plans and Area Contingency Plans. 6. Wetlands: Areas that are inundated or saturated by surface or ground water with a frequency sufficient to support, or that under normal hydrologic conditions does or would support, a prevalence of vegetation or aquatic life typically adapted for life in saturated or seasonally saturated soil conditions (e.g., swamps, fresh and saltwater marshes, bogs, fens). B. Approval for FEMA Assistance FEMA may fund the removal and disposal of eligible disaster-generated debris, wreckage, and sunken vessels from the coastal zone or inland zone, non-Federally maintained navigable waterways, and wetlands by an eligible applicant, if (1) the debris, wreckage, or sunken vessel is the direct result of a Presidentially-declared disaster (44 CFR § 206.223(a)), (2) the removal is in the public interest (44 CFR § 206.224(a», and (3) aryother Federal agency does not have specific authority to perform or fund the work (44 CFR § 206.208(c)(2)). [n order to be e li g ib le for assistance, an eligib le applicant must provide docu mentation of this work, to include: a public interest determination; legal responsibility; debris types and quantities to be removed; and debris removal locations. 1. Public lnterest Determination Pursuant to 44 CFR § 206 .224 Debris removal, debris removal is in the "public interest," when its removal is necessary to (1) eliminate immediate threats to life, public health, and safety; or (2) eliminate immediate threats of significant damage to improved property; o r (3) ensure economic recovery of the affected community to the benefit of the community-at-large. Applicants should provide FEMA documentation to support one of the following: a. Immediate Threat to Life, Public Health, and Safety Determination. The basis of a determination by the State, county or municipal government's public health authority or other public entity that has legal authority to m ake such a determination that disaster-generated debris in a navigable waterway in the designated area constitutes an immediate threat to life, public health, and safety; or ~ (~. FEMA :@ .$V RECOVERY POLICY RP9S23.S b. Immediate Threat of Significant Damage to Improved Property Determination. The basis of the determination by the State, county, o r municipal government that the removal of disaster-generated debris from a navigable waterway is cost effective. Debris removal is cost effective if the cost to remove the debris is less than the cost of potential damage to the improved property; or C. Ensure Economic Recovery of the Affected Community to the Benefit of the Community at Large Determination. The basis of the determination by the State, county, or municipal government that the removal of debris fr om a navigable waterway is necessary to ensure economic recovery of the affected community to the benefit of the community-at-large. 2. Lega l Responsibility Pu rsuant to 44 CFR §206.223(a)(3), General work eligibility, an eligible applicant must demonstrate that it had the legal responsibility at the time of disaster to remove debris and obstructions from the impacted waterway. An appl icant's legal authorities, codes, and ordinances should be germane to the condition(s) presenting an immediate threat to life, public health, and safety, and not merely define the applicant's uniform level of services. The applicant's legal responsibility to take action where there is an immediate threat to life, public health, and safety should be independent of any expectation, or request, that FEMA will reimbu rse costs incurred for debris removal. C. Eligible 1. FEMA wiU determine the amount of eligib le debris to be removed that is necessary to eliminate an immediate threat to life, public health, and safety from non-Federally maintained navigable waterways, the coastal zone or inland zone, and wetlands on a case-by- case basis. FEMA will conduct eligibility assessments with the assistance of representatives from the applicant, State, and other Federal agencies, as necessary. Appli cants should provide maintenance records or surveys to demonstrate the pre-disaster cond iti on and capacity of the waterway and its facilities, as appropriate. 2 . FEMA will reimburse reasonable costs for the use of side scan sonar that identifies eligible submerged debris and sunken vessels after the applicant provides an eligible initial scope of work and cost estimate, and FEMA bas determined that the removal of the debris is in the public interest, as described in Section VII.S.I. Side scan sonar missions shou ld be limited in scope to address the impacted areas of non-Federally maintained navigable waterways and developed in coordination with FEMA and the State. Applicants should provide documentation that demonstrates the need for the use of side scan sonar to identify immediate RP9523.5 FEMA RECOVERY POLICY threats. This documentation should be directly related to the impacted area(s) and debris estimates and locations. 