Agency |
Title |
Date published |
Bid opening date |
AAA Ambulance Service |
AAA Ambulance Service - 4 Type III Ambulances
|
4 Type III Ambulances
https://www.centralauctionhouse.com/rfp55288944-aaa-ambulance-service--4-type-iii-ambulances.html
08-Aug-2025 12:00:00 AM CDT |
27-Aug-2025 10:00:00 AM CDT |
City of Jackson |
City of Jackson Notice of Invitation to Bid on City Owned Property:parcel 175-278
|
NOTICE OF INVITATION TO BID ON CITY OWNED PROPERTY<br /><br />CITY OF JACKSON<br /><br />Notice is hereby given that sealed bids will be received by the City Clerk of the City of Jackson, Mississippi before 3:30 p.m. on Tuesday, August 26th, 2025, for the purchase of certain City-owned property: parcel 175-278, located on Gum Street in Jackson, Mississippi. Bidding for the property will start at $250.00. The City will retain all mineral rights it owns, together with the right of ingress and egress to remove same from said property. For additional information or for a “bid form”, contact Vic Sexton at (601) 960 1055 or e-mail
[email protected].<br /><br />BID INSTRUCTIONS: All bids must be placed in a sealed envelope and delivered to the City Clerk of the City of Jackson, (located in City Hall at 219 S. President St. Jackson, Mississippi 39201), or submitted through Central Bidding https://www.centralauctionhouse.com/main.php. If submitted to the City Clerk, the outside of the envelope must be plainly marked to identify the parcel number being bid on, along with the bidder’s name. Enclose one (1) original and one (1) copy of the bid. Bids will be opened on Tuesday, August 26th, 2025, at 3:30 p.m. in the Council Chambers at City Hall, 219 South President Street, Jackson, Mississippi.<br /><br />Preferential preference will be granted to all equivalent high bidders that submitted an application to the Surplus Property Committee. If multiple equivalent high bidders submitted applications, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders did not submit applications to the Surplus Property Committee, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders consist of, one equivalent high bidder thatsubmitted an application to the Surplus Property Committee and the other equivalent high bidder(s) that did not submit an application to the Surplus Property Committee, preferential preference will be granted to the bidder that submitted an application to the Surplus Property Committee.<br /><br />City reserves the right to reject any and all bids<br /><br />CITY OF JACKSON, MISSISSIPPI<br /><br />______________________________________________________________<br /><br />The Mississippi Link<br />Publish on: Thursday, August 7th, August 14th and August 21st, 2025<br />Send proof of publication to: Attention: Vic Sexton<br />Planning and Development(Real Estate Division)<br />P.O. Box 17<br />Jackson, MS 39205
https://www.centralauctionhouse.com/rfp91560545-city-of-jackson-notice-of-invitation-to-bid-on-city-owned-propertyparcel-175-278.html
07-Aug-2025 8:00:00 AM CDT |
26-Aug-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Notice of Invitation to Bid on City Owned Property:parcel 175-277
|
NOTICE OF INVITATION TO BID ON CITY OWNED PROPERTY<br /><br />CITY OF JACKSON<br /><br />Notice is hereby given that sealed bids will be received by the City Clerk of the City of Jackson, Mississippi before 3:30 p.m. on Tuesday, August 26th, 2025, for the purchase of certain City-owned property: parcel 175-277, located on Gum Street in Jackson, Mississippi. Bidding for the property will start at $250.00. The City will retain all mineral rights it owns, together with the right of ingress and egress to remove same from said property. For additional information or for a “bid form”, contact Vic Sexton at (601) 960 1055 or e-mail
[email protected].<br /><br />BID INSTRUCTIONS: All bids must be placed in a sealed envelope and delivered to the City Clerk of the City of Jackson, (located in City Hall at 219 S. President St. Jackson, Mississippi 39201), or submitted through Central Bidding https://www.centralauctionhouse.com/main.php. If submitted to the City Clerk, the outside of the envelope must be plainly marked to identify the parcel number being bid on, along with the bidder’s name. Enclose one (1) original and one (1) copy of the bid. Bids will be opened on Tuesday, August 26th, 2025, at 3:30 p.m. in the Council Chambers at City Hall, 219 South President Street, Jackson, Mississippi.<br /><br />Preferential preference will be granted to all equivalent high bidders that submitted an application to the Surplus Property Committee. If multiple equivalent high bidders submitted applications, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders did not submit applications to the Surplus Property Committee, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders consist of, one equivalent high bidder thatsubmitted an application to the Surplus Property Committee and the other equivalent high bidder(s) that did not submit an application to the Surplus Property Committee, preferential preference will be granted to the bidder that submitted an application to the Surplus Property Committee.<br /><br />City reserves the right to reject any and all bids<br /><br />CITY OF JACKSON, MISSISSIPPI<br />______________________________________________________________<br /><br />The Mississippi Link<br /><br />Publish on: Thursday, August 7th, August 14th and August 21st, 2025<br /><br />Send proof of publication to:<br />Attention: Vic Sexton<br />Planning and Development (Real Estate Division)<br />P.O. Box 17<br />Jackson, MS 39205
https://www.centralauctionhouse.com/rfp73530610-city-of-jackson-notice-of-invitation-to-bid-on-city-owned-propertyparcel-175-277.html
07-Aug-2025 8:00:00 AM CDT |
26-Aug-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Notice of Invitation to Bid on City Owned Property:parcel 175-272
|
NOTICE OF INVITATION TO BID ON CITY OWNED PROPERTY<br /><br />CITY OF JACKSON<br /><br />Notice is hereby given that sealed bids will be received by the City Clerk of the City of Jackson, Mississippi before 3:30 p.m. on Tuesday, August 26th, 2025, for the purchase of certain City-owned property: parcel 175-272, located on Gum Street in Jackson, Mississippi. Bidding for the property will start at $250.00. The City will retain all mineral rights it owns, together with the right of ingress and egress to remove same from said property. For additional information or for a “bid form”, contact Vic Sexton at (601) 960 1055 or e-mail
[email protected].<br /><br />BID INSTRUCTIONS: All bids must be placed in a sealed envelope and delivered to the City Clerk of the City of Jackson, (located in City Hall at 219 S. President St. Jackson, Mississippi 39201), or submitted through Central Bidding https://www.centralauctionhouse.com/main.php. If submitted to the City Clerk, the outside of the envelope must be plainly marked to identify the parcel number being bid on, along with the bidder’s name. Enclose one (1) original and one (1) copy of the bid. Bids will be opened on Tuesday, August 26th, 2025, at 3:30 p.m. in the Council Chambers at City Hall, 219 South President Street, Jackson, Mississippi.<br /><br />Preferential preference will be granted to all equivalent high bidders that submitted an application to the Surplus Property Committee. If multiple equivalent high bidders submitted applications, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders did not submit applications to the Surplus Property Committee, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders consist of, one equivalent high bidder thatsubmitted an application to the Surplus Property Committee and the other equivalent high bidder(s) that did not submit an application to the Surplus Property Committee, preferential preference will be granted to the bidder that submitted an application to the Surplus Property Committee.<br /><br />City reserves the right to reject any and all bids<br /><br />CITY OF JACKSON, MISSISSIPPI<br />______________________________________________________________<br />The Mississippi Link<br /><br />Publish on: Thursday, August 7th, August 14th and August 21st, 2025<br /><br />Send proof of publication to:<br /><br />Attention:Vic Sexton<br />Planning and Development (Real Estate Division)<br />P.O. Box 17<br />Jackson, MS 39205
https://www.centralauctionhouse.com/rfp16165070-city-of-jackson-notice-of-invitation-to-bid-on-city-owned-propertyparcel-175-272.html
07-Aug-2025 8:00:00 AM CDT |
26-Aug-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Notice of Invitation to Bid on City Owned Property:parcel 175-208
|
NOTICE OF INVITATION TO BID ON CITY OWNED PROPERTY<br /><br />CITY OF JACKSON<br /><br />Notice is hereby given that sealed bids will be received by the City Clerk of the City of Jackson, Mississippi before 3:30 p.m. on Tuesday, August 26th, 2025, for the purchase of certain City-owned property: parcel 175-208, located on Nichols Street in Jackson, Mississippi. Bidding for the property will start at $250.00. The City will retain all mineral rights it owns, together with the right of ingress and egress to remove same from said property. For additional information or for a “bid form”, contact Vic Sexton at (601) 960 1055 or e-mail
[email protected].<br /><br />BID INSTRUCTIONS: All bids must be placed in a sealed envelope and delivered to the City Clerk of the City of Jackson, (located in City Hall at 219 S. President St. Jackson, Mississippi 39201), or submitted through Central Bidding https://www.centralauctionhouse.com/main.php. If submitted to the City Clerk, the outside of the envelope must be plainly marked to identify the parcel number being bid on, along with the bidder’s name. Enclose one (1) original and one (1) copy of the bid. Bids will be opened on Tuesday, August 26th, 2025, at 3:30 p.m. in the Council Chambers at City Hall, 219 South President Street, Jackson, Mississippi.<br /><br />Preferential preference will be granted to all equivalent high bidders that submitted an application to the Surplus Property Committee. If multiple equivalent high bidders submitted applications, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders did not submit applications to the Surplus Property Committee, a re-bid process utilizing the Best and Final Offer (BAFO) between those bidders will be granted to determine a winner. If multiple equivalent high bidders persist after BAFO, the re-bid process will be repeated, if necessary, until a sole high bidder is certified.<br /><br />If multiple equivalent high bidders consist of, one equivalent high bidder thatsubmitted an application to the Surplus Property Committee and the other equivalent high bidder(s) that did not submit an application to the Surplus Property Committee, preferential preference will be granted to the bidder that submitted an application to the Surplus Property Committee.<br /><br />City reserves the right to reject any and all bids<br /><br />CITY OF JACKSON, MISSISSIPPI<br />______________________________________________________________<br /><br />The Mississippi Link<br />Publish on: Thursday, August 7th, August 14th and August 21st, 2025<br />Send proof of publication to: Attention: Vic Sexton<br />Planning and Development (Real Estate Division)<br />P.O. Box 17<br />Jackson, MS 39205
https://www.centralauctionhouse.com/rfp85592361-city-of-jackson-notice-of-invitation-to-bid-on-city-owned-propertyparcel-175-208.html
07-Aug-2025 8:00:00 AM CDT |
26-Aug-2025 3:30:00 PM CDT |
Marion County Board of Supervisors |
Garbage Trucks
|
https://www.centralauctionhouse.com/rfp39752672-garbage-trucks-.html
06-Aug-2025 10:00:00 AM CDT |
06-Aug-2025 11:00:00 AM CDT |
Rankin County |
Rankin County Circuit Courtroom Improvements
|
Bid documentation for Rankin County Circuit Courtroom Improvements<br /><br />Pre Bid conference will be held at the Rankin County Board of Supervisors boardroom, ste A, 211 E. Governent St. Brandon, MS 39042 at 2pm on 8-26-25.<br /><br />FOR SPECIFICATIONS PLEASE SEE THE LINK LISTED BELOW.<br /><br />https://jhharchitects.filegenius.com/downloadPublic/noyp5up78eoggok<br /><br />
https://www.centralauctionhouse.com/rfp70407539-rankin-county-circuit-courtroom-improvements.html
06-Aug-2025 8:00:00 AM CDT |
04-Sep-2025 9:00:00 AM CDT |
Harrison County School District |
RFP 2526 Supplemental Reading Curriculum
|
Legal Notice<br /> <br /> <br />The Harrison County School District Board of Education will accept bid proposals for 2526 Supplemental Reading Curriculum for the 2025-2026 school years. All proposals must be submitted to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS 39503 no later than 10:00 A.M. on Monday, August 18, 2025. Please mark “Bid – 2526 Supplemental Reading Curriculum” on the exterior of the sealed envelope/box.<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Bid Packets with complete specifications may also be obtained at the Office of the Superintendent, 11072 Highway 49, Gulfport, MS 39503. Telephone inquiries may be made to Melissa Garrison, Director of Federal Programs, (228) 539-6500, or email
[email protected] .<br /> <br />Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814. Hardcopy bids will also be accepted; however, you MUST mark the outside of the envelope/box with “Bid – 2526 Supplemental Reading Curriculum” and address them to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS.<br /> <br />The Harrison County School District Board of Education reserves the right to accept/reject all bids and waive any irregularities.<br /> <br />All bids are subject to federal/state appropriation and the ability of the district’s Comprehensive Federal Program Application to accommodate this expense.<br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp86131610-rfp-2526-supplemental-reading-curriculum.html
06-Aug-2025 7:00:00 AM CDT |
18-Aug-2025 10:00:00 AM CDT |
Harrison County School District |
RFP 25-26 Supplemental Phonemic Awareness & Writing Curriculum
|
Legal Notice<br /> <br />The Harrison County School District Board of Education will accept bid proposals for 2526 Supplemental Phonemic Awareness & Writing Curriculum for the 2025-2026 school years. All proposals must be submitted to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS 39503 no later than 10:00 A.M. on Monday, August 18, 2025. Please mark “Bid – for 2526 Phonemic Awareness & Writing Curriculum” on the exterior of the sealed envelope/box.<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Bid Packets with complete specifications may also be obtained at the Office of the Superintendent, 11072 Highway 49, Gulfport, MS 39503. Telephone inquiries may be made to Melissa Garrison, Director of Federal Programs, (228) 539-6500, or email
[email protected] .<br /> <br />Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814. Hardcopy bids will also be accepted; however, you MUST mark the outside of the envelope/box with “Bid – 2526 Supplemental Phonemic Awareness & Writing Curriculum” and address them to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS.<br /> <br />The Harrison County School District Board of Education reserves the right to accept/reject all bids and waive any irregularities.<br /> <br />All bids are subject to federal/state appropriation and the ability of the district’s Comprehensive Federal Program Application to accommodate this expense.<br />
https://www.centralauctionhouse.com/rfp92172833-rfp-25-26-supplemental-phonemic-awareness-writing-curriculum-.html
06-Aug-2025 7:00:00 AM CDT |
18-Aug-2025 10:00:00 AM CDT |
City of Vicksburg |
Two (2) 2027 Type III Ambulances
|
NOTICE TO BIDDERS<br /> Notice is hereby given that the City of Vicksburg, Mississippi will receive sealed bids in the following manner for:<br /><br /> Two (2) 2027 Type III Ambulances<br /><br />Technical Bid Proposals will be accepted until 9:00 a.m. on Thursday, August 21, 2025, in sealed envelopes at the City Clerk’s Office located at 1401 Walnut Street, 2nd Floor, Suite 212, Vicksburg, Mississippi 39180 or by electronic submission. Bidders are cautioned that the City Clerk’s Office does not receive the daily U.S. Mail on or before 9:00 am. Bids will be time-stamped upon receipt according to the City Clerk’s time clock. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids during the Notification of Invitation to Bid (based upon acceptance of Proposals) on Friday, August 22, 2025.<br /><br />Bidding will be held by electronic reverse auction at 9:00 a.m. on Monday, August 25, 2025. The electronic reverse auction will last thirty (30) minutes and is scheduled to end at 9:30 a.m. on Monday, August 25, 2025. Electronic reverse auction bids can be submitted at www.centralbidding.com. Please contact Central Bidding at 225-810-4814 if you have any questions relating to the electronic bidding process. The bids will be publicly opened and read aloud by the Mayor and Aldermen of the City of Vicksburg in an Adjourned Board Meeting at 10:00 a.m., Monday, August 25, 2025.<br /><br />The Specifications and instructions for bidding are on file in the City Clerk’s Office located at 1401 Walnut Street, 2nd Floor, Suite 212, Vicksburg, Mississippi 39180 and can also be downloaded at www.centralbidding.com. All bids must comply with the specifications provided. Cash, Cashier’s Check, Certified Check or Bidder’s Bond in the amount of 5% of the bid must accompany same. (No Business or Personal Checks).<br />The City of Vicksburg reserves the right to amend the specifications and contract documents as necessary prior to bid and agrees to notify all having requested bid packets. Contracts for purchase will be made from the lowest and/or best bids submitted. The Mayor and Aldermen of the City of Vicksburg reserve the right to reject any and all bids and to waive informalities.<br /><br />If necessary to insure procurement of this equipment prior to the end of the fiscal year budget period, the City of Vicksburg reserves the right to accept no more than two (2) alternate bids. However, no purchases will be made through alternate bidders unless the lowest and best bidder, for reasons beyond his control, cannot deliver the commodities contained in his bid within the time required. In that event, purchase of such commodities may be made from one of the bidders whose bid was accepted as an alternative.<br /> <br />/s/Deborah A. Kaiser-Nickson<br />Deborah A. Kaiser-Nickson, Interim City Clerk<br /><br />Advertise:<br />2 X<br />Wednesday, August 6, 2025<br />Wednesday, August 13, 2025
https://www.centralauctionhouse.com/rfp53183827-two-2-2027-type-iii-ambulances.html
06-Aug-2025 12:00:00 AM CDT |
21-Aug-2025 9:00:00 AM CDT |
Lamar County School District |
Parents as Teachers Foundational Curriculum Access Renewal
|
All questions can be emailed to
[email protected]
https://www.centralauctionhouse.com/rfp63078181-parents-as-teachers-foundational-curriculum-access-renewal-.html
04-Aug-2025 2:35:00 PM CDT |
12-Aug-2025 3:00:00 PM CDT |
Harrison County School District |
RFP - Web Based Supplemental Student Interest (Trade Books) Reading Comprehension
|
Legal Notice<br /> <br />The Harrison County School District Board of Education will accept bid proposals for 2526 Web-Based Supplemental Student Interest (Trade Books) Reading Comprehension Evaluation System. All proposals must be submitted to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS 39503 no later than 10:00 A.M. on Monday, August 18, 2025. Please mark “Bid – 2526 - Web-Based Supplemental Student Interest (Trade Books) Reading Comprehension Evaluation System” on the exterior of the sealed envelope.<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com or bidders can email Melissa Garrison at
[email protected] for a digital copy of the request for proposals. Bid Packets with complete specifications may also be obtained at the Office of the Superintendent, 11072 Highway 49, Gulfport, MS 39503.<br /> <br />Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814. Hardcopy bids will also be accepted; however, you MUST mark the outside of the envelope/box with “Bid – 2526 Web-Based Supplemental Student Interest (Trade Books) Reading Comprehension Evaluation System” and address them to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS.<br /> <br />The Harrison County School District Board of Education reserves the right to accept/reject all bids and waive any irregularities.<br /> <br />All bids are subject to federal/state appropriation and the ability of the district’s Comprehensive Federal Program Application to accommodate this expense.<br />
https://www.centralauctionhouse.com/rfp96222893-rfp--web-based-supplemental-student-interest-trade-books-reading-comprehension.html
04-Aug-2025 12:00:00 AM CDT |
18-Aug-2025 10:00:00 AM CDT |
City of Biloxi |
Printing/Direct Mail Services
|
ADVERTISEMENT FOR BIDS <br />Notice is hereby given that the City of Biloxi, Mississippi, will receive sealed, un-priced bids at said City Hall, Second floor, Mayor's Office, until 10:00AM on the 27th day of August, 2025, for the following:<br /> <br />PRINTING/ DIRECT MAIL SERVICES <br /> <br />Submissions will be evaluated. Vendors submitting acceptable bids will be invited to submit priced bids. Bidding will be held by ELECTRONIC REVERSE AUCTION on August 29th, 2025, at 10:00am local time. Reverse auction bids may be submitted at www.centralbidding .com. For any reverse auction bidding question, call Central Bidding (225-810-4814).<br /> <br />(Specifications will be available in the Purchasing Office, City Hall, 140 Lameuse Street, Biloxi, Mississippi (228-435-6252.)<br /> <br />BIDS SHALL BE DELIVERED TO THE MAYOR'S OFFICE, SECOND FLOOR, CITY HALL, 140 LAMEUSE STREET, BILOXI, MISSISSIPPI 39530.<br /> <br />Bids shall be in letter form with the envelope and bid plainly marked BNEWS and shall be addressed to the Mayor's Office, P.O. Box 429, Biloxi, Mississippi 39533 or electronically submitted at www.centralbidding.com. The envelope should list all applicable state and local license numbers.<br /> <br />The City reserves the right to reject any and all bids and to waive any informality in the proposal accepted.<br /> <br />Published by the order of the Municipal Clerk, this the 31st day of July 2025 .<br /> <br /> <br /><br /><br /> <br /><br /><br /> (SEAL)<br /> <br /> <br /> <br /> <br /> <br />SEND PROOF OF PUBLICATION.<br /> <br />Publish: Twice: August 8 & 15, 2025.
