MISSISSIPPI
REQUEST FOR PROPOSAL
Debris Removal & Disposal Services
PURPOSE
Grenada County (hereinafter, “County”) has experienced damages due to the winter ice storm of January 23 – 27, 2026 resulting in widespread damage and declaration of emergency by the Governor. In order to recover and respond to this event, Grenada County seeks to establish a contract with a qualified and experienced debris removal and disposal contractor (hereinafter “Contractor”) via this Request for Proposals for this specific event response.
PROPOSAL DEADLINE:
Monday, March 16, 2026, at 9:00 AM
CONTACT INFORMATION
Point of contact for this proposal: Chad Bridges, President
Grenada County Board of Supervisors
59 Green Street
Grenada, Mississippi, 38901
662.226.1821
GENERAL TERMS & INFORMATION:
Proposals and all required documents must be mailed or hand delivered to 59 Green Street, Grenada, Mississippi, 38901, or hand delivered, on or before Monday, March 16, 2026, at 9:00 AM. Submittals received after the closing time will not be accepted. Multiple submittals from the same entity will not be accepted.
Award is scheduled to occur at the Grenada County Board of Supervisors Special Meeting in the Grenada County Courthouse, at 59 Green Street, Grenada, Mississippi, 38901, on Monday March 23, 2026, at 9:00 AM. The meeting is open to the public.
All proposals must be properly certified by the entity bidding for the work and signed by an officer, director or owner that has authority to bind and commit the Contractor to perform said work and services.
Proposals should contain enough information for the County to make an evaluation; however, overly complex or excessive proposals will be a burden to the Board of Supervisors and should be avoided.
Grenada County does not discriminate on the basis of race, sex, color, age, national origin, religion or disability, in the admission, access to and treatment of the County’s programs and activities, as well as the County’s hiring or employment practices.
CONFLICT OF INTEREST:
The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder.
WITHDRAWAL OF PROPOSAL:
Proposal may be withdrawn prior to the time set for the proposal submission based on a written request from an authorized representative of the firm; however, a proposal shall not be withdrawn after the time set for the proposal.
LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
The laws of the State of Mississippi apply to any purchase made under this request for proposal. Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s).
COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: “Proposer certifies that his proposal is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.”
COUNTY INDEMNIFICATION:
The successful Proposer(s) agrees to indemnify Grenada County and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the County.
CANCELLATION:
The County reserves the right to cancel this request for proposal without cause and for any reason.
ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
a) The selected contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the County. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFP.
b) In the event of a corporate acquisition and/or merger, the selected contractor shall provide written notice to the County within thirty (30) calendar days of the selected contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the County awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the RFP, without exception shall constitute approval for the purpose of this Agreement.
LOBBYING:
Lobbying of Board members, County employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder’s/proposer’s/protestor’s staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the County and shall be prohibited until either an award is final or the protest is finally resolved by the County; provided, however, nothing herein shall prohibit a prospective bidder/proposer from contacting the Clerk to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non-action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected.
ADDITIONAL REQUIREMENTS:
The County reserves the right to request additional services relating to this RFP from the Proposer. When approved by the County as an amendment to the contract and authorized in writing prior to work, the selected contractor shall provide such additional requirements as may become necessary.
OTHER GENERAL CONDITIONS:
a) Proposers must provide the County with their proposals signed by an employee having legal authority to submit proposals on behalf of the Proposer.
b) The County reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline.
c) This solicitation is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the County to pay for any costs incurred by the Proposer in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the Proposer’s own risk and expense as a cost of doing business. Grenada County shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted.
d) At the discretion of the County, one or more firms may be asked for more detailed information before making a final determination.
e) Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit an RFP’s content or to exclude any relevant or essential data.
f) Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this request for proposals or a resulting contract shall be controlled by Mississippi law in the Courts of Grenada County, Mississippi. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis.
g) Each bid must be signed and dated with the physical address of the bidder and individual responsible for performance designated on the face of the bid. Bids should be sealed and marked “Sealed Bid for RFP for DEBRIS REMOVAL”.
SCOPE OF WORK FOR DEBRIS REMOVAL
1.0 GENERAL
1.1 The purpose of this contract is to remove and dispose of all eligible debris from FEMA eligible Private Property and Commercial Property, and County Maintained Right of Ways (ROW) following the initial thirty (30) day clean-up period from the March 2025 storms. This contract will be awarded on a thirty (30) day basis, and may, at the County’s discretion, be extended on an as-needed basis as determined by the amount of and remaining debris to be picked up following the March 2025 storms.