3. FEMA may determine that debris located at or below the surface of a non-Federally maintained navigable watenvay, or in the coastal or inland zone, is eligible to a depth equal to the maximum draft of the largest vessel that utilized the waterway prior to the storm plus two feet. Example: If the maximum draft of the largest vessel using the waterway is four feet, two feet will be added so that any debris below this six feet zone is not eligible. a. FEMA may determine that debris extending from the waterway bottom upward into the eligible zone is also eligible for complete removal b. Applicants should document the maximum draft of waterways for tidal waters by using depths taken at low tide. 4 . The removal of trees still rooted to an embankment may be eligible if: a . The tree is partially or wholly floating or submerged in the waterway; and b. The tree presents an immediate threat to life, public health, and safety; and c. Another Federal agency does not have specific authority to fund or perform the work. In such cases, FEMA may determine that the cost to cut the floating or submerged portion of the tree at the water's edge is eligible. 5. FEMA may determine that debris along the bank of a non-Federally maintained navigable waterway, in the coastal zone or inland zone, or along the bank of a wetland is eligible if it presents an immediate threat to life, public health, and safety, or to improved property. 6. Debris removal from privately-owned canals, waterways and banks is only eligible when necessary to eliminate an immediate threat to navigation that impedes the access of emergency service providers or if approved by the Federal Coordinating Officer Wlder the guidelines established in Disaster Assistance Policy 9523.13, Debris Removalfrom Private Property. 7. Eligible debris re moval from a stream is limited to the minimum effort required to eliminate an immediate threat to life, public health, and safety, or debris that is immediately up/down stream of and in dose proximity to improved property. ~.; FEMA RECOVERY POLICY RP95B.5 8. FEMA may fund the removal and disposal of container s of pollutants and hazardous substances from the coastal zone or inland zone, non-FederaUy maintained navigable waterways, and wetlands by an eligible applicant, if the removal is in the public interest, and another Federal agency does not have specific authority to perform the work. 9. FEMA may determine that a storm-damaged vessel can be treated as eligible debris if the vessel cannot be salvaged or returned to seaworthiness and it is floating or submerged in the coastal or inJand zones, a non-Federally maintained navigable waterway, or wetland. However, if any part of the damaged vessel can be used to identify an owner, the applicant should contact the owner and follow its local ordinances and State laws to demonstrate legal responsibility to remove and d ispose of the vessel. D . Ineligible 1. The removal of debris by an applicant for which another Federal agency has specific authority, or from Federally maintained navigable channels and waterways is ineligible under the Public Assistance Program. 2. The removal of wreckage and sunken vessels from Federally maintained naVigable channels and waterways is ineligible. 3. The removal of debris from privately owned canals, waterways and banks is generally ineligible, except in cases described in Section VII.C.6. E. Duplication of Benefits. Pursuant to Section 312 of the Stafford Act, FEMA is prohibited from providing funds for wor k that is covered by another source of funding. Therefore, applicants should take s teps to verify whether insurance coverage or any other source of funding exists for the debris removal work. F. Environmental Protection and Historic Preservation Review Requirements. Eligible waterway debris removal and disposal activities must satisfy environmental protection and historic preservation compliance review requirements as established by 44 CFR Parts 9, Floodplain Management and Protection of Wetlands, and 10, Environmental Considerations, and all other applicable local, State and Federal lega l requirements. Pa e70f8 :~~ FEMA • <.i."," RECOVERY POLICY RP9523.5 V I II. RESPONSIBLE OFFICE: Recovery Directorate (Public Assistance Division). IX. SUPER SESS I ON: This policy super sedes all p revious g uj dance on this subject. X. REVIEW DATE: This policy does not automatically expire, but will be reviewed three years from the date of publication. ~.; FEMA «.",c, RECOVERY POLICY I. TITLE: II. DATE: Debris Removal from Waterways MAR J9 2010 III. PURPOS E: RP9S23.S This policy provides guidance for determining the eligibiljty of debris removal from navigable waterways, the coastal and inland zones, and wetlands under the Public Assistance Program. IV. SCOPE AND AUDIENCE: The policy is applicable to all major disasters and emergen cies declared on or after the date of publication of this policy. It is intended for personnel involved in the administration of the Public Assistance P r ogram . V. AUTHORITY: Sections 403, 407, and 502 of the Robert T. Stafford Disaster Relief and Em ergency Assistance