https://www.centralauctionhouse.com/rfp19108622-printingdirect-mail-services.html
01-Aug-2025 10:00:00 AM CDT |
27-Aug-2025 10:00:00 AM CDT |
Lamar County School District |
Bid 26-100 Upgrade Security Cameras
|
NOTICE TO BIDDERS<br /> <br /> <br />The Lamar County Board of Education, Lamar County, Mississippi, hereby gives Public Notice, in compliance with the requirements of Section 31-7-13 Mississippi Code of 1972, Annotated, as amended, that the Board shall receive sealed bids for the upgrading of security cameras.<br /> <br />Bid will be accepted until 2:00pm (CST) on Tuesday, August 19, 2025, in sealed envelopes at the Office of Superintendent at 424 Martin Luther King Drive (P.O. Box 609) Purvis, MS 39475 or by electronic submission.<br /> <br />Specifications and bid forms may be obtained by contacting the Office of Superintendent at (601) 794-1030. Bidders should request such specifications and bid forms by designating the bid number as shown below.<br /> <br />Lamar County School District now offers electronic bidding. Official documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic RFPs, bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions related to the electronic bidding process please call Central Bidding at (225) 810-4814.<br /> <br />The Lamar County Board of Education reserves the right to reject any and/or all bids so received and the right to waive irregularities not in violation of the law.<br /> <br />The following is hereby submitted for receipt of bids as specified herein:<br /> <br /> <br />Bid 26-100 Upgrading Security Cameras<br /> <br /> <br />Witness my hand and official seal on this the _____ day of ____________, 2025.<br /> <br />LAMAR COUNTY BOARD OF EDUCATION<br /> <br />BY _______________________________________<br />Dr. J. Wesley Quick, Superintendent/Purchasing Agent<br /> <br /> <br />PUBLISH ON: 7/31/2025 and 8/7/2025<br /> <br /> <br />Mailed to Mississippi Procurement on
https://www.centralauctionhouse.com/rfp26199432-bid-26-100-upgrade-security-cameras.html
31-Jul-2025 11:10:00 AM CDT |
19-Aug-2025 2:00:00 PM CDT |
Desoto County Board of Supervisors |
Bid File No. 26.300.002 Annual Bid for Polypropylene Pipe
|
NOTICE TO BIDDERS<br /> <br /> <br />Sealed bids will be received by the Board of Supervisors of DeSoto County, Mississippi, until 10:30 a.m. on Wednesday, August 20, 2025 at the Office of Procurement, 365 Losher Street, Suite 300, Hernando, Mississippi, for the annual bid for securing polypropylene pipe for the DeSoto County Department of Road Management under the jurisdiction of the Board of Supervisors at which time they will be publicly opened and read aloud. The bid period is one year with the option to renew for an additional one year upon agreement of the parties.<br /> <br />BID FILE NO: 26-300-002 Annual Bid for Polypropylene Pipe<br /> <br />Specifications are on file in the Office of Procurement, DeSoto County Administration Building, 365 Losher Street, Suite 300, Hernando, Mississippi, during normal business hours. Information concerning this bid can also be found on the Procurement Page @desotocountyms.gov at no cost or from Central Bidding at www.centralbidding.com for a fee. All bids must comply with the specifications provided. DeSoto County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement.<br /> <br />That all bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Office of Procurement at the above address or electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding submission, please call Central Bidding at 225-810-4814.<br /> <br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br /> <br />WITNESS MY SIGNATURE, this the 21st day of July, 2025.<br /> <br /> <br />________________________ MISTY HEFFNER<br />(SEAL)<br />MISTY HEFFNER, CHANCERY CLERK<br />DeSoto County Board of Supervisors<br /> <br /> <br />SUBMITTED: DESOTO TIMES TRIBUNE<br /> <br /> <br />FOR PUBLICATION ON: Thursday, July 31, 2025<br />Thursday, August 07, 2025 <br /> <br /> <br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632<br /> Phone: 662-469-8024<br />
https://www.centralauctionhouse.com/rfp16774388-bid-file-no-26300002-annual-bid-for-polypropylene-pipe.html
31-Jul-2025 8:00:00 AM CDT |
20-Aug-2025 10:30:00 AM CDT |
Desoto County Board of Supervisors |
26-300-001 Annual Bid for Culverts
|
NOTICE TO BIDDERS<br /> <br /> <br />Sealed bids will be received by the Board of Supervisors of DeSoto County, Mississippi, until 10:00 a.m. on Wednesday, August 20, 2025, at the Office of Procurement, 365 Losher Street, Suite 300, Hernando, Mississippi, for the annual bid for securing Culverts for the DeSoto County Department of Road Management under the jurisdiction of the Board of Supervisors at which time they will be publicly opened and read aloud. The bid period is one year with the option to renew for an additional one year upon agreement of the parties.<br /> <br />BID FILE NO: 26-300-001 Annual Bid for Culverts,<br /> <br />Specifications are on file in the Office of Procurement, DeSoto County Administration Building, 365 Losher Street, Suite 300, Hernando, Mississippi, during normal business hours. Information concerning this bid can also be found on the Procurement Page @desotocountyms.gov at no cost or from Central Bidding at www.centralbidding.com for a fee. All bids must comply with the specifications provided. DeSoto County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement.<br /> <br />That all bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Office of Procurement at the above address or electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding submission, please call Central Bidding at 225-810-4814.<br /> <br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br /> <br />WITNESS MY SIGNATURE, this the 21st day of July, 2025.<br /> <br /> <br />________________________ MISTY HEFFNER<br />(SEAL)<br />MISTY HEFFNER, CHANCERY CLERK<br />DeSoto County Board of Supervisors<br /> <br /> <br />SUBMITTED: DESOTO TIMES TRIBUNE<br /> <br /> <br />FOR PUBLICATION ON: Thursday, July 31, 2025<br />Thursday, August 07, 2025<br /> <br /> <br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632<br /> Phone: 662-469-8024<br />
https://www.centralauctionhouse.com/rfp22598373-26-300-001-annual-bid-for-culverts.html
31-Jul-2025 8:00:00 AM CDT |
20-Aug-2025 10:00:00 AM CDT |
City of Jackson |
Solid Waste, Department of Public Works-Compact Hydraulic-Crawler Mounted
|
For: Mississippi Link<br />For Publication: July 31, & August 7,2025<br /> <br /> <br />NOTICE TO BIDDERS<br />City of Jackson<br />Jackson, Mississippi <br /> <br />Sealed, signed bids are invited and will be received by the City of Jackson, Mississippi, until 3:30 P.M. in the City Clerk’s Office of Jackson, the bid must be stamped in by 3:30 P.M. Tuesday, August 26, 2025, at which time said bids will be publicly opened at the City Hall located at 219 South President Street (City Council Chambers) in City Hall for the following:<br /> <br /> <br /> 76583-082625 - Crawler Dozer<br /> <br /> 76585-082625– Compact Hydraulic Excavator Crawler Mounted <br /> <br /> <br /> <br />BIDS ARE NOW AVAILABLE AT WWW.JACKSONMS.GOV or www.centralbidding.com<br /> <br /> The above must comply with the City's specifications. Copies of proposal forms can be obtained from the Purchasing Division, 200 South President Street, Room 604, Hood Building, Jackson, Mississippi 39201. Copies of bid specifications are filed with the City Clerk for public record in accordance with House Bill No 999, 1986 Regular Session of the Mississippi Legislature.<br /> <br /> The City of Jackson is committed to the principle of non-discrimination in Public Purchasing. It is the policy of the City of Jackson to promote full and equal business opportunities for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offer shall submit a completed and signed Equal Business Opportunity (EBO) Plan Application, with each bid submission, in accordance with the provisions set forth by authority of the City of Jackson's EBO Ordinance. Failure to comply with the City's EBO Ordinance shall disqualify a contractor, bidder or offer, from being awarded an eligible contract. For more information on the City's EBO Program, please contact the Office of Economic Development at (601)960-1638. Copies of the EBO Ordinance, EBO Plan Application and a copy of the EBO Program are available with the Office of Economic Development at 218 South President Street, Second Floor, Jackson, Mississippi.<br /> <br /> The City reserves the right to reject any and all bids. The City also reserves the right to waive any and all informalities in respect to any bid submitted. Bid awards will be made to the lowest and best bidder quoting the lowest net price in accordance with specifications. The award could be according to the lowest cost per item; or to the lowest total cost for all items; or to accept all or part of any proposal. Delivery time may be considered when evaluating the bid proposal. In those cases, where it is known prior to advertising that the City's intention is to award according to the lowest total cost for all items, or in some variation thereof, statements to this affect will be included on the proposal form. Absence of such statement means the City will make that determination during the bid review.<br /> <br /> <br /> Monica Oliver, Manager<br /> Purchasing Division<br /> (601) 960-1025<br />MO.<br /> <br />
https://www.centralauctionhouse.com/rfp36431930-solid-waste-department-of-public-works-compact-hydraulic-crawler-mounted.html
31-Jul-2025 8:00:00 AM CDT |
26-Aug-2025 3:30:00 PM CDT |
City of Jackson |
Solid Waste, Department of Public Works City of Jackson, Ms-Hydraulic Excavator
|
For: Mississippi Link<br />For Publication: July 31, & August 7,2025<br /> <br /> <br />NOTICE TO BIDDERS<br />City of Jackson<br />Jackson, Mississippi <br /> <br />Sealed, signed bids are invited and will be received by the City of Jackson, Mississippi, until 3:30 P.M. in the City Clerk’s Office of Jackson, the bid must be stamped in by 3:30 P.M. Tuesday, August 26, 2025, at which time said bids will be publicly opened at the City Hall located at 219 South President Street (City Council Chambers) in City Hall for the following:<br /> <br /> <br /> 76583-082625 - Crawler Dozer<br /> <br /> 76585-082625– Compact Hydraulic Excavator Crawler Mounted <br /> <br /> <br /> <br />BIDS ARE NOW AVAILABLE AT WWW.JACKSONMS.GOV or www.centralbidding.com<br /> <br /> The above must comply with the City's specifications. Copies of proposal forms can be obtained from the Purchasing Division, 200 South President Street, Room 604, Hood Building, Jackson, Mississippi 39201. Copies of bid specifications are filed with the City Clerk for public record in accordance with House Bill No 999, 1986 Regular Session of the Mississippi Legislature.<br /> <br /> The City of Jackson is committed to the principle of non-discrimination in Public Purchasing. It is the policy of the City of Jackson to promote full and equal business opportunities for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offer shall submit a completed and signed Equal Business Opportunity (EBO) Plan Application, with each bid submission, in accordance with the provisions set forth by authority of the City of Jackson's EBO Ordinance. Failure to comply with the City's EBO Ordinance shall disqualify a contractor, bidder or offer, from being awarded an eligible contract. For more information on the City's EBO Program, please contact the Office of Economic Development at (601)960-1638. Copies of the EBO Ordinance, EBO Plan Application and a copy of the EBO Program are available with the Office of Economic Development at 218 South President Street, Second Floor, Jackson, Mississippi.<br /> <br /> The City reserves the right to reject any and all bids. The City also reserves the right to waive any and all informalities in respect to any bid submitted. Bid awards will be made to the lowest and best bidder quoting the lowest net price in accordance with specifications. The award could be according to the lowest cost per item; or to the lowest total cost for all items; or to accept all or part of any proposal. Delivery time may be considered when evaluating the bid proposal. In those cases, where it is known prior to advertising that the City's intention is to award according to the lowest total cost for all items, or in some variation thereof, statements to this affect will be included on the proposal form. Absence of such statement means the City will make that determination during the bid review.<br /> <br /> <br /> Monica Oliver, Manager<br /> Purchasing Division<br /> (601) 960-1025<br />MO.<br /> <br />
https://www.centralauctionhouse.com/rfp92649762-solid-waste-department-of-public-works-city-of-jackson-ms-hydraulic-excavator.html
31-Jul-2025 8:00:00 AM CDT |
26-Aug-2025 3:30:00 PM CDT |
Desoto County Board of Supervisors |
Bid File#25-151-007 DeSoto County Courthouse Renovations 2025
|
DOCUMENT 00 11 13<br />ADVERTISEMENT FOR BIDS<br />NOTICE TO BIDDERS<br /> <br />DeSoto County Courthouse Renovations 2025<br />for the<br />Desoto County Board of Supervisors <br />Notice is hereby given that Sealed Bids will be received by the DeSoto County Board of Supervisors by the Director of Procurement, Lynn Ford, at 365 Losher Street, Suite 300, Hernando, MS on Friday, August 29, 2025 at 2:00 p.m., at which time and place Bids will be opened and publicly read. Contractor's company name and a current Certificate of Responsibility Number (or "bid under $50,000") shall be written on the outside of the sealed envelope.<br /> <br />BID FILE: DeSoto County Courthouse Renovations 2025<br /> <br />BID FILE NUMBER: 25-151-007<br /> <br />Location for the Receipt of Bids:<br /> <br />Bid for the “DeSoto County Courthouse Renovations 2025”<br />Director of Procurement (Lynn Ford)<br />365 Losher Street, Suite 300<br />Hernando, MS 38632<br />Office Hours: 8am – 5pm<br /> <br />Bid Submittal Options:<br /> <br />Bids may be submitted via sealed envelope addressed to the Office of Procurement, 365 Losher Street, Suite 300, Hernando, Mississippi 38632 Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bid process, please call Central Bidding at 225.810.4814.<br /> <br /> <br />Plans and Specifications Entitled:<br /> <br />“DeSoto County Courthouse Renovations 2025”<br /> <br />Bid Documents: Official bid documents may be viewed or downloaded free from the DeSoto County Procurement website at: https://www.desotocountyms.gov/Bids.aspx.<br /> <br />Plan Holders: To ensure that general contractors and all subcontractors get issued addenda or any other information issued to the bidder, participants are encouraged to register at either www.desotocountyms.gov/bids.aspx or www.centralbidding.com to be on the official plan holders list.<br /> <br />Plans and Specifications are also on file in the Office of Procurement, DeSoto County Administration Building, 365 Losher Street, Suite 300, Hernando, MS 38632, during normal business hours. Information concerning this bid can also be found on the Procurement Page at www.desotocountyms.gov. All bids must comply with the plans and specifications provided. DeSoto County reserves the right to amend the plans and specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement and Central Bidding.<br /> <br />Bid proposals must be submitted, in duplicate, on copies of the “General Construction Bid Form” included in the specifications and must be accompanied by a Bid Bond, Certified Check, or cash in the amount of 5% of the Base Bid (100%) and on a flash drive. The Bid Bond, if used, shall be payable to the Owner. Performance and Payment Bond will be required from the successful bidder. Bids are requested for a Lump Sum Base Bid with any Alternates and/or Unit Costs requested. In the event that an electronic bid is submitted, a copy of the bid bond must be included with the submission. If submitting electronically, a hard copy of all bid documents must be provided within 3 business days if requested after the bid opening.<br /> <br />Bids on the Project must be received on or before the period scheduled for the project and no bid withdrawn after the scheduled closing time for the project for a period of forty-five (45) days.<br /> <br />All bids submitted in excess of $50,000.00 by a Prime or Sub-Contractor to do any erection, building, construction, repair, maintenance, or related work must comply with the Mississippi Contractors Act of 1985, by securing a Certificate of Responsibility from the State Board of Public Contracts. If a bidder submits a bid not exceeding $50,000, no Certificate of Responsibility number is required; however, a notation stating that the bid does not exceed $50,000 must appear on the face of the envelope, or a Certificate of Responsibility number. Each bidder submitting a bid in excess of $50,000 must show its Certificate of Responsibility number on the face of the envelope containing the bid. If submitting electronically, please include this information on a cover page with your bid submission.<br /> <br />Out of state bidders submitting proposals exceeding $50,000 must provide a copy of their state’s preference law. <br /> <br />Bond requirements for this project will include Performance and Payment Bonds. <br /> <br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br /> <br /> <br />PRE-BID CONFERENCE<br /> <br />Pre-Bid Conference – Tuesday, August 12, 2025 at 2 p.m. at the Desoto County Administration Building365 Losher Street, 3rd Floor Board Room<br />Hernando, MS 38632<br /> <br />Interested Bidders will be able to visit the project site immediately following the pre-bid conference. <br /> <br />WITNESS MY SIGNATURE, this the 21st day of July, 2025.<br /> <br />/s/__________________________________<br />Misty Heffner, CHANCERY CLERK<br />(SEAL) DeSoto County Board of Supervisors<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />SUBMITTED TO: DESOTO TIMES TRIBUNE<br /> <br />FOR PUBLICATION ON: Thursday, July 31, 2025<br /> Thursday, August 7, 2025<br /> <br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632<br />Phone: 662-469-8180<br /> <br /> <br /> <br />END OF DOCUMENT
https://www.centralauctionhouse.com/rfp25200036-bid-file25-151-007-desoto-county-courthouse-renovations-2025.html
31-Jul-2025 12:00:00 AM CDT |
29-Aug-2025 2:00:00 PM CDT |
Scott County |
One or more excavator Aug 2025
|
NOTICE TO BIDDERS<br />ADVERTISEMENT FOR BIDS<br />One (1) or More Excavators<br />Pursuant to an order of the Scott County Board of Supervisors, adopted on July 21, 2025, public notice is given that sealed bids for one or more excavators for use in the construction and maintenance of county roadways will be received by the Board of Supervisors until 9:00am on August 21st, 2025. Official bid documents and responses may be accessed and provided digitally at www.centralbidding.com. For any questions about the use of www.centralbidding.com, prospective bidders should contact (225) 810-4814 or visit www.centralbidding.com. Physical copies of bid documents will be provided upon request at the office of the Scott County Purchase Clerk, which may be reached by calling (601) 469-3110.<br />A public opening of sealed bids will be held at 9:00am on August 21, 2025 in the Scott County Board of Supervisors Boardroom located within the Scott County Courthouse at 100 E. Main Street, Forest, MS 39074.<br />The Scott County Board of Supervisors reserves the right to reject any and all bids, and to waive minor informalities in any bids, and to make an award in any manner, consistent with law, deemed to be in the best interest of the County.<br />Envelopes containing bids should be sealed and include the legal name of the proposer and marked and addressed as follows:<br />Scott County Board of Supervisors<br />Chancery Clerk’s Office<br />P.O. Box 630<br />Forest, MS 39074<br />*SEALED BID FOR EXCAVATOR*<br /> <br />Published by order of the Board, this the 21st day of July, 2025.<br /> <br />Tom Miles/s/Kim Fultz<br />Clerk of the Board<br /> <br /> <br /> <br />Publish July 30, 2025, August 6, 2025
https://www.centralauctionhouse.com/rfp11493249-one-or-more-excavator-aug-2025.html
30-Jul-2025 7:00:00 PM CDT |
21-Aug-2025 9:00:00 AM CDT |
City of Hattiesburg |
Item # 23 Polyerethane Foam Services
|
NOTICE TO BIDDERS<br /> <br /> <br />NOTICE is hereby given that the Mayor and Council of the City of Hattiesburg, Mississippi will receive sealed bids until 10:00 A.M., Thursday, August 28, 2025, in the City Clerk's Office in the City Hall of said City for furnishing the City's requirements for the following supplies, to-wit:<br /> <br />ITEM #23: POLYERETHANE FOAM SERVICES<br /> <br />The above shall be bid upon and delivered as per detailed specifications on file in the Office of the City Clerk, 200 Forrest Street, Hattiesburg, Mississippi, 39403, (60 I) 545-4552, which may be obtained upon request.<br />SEALED BIDS:<br />Sealed bids must be received in a sealed envelope which is marked in the lower left-hand corner with the word BID and the NAME OF ITEM on which bid is being made and the DATE OF BID OPENING.<br />ELECTRONIC BIDS:<br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The lowest and best bid received will be accepted, subject to the provisions of Section 31-7-13 of the Mississippi Code of 1972, Annotated as Amended, and other applicable State law; but the Council reserves the right to reject any or all bids received and to waive formalities.<br />PUBLISHED by Order of the Council on this, the 24th day of July, 2025.<br /> <br /> <br /> <br />CITY OF HATTIESBURG, MISSISSIPPI<br /> <br /> <br /> <br /><br /><br />CITY CLERK
https://www.centralauctionhouse.com/rfp34760400-item-23-polyerethane-foam-services.html
30-Jul-2025 7:00:00 PM CDT |
28-Aug-2025 10:00:00 AM CDT |
Rankin County |
25-300-11 33,000 Minimum GVWR Knuckle Boom Loader truck
|
One (1) or More, New 33,000 Minimum GVWR Knuckle Boom Loader Truck.
https://www.centralauctionhouse.com/rfp38270405-25-300-11-33000-minimum-gvwr-knuckle-boom-loader-truck.html
30-Jul-2025 8:00:00 AM CDT |
04-Sep-2025 9:00:00 AM CDT |
Lauderdale County |
BID #4010 - ASPHALT PAVING OVERLAY PROJECT
|
The Lauderdale County Board of Supervisors will receive Competitive Sealed Bids to be filed with the Purchasing Office, 2600 Courthouse Blvd, 2nd Floor Government Center, Meridian, MS, until 9:00 a.m. (CST) on Monday, August 25, 2025, for the following:<br /> <br /> Bid No. 4010: Asphalt Paving – Overlay Project<br /> <br />Detailed specifications and bid forms/documents can either be downloaded from Lauderdale County Board of Supervisors website at, www.lauderdalecounty.org or Central Bidding at www.centralbidding.com.<br /> <br />To be a valid delivery, sealed bids must be delivered electronic by Central Bidding or in accordance with the specifications and procedures available with Central Bidding, by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Purchasing Office, 2600 Courthouse Blvd, 2nd Floor, Meridian, MS 39301, during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on Monday, August 25th.<br /> <br />Bid packets not properly completed will be rejected for failure to comply. Envelopes must be labeled correctly and must be received by the acceptance date and time listed above. <br /> <br />For questions or information relating to the electronic/reverse auction bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The Lauderdale County Board of Supervisors reserves the right to extend the auction date if necessary to complete the pre-qualification process, amend the specifications, accept, or reject any and/or all bids submitted and to waive informalities.<br />
https://www.centralauctionhouse.com/rfp43290781-bid-4010--asphalt-paving-overlay-project.html
30-Jul-2025 12:02:00 AM CDT |
25-Aug-2025 9:00:00 AM CDT |
Marshall County |
Notice to Bidders for Special Vehicle
|
STATE OF MISSISSIPPI<br />COUNTY OF MARSHALL<br /> <br /> <br /> <br />NOTICE TO BIDDERS<br /> <br /> <br /> <br />The Marshall County Board of Supervisors will receive sealed and marked bids in the office of the County Administrator, Post Office Box 219, 111 South Market Street, Holly Springs, Mississippi 38635, or bids may be submitted electronically at www.centralbidding.com until 10:00 a.m. Tuesday, September 2, 2025 and thereafter will publicly be opened for TWO (2) new–current model 2024 or newer Full Size AWD SUV Special Service Vehicles. Specifications will be on file in the county administrator’s office.<br /> <br />All bidders shall be precisely clear as to the specifications of their product. <br /> <br />Envelopes containing bids must be sealed and marked on the outside lower left hand corner: Bid for Special Service Vehicle, September 2, 2025 at 10:00 a.m.<br />The Board reserves the right to reject any and all bids and to waive any and all formalities in the best interest of the County.<br /> <br />This the 21st day of July, 2025.<br /> <br /> <br /> <br />Tim Powell<br />County Administrator
https://www.centralauctionhouse.com/rfp11188387-notice-to-bidders-for-special-vehicle.html
30-Jul-2025 12:00:00 AM CDT |
02-Sep-2025 10:00:00 AM CDT |
City of West Point |
2025 Electric Line Construction & Maintenance
|
<div style="text-align: center;"><b>NOTICE TO BIDDERS</b><br /> </div>SEALED BIDS FOR <b>ELECTRIC LINE CONSTRUCTION & MAINTENANCE SERVICES</b> will be received by the Board of Mayor and Selectmen of the City of West Point at City Hall located at 580 Commerce Street, West Point, Mississippi 39773 until <u><b>2:00 P.M.</b></u> local time on <b>Monday the <u>25th</u> day of <u>August, 2025</u></b>, and immediately thereafter will be publicly opened and read.<br /><br />CONTRACT DOCUMENTS: Specifications and bidding documents may be examined at the office of the Chief Administrative Officer of West Point located at the address stated above or may be obtained from the Engineer for the Project:<br /><br />Atwell & Gent, P.A.<br />P. O. Box 2558<br />Starkville, Mississippi 39760-2558<br />Telephone (662) 324-5658<br /><br />for a deposit of $125.00. This deposit is non-refundable.<br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />SUBMITTAL OF SEALED BIDS: Each bid must be submitted in duplicate in accordance with the instructions to bidders which are bound in the Project Manual. The Owner reserves the right to waive irregularities and to reject any or all bids.<br /><br />SUBMITTAL OF ELECTRONIC BIDS: Each electronically submitted bid must be submitted in “pdf” format and shall contain the same information and forms as required for the paper bids. In the event that an electronically submitted bid has a corrupted attachment, the bid will be considered null and void.<br /><br />The Board of Mayor and Selectmen of the City of West Point, Mississippi expressly reserve the right to reject any or all bids submitted and to waive any informalities or technicalities therein.<br /><br />No bidder may withdraw a bid for a period of forty-five (45) days after the date set for the opening of bids.<br /><br /><b>City of WEST POINT, Mississippi</b><br /><br />BY: <br />Rod Bobo, Mayor<br /><br />PUBLISH:<br />July 26, 2025<br />August 2, 2025
https://www.centralauctionhouse.com/rfp46718061-2025-electric-line-construction-maintenance.html
29-Jul-2025 12:00:00 AM CDT |
25-Aug-2025 2:00:00 PM CDT |
City of Biloxi |
Chlorine Gas
|
ADVERTISEMENT FOR BIDS <br />Notice is hereby given that the City of Biloxi, Mississippi, will receive sealed, un-priced bids at said City Hall, Second floor, Mayor's Office, until 10:00AM on the 20th day of August, 2025, for the following:<br /> <br />CHLORINE GASCITY OF BILOXI WATER SYSTEM PUBLIC WORKS DEPARTMENT<br /> <br />Submissions will be evaluated. Vendors submitting acceptable bids will be invited to submit priced bids. Bidding will be held by ELECTRONIC REVERSE AUCTION on August 25, 2025, at 10:00am. Reverse auction bids may be submitted at www.centralbidding.com. For any reverse auction bidding question, call Central Bidding (225-810-4814).<br /> <br />(Specifications will be available in the Purchasing Office, City Hall, 140 Lameuse Street, Biloxi, Mississippi (228-435-6252.)<br /> <br />BIDS SHALL BE DELIVERED TO THE MAYOR'S OFFICE, SECOND FLOOR, CITY HALL, 140 LAMEUSE STREET, BILOXI, MISSISSIPPI 39530.<br /> <br />Bids shall be in letter form with the envelope and bid plainly marked CHLORINE and shall be addressed to the Mayor's Office, P.O. Box 429, Biloxi, Mississippi 39533 or electronically submitted at www.centralbidding.com. The envelope should list all applicable state and local license numbers.<br /> <br />The City reserves the right to reject any and all bids and to waive any informality in the proposal accepted.<br /> <br />Published by the order of the Municipal Clerk, this the 28th day of July 2025.<br />(SEAL) <br /><br /> <br /> <br /> <br />SEND PROOF OF PUBLICATION.<br /> <br />Publish: Twice: August 1 & 8, 2025.
