BID SPECIFICATIONS AND GENERAL REQUIREMENTS
FOR HURRICANE ______________ REMOVAL
1. The scope of work shall consist of the clean-up and removal of debris as defined
herein within the boundaries of the City of ___________________ __________, which was
caused by damage from ___________ during the period of ___________ _____ ______,
20______. This debris removal will be limited to the public rights-of-way and other public
properties within the City. The award of a bid will be based on any appropriate factor, including
but not limited to, bidder's qualifications, experience directly relating to debris clean-up and
removal, equipment inventory, as well as unit price. In addition, the City may make such
investigations as it deems necessary to determine the ability of the bidder to perform the work,
and the bidder shall furnish to the City all such information and data for this purpose as the City
may request. Bidder must provide City with a confidential listing of any pending or prior
judgments against bidder relating to similar work performed by bidder. Contractor shall
explicitly identify to the City any prohibitions, limitations, or parameters that will affect
Contractor's ability to perform the work described herein at the time of bid submittal. In addition
to its other rights, the City reserves the right to reject any bid if the evidence submitted by, or
investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to
carry out the obligations of the Contract and to complete the work contemplated therein within
the time period set forth in the bid proposal. A conditional or qualified bid will not be accepted.
The City has the right to reject any and all bids.
2. The primary purpose of this scope of work is to maintain the public health, safety,
and well-being of the community during the response to an emergency situation, as well as to
restore the public areas of the city to a normal condition in the shortest time period possible.
Each bidder must understand and agree that debris removal in the most expeditious manner
possible is of the utmost importance and the successful bidder will make every effort to
complete all requirements of the awarded contract in the shortest time possible. This scope of
work and contract are controlled under the provisions of __________, __________ Code of
20____, and under the Governor's declaration of disaster as provided by Section ________,
__________ Code of _______ , and by virtue of the President's Declaration of Disaster.
3. The successful bidder shall be fully responsible for debris pick-up, transportation
of debris, and final debris disposal. For the purposes of this bid, debris that is within the scope of
work is classified as Burnable and Non-Burnable. Burnable debris includes all biodegradable
matter except that included in the following definitions of other categories of debris. It includes,
but is not limited to, damaged and disturbed trees; bushes and shrubs; broken, partially broken,
and severed tree limbs; untreated structural timber; untreated wood products; and brush.
4. Tree stumps located on public rights-of-way or other public property shall be
removed. Tree stumps with base cut diameter measurements less than or equal to 24 inches
(measured 24 inches up from where the tree originally exited the ground) shall be considered to
be burnable debris and removed and paid for by the same methods used for other burnable
debris. Tree stumps larger than 24 inches in diameter shall be removed as burnable and paid for
in accordance with approved Federal Emergency Management Agency (FEMA) rates, or as may
be approved by any FEMA representative.
- 1 -
5. Debris that is classified as Non-Burnable is also included in the scope of work.
Non-Burnable Debris includes, but is not limited to, treated timber; plastic; glass; rubber
products; metal products; sheet rock; cloth items; non-wood building materials; metal products
(i.e., Mobile Trailer parts, Household appliances (White Metal), and similar items), or
uncontaminated soil; roofing materials; and carpeting.
6. Debris that is classified Hazardous or Toxic is not included in the scope of work.
Hazardous or toxic materials or waste includes, but is not limited to, petroleum products, paint
products, asbestos, electrical transformers, and known or suspected hazardous materials.
7. Contractor shall not be paid to handle, process, or dispose of debris that is
unrelated to storm damage.
8. Measurement for burnable and non-burnable debris removed will be by the cubic
yard as predetermined through truck or trailer bed measurement. Actual measurement shall be
documented by trip tickets.
9. Bids shall be based on a price per cubic yard of eligible debris. All bid prices
shall be shown in words and figures. In the case of discrepancy the amount in words shall
govern.
10. Contractor shall furnish and pay the cost, including sales tax and all other
applicable taxes and fees, of all the necessary materials and shall furnish and pay for all the
superintendents, labor, tools, equipment, transportation and disposal site, and perform all other
work required for the removal of all Hurricane Georges debris, as defined herein, in strict
accordance with the Contract, and any amendments thereto and such supplemental plans and
specifications which may hereafter be approved.
11. All equipment and vehicles utilized shall meet all requirements of Federal, State
and local regulations including, without limitation, all DOT, MDOT and safety regulations, and
are subject to the approval of the City.
12. Contractor is responsible for determining and complying with applicable
requirements for securing loads while in transit. At a minimum, Contractor shall assure that all
loads are transported without threat of harm to the general public, private property and public
infrastructure.