1.2 The Contractor may be required to secure and permit Debris Reduction Site(s). If tasked to provide debris site(s), the Contractor shall prepare, operate, and restore the Debris Reduction Site(s). The site(s) shall be approved by the State of Mississippi. Restoration of the debris reduction site must adhere to all State of Mississippi regulations and requirements.
1.3 Vegetative debris shall be taken for reduction to the Debris Reduction Site. Reduction will be made by either compaction, burning, or chipping.
1.4 Haul and Dispose. The work shall consist of clearing, separating, and removing any and all eligible debris, including ROW of streets and roads. Work shall include: (1) examining and sorting debris to determine whether or not debris is eligible; (2) loading and sorting the debris; (3) hauling the eligible debris to an approved Debris Site. Ineligible debris shall not be loaded, hauled, or dumped under this contract. The County shall be immediately notified of any ineligible debris located at the ROW for collection.
1.5 Debris collected must fall within the guidelines of the FEMA PA Guide FP-104-009-2 Public Assistance Program and Policy Guide Version 5. Any eligible debris, such as fallen trees, which extend onto the public ROW from private property, shall be cut at the point where it enters the ROW. Only that part of the debris that lies within the ROW shall be removed.
1.6 Hazardous limbs are considered eligible debris and are defined as limbs greater than two inches in diameter that are still hanging in the tree and are threatening a public use area, such as a trail, sidewalk, road, etc.
1.7 Hazardous Trees. Trees in the public ROW with a split trunk, broken canopy, or leaning at an angle greater than 30 degrees, are considered eligible debris. Holes present as a result of uprooted trees in the public ROW shall be filled to ground level.
1.8 The Contractor shall not enter private property during the performance of this contract, unless specifically authorized by the County in writing. Contractor shall note that a portion of the project will occur in residential areas. The Contractor shall exercise due care to minimize any damages to trees, shrubs, landscaping and general property. The Contractor shall repair any damages caused to private property by the Contractor’s equipment in a timely manner at no expense to the County. The debris work area shall be left clear of debris and cleaned, as reasonably and practical under the conditions of this project.
1.9 All equipment shall be approved by the County prior to use. No tracked equipment (rubber or steel) can be used on roads.
1.10 The Contractor shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state and local governments or agencies, or of any public utilities.
1.11 The County and governmental agencies reserve the right to inspect vehicles, equipment, debris site(s), and to verify quantities, and review operations at any time.
1.12 All work shall be accomplished in a safe manner in accordance with OSHA standards.
2.0 LOAD TICKETS
2.1 E-Tickets. No work will be paid unless the work is monitored and ticketed. The e-ticket system, or if manual tickets are used, the paper ticket, shall contain the following information:
• Ticket Number
• Loading Departure Time
• Contract Number
• Dump Arrival Time
• Contractor Name
• Percent of Load
• Date
• Actual Debris Volume
• Truck or Roll-off Container Number
• Debris Eligibility
• Truck Capacity
• Type of Debris
• Point of Debris Collection
• Cut Type
3.0 DEBRIS CLASSIFICATION
3.1 Eligible Debris. Eligible debris is defined as debris eligible for reimbursement under the FEMA Public Assistance Grant Program (FP 104-009-2 Public Assistance Program and Policy Guide (PAPPG) V5 (January 6, 2025)).
3.2 Stumps. The removal and disposal of all stumps, when eligible for removal, may be paid on a cubic-yard basis, regardless of size or whether or not the stumps require extraction by the Contractor. Removal shall be accomplished by the most economical means. The extracted stump will then be measured and converted to cubic yards using the FEMA standard table by the County’s representative or a Debris Monitor selected by the County.
3.3 Vegetative Debris. Vegetative debris will first be collected and taken for reduction to a temporary debris site, which has been approved by the State environmental certifying
agency. If burned by the Contractor, the burning shall be undertaken in compliance with all federal, state, and local laws, guidelines, and regulations. In addition, the Contractor shall maintain sufficient water trucks or safety measures at the burn sites for security purposes. To avoid unnecessary stockpiling, the Contractor will burn on a daily basis an equivalent amount of vegetative debris brought to the burn site on the previous day. The burn site shall be controlled so smoke does not create a vehicular and/or air traffic hazard or a nuisance condition. The burning processes will be monitored for strict compliance with the Mississippi Department of Environmental Protection.