https://www.centralauctionhouse.com/rfp68488191-chlorine-gas.html
28-Jul-2025 2:00:00 PM CDT |
20-Aug-2025 10:00:00 AM CDT |
Bolivar County |
SAP-06(9)S
|
NOTICE TO CONTRACTORS:<br /><br />Sealed bids will be received by the Board of Supervisors of Bolivar County, Mississippi at the Bolivar County Courthouse Annex, 200 South Court<br />Street Cleveland, Mississippi 38732 until 10:00 AM on the 21st day of August 2025 and shortly thereafter publicly opened for the construction of<br />15.513 miles of BASE and SURFACING on the Site "A" Litton Road & Site "B" Shaw-Skene Road being known as State Aid Program (SAP) Project<br />No. SAP-06(9)S in Bolivar County Mississippi.<br /><br />PROJECT NO. SAP-06(9)S<br /> Bolivar County<br /><br />NOTICE TO CONTRACTORS:<br /><br />CONTRACT TIME: 120 Working Days<br /><br />The award, if made, will be made to the lowest qualified bidder on the basis of published quantities.<br /><br />The Board of Supervisors hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this<br />advertisement; minority business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be<br />discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /><br />Certified check or bid bond for five percent (5%) of the total bid, made payable to Bolivar County and the State of Mississippi must accompany<br />each proposal.<br /><br />Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is<br />tendered will be considered an irregular bid and such proposal will not be considered in making the award.
https://www.centralauctionhouse.com/rfp71381046-sap-069s.html
28-Jul-2025 11:00:00 AM CDT |
21-Aug-2025 10:00:00 AM CDT |
Panola County |
Countywide Roadbed Reclamation and Seal Coat Project
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b><br /> </div>Sealed Bids for the Countywide Roadbed Reclamation and Seal Coat Project, Panola County, Mississippi, will be received by the Board of Supervisors of Panola County, MS, at the Panola County Court House, 151 Public Square, Batesville, MS 38606, until 10:00 AM, local time on August 14, 2025, at which time the Bids received will be publicly opened and read aloud.<br /> <br />The project consists of roadbed reclamation and chip seal (SBST and DBST) installation for a minimum of 10 miles of county roads across Panola County. All pricing will be based on unit prices for each item and roads will be selected by the Board prior to the notice to Proceed.<br /> <br />Bidding Documents may be examined free of charge at the office of the Engineer, Eley|McPherson Engineering, PA, 306 Third Street, Cleveland, Mississippi, 38732, Tel. 662-846-0180; at the office of the Panola County, MS Courthouse, 151 Public Square, Batesville, MS 38606. Bidding Documents may be purchased online at www.centralbidding.com upon payment of the printing charge established by the plan room, which is not refundable. Plan holders will be required to have a valid email address and must purchase the Bidding Documents to be eligible to submit a Bid.<br /> <br />Bids may be submitted in person, by mail or electronically. For delivery in person or by mail, the Bid must be enclosed in a sealed envelope and plainly marked on the outside of the envelope with the following: Bid for the 2025 County Wide Roadbed reclamation and seal coat bid, Board of Supervisors of Panola County, MS, to be opened on August 14, 2025 and addressed to the Board of Supervisors of Panola County, MS , 151 Public Square, Batesville, MS 38606, Attn: Sara Russo, County Administrator. In addition, the envelope shall list the bidders Company Name, Company Address, and the Bidder’s Mississippi State Contractor’s License number. The Owner and Engineer assume no responsibility for the premature opening of any bid envelope which is not properly marked. For electronic delivery, Bids must be submitted at www.centralbidding.com. All electronic Bids must be submitted in portable electronic format (PDF) and must contain the same information, forms and Bid Security as required for paper Bids.<br /> <br />Bid Security in the amount of five (5) percent of the maximum total bid amount is required. No bidder may withdraw his bid within 60 calendar days after the actual date of opening.<br /> <br />The Owner reserves the right to waive any informality or to reject any and all bids. <br /> <br /> <br />Publication Dates: July 16, 2025<br /> July 23, 2025
https://www.centralauctionhouse.com/rfp42922931-countywide-roadbed-reclamation-and-seal-coat-project.html
28-Jul-2025 12:00:00 AM CDT |
14-Aug-2025 10:00:00 AM CDT |
City of Wiggins |
One New Knuckle Boom Loader and Trash Body With Chassis
|
<br /> LEGAL NOTICE<br /> REVERSE AUCTION BIDDERS<br /> <br />Notice is hereby given that the City of Wiggins, Mississippi (the “City”), will receive un-priced sealed bid proposals for one new knuckle boom loader and trash body with chassis in the following manner, to wit: <br /> <br />Un-priced bid proposals will be accepted until 10:00 A.M. local time Wednesday July 30, 2025, in sealed envelopes clearly labeled on the outside of the bid envelope “ Knuckle Boom Loader and Trash Body ” at the office of the City Clerk of the City of Wiggins, Mississippi, City Hall, 117 First Street N. Wiggins, Missisippi, 39577 or by electronic bid submission. Submissions, whether provided on paper by sealed evelope submission or electronically, will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The product offered shall be according to minimum specifications therefor in the office of the City Clerk of the City of Wiggins, Mississippi. Specifications are also available through Central Bidding at www.centralbidding.com.<br /> <br />Bidding will be held by ELECTRONIC REVERSE AUCTION on Monday August 4, 2025 at 10:30 A.M. local time and ending at 11:00 A.M. local time. <br /> <br />The City of Wiggins, Mississippi, reserves the right to utilize “anti-sniping” for reverse auctions. Anti-sniping is a tool that automatically extends the bid time for a reverse auction by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will also auto-extend the reverse auction bid time any time a bid is placed in the last five (5) minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction ends.<br /> <br />Specifications are available by contacting the City Clerk of the City of Wiggins, Mississippi, at 601-928-4221 in order to obtain the bid documents between the hours of 8:00 am and 5:00 pm local time. Electronic copies of the bid specifications are available by contacting Central Bidding at www.centralbidding.com for a fee. All bids must comply with the specifications provided. The City of Wiggins reserves the right to amend the specifications as necessary and agrees to notify all parties having requested bid packets. <br /> <br />Questions – All questions regarding this bid should be directed to Johnette Cook, City Clerk of the City of Wiggins, Mississippi, in writing by email
[email protected] not less than seven (7) days prior to the bid due date. All questions must be submitted in writing; telephonic inquires will not be considered.<br /> <br />The City of Wiggins is NOT responsible for bids which are mailed to the wrong address or which arrive in the mail after the designated bid opening time. <br /> <br />The purchase will be awarded to the lowest and best bidder. However, the City of Wiggins reserves the right to accept or reject any or all bids and to waive any informality.<br /> <br /> City of Wiggins, Mississippi<br /> <br /> By: s/Darrell Berry <br /> Darrell Berry, Mayor<br /> <br />Publish Dates:<br />July 16, 2025<br />July 23, 2025<br />
https://www.centralauctionhouse.com/rfp63228573-one-new-knuckle-boom-loader-and-trash-body-with-chassis.html
25-Jul-2025 12:50:00 PM CDT |
06-Aug-2025 4:00:00 PM CDT |
Warren County |
RFQ_ENERGY SAVINGS PERFORMANCE CONTRACTING SERVICES
|
<b>REQUEST FOR QUALIFICATIONS (RFQ)</b><br /><br /><br />Warren County, Mississippi is requesting proposals from qualified Energy Services Companies (ESCOs) to provide comprehensive Energy Savings Performance Contracting (ESPC) services. The County seeks to implement energy and operational cost savings measures throughout its facilities and infrastructure, with guaranteed savings used to fund the improvements.<br />The selected ESCO shall provide a detailed energy audit, propose energy conservation measures (ECMs), design, installation, and maintenance services, as well as measurement and verification of savings. The project shall be implemented through a performance contract in accordance with Mississippi Code Annotated § 31-7-14.<br />Interested firms must demonstrate experience in ESPC, technical and financial capability, and a proven track record of guaranteed energy savings projects in public sector facilities.<br />All proposals responding to this solicitation should be submitted in a sealed envelope and marked ENERGY RFQ, to the following address no later than 2:00 PM CDT, Tuesday, August 19, 2025:<br /> <br />Warren County, MS<br />ATTN: Nkemdilil Lewis, County Administrator<br />913 Jackson Street<br />Vicksburg, MS 39183-2519<br />
[email protected]<br />Phone: (601) 634-8073<br /> <br />Warren County Board of Supervisors is an equal opportunity employer and hereby notifies all bidders that it will affirmatively insure that, in any contract entered pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, disability or national origin in consideration for an award. <br /> <br />The Warren County Board of Supervisors reserves the right to determine responsible contractors, responsive proposals, the most advantageous and best proposal, reject any and all proposals, award to multiple contractors as primary and alternate providers, and to waive any informalities in the proposals or proposal process.<br /> Published pursuant to the Board Order dated this the 7th day of July 2025. <br /> Warren County Board of Supervisors<br /> By: Victoria Bell, Purchasing Agent<br />Publish: July 25, 2025<br /> August 1, 2025
https://www.centralauctionhouse.com/rfp69338325-rfq_energy-savings-performance-contracting-services.html
25-Jul-2025 12:00:00 AM CDT |
19-Aug-2025 2:00:00 PM CDT |
City of McComb |
Dump Truck 5/6-yard
|
ADVERTISTMENT IS AVAILABLE FOR DOWNLOAD
https://www.centralauctionhouse.com/rfp60030517-dump-truck-56-yard.html
24-Jul-2025 7:00:00 PM CDT |
11-Aug-2025 4:45:00 PM CDT |
Desoto County School District |
370-DVR-DCS26 DVR Systems
|
NOTICE TO BIDDERS<br /> <br /> <br />A reverse auction will be held by the DeSoto County Board of Education at 11:00 am on August 26, 2025, for DVR Systems for the DeSoto County School District. Bid# 370-DVR-DCS26.<br /> <br />Specifications are on file at the office of the Superintendent. To receive a copy of the specifications please contact the Purchasing Department, by email:
[email protected]. Specifications may also be downloaded at www.centralbidding.com, for a fee. All bids must comply with the specifications provided. The DeSoto County School District reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets.<br /> <br />The contract will be awarded to the lowest responsible bidder. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.<br />
https://www.centralauctionhouse.com/rfp30718661-370-dvr-dcs26-dvr-systems.html
24-Jul-2025 9:00:00 AM CDT |
19-Aug-2025 11:00:00 AM CDT |
Desoto County School District |
365-DBLOVN-DCS26 Double Stack Ovens for Child Nutrition for DeSoto County Schools
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for Double Stack Ovens for DeSoto County Schools in the following manner: Bid #365-DBLOVN-DCS26.<br /> <br />Unpriced bid proposals will be accepted until 9:00 am, CST, August 15, 2025, in sealed envelopes at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic unpriced bid proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /> <br />Bids will be received by an electronic reverse auction process administered by Central Bidding on August 22, 2025, at 9:00am, CST at which time bidding will begin and run until bid completion.<br /> <br />Official bid documents are on file at the office of the Superintendent. To receive a copy of the specifications please contact the Purchasing Department via email:
[email protected]. Specifications may also be downloaded at www.centralbidding.com, for a fee. All bids must comply with the specifications provided. The DeSoto County School District reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets.<br /> <br />The contract will be awarded to the lowest responsible bidder. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.
https://www.centralauctionhouse.com/rfp72717465-365-dblovn-dcs26-double-stack-ovens-for-child-nutrition-for-desoto-county-schools.html
24-Jul-2025 9:00:00 AM CDT |
15-Aug-2025 9:00:00 AM CDT |
Desoto County School District |
369-TILT-DCS26 Tilt Skillet
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for tilt skillets for DeSoto County Schools in the following manner: Bid #369-TILT-DCS26.<br /> <br />Unpriced bid proposals will be accepted until 9:00 am, CST, August 19, 2025, in sealed envelopes at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic unpriced bid proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /> <br />Bids will be received by an electronic reverse auction process administered by Central Bidding on August 26, 2025, at 9:00am, CST at which time bidding will begin and run until bid completion.<br /> <br />Official bid documents are on file at the office of the Superintendent. To receive a copy of the specifications please contact the Purchasing Department via email:
[email protected]. Specifications may also be downloaded at www.centralbidding.com, for a fee. All bids must comply with the specifications provided. The DeSoto County School District reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets.<br /> <br />The contract will be awarded to the lowest responsible bidder. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.
https://www.centralauctionhouse.com/rfp65241433-369-tilt-dcs26-tilt-skillet.html
24-Jul-2025 9:00:00 AM CDT |
19-Aug-2025 9:00:00 AM CDT |
Desoto County School District |
368-STEAM-DCS26 Steamer Bid for Child Nutrition for DeSoto County Schools
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for Steamers for DeSoto County Schools in the following manner: Bid #368-STEAM-DCS26.<br /> <br />Unpriced bid proposals will be accepted until 11:00 am, CST, August 18, 2025, in sealed envelopes at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic unpriced bid proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /> <br />Bids will be received by an electronic reverse auction process administered by Central Bidding on August 25, 2025, at 11:00am, CST at which time bidding will begin and run until bid completion.<br /> <br />Official bid documents are on file at the office of the Superintendent. To receive a copy of the specifications please contact the Purchasing Department via email:
[email protected]. Specifications may also be downloaded at www.centralbidding.com, for a fee. All bids must comply with the specifications provided. The DeSoto County School District reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets.<br /> <br />The contract will be awarded to the lowest responsible bidder. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.
https://www.centralauctionhouse.com/rfp97991191-368-steam-dcs26-steamer-bid-for-child-nutrition-for-desoto-county-schools.html
24-Jul-2025 9:00:00 AM CDT |
18-Aug-2025 11:00:00 AM CDT |
Desoto County School District |
367-RANGE-DCS26 Range Bid for DeSoto County Schools Child Nutrition
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for Double Stack Ovens for DeSoto County Schools in the following manner: Bid #367-RANGE-DCS26.<br /> <br />Unpriced bid proposals will be accepted until 9:00 am, CST, August 18, 2025, in sealed envelopes at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic unpriced bid proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /> <br />Bids will be received by an electronic reverse auction process administered by Central Bidding on August 25, 2025, at 9:00am, CST at which time bidding will begin and run until bid completion.<br /> <br />Official bid documents are on file at the office of the Superintendent. To receive a copy of the specifications please contact the Purchasing Department via email:
[email protected]. Specifications may also be downloaded at www.centralbidding.com, for a fee. All bids must comply with the specifications provided. The DeSoto County School District reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets.<br /> <br />The contract will be awarded to the lowest responsible bidder. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.
https://www.centralauctionhouse.com/rfp99347393-367-range-dcs26-range-bid-for-desoto-county-schools-child-nutrition.html
24-Jul-2025 9:00:00 AM CDT |
18-Aug-2025 9:00:00 AM CDT |
Desoto County School District |
366-HOLD-DCS26 Pass Thru and Holding Equipment
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for Double Stack Ovens for DeSoto County Schools in the following manner: Bid #366-HOLD-DCS26.<br /> <br />Unpriced bid proposals will be accepted until 11:00 am, CST, August 15, 2025, in sealed envelopes at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic unpriced bid proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /> <br />Bids will be received by an electronic reverse auction process administered by Central Bidding on August 22, 2025, at 11:00am, CST at which time bidding will begin and run until bid completion.<br /> <br />Official bid documents are on file at the office of the Superintendent. To receive a copy of the specifications please contact the Purchasing Department via email:
[email protected]. Specifications may also be downloaded at www.centralbidding.com, for a fee. All bids must comply with the specifications provided. The DeSoto County School District reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets.<br /> <br />The contract will be awarded to the lowest responsible bidder. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.
https://www.centralauctionhouse.com/rfp21103692-366-hold-dcs26-pass-thru-and-holding-equipment.html
24-Jul-2025 9:00:00 AM CDT |
15-Aug-2025 11:00:00 AM CDT |
Tippah County |
Dump Truck
|
LEGAL NOTICE<br />NOTICE TO BIDDERS<br /> <br /> Please be advised that the Tippah County, Mississippi, Board of Supervisors will accept sealed bids until 10:00 o’clock a.m. on Friday, August 15, 2025, for three (3) new dump trucks for use by the County Road Department with the following specifications:<br /> <br /> Single Axel Dump<br /> 300+ HP diesel Engine<br /> Automatic Transmission<br /> Front Tow Hooks<br /> Heat and AC<br /> AM/FM Radio<br /> 12,000 lb Front Suspension<br /> 21,000 lb Rear Axle<br /> 21,000 lb Spring Rear Suspension<br /> Air Brakes<br /> 45 ton Pintle Hitch with electric trailer brake plug in<br /> <br /> BED<br /> 8-10 yd AR 450 Steel Dump Bed (no scissor lift)<br /> 36” Sides with Wood Boards<br /> 20” Cab Shield<br /> 6” Apron<br /> Air Tailgate Latch<br /> <br /> WARRANTY<br /> Factory Warranty<br /> Extended Warranty Options<br /> <br />Bidder must provide warranty including that bidder must directly handle warranty claims for all components throughout the warranty periods including transportation. Bidders should identify the location of the two nearest dealers who will honor the warranty. Bidders should also include an interest rate and terms for lease/purchase financing. <br /> <br />The Board reserves the right to reject any and all bids.<br /> <br />/s/ Jimmy Gunn <br />JIMMY GUNN, President<br />Tippah County Board of Supervisors<br /> <br />ATTEST:<br /> <br />/s/ Shana Lowry <br />SHANA LOWRY, Clerk<br />Tippah County Board of Supervisors<br />
https://www.centralauctionhouse.com/rfp15136208-dump-truck.html
24-Jul-2025 8:00:00 AM CDT |
15-Aug-2025 10:00:00 AM CDT |
Madison County School District |
Ridgeland High School Classroom Addition
|
ADVERTISEMENT FOR BIDS<br />Notice is hereby given that sealed bids for:<br />Ridgeland High School<br />Classroom Addition<br />will be received at the Offices of the Madison County Schools, 476 Highland Colony Parkway, Ridgeland,<br />MS 39157, at 2:00 PM local time, on Friday, August 22, 2025 at which time they will be publicly opened<br />and read. All documents will be issued electronically. No hard copies will be issued.<br />Official Bid Documents can be downloaded from Central Bidding: www.centralbidding.com. Electronic<br />bids can be submitted free of charge at www.centralbidding.com. For any questions regarding the<br />electronic bidding process, please contact Central Bidding at 225-810-4814 or email<br />
[email protected].<br />A Pre-bid conference will be held Tuesday, August 5, 2025 at 2:00 PM in the boardroom of the Madison<br />County Schools Central Office at 476 Highland Colony Parkway, Ridgeland, MS.<br />Bid preparation will be in accordance with Instructions to Bidders bound in the project manual. Madison<br />County Schools reserves the right to waive irregularities and to reject any or all bids submitted.<br />Bids must be submitted on the form to be furnished by the architect and must be accompanied by bid<br />bond or certified check for at least five percent (5%) of the base bid payable to Madison County Schools.<br />Bid envelope must contain on the outside of the envelope, the Contractor’s current Certificate of<br />Responsibility Number and the Contractor’s License Number unless a statement on the exterior says that<br />the bid enclosed is less than or did not exceed $50,000.00. Envelope containing bids must be sealed,<br />marked and addressed as follows:<br />Ridgeland High School<br />Classroom Addition<br />OWNER:<br />Madison County Schools<br />476 Highland Colony Parkway<br />Ridgeland, MS 39157<br />ARCHITECT:<br />CDFL Architects + Engineers PA<br />3221 Old Canton Road, Suite 200<br />Jackson, Mississippi 39216<br />By:<br />Jackie Hardin, AIA<br />CDFL Architects + Engineers PA<br />Dates of Publication:<br />July 24, 2025<br />July 31, 2025
https://www.centralauctionhouse.com/rfp28002534-ridgeland-high-school-classroom-addition.html
24-Jul-2025 8:00:00 AM CDT |
22-Aug-2025 2:00:00 PM CDT |
City of Ridgeland |
TOPGOLF WAY EXTENSION PROJECT
|
ADVERTISEMENT FOR BIDSFOR<br />TOPGOLF WAY EXTENSION<br /> CITY OF RIDGELAND, MISSISSIPPI<br />NOTICE is hereby given that the City of Ridgeland, Mississippi will receive written sealed bids until the hour of 2:00 PM, local time, on THURSDAY, AUGUST 21, 2025, in the Public Works Conference Room at Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157, for the furnishing of all labor and materials and for the construction of road, water line, and storm lines as shown in the contract documents.<br />A non-mandatory pre-bid conference will be held at 2:00 PM, on MONDAY, AUGUST 11, 2025, in the Public Works Conference Room at Ridgeland City Hall. All plan holders are encouraged to attend.<br />The Total Contract Time will be 120 CALENDAR DAYS and the liquidated damages will be $500.00 per consecutive calendar day thereafter. <br /> Bids will only be accepted on Official Bid Documents provided by the City of Ridgeland Public Works Department. Official Bid Documents must be obtained by making an official written request to the attention of Renee Buckner, P.O. Box 217, Ridgeland, MS 39158,
[email protected]. Emails are considered an official written request. Official Bid Documents can also be downloaded from Central Bidding at www.centralbidding.com and electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process and to register, please call Central Bidding at 225-810-4814.<br /> Optional hard copies of project bid documents are also available for a nonrefundable price of $50.00 for each set. Paper copies of the Proposal and Contract Documents may be obtained from the Public Works Department of the City of Ridgeland, Mississippi, at the Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157.<br />The DRAWINGS, SPECIFICATIONS AND BID SCHEDULE may also be examined at the following locations:<br /><br />Mississippi Procurement Technical Assistance Program (MPTAP)<br />501 North West Street, Suite B 01<br />Jackson, MS 39201<br />Contact: Carlyn McGee<br />601-359-3448<br /><br />City of Ridgeland<br />Public Works Department<br />Ridgeland City Hall<br />100 W. School Street<br />Ridgeland, MS 39157<br />Contact: Renee Buckner<br /> 601-853-2027<br />
[email protected]<br /><br />Central Bidding<br />www.centralbidding.com<br />225-810-4814<br /> <br /> <br /> <br /> <br /><br /> The City of Ridgeland, Mississippi hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, religion or national origin in consideration for an award. <br /> Any contract or contracts awarded under this invitation for bids are expected to be funded in whole or in part by State Bond Funds. <br /> Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to the City of Ridgeland, Mississippi as bid security. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /> The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with Ridgeland City Hall, Ridgeland, Mississippi prior to the hour and date above designated. No bidder may withdraw his bid within sixty (60) days after the date of actual bid opening, without Owner’s consent. <br /> Contract award will be made to the lowest and best bidder offering the low aggregate amount for the base bid item, plus additive or deductive bid alternates applied in the order which is most beneficial to the Owner, and within funds available for the project.<br /> The Mayor and Board of Aldermen reserve the right to accept or reject any and all bids and to waive any and all informalities.<br /> BY ORDER OF THE MAYOR AND BOARD OF ALDERMEN, ON THIS THE 15th DAY OF JULY 2025.<br /> <br />CITY OF RIDGELAND, MISSISSIPPI<br />BY:<br />(s) Gene F. McGee, Mayor<br />Published WEDNESDAY, JULY 23, 2025 and WEDNESDAY, JULY 30, 2025 IN THE CLARION LEDGER NEWSPAPER.<br />Furnish proof of publication to: Angela Richburg, City Clerk, and Renee Buckner, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158-0217 (601-856-7113)<br />Send invoice to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158 (601-856-7113) <br />
https://www.centralauctionhouse.com/rfp50021798-topgolf-way-extension-project.html
24-Jul-2025 8:00:00 AM CDT |
21-Aug-2025 2:00:00 PM CDT |
Jackson Redevelopment Authority |
BID 25-003 Jackson Planetarium Exhibit Fabrication (2nd REBID)
|
INVITATION FOR BIDS<br />JACKSON PLANETARIUM EXHIBIT FABRICATION (REBID)<br />JACKSON REDEVELOPMENT AUTHORITY<br />JACKSON, MISSISSIPPI<br />Sealed bids will be received by the Jackson Redevelopment Authority, Jackson, Mississippi until 2:00 PM<br />local time on August 12, 2025, at which time bids will be publicly opened and read aloud for:<br />Jackson Planetarium Exhibit Fabrication (Rebid)<br />Jackson Redevelopment Authority<br />Jackson, Mississippi<br />Proposals may be submitted electronically via www.centralbidding.com. For assistance with the electronic<br />bidding process, please contact Central Bidding at 225-810-4814.<br />Bids may also be sent or delivered to:<br /><br />Jackson Redevelopment Authority<br />Attention: Christopher Pike<br />218 South President Street<br />Jackson, MS 39201<br /><br />Obtaining RFP Documents: The official bid documents may be obtained from the following sources:<br />1. Central Bidding Website: www.centralbidding.com<br />2. Jackson Redevelopment Authority's website: www.jrams.org<br /><br />Questions regarding plan clarifications or requests for information should be directed to the architect as<br />follows:<br />CDFL Architects + Engineers PA<br />601-366-3110 ext. 240<br />Attention: Daniel Zegel<br />Email:
[email protected]<br /><br />Jackson Redevelopment Authority hereby notifies all bidders that in compliance with Title VI of the Civil<br />Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity<br />to submit bids in response to this invitation and will not be discriminated against on the grounds of race,<br />color, national origin, or sex in consideration for an award.<br /><br />JRA is committed to the principle of non-discrimination in public contracting. It is the policy of the JRA to<br />promote full and equal business opportunity for all persons doing business with the City.<br />Bid preparation will be in accordance with the Instructions to Bidders bound in the project manual. The<br />Jackson Redevelopment Authority reserves the right to reject any and all proposals, waive any irregularities<br />or informalities in any proposal, and award the contract to the proposer deemed to offer the most<br />advantageous proposal to JRA, as determined by JRA in its sole discretion.<br /><br />Dates of Publication:<br />1st Ad – July 15, 2025<br />2nd Ad – July 22, 2025
https://www.centralauctionhouse.com/rfp83222579-bid-25-003-jackson-planetarium-exhibit-fabrication-2nd-rebid-.html
24-Jul-2025 12:00:00 AM CDT |
12-Aug-2025 2:00:00 PM CDT |
Magnolia Regional Health Center |
Boiler / Water tube removal and replacement.