Act, (Stafford Act), as amended, 42 U.s.c. 5170b, 5173, and 5192. VI. BAC K GROUND: The U.S. Army Corps of Engineers (U5ACE) has primary responsibility for the removal of debris from Federally maintained navigable channels and waterways. Section 202 of the Water Resources Development Act of 1976 (PL 94-587) authorizes USACE to remove debris from Federally maintained commercial harbors, and water areas immediately adjacent thereto. Sections 15, 19, and 20 of the River and Harbor Act of 1899, as amended, authorize USACE to remove sunken vessels or other obstructions from navigable waterways under emergency conditions. A navigable waterway is one that has been authorized by Congress, and which USACE operates and maintains for general (including commercial and recreational) navigation. USACE's poUcy is to oversee removal of sunken vessels by an identifiable owner, operator or lessee if the sunken vessel is in or likely to be moved into a Federal navigation channel. USACE will remove a vessel using its emergency authorities only if the owner, operator, or lessee cannot be identified or they caMot effect removal in a timely and safe manner. Title 33 Code of Federal Regulations (CFR) Part 153, Control of Pollution by Oil and Hazardous Substances, Discharge Removal authorizes the United States Coast Guard (USCG) to remove sunken vessels in order to prevent marine pollution. In 1985, USACE and the USCG signed a Memorandum of Agreement to enhance coordination between the two agencies for the ~I: ~.; FEMA RECOVERY POLICY RP9523.5 removal of s unken vessels and other obstructions to navigation from navigable waters of the United States. Under this agreement, USACE and the USCG work together to determine if a sunken vessel either poses a threat to navigation or a pollution threat to public health and safety. If the agencies determine that the vesse l poses a threat to navigation, USACE will remove the vessel using the emergency authorities proscribed in Section 20 of the River and Harbor Act of 1899. If the sunken vessel poses a pollution threat, under 33 CFR Part 153 Control of Pollution by Oil and Hazardous Substances, Discharge Removal, and the Abandoned Barge Act of 1992, the USCG's authority to remove the vessel is subject to a determination that its removal is essential to abate a pollution threat from the vessel. In most cases, USCG authorized actions are limited to removing oil and other hazardous substan ces from the vessel while leaving the vessel in place. Under the National Contingency Plan, the USCG is also responSible for the removal of oil discharges and hazardous substance releases that occur in the coastal zone. The Environmental Protection Agency (EPA) is responSible for the emergency removal of oil, pollutants, hazardous materials and their containers from inland zones. The precise boundaries of coastal and inland zones are determined by an interagency agreement between the EPA and the USCG. Section 216 of the Flood Control Act of 1950, PL 81-516,33 USc. 701b-l; and Sections 403-405 of the Agricu ltural C re dit Act of 1978, PL 95-334, as amended by Section 382 of the Federal Agriculture Improvement and Reform Act of 1996, PL 104-127, 16 USc. 2203, authorize the National Resources Conservation Service (NRCS) to provide assistance, through its Emergency Watershed Protection (EWP) program, to implement emergency measures to EWP-eligible facilities where a sudden impairment of a watershed threatens life or property as determined by the NRCS State Conservationist. These emer gency measur es include, but are not limited to, providing financial and technical assistance to remove debris from streams. The measures that are taken must be environmentally and economically sound. Additional EWP criteria are in 7 CFR Part 624. Sections 403, 407, and 502 of the Stafford Act and 44 CFR § 206.224 Debris removal, authorize FEMA to provide funding to eligible applicants to remove debris, wreckage, and sunken vessels from publicly and privately owned waters to elimina te an immediate threat to lives, public health and safety, or improved property; or to ensure the economic recovery of the affected community. The debris, wreckage, and sunken vessels must be the direct result of a Presidentially declared emergency or major d isaster and located in the deSignated area, and the applicant must ~ave the legal responsibility to remove the threat (see 44 CFR § 206.223 General work eligibility). FEMA may fund the removal and disposal of eligib le debris, wreckage, and sunken vessels from non-Federally maintained navigable waterways, the coasta l or inland zones, or wetlands only when another Federal agency does not have the specific authority to Pae20f8 ~.; FEMA "",,,C' RECOVERY POLICY RP9523.5 fund the activity (see 44 CFR § 206.208(c)(2». FEMA will make eligibility determinations on a case-by-case basis in coordination with the State and other Federal agencies, as necessary. Pursuant to 44 CFR § 206.208 Direct Federal assistance, FEMA may provide direct Federal assistance through