3.4 C&D (Construction & Démolition) Debris. FEMA defines C&D Debris as “damaged components of buildings and structures, such as lumber and wood, gypsum wallboard, glass, metal, roofing material, tile, carpeting and floor coverings, window coverings, pipe, concrete, concrete, fully cured asphalt, equipment, furnishings, and fixtures (FEMA Debris Monitoring Guide, p. 16).” The C&D Debris must be disaster-generated and may not be mixed with debris from construction projects underway prior to the storm or with debris generated as a result of remodeling that occurred after the storm. Only C&D Debris that was disaster-generated and that presents an immediate threat will be eligible for reimbursement. C&D should not contain Hazardous Waste.
3.5 White Goods. FEMA defines White Goods as air conditioners, dishwashers, freezers, refrigerators, stoves, washers and dryers, and water heaters. Contractor will be responsible for Loading, Haul and Final Disposal of White Goods from collection points to landfill. White goods must not be mixed with debris from construction projects underway prior to the storm or with debris generated as a result of remodeling that occurred after the storm. Only White goods that were disaster-generated will be eligible for reimbursement.
3.6 Household Hazardous Waste. Household hazardous waste, if incidentally collected as part of C&D shall be separated as part of the DMS site management cost. Haul out of household hazardous waste is not part of this RFP.
3.7 Hazardous Waste. Hazardous waste, if incidentally collected as part of C&D, shall be separated as part of the DMS site management cost. Collection of hazardous waste is not part of this RFP. Haul out of hazardous waste is not part of this RFP. (check if this statement applies)
Please do not respond to this RFP if you will not be able to fully provide services to Grenada County.
4.0 PERFORMANCE SCHEDULE
4.1 The Contractor shall commence performance within twenty-four (24) hours of receipt of notice to proceed, but the contractor shall not commence performance until given notice to do so.
4.2 All activity associated with debris operations shall be performed between 30 minutes before sunrise and 30 minutes after sunset in the affected areas. The County will determine work days.
4.3 Due to timeline requirements for federal reimbursement, the maximum allowable time for completion shall be 180 calendar days from the incident date/weather event date unless the County initiates additions or deletions to the contract by written change orders.
5.0 EQUIPMENT
5.1 All trucks and other equipment must follow all applicable federal, state, and local rules and regulations. All trucks and other equipment shall be equipped with back up alarms. Any truck used to haul debris should be capable of rapidly dumping its load without the assistance of other equipment. Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2” x 6” boards or greater and not to extend more than two feet above the metal bedsides. All extensions are subject to acceptance or rejection by the County. The Contractor shall provide means to rapidly unload any trailer that does not have a means for dumping. All trailers shall have a metal-framed exterior and a minimum of 5/8” plywood (not wafer board) interior walls. All equipment used to haul debris shall be equipped with a tailgate that will effectively contain the debris during transport and permit the truck to be filled to capacity. Plastic webbing is not acceptable for a tailgate. All hauling equipment shall be measured for its load capacity. The County may inspect equipment at any time and determine if equipment is not suitable for debris operations.
5.2 Trucks and other heavy equipment designated for use under this contract shall be equipped with placards identifying they are working on the County’s debris project.
5.3 Trucks or equipment, which are designated for use under this contract, shall not be used for any other work during the working hours of this contract. The Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Any “volunteer” or unpaid work in the jurisdiction of the County must be done with written approval of the County.
5.4 Loading equipment used under this contract shall be rubber-tired and sized properly to fit loading conditions. Excessive size loading equipment (6 CY and up) as well as non-rubber-tired equipment must be approved by the County.
5.5 The Contractor’s staff shall familiarize themselves with all bridge postings in the County and shall comply with the load posting signage in place while transporting debris.
6.0 REPORTING
6.1 The Contractor shall submit a report to the County each morning for the previous day for the term of the contract. Each report shall contain, at a minimum, the following:
6.1.1. Number and types of trucks in operation from previous day.
6.1.2. Daily and cumulative totals of debris removed
6.1.3. Estimate of total leaners, hangers, haul in and haul out, and cumulative percentage (%) of work complete
6.2 Discrepancies between the daily operational report and the corresponding load tickets shall be reconciled no later than 5pm the following day.
6.3 The contractor shall submit a morning report for the current day’s operations. This report shall contain at a minimum:
6.3.1. Number of trucks running that day
6.3.2. Type of trucks (For example: cut trucks, haul-in trucks, haul-out trucks)
6.3.3. Locations or zones of trucks
7.0 OTHER CONSIDERATIONS
7.1 The Contractor shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contractor’s personnel and equipment is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract.
7.2 The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractors’ or any subcontractors’ actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional costs to the County.