|
Magnolia Regional Health Center, is announcing a bid opportunity for the removal and replacement of an existing water tube boiler.<br />Scope of work includes demolition of the existing boiler, supply and installation of a new boiler, and associated mechanical and electrical work. Interested bidders should email
[email protected] to obtain packaged boiler specifications. All bids must be submitted to Attn: Brent Borgman, Dir. Purchasing. MRHC 611 Alcorn Dr. Corinth MS, 38834, clearly mark “Boiler Bid Package” on exterior of envelope. Deadline is 2:00 P.M. CST on 08/12/2025 at which time bids will be opened and reviewed for lowest and best bid. All questions and clarifications must be in writing and email to the following: Brent Borgman, Dir. Purchasing at
[email protected] the full RFP may be obtained by requesting the bid from www.centralauctionhouse.com<br />By the order of James Hobson, CEO this 22nd day of July, 2025.
https://www.centralauctionhouse.com/rfp26248559-boiler-water-tube-removal-and-replacement.html
24-Jul-2025 12:00:00 AM CDT |
12-Aug-2025 1:45:00 PM CDT |
City of Ridgeland |
Traffic Signal Installation at Colony Park Blvd and Topgolf Way Extension/Titan Circle
|
ADVERTISEMENT FOR BIDS FOR<br />TRAFFIC SIGNAL INSTALLATION AT COLONY PARK BOULEVARD AND TOPGOLF WAY EXTENSION/TITAN CIRCLE<br /> CITY OF RIDGELAND, MISSISSIPPI<br />NOTICE is hereby given that the City of Ridgeland, Mississippi will receive written sealed bids until the hour of 3:00 PM, local time, on THURSDAY, AUGUST 21, 2025, in the Public Works Conference Room at Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157, for the furnishing of all labor and materials and for the construction of road, water line, and storm lines as shown in the contract documents.<br />Bids are to be stated for the installation of a traffic signal at the intersection of Colony Park Boulevard and TopGolf Way Extension/Titan Circle along with permanent thermoplastic pavement markings, signage and necessary sidewalk modifications along with and all other work with its related appurtenances necessary to complete the above project as shown and specified in the Contract Documents.<br />The Total Contract Time will be 240 CALENDAR DAYS and the liquidated damages will be $500.00 per consecutive calendar day thereafter. <br /> Bids will only be accepted on Official Bid Documents provided by the City of Ridgeland Public Works Department. Official Bid Documents must be obtained by making an official written request to the attention of Renee Buckner, P.O. Box 217, Ridgeland, MS 39158,
[email protected]. Emails are considered an official written request. Official Bid Documents can also be downloaded from Central Bidding at www.centralbidding.com and electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process and to register, please call Central Bidding at 225-810-4814.<br /> Optional hard copies of project bid documents are also available for a nonrefundable price of $50.00 for each set. Paper copies of the Proposal and Contract Documents may be obtained from the Public Works Department of the City of Ridgeland, Mississippi, at the Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157.<br />The DRAWINGS, SPECIFICATIONS AND BID SCHEDULE may also be examined at the following locations:<br /><br /> <br />Neel-Schaffer, Inc.<br />215 Waterford Square<br />Madison, MS 39110<br />Contact: Stan Wright<br />601-898-8118<br /><br />City of Ridgeland<br />Public Works Department<br />Ridgeland City Hall<br />100 W. School Street<br />Ridgeland, MS 39157<br />Contact: Renee Buckner<br /> 601-853-2027<br />
[email protected]<br /><br />Central Bidding<br />www.centralbidding.com<br />225-810-4814<br /> <br />Mississippi Procurement Technical<br />Assistance Program (MPTAP)<br />501 North West Street, Suite B 01<br />Jackson, MS 39201<br />601-359-3448<br /> <br /> <br /><br /> The City of Ridgeland, Mississippi hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, religion or national origin in consideration for an award. <br /> Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to the City of Ridgeland, Mississippi as bid security. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /> The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with Ridgeland City Hall, Ridgeland, Mississippi prior to the hour and date above designated. No bidder may withdraw his bid within sixty (60) days after the date of actual bid opening, without Owner’s consent. <br /> Contract award will be made to the lowest and best bidder offering the low aggregate amount for the base bid item, plus additive or deductive bid alternates applied in the order which is most beneficial to the Owner, and within funds available for the project.<br /> The Mayor and Board of Aldermen reserve the right to accept or reject any and all bids and to waive any and all informalities.<br /> BY ORDER OF THE MAYOR AND BOARD OF ALDERMEN, ON THIS THE 15th DAY OF JULY 2025.<br /> <br />CITY OF RIDGELAND, MISSISSIPPI<br />BY:<br />(s) Gene F. McGee, Mayor<br />Published WEDNESDAY, JULY 23, 2025 and WEDNESDAY, JULY 30, 2025 IN THE CLARION LEDGER NEWSPAPER.<br />Furnish proof of publication to: Angela Richburg, City Clerk, and Renee Buckner, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158-0217 (601-856-7113)<br />Send invoice to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158 (601-856-7113) <br />
https://www.centralauctionhouse.com/rfp55342763-traffic-signal-installation-at-colony-park-blvd-and-topgolf-way-extensiontitan-circle.html
24-Jul-2025 12:00:00 AM CDT |
21-Aug-2025 3:00:00 PM CDT |
City of Lucedale |
One new Hydro Vacuum Excavators
|
LEGAL NOTICE<br /> REVERSE AUCTION BIDDERS<br /> <br />Notice is hereby given that the City of Lucedale, Mississippi (the “City”), will receive un-priced sealed bid proposals for one new Hydro Vacuum Excavators in the following manner, to wit: <br /> <br />Un-priced bid proposals will be accepted until 10:00 A.M. local time Monday, August 18, 2025, in sealed envelopes clearly labeled on the outside of the bid envelope “Hydro Vacuum Excavators” at the office of the City Clerk of the City of Lucedale, Mississippi, City Hall, 5126 Main Street, Lucedale, Mississippi, 39452 or by electronic bid submission. Submissions, whether provided on paper by sealed envelope submission or electronically, will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The product offered shall be according to minimum specifications therefore in the office of the City Clerk of the City of Lucedale, Mississippi. Specifications are also available through Central Bidding at www.centralbidding.com.<br /> <br />Bidding will be held by ELECTRONIC REVERSE AUCTION on Monday August 25, 2025, at 10:30 A.M. local time and ending at 11:00 A.M. local time. <br /> <br />The City of Lucedale, Mississippi, reserves the right to utilize “anti-sniping” for reverse auctions. Antisnipping is a tool that automatically extends the bid time for a reverse auction by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will also auto-extend the reverse auction bid time any time a bid is placed in the last five (5) minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction ends. <br /> <br />Specifications are available by contacting the City Clerk of the City of Lucedale, Mississippi, at 601947-2082 in order to obtain the bid documents between the hours of 8:00 am and 5:00 pm local time. Electronic copies of the bid specifications are available by contacting Central Bidding at www.centralbidding.com for a fee. All bids must comply with the specifications provided. The City of Lucedale reserves the right to amend the specifications as necessary and agrees to notify all parties having requested bid packets. <br /> <br />Questions – All questions regarding this bid should be directed to Tammy Oldenquist, City Clerk of the City of Lucedale, Mississippi, in writing by email
[email protected] not less than seven (7) days prior to the bid due date. All questions must be submitted in writing; telephonic inquires will not be considered.<br /> <br />The City of Lucedale is NOT responsible for bids which are mailed to the wrong address, or which arrive in the mail after the designated bid opening time. <br /> <br />The purchase will be awarded to the lowest and best bidder. However, the City of Lucedale reserves the right to accept or reject any or all bids and to waive any informality.<br /> <br /> City of Lucedale, Mississippi<br /> <br /> By: s/Al Jones <br /> Al Jones, Mayor<br /> <br />Publish Dates: <br />July 30, 2025<br />August 6, 2025
https://www.centralauctionhouse.com/rfp97923581--one-new-hydro-vacuum-excavators-.html
24-Jul-2025 12:00:00 AM CDT |
18-Aug-2025 10:00:00 AM CDT |
Greene County, MS |
REQUEST FOR QUALIFICATIONS FOR AIRPORT CONSULTANT SERVICES
|
This is a Request for Qualifications (RFQ) to provide Consultant Services to conduct a comprehensive study and site evaluation for a new general aviation airport located in Greene/George County, MS, ensuring compliance with regulatory requirements, determining its feasibility; including economic, operational, and environmental aspects.<br /><br />Interested individuals or firms may submit a printed and sealed RFQ to the Greene County Chancery Clerk’s Office, 400 Main St, Leakesville, MS 39451; no later than 10 am CST on Monday, August 25, 2025. All proposals should contain the candidate’s name and mailing address on the outside of the envelope and reference to this RFQ. Those desiring consideration should submit one original RFQ letter and packet along with seven copies. The RFQ packets will be reviewed by the Greene-George Airport Advisory Selection Committee.<br /><br />The Consultant Service contract will be awarded to the candidate or firm whose RFQ packet is written within a competitive range and determined to be the most advantageous to the Greene-George Airport Project.<br /><br />Factors for consideration of an individual or firm will be understanding and experience with the comprehensive steps required to complete an in-depth feasibility study, site evaluation, environmental considerations, and compliance with Federal Aviation Administration (FAA) regulations to support a general aviation airport's development and addition to FAA’s National Plan of Integrated Airport Systems (NPIAS).<br /><br />The candidate will also have a full understanding of grant requirements from the FAA and the MS Dept. of Transportation (MDOT) as related to a County’s financial management.<br />The Selection Committee has prepared a Scope of Work (SOW) for this airport development, including: tasks, deliverables, objectives, requirements, and timeframes. The SOW includes: Feasibility Study, Site Evaluation, Environmental Considerations Review, and FAA-NPIAS Application Preparation for Greene/George County, Mississippi General Aviation Airport. The full SOW is on file at the Greene County Chancery Clerk’s Office (400 Main St, Leakesville, MS 39451) and the George County Administrative Office (329 Ratliff Street, Lucedale, MS 39452) during regular business hours. The official RFQ and SOW can be downloaded from Central Bidding at www.centralbidding.com. <br /><br />Major factors to be considered in evaluating RFQ and their relative importance are set forth below. The project includes the following activities:<br />A. Feasibility Study Report which summarizes market demand, operational needs, economic impacts, regulatory requirements and preliminary cost/benefit analysis;<br />B. Site Evaluation to identify, review, and evaluate possible locations with ranking and recommendations & environmental considerations;<br />C. Grant Management to coordinate federal grant funding for the project, ensuring compliance with all grant requirements and providing leadership for document preparation to the FAA and MDOT;<br />D. FAA-NPIAS Application Preparation by evaluating the proposed airport's suitability and completing the application packet for inclusion in the National Plan of Integrated Airport Systems (NPIAS), see the Project’s Scope of Work-Section 4 for more task details;<br />E. Final Report and Recommendations in the form of comprehensive summary of all findings and detailed evaluations of the proposed airport pertaining to Sections A-D. <br /> <br />Those individuals or firms desiring consideration should submit RFQ by the time and date stated above and must include the following:<br />1. Qualifications - List of qualifications of each staff person to be assigned to the project.<br />2. Experience - Information regarding the experience of the firm. Information shall include types of project activities undertaken.<br />3. Capacity for Performance - Identify the numbers and titles of staff available to be assigned to provide services. Also include an estimated time required to accomplish each phase of the project.<br /><br />The RFQ will be reviewed by the Selection Committee Members appointed by each Board of Supervisors using the above criteria. This committee will make a recommendation to the full Board. All proposals will be rated on the following system to determine the best respondent: Qualifications-25, Experience-40, Capacity-35, Total: 100 Points. <br /><br />Negotiations will be conducted to determine a mutually satisfactory contract first with the offeror receiving the highest number of points. Contractual awards will be made to the qualified offeror whose proposal is most advantageous to the project and counties.<br /><br />The Greene County Board of Supervisors and George County Board of Supervisors reserves the right to reject any and all proposals. Greene County and George County are an Equal Opportunity Employer.
https://www.centralauctionhouse.com/rfp7114750-request-for-qualifications-for-airport-consultant-services.html
24-Jul-2025 12:00:00 AM CDT |
25-Aug-2025 10:00:00 AM CDT |
Webster County School District |
Comprehensive ELA Curriculum for Grades 6–12
|
Webster County School District (WCSD) is requesting quotes from qualified vendors to provide a comprehensive English Language Arts (ELA) curriculum for Grades 6–12. The curriculum must include culturally diverse literature, offer flexible and differentiated instruction, and include robust support for English Learners. Services must be provided for 500 students and 12 teachers across 2 high schools. <br /><b>Prospected providers of these services should submit their bids to www.centralbidding.com.</b>
https://www.centralauctionhouse.com/rfp66203156-comprehensive-ela-curriculum-for-grades-612.html
23-Jul-2025 3:30:00 PM CDT |
06-Aug-2025 3:30:00 PM CDT |
Meridian Public School District |
Cafeteria Serving Line Equipment
|
<span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">The Meridian Public School District will accept un-priced sealed bids until 10:00 AM, CST, Monday, August 11, 2025, in the following manner for:</span><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Bid #:</span> 01-2026<br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Description</span>: Cafeteria Serving Line Equipment<br /><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Bid submittals will be evaluated and qualified bidders will be invited to participate in the Electronic Reverse Auction. Official bid documents can be downloaded from Central Bidding at </span><a href="http://www.centralbidding.com/">www.centralbidding.com,</a> for a fee.<br /><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Electronic bids and/or reverse auction bids can also be submitted at </span><a href="http://www.centralbidding.com/">www.centralbidding.com.</a><br /><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">For any questions relating to the electronic bidding or reverse auction bidding process, please call Central Bidding at 225- 810-4814.</span><br /><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Bid specifications and instruction forms may also be obtained from the MPSD Department of Finance, 1910 25</span>th Avenue, Meridian, MS 39301.<br /><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Cassandra Hall</span><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Purchasing Agent</span><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Ph: (601) 484-4927</span><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">Email: </span><a href="mailto:
[email protected]">
[email protected]</a><br /><br /><span id="docs-internal-guid-aacc220d-7fff-98c4-f4f7-7e43dcb5e8d3">The MPSD Board of Education reserves the right to reject any or all bids submitted and to waive any informalities.<br /><br />Superintendent: Dr. Amy Carter</span><br /> <div> </div>
https://www.centralauctionhouse.com/rfp93978520-cafeteria-serving-line-equipment.html
23-Jul-2025 2:00:00 PM CDT |
11-Aug-2025 10:00:00 AM CDT |
Panola County |
In the Matter of Advertisement for Purchase of New County Equipment One or More Tandem Axle Dump Trucks-Road Department
|
Notice is hereby given that the Board of Supervisors of Panola County, Mississippi, will on the 2nd day of September, 2025, open and read sealed, competitive bids for the purchase of one or more new tandem axle dump trucks. Plans and specifications are on file in the Office of the County Administrator, 151 Public Square, Batesville, Mississippi 38606.<br /> Sealed, competitive bids may be delivered to the Panola County Administrator’s Office, 151 Public Square, Batesville, Mississippi 38606, or mailed to the Panola County Administrator, P.O. Box 807, Batesville, MS 38606 or electronic bids may be submitted at www.centralbidding.com until 4:00 p.m. on Friday, August 29, 2025. The Board of Supervisors of Panola County, Mississippi will on Tuesday, September 2, 2025 at 9:00 a.m. open, read and award to the lowest and best bidder.<br /> The Board expressly reserves the right to accept or reject any or all bids, or any part of any or all bids based on a lowest and best bid determination in the best interest of the County. <br />
https://www.centralauctionhouse.com/rfp75801422-in-the-matter-of-advertisement-for-purchase-of-new-county-equipment-one-or-more-tandem-axle-dump-trucks-road-department.html
23-Jul-2025 8:00:00 AM CDT |
29-Aug-2025 4:00:00 PM CDT |
Lee County |
Lee County Commodities for 2025-2027
|
LEGAL NOTICE<br />Notice is hereby given that the Board of Supervisors of Lee County, Mississippi, will at the Board of Supervisors Center in the City of Tupelo, Mississippi, at 11:00 o’clock a.m., on the 3rd day of September 2025, accept sealed bids from vendors interested in furnishing commodities and services to Lee county Mississippi for the period of October 1, 2025 thru September 30, 2027 for all commodities as follows:<br />Treated bridge lumber, No 2 or better:<br /><br />Bridge lumber treated with CCA<br /><br />FOB seller<br />Furnished & Delivered to various locations in Lee County<br /><br />Bridge lumber treated with creosote<br /><br />FOB seller<br />Furnished & Delivered to various locations in Lee County <br />Fire ant bait furnished and delivered to Lee County, MS in 1lb. containers. <br />Asphalt or emulsion and crushed limestone, put in place, both with and without county furnishing material:<br /><br />Reseal: <br /><br />Contractor furnishing material<br /><br />DBST:<br /><br />Contractor furnishing material <br />Lime, mixed and compacted in place on county roads and related projects. <br />Clay Gravel furnished and delivered per yard to each county maintenance facility. <br />Crushed limestone and manufactured sand furnished and delivered to each county maintenance facility <br />Soil cement, mixed and compacted in place on county roads and related projects <br />Grading, shaping, compacting and laying of bituminous surfaces on county roads<br /><br />County furnishing material<br />Contractor furnishing material <br />Culverts, all sizes and gauges, including plastic FOB seller and/or furnished and delivered to each county maintenance facility as per specifications on file with Purchase Clerk <br />Traffic and specialty striping bidder to specify:<br /><br />Mile, linear feet or square feet<br />Color<br />Type<br />Minimum charge (if any) <br />Mixing of existing asphalt roads <br />Excavation of existing asphalt road surfaces <br />Publication of Board Proceedings <br />Fog Seal: Fog sealing of county roads, by contractor, contractor furnishing materials, labor and equipment utilizing a type of liquid asphalt that coats the limestone to a black color (with an option for a third year if both parties agree.) <br />Scrub Seal: Scrub sealing of county roads, by contractor, contractor furnishing materials, labor and equipment, an asphalt and small limestone aggregate mix which is laid and compacted with excess removed from road. (with an option for a third year if both parties agree.) <br />Slurry seal/microsurfacing of county road (as per specification on file) (with a third year option upon agreement of both parties.) <br />Roadside Herbicide spraying <br />Asphalt (tied to the MDOT Fuel Index) 12 month bid with an option for an addition 12 months upon agreement of both parties <br />Sealed bids should be filed with the Board of Supervisors on or before said time. Bids must be submitted separately on each item as advertised. Bidders must comply with Section 19-13-71, Mississippi Code of 1972, Annotated. Bids will be received on bid forms approved by the Mississippi Commission of Budget and Accounting, which may be secured from the Board of Supervisors. If you choose to mail your bid, you may do so at the address of the Lee County Board of Supervisors, P. O. Box 1785 Tupelo, MS 38802-1785. The Board reserves the right to reject any and all bids and to waive informalities. For questions, please call 662-432-2020.<br />Electronic Bid – Official Bid documents can be downloaded from Central Bidding at www.centralbidding.com.<br /> Electronic bids can also be submitted through www.centralbidding.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding support at (225) 810-4814.<br /> <br />Done by order of the Board of Supervisors this, the 2rd day of June, 2025<br /> <br /> /Tommie L Ivy/<br /> President<br /> <br />/Bill Benson/<br />Clerk<br /> <br /> <br />PUBLISH: July 23, 2025 and July 30, 2025
https://www.centralauctionhouse.com/rfp96599260-lee-county-commodities-for-2025-2027.html
23-Jul-2025 8:00:00 AM CDT |
03-Sep-2025 11:00:00 AM CDT |
Oxford School District |
Student Intervention Software RFP #08062025
|
NOTICE TO BIDDERS: REQUEST FOR PROPOSALS<br />RFP: #08062025<br /> <br />The Oxford School District is accepting proposals for student interventions and progress tracking software until 10:00 am on Wednesday, August 6th. Bid documents are available online at https://www.oxfordsd.org/rfps and www.centralbidding.com.<br /> <br />The Oxford School District complies with all applicable laws regarding equal opportunity in all its activities and programs and does not discriminate against anyone protected by law because of age, creed, color, national origin, race, religion, sex, handicap, veteran, or other status.<br /> <br /> <br />Publish Dates:<br />July 23, 2025<br />July 30, 2025<br /> <br />Proposals due at 10 AM on Aug 6, 2025
https://www.centralauctionhouse.com/rfp26535161-student-intervention-software-rfp-08062025.html
23-Jul-2025 12:00:00 AM CDT |
06-Aug-2025 10:00:00 AM CDT |
City of Ridgeland |
2025-2026 Term Bids
|
SECTION 00100<br />ADVERTISEMENT FOR BIDS<br /><br /><br /><br /> <br /><br />Notice is hereby given that the Mayor and Board of Aldermen of the City of Ridgeland, Mississippi, will receive written and electronic sealed bids for the purchase of services, commodities, and supplies for Public Works and contracts for public construction as listed below. Bids will be received until the hour of 10:00 am., Tuesday, August 19, 2025, in the Public Works Conference Room at City Hall located at 100 W. School Street, Ridgeland, Mississippi 39157 or may be submitted electronically at www.centralbidding.com. <br /> <br />Water & Sewer Distribution System Components-Installation<br />Equipment and Labor Rental Per Hour<br />Herbicide Ditch Spraying<br />Herbicide Roadside Spraying<br />Sewer Rehabilitation System<br />Landscape Materials & Installation (Plants, Soil, Sod, and Mulch) (Labor & Materials)<br />Aggregate, Soil and Fill Materials<br />Drainage Pipe – All Types (Materials Only)<br />Drainage Pipe & Structures (Installation Only)<br />Asphalt (FOB – Plant)<br />Asphalt (FOB - City of Ridgeland)<br />Water Treatment Chemicals<br />Water System Components- Materials<br />Sewer System Components- Materials<br />Pre-Cast Concrete Drainage Structures Materials<br />Concrete Installation and Repair, Labor and Materials<br />Concrete Materials and Supplies<br />GPS Locating Service (per hour)<br />Easement Clearing and Maintenance<br />Water Operations Maintenance and Inspection Services<br />Pre-cast Concrete Manholes<br />Utility Pothole Service (per hour)<br />Pest Control Chemicals<br />Finished Super-High Efficiency, Full Cube Prismatic Retro Reflective Sheeting<br />(Diamond Grade) Traffic Signs<br />Street Sign Posts, Blanks and Miscellaneous Material<br />Construction Work Zone Sign and Equipment Rental<br />Temporary Painted Traffic Markings (Labor & Materials)<br />Permanent Thermoplastic Pavement Markings (Labor & Materials)<br />Heat Fused Durable Retro-flective Preformed Pavement Markings (Materials) <br />Decorative Street Name Signs & Posts<br />General Traffic Signal Street Light Maintenance Service (Labor)<br />Vehicle Loop Assemblies (Labor & Materials)<br />Crack Sealant (Hot Applied)<br />Stamping and Printing Asphalt Pavement (Labor & Materials)<br />Decorative Stamped and Painted Concrete Pavement (Labor & Materials)<br /> <br />Official bid documents can be down loaded from Central Bidding at www.centralbidding.com and electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process and to register, please call Central Bidding at 225-810-4814. All Bids must be sealed and clearly marked “Sealed Bid” with the item you are bidding listed on the envelope. Please put only one bid form in each envelope. All bids shall be submitted in duplicate. Bids will only be accepted on forms provided by the City and downloaded from<br /> <br />www.centralbidding.com and the prices quoted will be binding for the period from OCTOBER 1, 2025 THRU SEPTEMBER 30, 2026, unless otherwise indicated. Contracts for purchase will be made from the lowest and/or best bids submitted, but the Mayor and Board of Aldermen reserve the right to reject any and all bids, and accept or reject any part of a bid.<br /> <br />All bids properly submitted in accordance with this notice will be opened at 10:00 am, August 19, 2025 in the Board Room at City of Ridgeland located at 100 W. School Street, Ridgeland, MS <br /> <br />Electronic Bidding: www.centralbidding.com<br />Hand Delivery: City of Ridgeland, Attn: Renee Buckner, 100 W. School Street, Ridgeland, MS 39157<br />Mailing Address: City of Ridgeland, Attn: Renee Buckner P.O. Box 217, Ridgeland, MS 39158<br /> <br /> <br />CITY OF RIDGELAND, MISSISSIPPI <br />BY: /s/Angela Richburg <br /> Angela Richburg, City Clerk<br /> <br />Publish: July 17, 2025 and July 24, 2025<br /> <br />Furnish 2 proofs of publication/City of Ridgeland<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp98141670-2025-2026-term-bids.html