13. Any personnel and equipment designated by Contractor to be utilized in the
performance of the Contract shall not be utilized elsewhere or released in any way, fashion or
form for the duration of the Contract unless approved in writing by the City.
14. All vehicles and equipment shall have a fully functional and certified fire
extinguisher of Class A type.
15. Contractor, within twenty-four (24) hours of award of bid, shall provide proof of
worker's compensation insurance for all employees, including those of any subcontractor,
utilized in the performance of the Contract.
- 2 -
16. Contractor, within twenty-four (24) hours of award of bid, shall submit proof of
general liability insurance which shall remain in full force and effect throughout the term of the
Contract in an amount of not less than $00.00. Such insurance shall cover all operations under
the Contract, whether such operations be by Contractor, or by any sub-contractor, or by anyone
directly or indirectly employed by any of them or for whose acts any of them may be legally
liable.
17. Contractor shall be responsible for all damages and all liability to both public and
private property in the performance of his duties under the Contract, and shall report such
damages to the Disaster Coordinator/Public Works Director as soon as possible.
18. At all times and under all conditions Contractor shall continue to be an
independent Contractor and shall not represent himself in any way as an agent of the City.
19. Further, Contractor must supply the disposal site and assume all responsibility for
its operation. Disposal site shall have only one (1) entrance/exit.
20. Contractor shall construct an inspection tower. The tower shall be constructed
using pressure treated wood. The floor elevation of the tower shall be 10 foot above the existing
ground elevation. The floor area shall be 8' by 8', constructed of 2" 8" joists, 16" O.C. with
3/4" plywood supported by four 6" 6" posts. The perimeter of the floor area shall be protected
by a 4 foot high wall constructed of 2" 4" studs and ½" plywood. The floor area shall be
covered with a corrugated tin roof. The roof shall provide a minimum of 6'-6" of head room
below the support beams. Access shall be provided by wooden steps with a hand rail. Tower
must otherwise meet City Approval.
21. All insurance or bonds required under the terms of the Contract shall be issued by
a company licensed to do business in the State of ________.
22. Contractor shall provide with the bid a bid bond, or cashier's check, or Certificate
of Deposit issued by a __________ financial institution payable to and acceptable to the City in
the amount of not less than $00.00.
23. To insure the faithful performance and payment of all Contractor's obligations
under the Contract documents, Contractor shall provide within twenty-four (24) hours of award
of bid, payment and performance bonds each in the amount of not less than $00.00, to be
released upon payment of the 0% retainage.
24. Contractor represents that he is familiar with all Federal, State, and local
ordinances, laws, rules and regulations and that he will fully comply therewith during pick-up,
transportation and disposal.
25. Contractor must operate seven days a week during all daylight hours or as
otherwise directed by the City Disaster Coordinator and/or Public Works Director. Removal
shall be restricted to between the hours from dawn to dusk.
26. Contractor will make every effort to utilize and employ local sub-contractors,
equipment rental, supplies and other locally available resources.
- 3 -
27. Contractor will comply with all Federal, State, and local laws, rules, ordinance
and regulations regarding non-discriminatory hiring with regard to race, creed, color, national
origin or handicap.
28. Contractor understands that the City will be unable to pay the cost of the Contract
absent FEMA and MEMA approval. Contractor therefore represents that he will perform all
work under the provisions of the contract in such a manner, time, and place so as to insure such
reimbursement to City.
29. All payments made to the Contractor shall be subject to a 0% retainage and will
be retained until _______ (___) days after completion of all contract work to insure against
timely completion of the project and/or undiscovered damage to public or private property.
30. There will be no dump sites, debris staging areas, or debris transfers within the
City limits, nor will debris be permanently or temporarily stored or placed within the City.
31. No vehicles or equipment shall be located on public property or public rights-of-
way within the City unless actively engaged in debris removal.
32. Contractor shall be responsible for the conduct and action of all his employees
and his sub-contractors. Contractor's employees and sub-contractors shall not exhibit any pattern
of discourteous behavior to the public.
33. Contractor shall be responsible for establishing and scheduling collection routes
in consultation with City Disaster Coordinator/Public Works Director and for coordinating
deliveries with the designated disposal facilities.
34. Contractor shall make a minimum of 3 (three) passes along all public rights-of-
way and public property in the City, or as directed by the City.
35. Contractor shall not make any attempts to charge any resident, business or
institution for work performed under this Scope of Work, nor shall Contractor or anyone
employed or subcontracted by Contractor accept any additional monies from any resident,
business or institution for work performed under this Scope of Work.