a mission assignment to another Federal agency to remove eligible debris when the State and local government certify that they lack the capability to perform or contract for the requested work. The duration of mission aSSignments for debris removal is limited to 60 days from the emergency or major disaster declaration date. Extensions to this time limitation may be made based on extenuating circumstances or unusual project requirements (see 44 CFR §206.208(d». VII. POLICY: A. Definitions: 1. Coastal Zone: As defined for the purpose of the National Contingency Plan (NCP), refers to all United States waters subject to the tide, United States waters of the Grel,lt Lakes, specified ports and harbors on inland rivers, waters of the contiguous zone, other waters of the high seas subject to the NCP; and the land surface or land substrata, ground waters, and ambient air proximal to those waters. The tenn coastal zone delineates an area o f federal responsibility for response action. Precise boundaries are determined by EP AlUSCG agreements and identified in Federal regional contingency plans. 2. Federally Maintained Navigable Channels and Waterways: For the purpose of this policy, refer to those waters that are maintained under the authorities and responsibilities of the USACE. These channels include USACE authorized projects (e.g., specified harbors, canals, turning basins, anchor age and mooring areas, and waterways) that are designed, constructed, and maintained by the USACE for use by commercial and/or recreational navigation traffic. 3. Inland Zone: The environment inland of the coastal zone excluding the Great Lakes and specified ports and harbors on inland rivers. The term inland zone delineates an area of federal responsibility for response action. Precise boundaries are detennined by EP AlUSCG agreements and identified in federal regional contingency plans. 4. Non-Federally Maintained Navigable Waterways: Public waterways that are currently used for commercial and recreational navigation traffic and are not Federally maintained or under the authority of a Federal agency. Page 3 of8 ~.FEMA "",,,0 RECOVERY POLICY RP9523.5 5. Specified Ports and Harbors: Those ports and harbor areas on inland rivers, and land areas immediately adjacent to those waters, where the USCG acts as predesignated on- scene coordinator. Precise locations are determined by EPA/USCG regional agreements and identified in federal Regional Contingency Plans and Area Contingency Plans. 6. Wetlands: Areas that are inundated or saturated by surface or ground water with a frequency sufficient to support, or that under normal hydrologic conditions does or would support, a prevalence of vegetation or aquatic life typically adapted for life in saturated or seasonally saturated soil conditions (e.g., swamps, fresh and saltwater marshes, bogs, fens). B. Approval for FEMA Assistance FEMA may fund the removal and disposal of eligible disaster-generated debris, wreckage, and sunken vessels from the coastal zone or inland zone, non-Federally maintained navigable waterways, and wetlands by an eligible applicant, if (1) the debris, wreckage, or sunken vessel is the direct result of a Presidentially-declared disaster (44 CFR § 206.223(a)), (2) the removal is in the public interest (44 CFR § 206.224(a», and (3) aryother Federal agency does not have specific authority to perform or fund the work (44 CFR § 206.208(c)(2)). [n order to be e li g ib le for assistance, an eligib le applicant must provide docu mentation of this work, to include: a public interest determination; legal responsibility; debris types and quantities to be removed; and debris removal locations. 1. Public lnterest Determination Pursuant to 44 CFR § 206 .224 Debris removal, debris removal is in the "public interest," when its removal is necessary to (1) eliminate immediate threats to life, public health, and safety; or (2) eliminate immediate threats of significant damage to improved property; o r (3) ensure economic recovery of the affected community to the benefit of the community-at-large. Applicants should provide FEMA documentation to support one of the following: a. Immediate Threat to Life, Public Health, and Safety Determination. The basis of a determination by the State, county or municipal government's public health authority or other public entity that has legal authority to m ake such a determination that disaster-generated debris in a navigable waterway in the designated area constitutes an immediate threat to life, public health, and safety; or ~ (~. FEMA :@ .$V RECOVERY POLICY RP9S23.S b. Immediate Threat of Significant Damage to Improved Property Determination. The basis of the determination by the State, county, o r municipal government that the removal of disaster-generated debris from a navigable waterway is cost effective. Debris removal is cost effective if the cost to remove the debris is less than the cost of potential damage to the improved property; or C. Ensure Economic Recovery of the Affected Community to the Benefit of the Community at Large Determination. The basis of the determination by the State, county, or municipal government that the removal of debris fr om a navigable waterway is necessary to ensure economic recovery of the affected community to the benefit of the community-at-large. 