18-Jul-2025 12:00:00 AM CDT |
19-Aug-2025 10:00:00 AM CDT |
Mississippi Gulf Coast Community College |
MGCCC - Tradition Building Renovation
|
00 11 13 – ADVERTISEMENT TO BID<br /> <br />You are hereby invited to submit a sealed bid for “Tradition Building Renovation” located at the Tradition Campus of Mississippi Gulf Coast Community College, Mississippi. Bids will be received from contractors at the Maintenance, Transportation and Technology Services Center on the Perkinston Campus, Mississippi Gulf Coast Community College until 11:00 A.M., Friday, August 8th, 2025, and then publicly opened and read aloud.<br /> <br />Single stipulated sum bids will be received for all work required by the Contract Documents in accordance with the Instructions to Bidders.<br /> <br />Instructions to Bidders, Form of Bid, Form of Contract, Form of Contract Bond, Drawings, Specifications and other Contract Documents may be examined at the following locations:<br /> <br />Office of the Architect, EGH Architects, P.A., 1091 Tommy Munro Drive, Biloxi, Mississippi 39532.<br />ABC Plan Room, Jackson, Mississippi.<br />AGC Plan Room, Jackson, Mississippi. <br />Bid documents are being made available via hard copy or digital copy at www.eleyguildhardyprojects.com or digital copies at www.centralbidding.com. Interested bidders should log-in or register for a free account to view and/or order Bid Documents. All plan holders are required to have a valid email address for registration. The cost of the bid documents is non-refundable and must be purchased through the website (digital and hard copies). Questions regarding website registration and online orders please contact Plan House at (662) 407-0193 or Central Bidding at (225) 810-4814.<br /> <br />All proposals must be on file with the College prior to the opening time as stated above. All proposals must be sealed and clearly marked on the outside of the envelope as indicated “Tradition Building Renovation” to be opened on “--- Insert Date---”. Envelopes not so marked are submitted at the risk of the Bidder and the College assumes no responsibility for the premature opening of same by any College employee.<br /> <br />At the Bidder’s option, in lieu of submitting a physical sealed Bid, electronic bids may be submitted at www.centralbidding.com or www.eleyguildhardyprojects.com. Bids shall be received electronically until the date/time as stated above. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814 or Plan House at 228-248-0181. Electronic submittal of Bids is not required.<br /> <br />The Owner reserves the right to waive any informalities and to reject any or all bids.<br /> <br />Each bidder must deposit with his bid (or upload at Bidders Option), security in the amount, form and subject to the conditions provided in the Instructions to Bidders. Performance and Payment Bonds will be required from the successful bidder. Bidders shall comply with laws of the State of Mississippi requiring Certificate of Responsibility.<br /> <br />Resident contractors shall, in accordance with laws of the State of Mississippi, be granted preference over non-residents in the award of this contract in the same manner and to the same extent as provided by the laws of the state of domicile of the non-resident. A non-resident contractor shall attach to his proposal a copy of his resident state's current law pertaining to such state's treatment of non-resident contractors.<br /> <br /><br />No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof.<br /> <br />BOARD OF TRUSTEES<br /> MISSISSIPPI GULF COAST COMMUNITY COLLEGE <br /> <br />Run: Friday, July 11, 2025<br /> Friday, July 18, 2025<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp64905767-mgccc--tradition-building-renovation.html
17-Jul-2025 7:00:00 PM CDT |
08-Aug-2025 11:00:00 AM CDT |
City of Ridgeland |
Emergency Debris Removal Services
|
LEGAL NOTICE The City of Ridgeland, Mississippi intends to enter into a contract with a contractor with the lowest total cost who best demonstrates the ability and technical plan to expeditiously provide eligible disaster-related debris removal from public ROW for the City as outlined in this proposal. The scope of work is defined as work eligible under FEMA Public Assistance regulations, policy, and guidance. It will be the responsibility of the contractor to adhere to all federal debris eligibility regulations, policy, and guidance. Any debris work performed that is not in adherence with federal debris eligibility regulations, policy, and guidance will not be reimbursed by the City and will be the responsibility of the contractor.<br /> <br />Bidders acknowledge that time is of the essence to the performance of the contract. Bidders understand and agree that the services offered within their proposal must be done in the most expeditious manner possible. The successful bidder shall make every effort to complete all requirements of the awarded contract in the shortest time possible. The Contractor shall be knowledgeable and have experience in providing the services as described herein and conduct its operations within the general parameters of FEMA’s Public Assistance Program, unless otherwise directed by the City. The area to be included as part of this contract is located entirely within the City limits. It will be the responsibility of the Contractor to adhere to all federal debris removal eligibility regulations, policy, and guidance. FEMA’s Public Assistance Debris Management Guide (FEMA 325) can be found at: www.fema.gov/pdf/government/grant/pa/demagde.pdf<br />Code of Federal Regulations<br />To be considered, the Bidder must respond to all requirements of this Legal Advertisement. Bidders must submit six (6) original hard copies of sealed proposals addressed to the City of Ridgeland, Public Works Department, telephone no. 601-853-2027, Attn: Alan Hart, Public Works Director. All replies must be received by 10:00 A.M., Tuesday August 19, 2025, in the Office of Public Works of the City of Ridgeland at City Hall 100 W. School Street, Ridgeland, Mississippi 39157. Proposals will not be publicly read at the opening. Proposals may not be delivered orally, by facsimile transmission, by other telecommunication, or electronic means. No oral interpretation of this Request for Proposal shall be considered binding. The City shall be bound by information and statements only when such statements are written and executed under the authority of the Mayor. Bidders assume the risk of the method of dispatch chosen. The City assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual proposal receipt by the City. A Bidder’s failure to submit its proposal prior to the deadline will cause the proposal to be rejected. Late proposals or amendments will not be opened or accepted for evaluation. The City reserves the right to reject any and all replies and to waive any irregularities or informalities in the proposal process. The City reserves the right to select one (1) Contractor or select a short list of Contractor from whom more information will be required. There is no DBE goal for this Contract. The City of Ridgeland is an equal opportunity employer. <br /> <br />The Proposals should be submitted and marked on the outside as:<br />“PROPOSAL”<br />FEMA DISASTER DEBRIS REMOVAL<br />City of Ridgeland, Madison County, Mississippi<br /> <br />Upon selection, negotiation and execution of a Contract, the City anticipates the duration of the Contract will be 4-years. The City anticipates executing the Contract in September 2025 and will run for the period of October 1, 2025 thru September 30, 2029. We will issue a Notice to Proceed only upon a FEMA declared disaster event. The approximate RFP schedule is as follows:<br />RFP Advertisement #1: July 17, 2025<br />RFP Advertisement #2: July 24, 2025<br />Proposals due: August 19, 2025 at 2:00 pm<br />Selection Committee Review of proposals: August 26, 2025<br />Mayor and Board of Aldermen Meeting to Select Contractor: September 16, 2025<br />Contract award: September 17, 2025<br />Notice to proceed: To be determined upon disaster event. <br />Bidders must succinctly respond in the format delineated below.Elaborate, irrelevant, or otherwise unnecessary information will not be considered.The following information shall be tabbed to identify the required information.Failure to submit this information will render your proposal non-responsive.An individual authorized to bind the bidder to the provisions of the RFP must sign the proposal. The City will not pay any cost associated with the preparation, submittal, presentation, or evaluation of any proposal. Bidders must disclose any instances where the Contractor or any individuals working on the contract has a possible conflict of interest and, if so, the nature of that conflict (e.g., employed by the City of Ridgeland). The City reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the bidder’s proposal. The City’s determination regarding any questions of conflict of interest is final. By signature on the proposal, the bidder certifies that it complies with: The laws of the state of Mississippi.; All applicable local, state, and federal laws, codes, and regulations; All terms, conditions, and requirements set forth in this RFP; A condition that the proposal submitted was independently arrived at without collusion; and, A condition that the offer will remain open and valid for the period indicated in this solicitation and any condition that the Contractor and/or any individuals working on the contract do not have a possible conflict of interest (e.g., employed by the City of Ridgeland).<br /><br /> <br />If any Bidder fails to comply with the provisions stated in this paragraph, the City reserves the right to reject the proposal, terminate the contract, or consider the Contractor in default. Any contact with any City representatives, related officials, or representatives other than those outlined in the RFP is prohibited. Such unauthorized contact may disqualify your proposal from this procurement. The City reserves the right to reject any and all proposals, to waive formalities, and to select the proposal and developer(s) that, in the City’s sole discretion, are in the best interests of the City of Ridgeland, Mississippi. The City reserves the right to: amend, modify, or withdraw this RFP; Revise any requirements under this RFP; Require supplemental statements of information from any responding party; Extend the deadline for submission of responses hereto; Negotiate or hold discussions with any bidder to correct insufficient responses that do not completely conform to the instructions contained herein; Waive any nonconformity with this RFP; Cancel, in whole or in part, this RFP if the City deems it is in its best interest to do so; Request additional information or clarification of information provided in the response without changing the terms of the RFP; Waive any portion of the selection process in order to accelerate the selection and negotiation with the top-ranked Contractor; and, Not award a contract as a part of, or result of, this RFP process. The City may exercise the foregoing rights at any time without notice and without liability to any bidder, or any other party, for expenses incurred in the preparation of response hereto or otherwise.<br /> <br />The recommended proposal length should not exceed twenty-five (25) pages, exclusive of appendices. The resumes (which should not exceed 1 page in length per individual), SF-330 Part II, proof of State Licensure and certificates requirements, and other information not relevant to the requirements should be included in the appendices. The Bidder’s cover letter, table of contents, summaries and introductions, team organizational chart, past performances, and any other responses to the evaluation criteria should be included in the 25 pages. Pages should be numbered, single-spaced, one-sided, 8.5” by 11” with margins of at least one inch on all four sides. Information within the recommended 25 page limit of the proposal should be complete and sufficient in scope for the selection committee to evaluate the Bidder. Also, all text information in the recommended 25 page limit should be shown in a readable font, size 12 points or larger. Headers, charts, and other graphics may be provided in a different font type and size providing they are legible. Section dividers, tabs, or similar means are recommended and are not counted as part of the recommended 25 page limit. These recommendations will be considered when evaluating the quality of proposal.<br /> <br />With the exception of the information to be supplied in the appendices, the proposal should be divided into the following sections as listed below. Contractors interested in providing these services may so indicate by furnishing the City six (6) copies and one (1) CD of the proposals which should consist of the following unless specifically stated otherwise: <br /> <br />COVER LETTER: The Prime Contractor should provide a cover letter specifying the name and complete description of the Contract, the name of the Prime Contractor and any of its Subcontractor(s), the name of an individual who will be the single point of contact throughout the selection process, the name of the project manager, the location and address of the managing office, and the location and address of the office(s) that may be assigned the work. Should any Subcontractor(s) be listed as team members, identify the roles of each of the team’s members. In addition, the CONTRACTOR must note if this is a joint venture.<br />QUALIFICATIONS: The CONTRACTOR should provide a resume for each principal member, the project manager, and employee(s) of the firm anticipated to be assigned to the project. Also, provide a team organizational chart and list each person's experience and qualifications, any certification requirements. The team organizational chart should include each individual’s name, job description (for the project), and company of employment. Firm qualifications must include, at minimum, the following: 1) demonstrate the contractor' current capacity and current expertise in debris removal, solid waste and hazardous waste management and disposal. 2) Documented knowledge and experience coordinating with Federal, State and Local emergency agencies. 3) Experience representing local governments with various state and federal funding sources and reimbursement processes, including FEMA (Federal Emergency Management Agency), FHWA (Federal Highway Administration), and NRCS (Natural Resources Conservation Services). 4) Experience with special disaster recovery program management services including private property/right-of-entry (ROE) work, waterways clean-up and reimbursement, leaning tree and hanging limb removal, hazardous material removal, vessel and vehicle recovery, asbestos abatement, data management, and hauler invoice reconciliation and contracting, and FEMA appeals assistance.<br />PAST EXPERIENCE: The CONTRACTOR should provide a description of services provided on projects with similar scope and magnitude completed during the past five (5) years which qualifies the contractor for this work. Experience with special disaster recovery program management services including private property/right-of-entry (ROE) work, waterways clean-up and reimbursement, leaning tree and hanging limb removal, hazardous material removal, vessel and vehicle recovery, asbestos abatement, data management, and hauler invoice reconciliation and contracting, and FEMA appeals assistance. Provide a detailed description of the role of the contractor and define whether the contractor was the prime or a Subcontractor. Include in the description the amount of the contractor’s Contract for the work they provided for the project. The firm should provide contact information for each of the projects. This will include the name of the client and client’s representative that can verify and discuss the project;<br />APPROACH: The CONTRACTOR should provide a brief description of its APPROACH to completing the scope of work in an efficient manner. This description should describe the Contractor’s resources and abilities in project operations, project management and how they utilize their equipment, personnel, and other technical and procedural resources. Provide a brief description of any resource that has proven beneficial for accomplishing similar scopes of work in previous projects Provide a brief description of any unique company resources or procedures for producing documentation essential for processing pay estimates and Federal Grant requests for reimbursement. <br />COST: Each Bidder must complete and submit the Cost Proposal Form included within the specifications. An individual authorized to bind the bidder to the provisions of the RFP must complete and sign the Cost Proposal Form and provide a Bid Security. The Cost Proposal will be evaluated on the total sum of the rates submitted on the cost proposal form.<br />The City will evaluate the Expressions of Interest based on the following factors listed in their relative order of importance. The following weighted criteria will be utilized during evaluation of Proposals. The ranking, not the total score will determine the proposal selected:<br />Cost Proposal 40%<br />Qualifications 20%<br />Experience in scope of work 20%<br />Approach to services required within scope of work 10%<br />Locations of the Contractor’s home, branch and field offices 10%The CONTRACTOR should mark any and all pages of the proposal considered to be proprietary information which may remain confidential in accordance with Mississippi Code Annotated 25-61-9 and 79-23-1 (1972, as amended). Each page of the proposal that the CONTRACTOR considers trade secrets or confidential commercial or financial information should be on a different color paper than non-confidential pages and be marked in the upper right hand corner with the word “CONFIDENTIAL.” Failure to clearly identify trade secrets or confidential commercial or financial information will result in that information being released subject to a public records request.<br /> <br />BY ORDER OF THE MAYOR AND BOARD OF ALDERMEN OF THE CITY OF RIDGELAND, MISSISSIPPI, ON THIS THE 1st DAY OF JULY 2025.<br /> CITY OF RIDGELAND, MISSISSIPPI<br /> <br /> BY: (s) Angela Richburg <br /> Angela Richburg, CITY CLERK<br /> <br />Publish THURSDAY, JULY 17, 2025 AND THURSDAY JULY 24, 2025 IN THE CLARION LEDGER.<br />Send invoice to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158<br /> (601-856-7113)<br /> <br />Furnish proof of publication to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158 (601-856-7113)<br /> <br />Send invoice to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158 (601-856-7113).<br />
https://www.centralauctionhouse.com/rfp60363300-emergency-debris-removal-services.html
17-Jul-2025 7:00:00 PM CDT |
19-Aug-2025 2:00:00 PM CDT |
City of Ridgeland |
Emergency Debris Monitor Services
|
LEGAL NOTICE The City of Ridgeland, Mississippi intends to negotiate a contract with one (1) Consultant for the scope of work described herein to perform debris monitoring supervision and management services related to the removal and disposal of eligible disaster-related debris from the City right-of-way (ROW) including streets, roads, parks, and other maintained in-use public property and utility ROWs within the City. The monitoring services are meant to ensure the debris removal contractor is performing the scope of work required by the contract, and document the debris removal operations. The management services shall include, but not be limited to, debris forecasting, pre-event planning, communication with FEMA, FHWA, the State of Mississippi, and other agencies, coordination with insurance representatives, and cost of the debris removal operations, grant funding and reimbursement services. The scope of work is further defined as work eligible under FEMA Public Assistance regulations, policy, and guidance. It will be the responsibility of the Consultant to adhere to all federal debris eligibility regulations, policy, and guidance. It is the intent of the City to enter into a Contract for a period from the Effective Date of the Contract thru September 30, 2029. Offerors acknowledge that time is of the essence to the performance of the contract. Offerors understand and agree that the services offered within their proposal must be done in the most expeditious manner possible. The successful offeror shall make every effort to complete all requirements of the awarded contract in the shortest time possible. The firm shall be knowledgeable and have experience in providing the services as described herein and conduct its operations within the general parameters of FEMA’s Public Assistance Program, unless otherwise directed by the City. The area to be included as part of this contract is located entirely within the City limits. It will be the responsibility of the Consultant to adhere to all federal debris removal eligibility regulations, policy, and guidance. FEMA’s Public Assistance Debris Management Guide (FEMA 325) can be found at: www.fema.gov/pdf/government/grant/pa/demagde.pdf<br />Code of Federal Regulations<br />To be considered, the proposal must respond to all requirements of this Legal Advertisement. Offerors must submit six (6) original hard copies of sealed proposals addressed to the City of Ridgeland, Public Works Department, telephone no. 601-853-2027, Attn: Alan Hart, Public Works Director. All replies must be received by 2:00 P.M., Tuesday August 19, 2025, in the Office of Public Works of the City of Ridgeland at City Hall 100 W. School Street, Ridgeland, Mississippi 39157. Proposals will not be publicly read at the opening. Proposals may not be delivered orally, by facsimile transmission, by other telecommunication, or electronic means. No oral interpretation of this Request for Proposal shall be considered binding. The City shall be bound by information and statements only when such statements are written and executed under the authority of the Mayor. Offerors assume the risk of the method of dispatch chosen. The City assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual proposal receipt by the City. An Offeror’s failure to submit its proposal prior to the deadline will cause the proposal to be rejected. Late proposals or amendments will not be opened or accepted for evaluation. The City reserves the right to reject any and all replies and to waive any irregularities or informalities in the proposal process. The City reserves the right to select one (1) consultant or select a short list of consultants from whom more information will be required. There is no DBE goal for this Contract. The City of Ridgeland is an equal opportunity employer. Questions should be directed<br /> <br />The Proposals should be submitted and marked on the outside as:<br />“PROPOSAL”<br />FEMA DISASTER DEBRIS MONITORING<br />City of Ridgeland, Madison County, Mississippi<br /> <br />Upon selection, negotiation and execution of a Contract, the City anticipates the duration of the Contract will be 4-years. The City anticipates executing the Contract in September 2025 and will run for the period of October 1, 2025 thru September 30, 2029. We will issue a Notice to Proceed only upon a FEMA declared disaster event. The approximate RFP schedule is as follows:<br /> <br />RFP Advertisement #1: July 17, 2025<br />RFP Advertisement #2: July 24, 2025<br />Proposals due: August 19, 2025 at 2:00 pm<br />Selection Committee Review of proposals: August 26, 2025<br />Mayor and Board of Aldermen Meeting to Select Consultant: September 16, 2025<br />Contract award: September 17, 2025<br />Notice to proceed: To be determined upon disaster event. <br />Offerors must succinctly respond in the format delineated below.Elaborate, irrelevant, or otherwise unnecessary information will not be considered.The following information shall be tabbed to identify the required information.Failure to submit this information will render your proposal non-responsive.An individual authorized to bind the offeror to the provisions of the RFP must sign the proposal. The City will not pay any cost associated with the preparation, submittal, presentation, or evaluation of any proposal. Offerors must disclose any instances where the Consultant or any individuals working on the contract has a possible conflict of interest and, if so, the nature of that conflict (e.g., employed by the City of Ridgeland). The City reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the offeror’s proposal. The City’s determination regarding any questions of conflict of interest is final. By signature on the proposal, the offeror certifies that it complies with: The laws of the state of Mississippi.; All applicable local, state, and federal laws, codes, and regulations; All terms, conditions, and requirements set forth in this RFP; A condition that the proposal submitted was independently arrived at without collusion; and, A condition that the offer will remain open and valid for the period indicated in this solicitation and any condition that the Consultant and/or any individuals working on the contract do not have a possible conflict of interest (e.g., employed by the City of Ridgeland).<br /><br /> <br />If any Consultant fails to comply with the provisions stated in this paragraph, the City reserves the right to reject the proposal, terminate the contract, or consider the Consultant in default. Any contact with any City representatives, related officials, or representatives other than those outlined in the RFP is prohibited. Such unauthorized contact may disqualify your proposal from this procurement. The City reserves the right to reject any and all proposals, to waive formalities, and to select the proposal and developer(s) that, in the City’s sole discretion, are in the best interests of the City of Ridgeland, Mississippi. The City reserves the right to: Amend, modify, or withdraw this RFP; Revise any requirements under this RFP; Require supplemental statements of information from any responding party; Extend the deadline for submission of responses hereto; Negotiate or hold discussions with any offeror to correct insufficient responses that do not completely conform to the instructions contained herein; Waive any nonconformity with this RFP; Cancel, in whole or in part, this RFP if the City deems it is in its best interest to do so; Request additional information or clarification of information provided in the response without changing the terms of the RFP; Waive any portion of the selection process in order to accelerate the selection and negotiation with the top-ranked Consultant; and, Not award a contract as a part of, or result of, this RFP process. The City may exercise the foregoing rights at any time without notice and without liability to any offeror, or any other party, for expenses incurred in the preparation of response hereto or otherwise.