7.3 The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. The traffic control personnel and equipment shall be in addition to the personnel and equipment required in other parts of this contract. At a minimum, one flag person should be posted at each approach to the work area. Work shall be accomplished in a safe manner in accordance with OSHA standards.
7.4 The Contractor is responsible for obtaining all applicable environmental and regulatory permits prior to the Contractor commencing operations.
7.5 If operating a debris site, the Contractor is responsible for dust control. The Contractor shall follow all state and local laws for dust control.
7.6 The County may suspend Contractor operations due to inclement weather. The performance period may be extended for weather delays.
7.7 The Contractor shall employ as many local residents and subcontractors as possible as part of this contract. A resource list will be provided to the Contractor upon request of the County.
7.8 The Contractor shall comply with Executive Order 11246 of September 24, 1965, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60).
7.9 The Contractor shall comply with the Copeland “Anti-Kickback” Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3).
7.10 The Contractor shall comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR part 5) insofar as it may apply to this contract. The majority of work under this contract is expected to be performed under the FEMA Public Assistance program. FP 104-009-2 Public Assistance Program and Policy Guide (PAPPG) V5 (January 6, 2025) states Davis Bacon Act does not apply to the FEMA Public Assistance Program.
7.11 The Contractor shall comply with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 – 330) as supplemented by Department of Labor regulations (29 CFR Part 5).
7.12 The Contractor shall permit access by the County and the government agencies including the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions.
7.13 The Contractor shall retain all required records for three years after the County or the relevant government agencies make final payments and all other pending matters are closed.
7.14 Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15).
7.15 The Contractor shall comply with any other applicable federal, state or local regulations.
7.16 The Contractor shall adhere to mandatory standards and policies on energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201).
7.17 Contractor shall be listed within the Federal System for Award Management (SAM) website (www.sam.gov).
7.18 Contractor shall not subcontract with any parties listed on the government-wide Excluded Parties List System 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 Part 1989 Comp., p. 235), “Debarment and Suspension.”
7.19 Contractor shall certify that it will not and has not used federally 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. Contract shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Contractor shall require all subcontractors to submit these same certifications.
7.20 Contractor shall comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation 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 material 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 by 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.
7.21 Contractor shall plan for subcontractor participation per FEMA FP-104-009-2. Contractor shall conduct all necessary affirmative steps to ensure the use of disadvantaged, minority, and women’s business enterprises, and labor surplus area firms when possible.
8.0 FINAL DISPOSITION
8.1 C&D debris will be taken to the Landfill or some other location for final disposal.
9.0 MEASUREMENT
9.1 Unit Measurement for all debris removed shall be as indicated as set forth below. This is determined by the eligible debris delivered to the dumpsite, as supported and documented by the load tickets.
10.0 BONDING AND INSURANCE
10.1 Prior to signing of contract, Contractor agrees to furnish the County with all applicable certificates of insurance.
10.2 The Contractor shall be able to cover expenses associated with a major recovery operation prior to the initial payment and between subsequent payments.
10.3 The Contractor shall save and hold the County harmless from and against all liability, claims and demands on account of personal injuries (including without limitation workers’ compensation and death claims) or property loss or damages of any kind whatsoever, which arise out of or be in any manner connected with, or are claimed to arise out of or be in any manner connected with, the performance of this contract, regardless of whether such injury, loss or damage shall be caused by, or be claimed to be caused by, the negligence or other fault of the Contractor, any subcontractor, agent or employee.
10.4 Within 24 hours following signing of contract, Contractor shall provide copies of insurance policies including all endorsements.
10.4.1. Commercial General Liability – in the amount of two million dollars ($2,000,000.00) aggregate/one million dollars ($1,000,000.00) per occurrence. The General Aggregate limit shall either apply separately to the resulting Contractor or shall be at least twice the required occurrence limit.
10.4.2. Comprehensive Automobile and Motor Vehicle Liability – covering any automotive equipment to be used in performance of the service, with a minimum limit in the amount of One Million Dollars ($1,000,000.00) per occurrence combined single limit /any auto. Physical Damage Insurance covering owned or rented machinery, tools, equipment, office trailers, and vehicles.
10.4.3. Worker’s Compensation – Proposer shall provide a policy with employer’s liability coverage with limits of no less than One Million Dollars ($1,000,000.00) per occurrence for each accident or illness. The Worker’s Compensation policy shall state that it cannot be canceled or materially changed without first giving thirty (30) days prior notice thereof in writing to the County. Firms having owner/operators that have filed a “Notice of Election to be Exempt” shall supply a signed copy of said notice. Any such exemption shall meet the requirements that qualify for an exemption under the applicable Worker’s Compensation law.