2. Lega l Responsibility Pu rsuant to 44 CFR §206.223(a)(3), General work eligibility, an eligible applicant must demonstrate that it had the legal responsibility at the time of disaster to remove debris and obstructions from the impacted waterway. An appl icant's legal authorities, codes, and ordinances should be germane to the condition(s) presenting an immediate threat to life, public health, and safety, and not merely define the applicant's uniform level of services. The applicant's legal responsibility to take action where there is an immediate threat to life, public health, and safety should be independent of any expectation, or request, that FEMA will reimbu rse costs incurred for debris removal. C. Eligible 1. FEMA wiU determine the amount of eligib le debris to be removed that is necessary to eliminate an immediate threat to life, public health, and safety from non-Federally maintained navigable waterways, the coastal zone or inland zone, and wetlands on a case-by- case basis. FEMA will conduct eligibility assessments with the assistance of representatives from the applicant, State, and other Federal agencies, as necessary. Appli cants should provide maintenance records or surveys to demonstrate the pre-disaster cond iti on and capacity of the waterway and its facilities, as appropriate. 2 . FEMA will reimburse reasonable costs for the use of side scan sonar that identifies eligible submerged debris and sunken vessels after the applicant provides an eligible initial scope of work and cost estimate, and FEMA bas determined that the removal of the debris is in the public interest, as described in Section VII.S.I. Side scan sonar missions shou ld be limited in scope to address the impacted areas of non-Federally maintained navigable waterways and developed in coordination with FEMA and the State. Applicants should provide documentation that demonstrates the need for the use of side scan sonar to identify immediate RP9523.5 FEMA RECOVERY POLICY threats. This documentation should be directly related to the impacted area(s) and debris estimates and locations. 3. FEMA may determine that debris located at or below the surface of a non-Federally maintained navigable watenvay, or in the coastal or inland zone, is eligible to a depth equal to the maximum draft of the largest vessel that utilized the waterway prior to the storm plus two feet. Example: If the maximum draft of the largest vessel using the waterway is four feet, two feet will be added so that any debris below this six feet zone is not eligible. a. FEMA may determine that debris extending from the waterway bottom upward into the eligible zone is also eligible for complete removal b. Applicants should document the maximum draft of waterways for tidal waters by using depths taken at low tide. 4 . The removal of trees still rooted to an embankment may be eligible if: a . The tree is partially or wholly floating or submerged in the waterway; and b. The tree presents an immediate threat to life, public health, and safety; and c. Another Federal agency does not have specific authority to fund or perform the work. In such cases, FEMA may determine that the cost to cut the floating or submerged portion of the tree at the water's edge is eligible. 5. FEMA may determine that debris along the bank of a non-Federally maintained navigable waterway, in the coastal zone or inland zone, or along the bank of a wetland is eligible if it presents an immediate threat to life, public health, and safety, or to improved property. 6. Debris removal from privately-owned canals, waterways and banks is only eligible when necessary to eliminate an immediate threat to navigation that impedes the access of emergency service providers or if approved by the Federal Coordinating Officer Wlder the guidelines established in Disaster Assistance Policy 9523.13, Debris Removalfrom Private Property. 7. Eligible debris re moval from a stream is limited to the minimum effort required to eliminate an immediate threat to life, public health, and safety, or debris that is immediately up/down stream of and in dose proximity to improved property. ~.; FEMA RECOVERY POLICY RP95B.5 8. FEMA may fund the removal and disposal of container s of pollutants and hazardous substances from the coastal zone or inland zone, non-FederaUy maintained navigable waterways, and wetlands by an eligible applicant, if the removal is in the public interest, and another Federal agency does not have specific authority to perform the work. 9. FEMA may determine that a storm-damaged vessel can be treated as eligible debris if the vessel cannot be salvaged or returned to seaworthiness and it is floating or submerged in the coastal or inJand zones, a non-Federally maintained navigable waterway, or wetland. However, if any part of the damaged vessel can be used to identify an owner, the applicant should contact the owner and follow its local ordinances and State laws to demonstrate legal responsibility to remove and d ispose of the vessel. D . Ineligible 1. The removal of debris by an applicant for which another Federal agency has specific authority, or from Federally maintained navigable channels and waterways is ineligible under the Public Assistance Program. 