<br /> <br />The recommended proposal length should not exceed twenty-five (25) pages, exclusive of appendices. The resumes (which should not exceed 1 page in length per individual), SF-330 Part II, proof of State Licensure and certificates requirements, and other information not relevant to the requirements should be included in the appendices. The Consultant’s cover letter, table of contents, summaries and introductions, team organizational chart, past performances, and any other responses to the evaluation criteria should be included in the 25 pages. Pages should be numbered, single-spaced, one-sided, 8.5” by 11” with margins of at least one inch on all four sides. Information within the recommended 25 page limit of the proposal should be complete and sufficient in scope for the selection committee to evaluate the Consultant. Also, all text information in the recommended 25 page limit should be shown in a readable font, size 12 points or larger. Headers, charts, and other graphics may be provided in a different font type and size providing they are legible. Section dividers, tabs, or similar means are recommended and are not counted as part of the recommended 25 page limit. These recommendations will be considered when evaluating the quality of proposal.<br /> <br />With the exception of the information to be supplied in the appendices, the proposal should be divided into the following sections as listed below. Consulting engineering firms (CONSULTANT) interested in providing these services may so indicate by furnishing the City six (6) copies and one (1) CD of the proposals which should consist of the following unless specifically stated otherwise: <br /> <br />COVER LETTER: The Prime CONSULTANT should provide a cover letter specifying the name and complete description of the Contract, the name of the Prime CONSULTANT and any of its Subconsultant(s), the name of an individual who will be the single point of contact throughout the selection process, the name of the project manager, the location and address of the managing office, and the location and address of the office(s) that may be assigned the work. Should any Subconsultant(s) be listed as team members, identify the roles of each of the team’s members. In addition, the CONSULTANT must note if this is a joint venture. <br />QUALIFICATIONS: The CONSULTANT should provide a resume for each principal member, the project manager, and employee(s) of the firm anticipated to be assigned to the project. Also, provide a team organizational chart and list each person's experience and qualifications, any certification requirements. The team organizational chart should include each individual’s name, job description (for the project), and company of employment. Firm qualifications must include, at minimum, the following: 1) Recent experience demonstrating current capacity and current expertise in debris removal, solid waste and hazardous waste management and disposal. 2) Documented knowledge and experience coordinating with Federal, State and Local emergency agencies. 3) Experience representing local governments with various state and federal funding sources and reimbursement processes, including FEMA (Federal Emergency Management Agency), FHWA (Federal Highway Administration), and NRCS (Natural Resources Conservation Services). 4) Experience with special disaster recovery program management services including private property/right-of-entry (ROE) work, waterways clean-up and reimbursement, leaning tree and hanging limb removal, hazardous material removal, vessel and vehicle recovery, asbestos abatement, data management, and hauler invoice reconciliation and contracting, and FEMA appeals assistance <br />PAST EXPERIENCE: The CONSULTANT should provide a description of services provided on projects with similar scope and magnitude completed during the past five (5) years which qualifies the consultant for this work. Provide a detailed description of the role of the consultant and define whether the consultant was the prime or a Subconsultant. Include in the description the amount of the consultant’s Contract for the work they provided for the project. The firm should provide contact information for each of the projects. This will include the name of the client and client’s representative that can verify and discuss the project; <br />APPROACH: The CONSULTANT should provide a brief description of its APPROACH to completing the scope of work in an efficient manner. This description should describe the Consultant’s resources and abilities in project operations, project management and how they utilize their equipment, personnel, and other technical and procedural resources. Provide a brief description of any resource that has proven beneficial for accomplishing similar scopes of work in previous projects such as use of digital records in project administration, inspection and daily summary reports, unique inspection methodology, pay item analysis and reporting, use of GPS information, digital photographs and videos in documentation. Provide a brief description of any unique company resources or procedures for producing documentation essential for processing pay estimates and Federal Grant requests for reimbursement. <br />COST: Each Offeror must complete and submit the Cost Proposal Form/Fee Schedule included herein. The Cost Proposal will be evaluated on the hourly rates submitted on the cost proposal form for the labor positions listed. All non-labor projected costs will be billed to the City at cost without markup. All Per Diem Expenses shall be billed directly to the City at a rate not to exceed the GSA Per Diem Allowance for the project area.<br />The CONSULTANT should provide Part II of Standard Form (SF) 330, Architect-Engineer Qualifications. If a firm has branch offices, complete the form for each specific branch office seeking work. In addition, this form should be completed for any Subconsultants in the same manner. <br /> <br />The City will evaluate the Expressions of Interest based on the following factors listed in their relative order of importance. The following weighted criteria will be utilized during evaluation of Proposals. The ranking, not the total score will determine the proposal selected:<br />Qualifications 30%<br />Experience in Scope of Work 25%<br />Cost Proposal 25%<br />Approach to services required within scope of work 10%<br />Locations of the Consultant’s home, branch and field offices 10% <br />The CONSULTANT should mark any and all pages of the proposal considered to be proprietary information which may remain confidential in accordance with Mississippi Code Annotated 25-61-9 and 79-23-1 (1972, as amended). Each page of the proposal that the CONSULTANT considers trade secrets or confidential commercial or financial information should be on a different color paper than non-confidential pages and be marked in the upper right hand corner with the word “CONFIDENTIAL.” Failure to clearly identify trade secrets or confidential commercial or financial information will result in that information being released subject to a public records request.<br /> <br /> <br />BY ORDER OF THE MAYOR AND BOARD OF ALDERMEN OF THE CITY OF RIDGELAND, MISSISSIPPI, ON THIS THE 1st DAY OF JULY 2025.<br /> CITY OF RIDGELAND, MISSISSIPPI<br /> <br /> BY: (s) Angela Richburg <br /> Angela Richburg, CITY CLERK<br /> <br />Publish THURSDAY, JULY 17, 2025 and THURSDAY, JULY 24, 2025 IN THE CLARION LEDGER.<br />Send invoice to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158<br /> (601-856-7113)<br /> <br />Furnish proof of publication to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217, Ridgeland, MS 39158 (601-856-7113)<br /> <br />Send invoice to: Angela Richburg, City Clerk, City of Ridgeland; P.O. Box 217; Ridgeland, MS 39158 (601-856-7113).<br />
https://www.centralauctionhouse.com/rfp93449970-emergency-debris-monitor-services.html
17-Jul-2025 7:00:00 PM CDT |
19-Aug-2025 2:00:00 PM CDT |
Madison County School District |
11-2026 Grease Trap Disposal
|
REQUEST FOR PROPOSAL NOTICE<br /> <br /> <br />The Madison County School District will accept sealed proposals until 2:00 p.m., CST, August 7, 2025, at the Office of the Superintendent of Education, 476 Highland Colony Parkway, Ridgeland, MS 39157 for the purpose of purchasing the following:<br /> <br />RFP #: 11-2026<br />Description: Grease Trap Maintenance Service<br /> <br />Official bid documents can be downloaded from www.centralbidding.com. Electronic bids can be submitted free of charge at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 833-412-5717 or email
[email protected].<br /> <br />In addition, RFP specifications and instruction forms may be obtained from the MCSD Department of Finance, 476 Highland Colony Parkway, Ridgeland, MS.<br /> <br />Anne Scott Brown, NIGP-CPP<br />Purchasing Agent<br />Ph: (601) 499-0728<br />Email:
[email protected]<br /> <br />Superintendent: Ted Poore<br /> <br />Advertisement Dates: July 17 & July 24, 2025
https://www.centralauctionhouse.com/rfp55867845-11-2026-grease-trap-disposal.html
17-Jul-2025 4:00:00 PM CDT |
07-Aug-2025 2:00:00 PM CDT |
Madison County School District |
13-2026 Painting Materials
|
REQUEST FOR PROPOSAL NOTICE<br /> <br /> <br />The Madison County School District will accept sealed proposals until 2:00 p.m., CST, August 12, 2025, at the Office of the Superintendent of Education, 476 Highland Colony Parkway, Ridgeland, MS 39157 for the purpose of purchasing the following:<br /> <br />RFP #: 13-2026<br />Description: Painting Materials<br /> <br />Official bid documents can be downloaded from www.centralbidding.com. Electronic bids can be submitted free of charge at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 833-412-5717 or email
[email protected].<br /> <br />In addition, RFP specifications and instruction forms may be obtained from the MCSD Department of Finance, 476 Highland Colony Parkway, Ridgeland, MS.<br /> <br />Anne Scott Brown, NIGP-CPP<br />Purchasing Agent<br />Ph: (601) 499-0728<br />Email:
[email protected]<br /> <br />Superintendent: Ted Poore<br /> <br />Advertisement Dates: July 17 & July 24, 2025
https://www.centralauctionhouse.com/rfp69642141-13-2026-painting-materials.html
17-Jul-2025 2:30:00 PM CDT |
12-Aug-2025 2:00:00 PM CDT |
City of Olive Branch |
Water and Wastewater Supplies for the City of Olive Branch Dept. of Public Works
|
<div style="text-align: center;"><b>LEGAL NOTICE TO BIDDERS</b></div> <br />Sealed bids for Water and Wastewater Supplies for the City of Olive Branch Department of Public Works for the upcoming 2026 fiscal year will be received at 9200 Pigeon Roost, Olive Branch, MS 38654 <b>until 2:00PM local time on Monday, August 11, 2025,</b> and thereafter will be opened and publicly read. <br /> <br />Specifications and Contract Documents may be examined at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208).<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />Bid proposals not submitted electronically must be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each envelope must be plainly marked on the outside as “Water and Wastewater Supplies” and must bear on the outside the date the bid proposal is to be opened.<br /> <br />The City of Olive Branch reserves the right to reject any or all bids in whole or in part, with or without cause; and to accept the lowest and best bid which in its judgment will be for the best interest of the City of Olive Branch.<br /> <br /> <br />WITNESS MY SIGNATURE THIS THE 8th DAY OF JULY 2025.<br />/s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp86878815-water-and-wastewater-supplies-for-the-city-of-olive-branch-dept-of-public-works.html
17-Jul-2025 9:00:00 AM CDT |
11-Aug-2025 2:00:00 PM CDT |
City of Olive Branch |
Street Supplies for the City of Olive Branch Dept. of Public Works
|
<div style="text-align: center;"><b>LEGAL NOTICE TO BIDDERS</b></div> <br />Sealed bids for Street Supplies for the City of Olive Branch Department of Public Works for the upcoming 2026 fiscal year will be received at 9200 Pigeon Roost, Olive Branch, MS 38654 <b>until 2:00PM local time on Monday, August 11, 2025</b>, and thereafter will be opened and publicly read. <br /> <br />Specifications and Contract Documents may be examined at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208).<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />Bid proposals not submitted electronically must be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each envelope must be plainly marked on the outside as “Street Supplies” and must bear on the outside the date the bid proposal is to be opened.<br /> <br />The City of Olive Branch reserves the right to reject any or all bids in whole or in part, with or without cause; and to accept the lowest and best bid which in its judgment will be for the best interest of the City of Olive Branch.<br /> <br /> <br />WITNESS MY SIGNATURE THIS THE 8th DAY OF JULY 2025.<br />/s/ TENA STEWART, CITY CLERK<br />
https://www.centralauctionhouse.com/rfp55367673-street-supplies-for-the-city-of-olive-branch-dept-of-public-works.html
17-Jul-2025 9:00:00 AM CDT |
11-Aug-2025 2:00:00 PM CDT |
City of Olive Branch |
Natural Gas Supplies for the City of Olive Branch Dept. of Public Works
|
<div style="text-align: center;"><b>LEGAL NOTICE TO BIDDERS</b></div> <br />Sealed bids for Natural Gas Supplies for the City of Olive Branch Department of Public Works for the upcoming 2026 fiscal year will be received at 9200 Pigeon Roost, Olive Branch, MS 38654, <b>until 2:00PM local time on</b> <b>Monday, August 11, 2025,</b> and thereafter will be opened and publicly read.<br /> <br />Specifications and Contract Documents may be examined at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208).<br /> <br />In addition, official bid documents may be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Bid proposals not submitted electronically must be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each envelope must be plainly marked on the outside as “Gas Supplies” and must bear on the outside the date the bid proposal is to be opened.<br /> <br />The City of Olive Branch reserves the right to reject any or all bids in whole or in part, with or without cause; and to accept the lowest and best bid which in its judgment will be for the best interest of the City of Olive Branch.<br /> <br /> <br />WITNESS MY SIGNATURE THIS THE 8th DAY OF JULY 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp66100720-natural-gas-supplies-for-the-city-of-olive-branch-dept-of-public-works.html
17-Jul-2025 9:00:00 AM CDT |
11-Aug-2025 2:00:00 PM CDT |
Lafayette County |
Water Treatment Plant Upgrades and Distribution Improvements - Harmontown Water Association
|
ADVERTISEMENT FOR BIDS<br /> <br />Separate sealed bids for HARMONTOWN WATER ASSOCIATION, INC. WATER TREATMENT PLANT UPGRADES AND DISTRIBUTION IMPROVEMENTS, RWAIG AGREEMENT NO. ARWAI-G-360007, LAFAYETTE COUNTY, MISSISSIPPI will be received by the Harmontown Water Association, Inc. at the Elliott & Britt Engineering, P.A. Conference room located at 823 North Lamar Blvd., Oxford, MS 38655 until 10:00 a.m. Local Time, Thursday, August 14, 2025 at which time and place all Bids will be publicly opened and read aloud.<br /> <br />Each bid must be submitted in a sealed envelope addressed to the Harmontown Water Association. Each sealed envelope containing a bid must be plainly marked on the outside as “Bid for HARMONTOWN WATER ASSOCIATION, INC. WATER TREATMENT PLANT UPGRADES AND WATERLINE IMPROVEMENTS, RWAIG AGREEMENT NO. ARWAI-G-360007” Any bid for a sum in excess of $50,000.00 shall contain on the outside or exterior of the envelope of such bid the contractor’s current certificate of responsibility number, and no bid shall be opened or considered unless such contractor’s current certificate number appears on the outside or exterior of the envelope or unless there appears a statement on the outside or exterior of such envelope to the effect that the bid enclosed does not exceed $50,000.00.<br /> <br />The work is as follows: Furnishing all labor, tools, equipment, and materials, and performing all operations necessary for construction of existing Water Treatment Plant upgrades to include New 500 GPM Service Pumps, Chlorinator: Fiberglass Building, Electrical Controls, approximately 5,915 LF of 4” Waterline with Meters and Accessories to new customers presently unserved.<br /> <br />Contract time is 135 Calendar Days from Notice to Proceed date.<br /> <br />Contract Documents, including Drawings and Specifications, are on file at the office of Elliott & Britt Engineering, 823 North Lamar Boulevard, Oxford, Mississippi 38655 and may be reviewed. Contract Documents, including Drawings and Specifications are also available for review at the Mississippi Procurement Technical Assistance Program (MPTAP), Mississippi Development Authority, Minority & Small Business Development, Woolfolk Building, 501 North West Street, Suite B 01, Jackson, MS 39201. A copy of Contract Documents including Drawings and Specification are on file with the Harmontown Water Association, 1 CR 539, Como, MS 38618 and may be reviewed there upon request.<br /> <br />Copies of the Contract Documents may be obtained by depositing $105.00 with Elliott & Britt Engineering, P.O. Box 308, Oxford, Mississippi 38655, telephone (662) 234-1763 for each set of documents so obtained. This deposit is nonrefundable.<br /> <br />Official bid documents can be downloaded at www.centralbidding.com. Electronic bids may be submitted only through www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A certified check or bank draft, payable to the order of the Harmontown Water Association, Inc., negotiable U.S. Government bonds (at par value), or a satisfactory Bid Bond executed by the Bidder and an accepted Surety, in an amount equal to five percent (5%) of the total of the Bid shall be submitted with each bid.<br /> <br />Attention is called to the fact that not less than the minimum salaries and wages set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or natural origin.<br /> <br />This project is financed by an ARPA Rural Water Associations Infrastructure (RWAIG) Grant and is subject to the rules and regulations thereof.<br /> <br />Minority and Woman Owned Business Enterprises are solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities, equipment, material and/or supply needs.<br /> <br />The Harmontown Water Association, Inc. is an Equal Opportunity Employer, and hereby notifies all Bidders that they will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, national origin, age, disability, sexual preference, marital or veteran status, or any other legally protected status in consideration for an award. <br /> <br />The successful bidder must comply with the Davis-Bacon Act which requires that all laborers and mechanics shall be paid at rates not less than those determined by the Department of Labor to be prevailing for the locality in which the project is located. <br /> <br />The Harmontown Water Association, Inc. reserves the right to reject any or all Bids or to waive any informalities in the bidding.<br /> <br />Bids may be held by the Harmontown Water Association, Inc. for a period not to exceed 90 days from the date of the opening of Bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to awarding of the Contract.<br /> <br />Based on the Assistance Listing: Coronavirus State and Local Fiscal Recovery Funds and Part 2 of the US Treasury State and Local Fiscal Recovery Funds Compliance and Reporting Guidance (v3.0 February 2022) (Compliance Guide), the following Uniform Guidance provisions will be required in all contracts:<br />Subpart A, Acronyms and Definitions<br />Subpart B, General provisions<br />Subpart C, Pre-Federal Award Requirements and Contents of Federal Awards (except 2 CFR 200.204, .205, .210, and .213)<br />Subpart D, Post Federal; Award Requirements (except 2 CFR 200.305(b)(8) & (9), .308, .309, and .320(c)(4))<br />Subpart E, Cost Principles<br />Subpart F, Audit Requirements<br />2 CFR Part 25 (Universal Identifier & System for Award Management)<br />2 CFR Part 170 (Reporting Subaward and Executive Compensation Information)<br />2 CFR Part 180 (OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Non-procurement)<br />2 CFR 200 Appendix ii /s/ <br />Lawrence Trine, President Dates of Advertisement<br />Harmontown Water Association, Inc. Wednesday July16, 2025<br /> Wednesday, July 23, 2025
https://www.centralauctionhouse.com/rfp32690278-water-treatment-plant-upgrades-and-distribution-improvements--harmontown-water-association.html
17-Jul-2025 8:00:00 AM CDT |
14-Aug-2025 10:00:00 AM CDT |
Lafayette County |
Bridge Replacement Project ERBR-36(01)
|
ADVERTISEMENT FOR BID<br /> <br />Notice is hereby given that sealed bids will be received by the Lafayette County Board of Supervisors at the Lafayette County Board of Supervisors Board Room, 300 North Lamar Blvd., Oxford, MS 38655 until 9:00 A.M. local time, the 14th day of August, 2025 and shortly thereafter publicly opened and read for:<br /> <br />BRIDGE REPLACEMENT PROJECT<br />ERBR-36(01)<br />FUDGETOWN ROAD (C.R. 418)<br />Lafayette County, Mississippi<br /> <br />The work consists of: Clearing and Grubbing, removal of old bridge, construction of a Prestressed Concrete bridge with 1@ 31’, 1@ 80’ and 1@ 31’ Prestressed Concrete Beam Spans at 28’0” clear roadway, grading and drainage, erosion control, limestone base and hot mix asphalt base and surface.<br /> <br />Contract time for this project is 120 working days. Contractor shall commence work on or before a date to be stipulated in the Notice to Proceed.<br /> <br />Contract Documents, including Drawings and Specifications, are on file at the office of Elliott & Britt Engineering, 823 North Lamar Boulevard, Oxford, Mississippi 38655 and may be reviewed.<br /> <br />Copies of the Contract Documents may be obtained by depositing $105.00 with Elliott & Britt Engineering, P.O. Box 308, Oxford, Mississippi 38655, telephone (662) 234-1763 for each set of documents so obtained. This deposit is nonrefundable.<br /> <br />Official bid documents can be downloaded at www.centralbidding.com. Electronic bids may be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The contract will be awarded to the lowest and/or best bid from a responsive responsible and qualified Bidder. Should no award be made within forty-five (45) calendar days after opening of proposals, all proposals may be rejected and all proposal guaranties returned, unless the lowest responsive responsible qualified bidder at the request of the Lafayette County Board of Supervisors agrees in writing to a longer delay.<br /> <br />Bid bond, signed or countersigned by a Licensed Mississippi Agent, or Mississippi Non-Resident Agent licensed to do business in the State of Mississippi, with Power of Attorney attached, or Cashier’s check or Certified check for five percent (5%) of the total bid, payable to the Lafayette County Board of Supervisors, must accompany each proposal.<br /> <br />Bidders are hereby notified that any proposal that is submitted as a stripped bid will be considered an irregular bid and such proposal will not be considered in making the award. The Lafayette County Board of Supervisors reserves the right to waive any irregularities and to reject any and all bids if considered not in the best interest of the Lafayette County Board of Supervisors.<br /> <br />Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid, and such proposals may not be considered in making the award. The Lafayette County Board of Supervisors reserves the right to waive any irregularities and to reject any and all bids if considered not in the best interest of the Lafayette County Board of Supervisors.<br /> <br /> <br /> BY: /s/______________<br /> Brent Larson, President<br />Dates of Advertisement:<br />Wednesday, July 16, 2025<br />Wednesday, July 23, 2025
https://www.centralauctionhouse.com/rfp55248682-bridge-replacement-project-erbr-3601.html
17-Jul-2025 8:00:00 AM CDT |
14-Aug-2025 9:00:00 AM CDT |
Desoto County Board of Supervisors |
BID FILE NO: 25-220-002 Bid Purchase & Installation of Security Cameras & Audio Monitoring Equipment at the DeSoto County Adult Detention Center
|
NOTICE TO BIDDERS<br /> <br />The DeSoto County Board of Supervisors will receive bids for DeSoto County Adult Detention Center in the following manner:<br /> <br />BID FILE NO: 25-220-002 Bid Purchase & Installation of Security Cameras & Audio Monitoring Equipment at the DeSoto County Adult Detention Center<br /> <br />Pre-Bid Meeting: Tuesday, July 29, 2025, at 10:00 a.m. (Releasing Center at 3423 Industrial Dr. W. Hernando, MS 38632)<br /> <br />Sealed bids will be accepted until 10:00 a.m. on Thursday, August 07, 2025 in person or bid may be submitted by electronic bid submission to www.centralbidding.com . For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />Specifications and procedures are available by registering on the Procurement page of the DeSoto County Board of Supervisors website and printing the bid package at: http://desotocountyms.gov and on file in the Office of Procurement, DeSoto County Administration Building, 365 Losher Street, Suite 300, Hernando, Mississippi, during normal business hours at no charge. Bid packages may also be downloaded from Central Bidding for a fee at www.centralbidding.com. All bids must comply with the specifications provided. DeSoto County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement.<br /> <br />The Office of Procurement reserves the right to extend the bid date if necessary.<br /> <br />Each bidder shall comply with the laws of the State of Mississippi for bidding procedures and licensing requirements. All bids submitted in excess of $50,000 by a prime contractor to do any building, construction, repair, maintenance or related work must comply with Section 31-3-21, Mississippi Code of 1972, by securing a Certificate of Responsibility from the State Board of Public Contractors or by showing a statement to the effect that the bid is less than $50,000 and Certificate of Responsibility provision does not apply, on the outside of the envelope. Bidders are to include their Certificate of Responsibility number on the outside of the envelope.<br /> <br />In accordance with Miss. Code. Ann. Section 31-3-21(3), preference shall be given to resident contractors. Nonresident contractor’s submitting a bid shall attach thereto a copy of his resident state’s current preference law, if any, pertaining to such state’s treatment of nonresident contractors.<br /> <br />Certified Check or Bid Bond for five percent (5%) of total bid payable to DESOTO COUNTY must accompany each proposal. The awarded bidder must provide a Performance and Payment Bond within ten (10) days of award in an amount equal to one hundred percent (100%) of the total amount of the bid.<br /> <br />Retainage may be held from each invoice in accordance with Miss. Code Ann. Section 31-5-33 and paid after the final acceptance of the project. <br /> <br /> <br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br /> <br />WITNESS MY SIGNATURE, this the 7th day of July, 2025.<br /> <br /> <br /> <br /> <br /> <br />________________________/s/ MISTY HEFFNER<br />(SEAL)<br />MISTY HEFFNER, CHANCERY CLERK<br />DeSoto County Board of Supervisors<br /> <br /> <br />SUBMITTED: DESOTO TIMES TRIBUNE<br /> <br /> <br />FOR PUBLICATION ON: Thursday, July 17, 2025<br />Thursday, July 24, 2025<br /> <br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632 <br />Phone: 662-469-8180