36. Bidder shall furnish with the bid complete and updated list identifying truck
numbers and trailer numbers to City that will be used throughout the Contract. The listing shall
include the following information:
A. Each truck and trailer license number
B. Year, make and color of the truck
C. Cubic yardage of the truck and/or trailer.
37. Each vehicle and trailer transporting debris shall bear two (2) emblems(one of
each side) that shows the following:
A. "Contractor for The City of Ocean Springs"
- 4 -
B. The assigned Truck/Trailer number
C. Cubic Yardage Capacity (for applicable trucks and trailers)
38. All trucks and other equipment must be in compliance with all applicable federal,
state, and local rules and regulations. Any truck used to haul debris must be capable of rapidly
dumping its load without the assistance of other equipment; be equipped with a tailgate that will
effectively contain the debris during transport and permit the truck to be filled to capacity; and
measured and marked for its load capacity. 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 to be constructed in a manner to withstand severe operating conditions. The sideboards
are to be constructed of 2" by 6" boards or greater and not to extend more than two feet above
the metal bed sides. All extensions are subject to acceptance or rejection by the City. All
equipment will be inspected by the Contractor prior to use by using any applicable City forms.
The forms, if any, will be provided to the City after completion.
39. Prior to commencing debris removal operations, the Contractor shall present to
the City's representative all trucks or trailers that will be used for hauling debris, for the purpose
of determining hauling capacity. The hauling capacity will be based on the interior dimensions
of the truck's metal dump bed. Hauling capacity, in cubic yards, will be recorded and marked on
each truck or trailer with permanent markings. Each truck or trailer will also be numbered for
identification with a permanent marking.
40. Contractor shall operate in accordance with all ____________ Department of
Transportation standards including all pertinent traffic control techniques and procedures, as
well as transportation of debris over roadways. Contractor shall be responsible for the control of
pedestrian and vehicular traffic in the work area. 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 additional to the personnel and equipment required to
perform the essential work described in this Scope of Services. At a minimum, one flag person
shall be posted at each end of each active loading site and one flag person shall be posted at each
loading operation.
41. When a load is delivered, Contractor's driver shall provide the disposal facility
operator the street name or location that each load of debris originated.
42. Contractor shall be responsible for the compliance of any subcontracting parties
with the agreed upon contract conditions, and with any applicable Local, State or Federal
regulations.
43. Contractor should prepare for potentially adverse working conditions including,
but not limited to, limited fuel supplies, limited housing availability, limited food and water
supplies, and wet and muddy conditions.
44. Contractor shall be prepared to initiate contracted services no later than twenty-
four (24) hours after bid award.
45. Contractor shall only bill the City for material that originates within the City.
- 5 -
46. The Contract shall be initiated upon and terminated upon notice given by the
City.
47. City shall provide monitoring and inspections as necessary to determine contract
performance, which may include, but is not limited to, on-site inspections and metering of
operations, and inspections of operating records during Contractor's operating hours.
48. Contractor shall designate to the City key personnel having responsibilities for
coordinating work activities with the City, and shall inform the City of any changes in such
personnel
49. Any environmental samples, analyses or remediation actions required as a result
of Contractor's equipment, operations or, activities shall be the full responsibility of the
Contractor.
50. Contractor shall be reimbursed based solely on the trip tickets issued and verified
by the City at the Designated Disposal Facility.
51. Bid specifications and the contract are subject to FEMA and MEMA approval,
and are subject to modifications as FEMA and/or MEMA may require.
52. The City does not guarantee the successful bidder to any amount of work or
compensation.
53. All specifications and requirements of FEMA 286, __________ 20_____, Public
Assistance Guide, and U. S. Army Corps of Engineers Sample Contract Form (Unit Price) as
currently utilized by the Mobile District shall govern and control this bid except when
specifically addressed by the provisions of these specifications, or the Final Contract issued
hereunder.
54. City reserves the right to amend these specifications until _____ a.m./p.m.,
___________, ___________, 20______.
55. City may award other contracts.
_______, _______, 20_____
________ A.M.
ADDENDUM #1
BID ENVELOPES WITHOUT THE REQUIRED INFORMATION AS SET OUT IN
NOTICE TO BIDDERS MAY BE OPENED AND CONSIDERED, BUT SUCH
INFORMATION WILL BE USED IN EVALUATING THE BIDS.
- 6 -
______________________, City Clerk
_________, _______, 20______
________ A.M.
ADDENDUM #2
BIDS MUST SPECIFY ON PRICE PER CUBIC YARD FORM THE DEBRIS SITE
LOCATION AND OWNER OF DEBRIS SITE.
___________________, City Clerk
- 7 -