2. The removal of wreckage and sunken vessels from Federally maintained naVigable channels and waterways is ineligible. 3. The removal of debris from privately owned canals, waterways and banks is generally ineligible, except in cases described in Section VII.C.6. E. Duplication of Benefits. Pursuant to Section 312 of the Stafford Act, FEMA is prohibited from providing funds for wor k that is covered by another source of funding. Therefore, applicants should take s teps to verify whether insurance coverage or any other source of funding exists for the debris removal work. F. Environmental Protection and Historic Preservation Review Requirements. Eligible waterway debris removal and disposal activities must satisfy environmental protection and historic preservation compliance review requirements as established by 44 CFR Parts 9, Floodplain Management and Protection of Wetlands, and 10, Environmental Considerations, and all other applicable local, State and Federal lega l requirements. Pa e70f8 :~~ FEMA • <.i."," RECOVERY POLICY RP9523.5 V I II. RESPONSIBLE OFFICE: Recovery Directorate (Public Assistance Division). IX. SUPER SESS I ON: This policy super sedes all p revious g uj dance on this subject. X. REVIEW DATE: This policy does not automatically expire, but will be reviewed three years from the date of publication. ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB Detail by Entity Name http://search.sunbiz.org/...m=Blue%20Water%20Marine%20Services%2C%20Inc.&listNameOrder=BLUEWATERMARINESERVICES%20K336070[4/28/2020 2:18:33 PM] Department of State / Division of Corporations / Search Records / Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Previous On List Next On List Return to List No Events No Name History Detail by Entity Name Florida Profit Corporation BLUE WATER MARINE SERVICES, INC. Filing Information P94000084675 65-0535505 11/21/1994 FL ACTIVE Principal Address 23950 SW 129 Avenue Miami, FL 33032 Changed: 05/24/2016 Mailing Address 23950 SW 129 Avenue Miami, FL 33032 Changed: 05/24/2016 Registered Agent Name & Address Otero, Yoslaine 23950 SW 129 Ave Homestead, FL 33032 Name Changed: 01/23/2020 Address Changed: 01/23/2020 DIVISION OF CORPORATIONSFlorida Department of State Detail by Entity Name http://search.sunbiz.org/...m=Blue%20Water%20Marine%20Services%2C%20Inc.&listNameOrder=BLUEWATERMARINESERVICES%20K336070[4/28/2020 2:18:33 PM] Officer/Director Detail Name & Address Title President OTERO, YOSLAINE 23950 SW 129 AVENUE MIAMI, FL 33032 Title Secretary Benitez, Roberto 23950 SW 129 Avenue Miami, FL 33032 Title VP Benitez, Roberto 23950 SW 129 Avenue Miami, FL 33032 Annual Reports Report Year Filed Date 2018 01/24/2018 2019 03/01/2019 2020 01/23/2020 Document Images 01/23/2020 -- ANNUAL REPORT View image in PDF format 03/01/2019 -- ANNUAL REPORT View image in PDF format 01/24/2018 -- ANNUAL REPORT View image in PDF format 03/27/2017 -- AMENDED ANNUAL REPORT View image in PDF format 02/20/2017 -- ANNUAL REPORT View image in PDF format 08/10/2016 -- AMENDED ANNUAL REPORT View image in PDF format 05/24/2016 -- AMENDED ANNUAL REPORT View image in PDF format 01/27/2016 -- ANNUAL REPORT View image in PDF format 12/09/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/22/2015 -- ANNUAL REPORT View image in PDF format 04/23/2014 -- ANNUAL REPORT View image in PDF format 03/26/2013 -- ANNUAL REPORT View image in PDF format 05/11/2012 -- ANNUAL REPORT View image in PDF format 04/20/2011 -- ANNUAL REPORT View image in PDF format Detail by Entity Name http://search.sunbiz.org/...m=Blue%20Water%20Marine%20Services%2C%20Inc.&listNameOrder=BLUEWATERMARINESERVICES%20K336070[4/28/2020 2:18:33 PM] 02/18/2010 -- ANNUAL REPORT View image in PDF format 05/19/2009 -- ANNUAL REPORT View image in PDF format 01/09/2008 -- ANNUAL REPORT View image in PDF format 07/11/2007 -- ANNUAL REPORT View image in PDF format 03/21/2006 -- ANNUAL REPORT View image in PDF format 01/20/2005 -- ANNUAL REPORT View image in PDF format 01/07/2004 -- ANNUAL REPORT View image in PDF format 01/21/2003 -- ANNUAL REPORT View image in PDF format 03/19/2002 -- ANNUAL REPORT View image in PDF format 01/31/2001 -- ANNUAL REPORT View image in PDF format 02/16/2000 -- ANNUAL REPORT View image in PDF format 02/24/1999 -- ANNUAL REPORT View image in PDF format 02/09/1998 -- ANNUAL REPORT View image in PDF format 08/21/1997 -- ANNUAL REPORT View image in PDF format 02/19/1996 -- ANNUAL REPORT View image in PDF format Previous On List Next On List Return to List No Events No Name History Florida Department of State, Division of Corporations