https://www.centralauctionhouse.com/rfp16723265-bid-file-no-25-220-002--bid-purchase-installation-of-security-cameras-audio-monitoring-equipment-at-the-desoto-county-adult-detention-center.html
17-Jul-2025 8:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
City of Ridgeland |
Ridgeland LED Interstate Light Conversion
|
Section 901 ADVERTISEMENT<br />City of Ridgeland<br />MADISON COUNTY, MISSISSIPPI<br />Federal Aid Project No. STP-0213-00(038)LPA/109704-701000<br /> <br />The City of Ridgeland, Madison County, Mississippi, will receive bids for the construction of Ridgeland LED Interstate Light Conversion, Federal Aid Project No. STP-0213-00(038)LPA/109704-701000 no later than 10:00 A.M., Local Time, on Thursday, August 21, 2025, at their offices located at 100 W. School Street, Ridgeland, MS 39157, or can be submitted through the online plan review provider at www.centralbidding.com. All bids received will be publicly opened and read aloud.<br /> <br />The work shall consist essentially of the following items:<br />The replacement of 21 high mast lighting assembly fixtures along I-55 with LED, and the replacement of 12 low mast lighting assembly fixtures along Old Agency Road west of I-55 with LED. Also included in the project scope is the installation of three (3) pan-tilt-zoom cameras, and if awarded, the integration of the three (3) cameras into the city’s traffic management center.<br /> <br />The above general outline of features of the work does not in any way limit the responsibility of the contractor to perform all work and furnish all plant, labor, equipment and materials required by the specifications and the drawings referred to therein.<br /> <br />The attention of bidders is directed to the Contract Provisions governing selection and employment of labor. Minimum wage rates for Federal-Aid projects have been predetermined by the Secretary of Labor and are subject to Public Law 87-581 Work Hours Act of 1962, as set forth in the Contract Provisions.<br /> <br />The City of Ridgeland, Madison County, hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements.<br /> <br />The contract Documents are on file and may be examined at the following locations:<br /> <br />City of Ridgeland, 100 W. School Street, Ridgeland, MS 39157<br />Garver LLC, 1076 Highland Colony Pkwy, Suite 325, Ridgeland, MS 39157 <br />Each bid shall be accompanied by a Cashier’s check, Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to City of Ridgeland as bid security. Bidders shall also submit a current financial statement, if requested by the City of Ridgeland. The successful bidder will be required to furnish a Performance Bond and a Payment bond each in the amount of one hundred percent (100%) of the contract amount.<br /> <br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with the City of Ridgeland, 100 W. School Street, Ridgeland, MS 39157, prior to the hour and date above designated.<br /> <br />Bidders choosing to submit electronically are required to contact the City of Ridgeland at 100 W. School Street, Ridgeland, MS 39157 or (601) 853-2027 for information regarding electronic bidding requirements.<br /> <br />Work to be performed shall be in accordance with the “Mississippi State Highway Standard Specifications for Road and Bridge Construction, 2017”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications.<br /> <br />The attention of Bidders is directed to the provisions of Subsection 102.07 pertaining to irregular proposals and rejection of bids.<br /> <br />CITY OF RIDGELAND<br />MADISON COUNTY, MISSISSIPPI<br /> <br />Electronic Bidding: www.centralbidding.com<br />Hand Delivery: City of Ridgeland, Attn: Renee Buckner, 100 W. School Street, Ridgeland, MS 39157<br />Mailing Address: City of Ridgeland, Attn: Renee Buckner P.O. Box 217, Ridgeland, MS 39158<br /> <br /> <br />CITY OF RIDGELAND, MISSISSIPPI <br />BY: /s/Angela Richburg <br /> Angela Richburg, City Clerk<br /> <br />Publish: July 17, 2025 and July 24, 2025<br /> <br />Furnish 2 proofs of publication/City of Ridgeland<br /> <br />
https://www.centralauctionhouse.com/rfp5124870-ridgeland-led-interstate-light-conversion.html
17-Jul-2025 8:00:00 AM CDT |
21-Aug-2025 10:00:00 AM CDT |
Warren County |
(3) 3/4 TON PICKUP TRUCKS
|
<div style="text-align: center;">PUBLIC NOTICE<br /> <br />SEALED BIDS</div> <br /> <br /> The Warren County Board of Supervisors is seeking sealed bids from licensed dealers to provide a (3) ¾ Ton Pick Up Trucks specified for use by the Warren County Road Department. The deadline for receipt of sealed bids is 2:00 p.m. CST on Tuesday, August 7, 2025. The Bid File Number is 2025-0707. <br /> <br />The equipment furnished under this Request for Bids shall be NEW and of the latest improved model in current production as offered to commercial trade.<br /> <br /> The specification package and instructions for submission of sealed bids may be obtained by visiting the website Central Bidding (Central Bidding House) at https://www.centralauctionhouse.com/. Bid documents may also be picked up at no charge at the Warren County Purchasing Department located at 913 Jackson Street, Vicksburg, MS 39183. Questions may be addressed to Victoria Bell, Purchasing Agent via
[email protected]. Bids may be submitted via electronic, or paper delivery means. Paper delivery shall be to the Warren County Purchasing Department, 913 Jackson St, Vicksburg MS 39183. Late or incomplete bids will not be considered. Modifications will not be considered after the closing date and time. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. The following criteria shall be used to evaluate priced technical proposals:<br /> <ol> <li>Compliance with Request for Sealed Bids submission requirements;</li> <li>Response to Technical Specifications of Trucks or Services required;</li> <li>Delivery Schedule;</li> <li>Demonstrated experience, ability, and resources of the vendor to provide Trucks or Services required;</li> <li>Warren County’s experience with the bidder or manufacturer, brand, or model offered;</li> <li>Warranty, maintenance, and support services if applicable; </li></ol> Companies submitting bids must be licensed dealers by the Mississippi Department of Revenue. The dealer supplying the (3) ¾ Ton Pick Up Trucks shall delivery to Warren County Road Department.<br /> <br /> Warren County reserves the right to conduct oral or written discussions of the priced technical proposals. Bidders may designate those portions of the sealed bids which contain proprietary data they wish to remain confidential. The item or service provided shall be furnished in accordance with the bidder’s proposal and shall meet the requirements of the request for bids.<br /> <br /> The Warren County Board of Supervisors reserves the right to determine responsible proposing companies, responsive and most advantageous proposal(s), invite bids from multiple bidders, reject any and all bids or bids and waive minor informalities in the proposal and bid process. Warren County reserves the right to award a contract to the bidder(s) believed most advantageous to Warren County, price and other factors considered.<br /> <br />This notice is published pursuant to an order of the said Board of Supervisors dated the 7th day of July 2025.<br /> <br /> <div style="text-align: center;">Warren County Board of Supervisors<br />By: Victoria Bell, Purchasing Agent<br /> <br />PUBLISH: July 16, 2025<br /> July 23, 2025</div>
https://www.centralauctionhouse.com/rfp4595879-3-34-ton-pickup-trucks.html
16-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 2:00:00 PM CDT |
City of Gluckstadt |
Advertisement for Bids - FY25-26 Term Bids
|
Notice is hereby given that the Mayor and Board of Aldermen of the City of Gluckstadt, Mississippi, will receive written and electronic sealed bids for the purchase of services, commodities, and/or supplies for Public Works and contracts for public construction as listed below. Bids will be received until the hour of <b>10:00 am., Tuesday, August 19th, 2025</b>, in the Conference Room of the City of Gluckstadt City Hall located at 343 Distribution Drive, Gluckstadt, MS, 39110.<br /><br /><br />- Asphalt (FOB – Plant) (6 month)<br />- Asphalt (FOB - City of Gluckstadt) (6 month)<br />- Cast Iron Curb Inlets<br />- Aggregate, Soil and Fill Materials<br />- Drainage Pipe Materials and Installation<br />- Drainage Pipe Materials Only<br />- Concrete Installation and Repair, Labor and Materials<br />- Diamond Grade Traffic Signs, Street Sign Posts, and Miscellaneous Materials<br />- Temporary Traffic Control Services<br />- Temporary Painted Traffic Markings<br />- Permanent Thermoplastic Pavement Markings<br />- Heat Fused Durable Retro-flective Preformed Pavement Markings<br />- Decorative Street Name Signs & Posts<br />- Vehicle Loop Assemblies<br />- Crack Sealant<br /><br />Questions about the bid may be sent to
[email protected] or you may contact Public Works at (769)567-1758.
https://www.centralauctionhouse.com/rfp64987613-advertisement-for-bids--fy25-26-term-bids.html
16-Jul-2025 12:00:00 AM CDT |
19-Aug-2025 10:00:00 AM CDT |
Gulfport School District |
2026-003 RFP Cybersecurity Pilot Program - Gulfport School District
|
The Gulfport School District Board of Trustees will receive sealed RFPs to provide Managed Detection & Response (MDR) Antivirus Services and a Fortigate 601F firewall or equivalent for the FY2025-26 (E-RATE) cycle until 10:30 AM on August 18, 2025. At that time, they will be opened and publicly read. Specifications for bidding may be requested from the office of Stacey Penny, Chief Financial Officer, Gulfport School District, 2001 Pass Road, Gulfport, MS 39501, or P.O. Box 220, Gulfport, MS 39502-0220. Emailed request to
[email protected]. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.<br /> <br />Secretary<br />Board of Trustees<br />Gulfport School District
https://www.centralauctionhouse.com/rfp95635455-2026-003-rfp-cybersecurity-pilot-program--gulfport-school-district.html
16-Jul-2025 12:00:00 AM CDT |
18-Aug-2025 10:30:00 AM CDT |
Jackson County Port Authority |
Port Pascagoula West Bank Rail Restoration
|
00020<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received by the Jackson County Port Authority, at the Port’s Office, 3033 Pascagoula Street, Pascagoula, Mississippi 39567 until 02:00 P.M., Wednesday, August 13, 2025, and then at said office be publicly opened and read aloud.<br /> <br />Owner: JACKSON COUNTY PORT AUTHORITY<br /> <br />Engineer: DDG, PC<br /> <br />DDG Project No.: 24-1685<br /> <br />Separate sealed bids for: PORT PASCAGOULA WEST BANK RAIL RESTORATION<br /> <br />The project is located in Jackson County, Mississippi and the work shall consist of furnishing all materials, equipment, and labor necessary to construct approximately 3,900 linear feet of railroad track and associated improvements.<br /> <br /> All bids shall be submitted in a sealed envelope addressed to the Jackson County Port Authority. Bids submitted by mail shall be sent to Jackson County Port Authority, P.O. Box 70, Pascagoula, MS 39568. Bids hand delivered shall be sent to Jackson County Port Authority, 3033 Pascagoula Street, Pascagoula, Mississippi 39567.<br /> <br /> All bids shall be marked “SEALED BID FOR PORT PASCAGOULA WEST BANK RAIL RESTORATION TO BE OPENED AT 02:00 P.M., WEDNESDAY, AUGUST 13, 2025”. If any envelope is not so marked, then the bid contained therein shall not be considered. Any bid in excess of $50,000 must contain on the outside of the envelope the contractor’s current certificate of responsibility number, and no bid shall be opened or considered unless this number appears on the outside of the envelope or unless a statement is included on the outside of the envelope indicating that the bid enclosed does not exceed $50,000.<br /> <br />The Information for Bidders, Bid Form, Contract, Plans, Specifications, Bid Bond, Performance Bond, Payment Bond, and other contract documents may be examined at the following locations:<br /> <br />Owner: The office of the Jackson County Port Authority, 3033 Pascagoula Street, Pascagoula, Mississippi 39567.<br /> <br />Engineer: DDG, PC plan room at www.DDGplans.com. All plan holders are required to have a valid email address for registration. Bid documents are non-refundable and must be purchased through the website. Bid documents are being made available via original paper copy or PDF. This project is available for electronic bid submittals. Should a bidder choose to submit a bid electronically in place of a sealed bid, it may be submitted at www.centralbidding.com. Any questions regarding the website registration, or online orders should be directed to Plan House Printing at (662) 407-0193. Questions regarding electronic bidding should be directed to Central Bidding at (225) 810-4814 or
[email protected] . Any questions regarding the project, contact DDG, PC at (228) 327-6121.<br /> <br />A satisfactory Bid Bond executed by the Bidder or an accepted Surety, a certified check, or bank draft payable to the JACKSON COUNTY PORT AUTHORITY, on negotiable U.S. Government Bonds (at par value), shall be submitted with each bid in an amount equal to five percent (5%) of the total bid.<br /> <br />Bids may be held up to 90 days from the date of the bid opening for review of the bids and qualifications of the bidders prior to Contract award. The Jackson County Port Authority reserves the right to waive any informalities or to reject any or all bids.<br /> <br /> <br /> <br />________________________________<br />Greg Williams, President<br />July 8, 2025<br />Jackson County Port Authority<br /> <br />Advertisement Dates: July 13, 2025 July 20, 2025
https://www.centralauctionhouse.com/rfp71788197-port-pascagoula-west-bank-rail-restoration.html
13-Jul-2025 12:00:00 AM CDT |
13-Aug-2025 2:00:00 PM CDT |
Walthall County School District |
WCSD Salem Tornado Repairs
|
WCSD Salem Tornado Repairs<br />Walthall County School District
https://www.centralauctionhouse.com/rfp80441413-wcsd-salem-tornado-repairs.html
11-Jul-2025 12:54:35 PM CDT |
12-Aug-2025 2:00:00 PM CDT |
Sunflower County |
Sunflower County, City of Ruleville, 2025 Drainage Improvements, MS Community Project #B-23-MP-MS-0925
|
ADVERTISEMENT FOR BIDS<br />Sealed Bids for construction of the Sunflower County, City of Ruleville, 2025 Drainage Improvements, MS Community Project #B-23-MP-MS-0925, will be received by the Sunflower County Board of Supervisors, at the office of the Sunflower County Courthouse, 200 Main Street, Indianola, MS 38751, until 10:00 AM, local time on August 18, 2025, at which time the bids received will be publicly opened and read aloud.<br /> <br />The project consists of ditch cleaning and re-grading of ditches in the residential areas of the City of Ruleville. The project will also include the installation of 12” and 15”HDPE pipes and the repair of damaged driveway culverts.<br /> <br />Bidding Documents may be examined free of charge at the office of the Engineer, Eley|McPherson Engineering, PA, 306 Third Street, Cleveland, Mississippi, 38732, Tel. 662-846-0180; at the office of the Sunflower County Courthouse, 200 Main Street, Indianola, MS 38751; or at participating plan rooms. Bidding Documents may be purchased online at www.centralbidding.com upon payment of the printing charge established by the plan room, which is not refundable. Plan holders will be required to have a valid email address and must purchase the Bidding Documents in order to be eligible to submit a Bid.<br /> <br />Bids may be submitted in person, by mail, or electronically. For delivery in person or by mail, the Bid must be enclosed in a sealed envelope and plainly marked on the outside of the envelope with the following: Bid for the Sunflower County, City of Ruleville, 2025 Drainage Improvements, MS Community Project #B-23-MP-MS-0925, to be opened on August 18, 2025, and addressed to The Sunflower County Board of Supervisors, 200 Main Street, Indianola, MS 38751. In addition, the envelope shall list the bidders Company Name, Company Address, and the Bidder’s Mississippi State Contractor’s License number. The Owner and Engineer assume no responsibility for the premature opening of any bid envelope that is not properly marked. For electronic delivery, Bids must be submitted at www.centralbidding.com. All electronic Bids must be submitted in portable electronic format (PDF) and must contain the same information, forms, and Bid Security as required for paper Bids.<br /> <br />Bid Security in the amount of five (5) percent of the maximum total bid amount is required. No bidder may withdraw his bid within 60 calendar days after the actual date of opening.<br /> <br />The Owner reserves the right to waive any informality or to reject any and all bids. <br /> <br /> <br />Publication Dates: <br /> July 11, 2025 <br /> July 18, 2025<br />
https://www.centralauctionhouse.com/rfp4634414-sunflower-county-city-of-ruleville-2025-drainage-improvements-ms-community-project-b-23-mp-ms-0925.html
11-Jul-2025 11:15:00 AM CDT |
18-Aug-2025 10:00:00 AM CDT |
Desoto County Board of Supervisors |
Landers Convention Center Expansion BP-04 Site Alterations and Improvements
|
DOCUMENT 001113 - ADVERTISEMENT FOR BIDS<br />PART 1 -GENERAL<br />PROJECT INFORMATION<br /><br />Notice to Bidders: Qualified Bidders to submit bids for Project as described in this Document and in accordance with the Instructions to Bidders.<br />Project Identification: Landers Convention Center Expansion – BP-04, Civil and Sitework.<br /><br />Project Location: 4560 Venture Drive, Southaven, MS 38671.<br /><br />Owner(s):<br /><br />Desoto County Board of Supervisors, Administration Building, 365 Losher Street, Hernando, MS 38632<br />(Operations) Desoto County Convention & Visitors Bureau, 4560 Venture Drive, Southaven, MS 38671<br /><br />Architect: AERC, PLLC, 342 West Valley Street, Hernando, MS 38632.<br />Construction Manager: Montgomery Martin Contractors, LLC, 8245 Tournament Drive, Suite 300, Memphis, TN 38125<br />Project Description: Landers Center Expansion: Bid Package 04, Civil and Site.<br />Construction Contract: Bids will be received for the following Work:<br /><br />Multiple-Contract Project consisting of prime contracts for scopes of work including Hardscaping, Landscaping, and Related Amenities.<br /><br />BID SUBMITTAL AND OPENING<br /><br />Notice is hereby given that sealed bids will be received by Montgomery Martin Contractors, LLC on behalf of the Desoto County Board of Supervisors and Desoto County Convention and Visitor’s Bureau for the Landers Convention Center Expansion Bid Package 04 – Civil and Site, located at 4560 Venture Drive, Southaven, MS 38671. Owner will consider bids prepared in compliance with the Instructions to Bidders and delivered as follows:<br /><br />Bid Date: Tuesday, August 12, 2025.<br />Bid Time: 4:00 PM, local time.<br />Location: Desoto County Board of Supervisors Administration Building, 365 Losher Street, Suite 340 (Office of Procurement), Hernando, MS 38632.<br />Bids will be thereafter publicly opened and read aloud.<br />Pre-Bid Meeting to be held on site: 2:00 PM, July 22, 2025<br />Deadline for any Requests for Information (RFIs): August 4, 2025<br />Deadline for Requests for Substitutions: August 4, 2025.<br /><br />Bid Submittal, Electronic: Owner will receive electronically submitted bids until the Bid time and date via Desoto County Procurement website at www.desotocountyms.gov/bids.aspx or www.central bidding.com. For any questions relating Owner will consider bids prepared in compliance with the Instructions to Bidders and delivered as follows:<br /><br />Bid Date: Tuesday, August 12, 2025.<br />Bid Time: Not later than 4:00 PM local time.<br />Web-Based Bidding Management Software: www.desotocountyms.gov/bids.aspx or www.centralbidding.com.<br />Bids will be thereafter opened and read aloud as indicated in the Instructions to Bidders.<br /><br />BID SECURITY<br /><br />Submit bid security with each Bid in the stipulated form and in the amount identified as follows and in the Instructions to Bidders.<br /><br />Bid bond of a sum no less than five percent (5%) of the total of the amount bid with Construction Manager, Montgomery Martin Contractors, LLC, as Obligee, or<br />Certified Check for no less than five percent (5%) of the Bid Amount, made payable to the Construction Manager, Montgomery Martin Contractors, LLC.<br />Security Deposit (either Bid Bond or Certified Check) must be submitted to the Desoto County Procurement Office PRIOR to the time of Bid Due Date (It is recommended at least thirty (30) minutes prior to Bid Opening time.).<br /><br />No bids may be withdrawn for a period of sixty (60) days after opening of bids.<br />Owner reserves the right to waive any irregularities, the right to reject one or all bids and the option to postpone action and final decision for a period of up to sixty (60) calendar days.<br /><br />BIDDING DOCUMENTS<br /><br />Official Bidding Documents may be downloaded from Desoto County Procurement Website at www.desotocountyms.gov/bids/aspx, or from Central Bidding at www.centralbidding.com. Electronic bids can also be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225 810-4814<br /><br />TIME OF COMPLETION<br /><br />By submitting a Bid, Bidder represents that Bidder will begin the Work on receipt of the Notice to Proceed and will complete the Work within the Contract Time indicated in the Bidding Documents.<br /><br />LIQUIDATED DAMAGES<br /><br />Work is subject to liquidated damages.<br /><br />TO POTENTIAL BIDDERS<br /><br />Official bid documents are available per paragraph 1.4 Bidding Documents above.<br />Partial Sets will not be issued.<br />Bidders will be required to provide Bid Security in the form of a Bid Bond in the amount of 5% of the Base Bid per paragraph 1.3 Bid Security above.<br />Refer to other bidding requirements described in Section 00 2113 – Instructions to Bidders and Section 00 3100 – Available Project Information.<br />Submit your offer on the Bid Form provided.<br />Submit your Bid in duplicate and include a flash drive (with bid documents saved to it) for hand delivered bid packages only.<br />Your offer will be required to be submitted under a condition of irrevocability for a period of 60 calendar days after submission.<br />The bid will be awarded to the lowest responsive responsible and qualified bidder. The Owner reserves the right to waive any irregularities, the right to reject one or all bids and the option to postpone action and final decision for a period of up to forty-five (45) calendar days.<br />Licenses: Bidders must be properly licensed at the time of the bid under the laws governing their respective trades and provide evidence of compliance with the applicable provisions of Section 31-3-21 (or latest revision) of Mississippi Code before such bid may be considered.<br />All bids submitted in excess of $50,000 by a prime or subcontractor to do any erection, building, construction, repair, maintenance or related work must comply with the Mississippi Contractors Act of 1985 by securing a Certificate of Responsibility from the Mississippi State Board of Contractors. The Prime Bidder’s Certificate Number must be placed on the outside of the sealed envelope, or the bid will not be opened. Subcontractors requiring a Certificate of Responsibility must be listed, including their Certificate of Responsibility Number, on the Subcontractor List with the Bid.<br />Out of State Contractors/Bidders must include their State Bid Preference Law with their bid.<br /><br />NOTIFICATION<br /><br />This Advertisement for Bids document is issued by Misty Heffner, Chancery Clerk – Desoto County Board of Supervisors. <br />WITNESS MY SIGNATURE, THIS THE ________ DAY OF ________, 2025<br />__________________________________________<br />MISTY HEFFNER, CHANCERY CLERK<br />DESOTO COUNTY BOARD OF SUPERVISORS<br />SEAL: <br /> <br />SUBMITTED TO:<br /><br />DESOTO TIMES TRIBUNE<br />CLARION LEDGER<br /><br />FOR PUBLICATION ON:<br /><br />JULY 10, 2025<br />JULY 17, 2025<br /><br />PROOF OF POUBLICATION TO:<br /><br />DESOTO COUNTY ADMINSTRATION OFFICE<br />365 LOSHER STREET, SUITE 300<br />HERNANDO, MS 38632PART 2 -PRODUCTS (Not Used)<br />PART 3 -EXECUTION (Not Used)<br />END OF DOCUMENT 001113 – ADVERTISEMENT FOR BIDS
https://www.centralauctionhouse.com/rfp40795793-landers-convention-center-expansion-bp-04-site-alterations-and-improvements.html
10-Jul-2025 3:33:00 PM CDT |
12-Aug-2025 4:00:00 PM CDT |
City of Olive Branch |
Annexation Water/Sewer – East Area – Project 2
|
<div style="text-align: center;"><b>LEGAL NOTICE</b></div> <br />Sealed bids for <b>Annexation Water/Sewer – East Area – Project 2 </b>will be received by the City of Olive Branch at 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 until <b>2:00 P.M. </b>local time on <b>Monday, August 11th 2025,</b> and thereafter will be opened and publicly read.<br /> <br />The project consists of the Installation of domestic water lines and appurtenances, Connection to<br />existing water distribution system, Installation of sanitary sewer lines, manholes, pump stations,<br />grinder stations, and force mains, Connection to existing sanitary sewer, Road and stream<br />borings. The above general outline of features of the work does not in any way limit the<br />responsibility of the Contractor to perform all work and furnish all plant, labor, equipment, and<br />materials required by the specifications and the drawings referred to therein.<br /> <br />A Pre-Bid Conference will be held at City Hall at <b>10:00 A.M.</b> local time on <b>Tuesday, July 29, 2025</b>, in order to discuss the scope and schedule for the Project.<br /> <br />Plans, Specifications and Contract Documents may be picked up at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) or may be requested via email from