10.5 Conditions: Each insurance policy shall include the following conditions by endorsement to the policy
10.5.1. Each policy shall require that thirty (30) days prior to expiration, cancellation, nonrenewal or any material change in coverages or limits, a notice thereof shall be given to the County by a certified mail. Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non- renewal, or material change in coverage received by said Contractor from its insurer, and nothing contained herein shall absolve the Contractor of this requirement to provide notice.
10.5.2. Companies issuing the insurance policy, or policies, shall have no recourse against the County for payment of premiums. The term “Owner” and/or “County” shall include all Authorities, Boards, Bureaus, Commissions, Division, Departments and Offices of the County and individual members, elected officials, employees thereof in their official capacities, and/or while acting on behalf of the County.
10.5.3. County shall be named as an additionally insured on all policies of insurance. The policy clause “Other insurance” shall not apply to any insurance coverage currently held by the County to any future coverage, or to the County’s Self-Insured Retentions as, if any of whatever nature.
10.5.4. Bid Bonding is not required. Performance Bonding is not required.
11.0 PAYMENT
11.1 Work will be invoiced on a monthly basis, with separate invoices for FEMA grant performance periods (e.g. 100% federal share reimbursement time period shall be invoiced separately from standard federal share performance period). Invoice shall be based on reconciled tickets as per the debris monitor. Invoice unit fees will be based on the unit pricing submitted and certified by the Contractor.
11.2 Payment for reconciled invoices will be paid within 45 days after approval from the County. Time is of the essence to the performance hereunder, and the County shall recover from the Contractor any delay costs caused by the acts or omissions of the Contractor or its agents. Except as otherwise provided herein, payment shall be made for actual work accepted and completed. No late payment interest shall be due and owing for payments withheld in good faith for reasonable cause.
12.0 NOTICES
12.1 At the time of the award, the Contractor shall designate, in writing, a Contractor’s Representative (CR) to receive any notice required hereunder and who shall be available at the local work site in the County, during all times that the Contractor is performing work in accordance herewith. A copy of said designation shall be provided to the County’s authorized agent at the time of award.
12.2 The County individual authorized to receive any notice required hereunder shall be the County’s authorized representative. Said notice must be hand delivered during normal business hours to the County’s authorized representative.
13.0 OTHER CONTRACTS
13.1 The County reserves the right to issue other contracts, direct other contractors, or perform similar duties to work within the area included in this contract.
14.0 MINOR IRREGULARITIES
14.1 The Board reserves the right to waive minor irregularities.
15.0 CONTRACT TIMEFRAME
15.1 This contract will be awarded on a 120-day basis, and may, at the County’s discretion, be extended as necessary for storm cleanup.
Please include, at a minimum, rates for the following:
• Right-of-Way Vegetative Rate (per cubic yard)
• Public Right of Way Construction and Demolition Collection Rate (per cubic
Yard)
• Cutting Partially Uprooted or Split Trees (ROW Leaners) (per unit)
• Putting Partially Uprooted or Split Trees (Public Space Leaners) (per unit)
• Removal of Dangerous Hanging Limbs (ROW Hangers) (per unit)
• Removal of Dangerous Hanging Limbs (Public Space Leaners) (per unit)
• Hazardous Stump Removal and Collection Rate (ROW) (per unit)
• Hazardous Stump Removal and Collection Rate (Public Space) (per unit)
• Stump Removal and Collection Rate
• Supply and placement of clean fill dirt into holes created by stump removal in the ROW (per cubic yard)
• Reduction of vegetative debris via open burning at debris management site(s) or other designated location (per cubic yard)
• Reduction of vegetative debris via air-curtain burning at debris management site(s) or other designated location (per cubic yard)
• Reduction of vegetative debris via grinding at debris management site(s) or other designated location (per cubic yard)
• Temporary Debris Staging and Reduction Sites (TDSRS) Management and Operations
• Haul-Out of reduced vegetative debris via burning to final disposal site (per cubic yard)
• Haul-Out of reduced vegetative debris via grinding to final disposal site (per cubic yard)
• Hourly and/or unit prices for equipment and/or operators
Your Envelope should be marked:
“SEALED BID FOR DEBRIS REMOVAL”
Award is scheduled to occur at the Grenada County Board of Supervisors Special Meeting in the Grenada County Courthouse, at 59 Green Street, Grenada, Mississippi, 38901, on Monday, March 23, 2026, at 9:00 AM The meeting is open to the public.
Grenada County Board of Supervisors
Publish: 2/18, 25