[email protected].<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bid must be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each envelope must be plainly marked on the outside as <b>“Annexation Water/Sewer – East Area – Project 2”</b> and must bear on the outside the date the bid is to be opened. Opened bids will be presented for consideration at a regular meeting of the Mayor and Board of Aldermen of the City of Olive Branch.<br />Each bid shall be accompanied by a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of 5% of the total bid price, as a guarantee that if the bid is accepted, the Bidder will enter into a contract and execute the Performance and Payment bonds in the form and within the time specified.<br /> <br />The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract, issued by a Surety Company licensed to operate in the State of Mississippi and shall be named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.<br /> <br />Each Bidder shall have a Certificate of Responsibility to bid on contracts for public projects in which the bid price exceeds $50,000.00 and for private projects in which the bid price exceeds $100,000.00 as required by the laws of the State of Mississippi. Each Bidder shall show on the outside of the envelope containing his bid: his current certificate of responsibility number and expiration date or if applicable, a statement certifying that the bid enclosed does not exceed $50,000.00 for a public project or $100,000.00 for a private project. Failure to show these items on the outside of the envelope containing the bid will result in the bid being returned to Bidder unopened.<br /> <br />No Bidder may withdraw his bid for a period of sixty (60) days after date of actual bid opening, without the Owner's consent.<br /> <br />The City of Olive Branch reserves the right to reject any or all bids in whole or in part, with or without cause; and to accept the lowest bid which in its judgment will be for the best interest of the City of Olive Branch.<br />WITNESS MY SIGNATURE THIS THE 7th DAY OFJuly, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp99722007-annexation-watersewer-east-area-project-2-.html
10-Jul-2025 9:00:00 AM CDT |
11-Aug-2025 2:00:00 PM CDT |
Desoto County Board of Supervisors |
BID FILE NO: 25-151-006 Re-Bid for Construction & Renovation of DeSoto County Crisis Center
|
NOTICE TO BIDDERS<br /> <br />The DeSoto County Board of Supervisors will receive bids for Construction & Renovation of DeSoto County Crisis Center in the following manner:<br /> <br />BID FILE NO: 25-151-006 Re-Bid for Construction & Renovation of DeSoto County Crisis Center<br /> <br />Sealed bids will be accepted until 02:00 p.m. on Friday, August 08, 2025 in person or bid may be submitted by electronic bid submission to www.centralbidding.com . For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Specifications and procedures are available by registering on the Procurement page of the DeSoto County Board of Supervisors website and printing the bid package at: http://desotocountyms.gov and on file in the Office of Procurement, DeSoto County Administration Building, 365 Losher Street, Suite 340, Hernando, Mississippi, during normal business hours at no charge. Bid packages may also be downloaded from Central Bidding for a fee at www.centralbidding.com. All bids must comply with the specifications provided. DeSoto County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement.<br /> <br />The Office of Procurement reserves the right to extend the auction date if necessary.<br /> <br />Each bidder shall comply with the laws of the State of Mississippi for bidding procedures and licensing requirements. All bids submitted in excess of $50,000 by a prime contractor to do any building, construction, repair, maintenance or related work must comply with Section 31-3-21, Mississippi Code of 1972, by securing a Certificate of Responsibility from the State Board of Public Contractors or by showing a statement to the effect that the bid is less than $50,000 and Certificate of Responsibility provision does not apply, on the outside of the envelope. Bidders are to include their Certificate of Responsibility number on the outside of the envelope.<br /> <br />In accordance with Miss. Code. Ann. Section 31-3-21(3), preference shall be given to resident contractors. Nonresident contractors submitting a bid shall attach thereto a copy of his resident state’s current preference law, if any, pertaining to such state’s treatment of nonresident contractors.<br /> <br />Certified Check or Bid Bond for five percent (5%) of total bid payable to DESOTO COUNTY must accompany each proposal. The awarded bidder must provide a Performance and Payment Bond within ten (10) days of award in an amount equal to one hundred percent (100%) of the total amount of the bid.<br /> <br />Retainage may be held from each invoice in accordance with Miss. Code Ann. Section 31-5-33 and paid after the final acceptance of the project. <br /> <br /> <br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br /> <br />WITNESS MY SIGNATURE, this the 7th day of July, 2025.<br /> <br /> <br /> <br />________________________/s/ MISTY HEFFNER<br />(SEAL)<br />MISTY HEFFNER, CHANCERY CLERK<br />DeSoto County Board of Supervisors<br /> <br /> <br />SUBMITTED: DESOTO TIMES TRIBUNE<br /> <br /> <br />FOR PUBLICATION ON: Thursday, July 10, 2025<br />Thursday, July 17, 2025<br /> <br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632 <br />Phone: 662-469-8180
https://www.centralauctionhouse.com/rfp5941999-bid-file-no-25-151-006--re-bid-for-construction-renovation-of-desoto-county-crisis-center.html
10-Jul-2025 8:00:00 AM CDT |
08-Aug-2025 2:00:00 PM CDT |
City of Jackson |
City of Jackson Department of Planning & Development-Mary C. Jones Rehabilitation Project #1-2025
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div><div style="text-align: center;">CITY OF JACKSON</div><div style="text-align: center;">MARY C. JONES CENTER AND PARK REHABILITATION</div><div style="text-align: center;">PROJECT #1-2025</div><div style="text-align: center;">DEPARTMENT OF PLANNING & DEVELOPMENT</div><br />Sealed bids will be received by the City Council of the City of Jackson, Mississippi at the Office of the Municipal Clerk, City Hall, 219 South President Street, P.O. Box 17, Jackson, Mississippi 39205 until 3:30 P.M. Local Time, August 12, 2025, for supplying all labor, equipment, and materials (as specified) necessary for construction of Mary C. Jones Center & Park Rehabilitation, Project #1-2025.<br /><br />This project consists of repairs and renovations ot the Mary C. Jones Center & Park located at 2050 Martin Luther King, Jr. Drive, Jackson, Mississippi 39203, including, but not limited to, replacement of the HVAC system, modeling and equipping for a new community laudromat, repairs to outside basketball courts, refurbishing of a swimming pool, bathrooms, and office area, and roof repairs.<br /><br />A mandatory pre-bid conference will be held on site at the Mary C. Jones Center & Park at 10:00 a.m. local time on July 24, 2025.<br /><br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4, that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex, in consideration for an award.<br /><br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and/or conduct business in the City to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /><br />Bidders must be qualified under Mississippi Law and show current Certificate of Responsibility issued by the Mississippi State Board of Public Contractors establishing his classification as to the value and type of construction on which he is authorized to bid unless their bid amount is $50,000.00 or less.<br /><br />Bids shall be made out on the bid proposal forms to be provided, sealed in an envelope and plainly marked on the outside of the envelope: “Bid for MARY C. JONES CENTER & PARK REHABILITATION, PROJECT #1-2025”. Each bidder shall write their Certificate of Responsibility Number on the outside of the sealed envelope containing his proposal or state on the outside of the bid that their bid does not exceed $50,000.00. Bid proposals that do not include a Certificate of Responsibility Number or the statement on the outside of the envelope will not be opened.<br /><br />Each Bidder must submit with his proposal a separate attachment stating the Bidder’s qualifications to perform the Work. The Statement of Qualifications shall list past projects of similar size and nature, a list of references with name and telephone number, a list of key personnel who will perform the work, and other information supporting the bidder's qualifications.<br /><br />Bids shall be submitted in triplicate (bound/stapled separately), sealed and deposited with the Municipal Clerk, City Hall, Jackson, Mississippi or uploaded to Central Bidding prior to the hour and date<br /><br />hereinbefore designated. No bidder may withdraw his bid within 90 days after the actual date of the opening thereof.<br /><br />Official Bid Documents, including the Contract Documents and Drawings can be downloaded from Central Bidding at www.centralbidding.com. Electronic Bids may be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Awarding public contracts to non-resident Bidders will be on the same basis as the non-resident bidder's state awards contracts to Mississippi Contractors bidding under similar circumstances. Current state law, Mississippi General Laws of 2010, Chapter 383, section 31-3-21 of the Mississippi Code of 1972, as amended, requires a non-resident bidder to attach to the bid a copy of the Bidder's resident state’s current laws pertaining to such state's treatment of nonresident contractors. Non-resident bidders must attach to their bid a copy of any bid preference law of the state, city, county, parish, province, nation or political subdivision where they are domiciled. If there is no such law where they are domiciled, all non-resident bidders shall attach a letter to their bid stating that there is no bid preference law where they are domiciled. The bid of any non-resident bidder who fails to attach to its bid a copy of its domicile’s bid preference law or a letter stating that its domicile has no such bid preference law, whichever is applicable, shall be rejected and not considered for award.<br /><br />Each Bidder must deposit with his bid a Bid Bond or Certified Check in an amount equal to five percent of the bid, payable to the City of Jackson as bid security. Bidders shall also submit a current financial statement, if requested by the City of Jackson. The successful bidder will be required to furnish a Payment Bond and Performance Bond each in the amount of 100% of the contract amount.<br /><br />Contract Drawings, Contract Specifications, Instructions to Bidders and Bidders Proposal forms are on file and open to public inspection in the Office of the Municipal Clerk. They may also be downloaded from the City of Jackson website.<br /><br />The City intends to use Community Development Block Grant Funds to pay the costs of this Project. Bidders should familiarize themselves with the regulations which apply to this Project.<br /><br />The City of Jackson reserves the right to reject any and all bids and to waive any informalities or irregularities therein.<br /><br />_____________________________<br /><br />Publishing Dates: July 10 and July 17, 2025<br /><br />Publication: Mississippi Link
https://www.centralauctionhouse.com/rfp14101602-city-of-jackson-department-of-planning-development-mary-c-jones-rehabilitation-project-1-2025.html
10-Jul-2025 8:00:00 AM CDT |
12-Aug-2025 3:30:00 PM CDT |
Warren County |
Residential Garbage Collection, Disposal and Billing
|
<div style="text-align: center;">Request for Proposals</div><div> <br /> <br /> Notice is hereby given that the Warren County Board of Supervisors will receive sealed proposals from qualified contractors for the following:<br /> <br />Multi-year (5-Years) Service Contract for the Provision of Residential Garbage<br />Collection, Disposal and Billing inside Warren County, outside the municipal limits<br />of the City of Vicksburg.<br /> <br /> Warren County intends to award this project to the Contractor whose proposal is deemed to be the most advantageous to the residents of Warren County. It is also our intent to award a Primary Contractor and an Alternate Contractor. If the Primary Contractor fails to perform any of the tasks and duties required by the agreement, the County reserves the right to terminate that contract and move forward with an award to the Alternate Contractor for the remainder of the term.<br /> <br /> Sealed proposals will be received at the Warren County Purchasing Department, 913 Jackson St, Vicksburg, MS 39183 until 2:00 p.m. local time on Wednesday, August 6, 2025. Contractors have the option of submitting proposals in a sealed envelope or through an electronic submission portal at https://www.centralbidding.com/ . Registration and a valid email address are required for electronic proposal submission. Further instructions are provided in the Specifications and Proposal Documents package.<br /> <br /> Proposals must include a Surety Bond to Warren County in the amount of five percent (5) % of the extended total of bid. Once a contract is awarded, the successful firm must furnish a Performance Bond. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective dated copy of their power of attorney. Proof of Insurance will also be required.<br /> <br /> A Pre-Proposal Conference for this project will be held at the Warren County Board of Supervisors Bldg. Conference Room at 2:00 p.m. local time on July 23, 2025. Attendance is not mandatory but is highly recommended for those contractors desiring to submit proposals on the project. Proposals submitted by contractors not attending the pre-proposal conference shall be at a disadvantage during evaluation.<br /> <br /> Specifications and proposal documents are on file and open to public inspection at the Warren County Purchasing Department, 913 Jackson Street, Vicksburg MS 39183. Proposal documents will contain instructions for submission of proposals by both sealed envelope and electronic means. Contractors are cautioned to read all the instructions carefully. Proposal documents are available to potential Contractors at no charge in the Purchasing Office. Specifications and Proposal Documents may also be obtained by visiting the website https://www.centralbidding.com/ and clicking on the 2025 Residential Garbage Collection Project tab and completing the online registration. A valid email address is required. After registration, a PDF of the proposal documents will be available for immediate viewing and download. You may email
[email protected] if you need assistance navigating the website to obtain the specifications.<br /> <br /> The Warren County Board of Supervisors reserves the right to determine responsible contractors, responsive proposals, the most advantageous and best proposal, reject any and all proposals, award to multiple contractors as primary and alternate providers, and to waive any informalities in the proposals or proposal process.<br /> <br /> Published pursuant to the Board Order dated this the 7th day of April 2025. <br /> <br /> Warren County Board of Supervisors<br /> By: Victoria Bell, Purchasing Agent<br /> <br /> <br />Publish: July 9, 2025<br /> July 16, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp43684939-residential-garbage-collection-disposal-and-billing.html
09-Jul-2025 12:00:00 AM CDT |
06-Aug-2025 2:00:00 PM CDT |
Pearl River Valley Water Supply District |
MS Highway 471/Spillway Road Force Main Relocation
|
PEARL RIVER VALLEY WATER SUPPLY DISTRICT<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />MS HIGHWAY 471 / SPILLWAY ROAD FORCE MAIN RELOCATION<br /> <br />PRV # 25-600-29-4<br /> <br /> Competitive sealed Bids for the MS HIGHWAY 471 / SPILLWAY ROAD FORCE MAIN RELOCATION, together with all appurtenances, will be received by the Pearl River Valley Water Supply District (District), at the District’s office located at 115 Madison Landing Circle, Ridgeland, Mississippi 39157 or electronically at www.centralbidding.com until 11:00 O’clock A.M., local time, on the 5th day of August, 2025; and then at said office publicly opened and read aloud. <br /> <br /> In general, the project consists of the relocation of approximately 500 linear feet of 18-inch diameter PVC force main.<br /> <br /> The “Information for Bidders,” form of Bid, form of Contract, Plans and forms of Bid Bond, Performance Bond and Payment Bond and other Contract Documents may be examined at the following locations:<br /> <br /> <br />CENTRAL BIDDING FROM CENTRAL AUCTION HOUSE<br />www.centralbidding.com<br /> <br />JACKSON BLUEPRINT AND SUPPLY, INC.<br />699 MONROE STREET<br />JACKSON, MS 39202<br /> <br /> <br /> Electronic downloadable bidding documents may be obtained from Central Bidding at www.centralbidding.com. They may also be obtained at the office of Jackson Blueprint and Supply, Inc. For questions regarding printed sets and associated fees, or website registration, please contact Jackson Blueprint and Supply, Inc. at (601) 353-5803. For information regarding electronic bid submittal process, contact Central Bidding at (225) 810-4814.<br /> <br /> Partial sets of Bidding Documents will not be available. Neither the Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda, if any, obtained from sources other than those listed herein.<br /> <br /> Bids shall be submitted, sealed and deposited at the office of the Pearl River Valley Water Supply District or shall be submitted at www.centralbidding.com prior to the hour and date above designated. For any questions concerning the electronic bidding process, please contact Central Bidding at (225) 810-4814.<br /> <br /> Each Bidder must deposit with his Bid, a Bid Bond or Certified Check in an amount equal to five percent (5%) of his Bid, payable to Pearl River Valley Water Supply District as bid security. Bidders shall also submit a current financial statement if requested by the Owner.<br /> <br /> Bidders must be qualified under Mississippi Law and show Certificate of Responsibility issued by the Mississippi State Board of Public Contractors. Each Bidder shall write his Certificate of Responsibility Number on the outside of the sealed envelope containing his Bid.<br /> <br /> Mississippi State law requires a non-resident bidder to attach/include copy of its resident state’s current law pertaining to such state’s treatment of non-resident contractors with its bid. Any bid submitted by non-resident contractor which does not include the non-resident contractor’s current state law shall be rejected and not considered for award.<br /> <br /> No Bidder may withdraw his Bid within Sixty (60) days after the actual date of the opening thereof.<br /> <br /> The successful Bidder must provide both a Performance Bond and a Payment Bond (each in the amount of one hundred percent [100%] of the Contract) upon execution of the Contract.<br /> <br /> The Contract Time is 45 calendar days with a liquidated damages provision of Eight Hundred and 00/100 Dollars ($800.00) per calendar day thereafter.<br /> <br /> Pearl River Valley Water Supply District reserves the right to reject any and or all bids, waive technicalities, informalities, or irregularities in the bids received, solicit new bids, or to choose that bid which is deemed to be in the best interest of the Pearl River Valley Water Supply District.<br /> <br /> <br /> _________________________________<br /> <br /> _________________________________<br /> Adam Choate<br /> Executive Director<br /> <br /> <br />Publication Dates: July 7, 2025<br /> July 14, 2025<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp72093524-ms-highway-471spillway-road-force-main-relocation.html
07-Jul-2025 7:00:00 PM CDT |
05-Aug-2025 11:00:00 AM CDT |
Jackson County Utility Authority |
Grit Classifier System - Gautier POTW
|
<div> REVERSE AUCTION INFORMATION<br /> <br />GRIT CLASSIFIER SYSTEM<br />2C-GAUTIER POTW<br /> <br /> NOTICE TO BIDDERS<br /> <br /> <br /> <br />Notice is hereby given that the Jackson County Utility Authority will receive bids in the following manner:<br /> <br />Un-priced bid proposals for a GRIT CLASSIFIER SYSTEM will be accepted until 10:00 A.M. July 22, 2025, by electronic bid submission via Central Bidding at www.centralbidding.com or sealed envelope at the Authority office, 1225 Jackson Avenue, Pascagoula, MS 39567 (Phone: 228-762-0119, ext. 5338).<br /> <br />Complete specifications and bid information may be obtained by contacting Amy Thompson, Purchasing Supervisor, at the Jackson County Utility Authority, 1225 Jackson Avenue, Pascagoula, MS 39567, email:
[email protected] or Tel: 228-762-0119, ext. 5338. Official bid documents can also be downloaded from Central Bidding at www.centralbidding.com.<br /> <br />Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids via reverse auction. Electronic Un-Priced bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bid process, please contact Central Bidding at 225-810-4814.<br /> <br />Bidders will be notified to participate in the Reverse Auction (based upon acceptance of Un-priced bid proposals) on July 31, 2025.<br /> <br />Qualified bidders will be invited to participate in the reverse auction which will begin at 10:00 A.M. August 5, 2025, 2025 and end at 10:30 A.M, August 5, 2025. The Authority reserves the right to extend the auction time or date necessary to complete the pre-qualification process. The lowest and best bid received will be accepted, subject to the provisions of Section 31-7-13 of the Mississippi Code of 1972, Annotated as Amended, and other applicable state law; but the Authority reserves the right to reject any and all bids and waive any informalities. <br /> <br /> <br />Run: 7/6/25 & 7/13/25</div><div style="text-align: center;"> </div>
https://www.centralauctionhouse.com/rfp10832896-grit-classifier-system--gautier-potw.html
06-Jul-2025 12:00:00 AM CDT |
05-Aug-2025 10:00:00 AM CDT |
Vicksburg-Warren County Chamber of Commerce |
VWCCC - Haining Road Improvements Project
|
ADVERTISEMENT FOR BIDS<br />NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that The Vicksburg-Warren County Chamber of Commerce will receive sealed bids from qualified bidders for the following project:<br /> <br />Haining Road Improvements Project, which consists of pavement repairs and the installation of thermoplastic pavement markings including centerline striping, edge striping, detail striping and legend markings in conjunction with raised pavement markers on approximately 3.324 miles of Haining Road and Industrial Drive located in Warren County, MS.<br /> <br />The contract time for the work included in this contract is Sixty (60) Calendar Days. The Contract will be subject to liquidated damages of three hundred ($300) per working day for each day in default after the stipulated completion date. The contract time will begin on the date specified in the written Notice to Proceed.<br /> <br />Sealed bids will be received at the office of Neel Schaffer, Inc., 1100 Cherry St, Vicksburg MS 39183 until 9:00 a.m. local time on Wednesday, August 6, 2025 and shortly thereafter publicly opened, read aloud and recorded. Electronic bids can be submitted at www.centralbidding.com and are due at the same time and date as sealed bids. Official bid documents can be downloaded from Central Bidding. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Bidders must be qualified under Mississippi State law and possess a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors. This project is expected to exceed $50,000, therefore the Certificate of Responsibility Number shall be written on the outside of the sealed bid envelope. For electronic bids, the COR information may be submitted as an attachment to the electronic bid submittal. All bids shall be in compliance with and subject to the guidelines and requirements of Mississippi Code of 1972 as annotated and amended.<br /> <br />Mississippi has a reciprocal preference law. Mississippi Code 31-3-21 requires that a copy of any non-resident bidder’s current state law pertaining to its treatment of non-resident contractors be submitted at the time the bid is submitted, or that bid shall not be considered further. Any preference an out of state bidder would have in his home state shall be applied in a reciprocal manner.<br /> <br />Each bidder must deposit with his bid a Bid Bond or Certified Check in an amount equal to five percent (5%) of the total bid payable to Vicksburg-Warren County Chamber of Commerce as bid security. Prior to the start of work, the successful bidder shall furnish Proof of Insurance, along with Performance and Payment Bonds in the amount of 100% of the contract amount awarded. Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Performance Bonds must file with each bond a certified and effective dated copy of their power of attorney. Bidders shall also submit a current financial statement if requested by Vicksburg-Warren County Chamber of Commerce.<br /> <br />Neel-Schaffer, Inc. is the Engineer for this project. Plans, specifications, and contract documents are on file and open to public inspection at the office of Neel-Schaffer, Inc., 1100 Cherry Street, Vicksburg, MS, 39183, along with various Contractor Plan Room Service Providers. Bid documents will contain instructions for bidding by both sealed envelope and electronic means. Bidders are cautioned to read all instructions carefully. Contractors may request bid documents by visiting www.centralbidding.com and following the site instructions for registration and download. Bid Documents may also be picked up at no charge at the Neel-Schaffer office located at 1100 Cherry Street, Vicksburg, MS 39183. Questions may be addressed to Brian Robbins, Project Manager, via
[email protected].<br /> <br />The Vicksburg-Warren County Chamber of Commerce reserves the right to determine responsible bidders, responsive bids, the lowest and best bid, reject any and all bids, award to the bidder believed most advantageous to The Chamber, and to waive any informalities in the bids or bidding process.<br /> <br /> <br /> <br /> <br /> <br />Vicksburg-Warren County Chamber of Commerce<br /> By: Pablo Diaz, Executive Director<br /> <br /> <br /> <br /> <br />Publication Dates:<br />July 6, 2025<br />July 13, 2025
https://www.centralauctionhouse.com/rfp12199588-vwccc--haining-road-improvements-project.html
06-Jul-2025 12:00:00 AM CDT |
06-Aug-2025 9:00:00 AM CDT |
Yazoo County |
EMERGENCY WATERSHED PROTECTION, YAZOO COUNTY, MISSISSIPPI – DSR 5319-422 CANAL ROAD SITES 0-4
|
Sealed bids for the construction of an erosion control project as part of the USDA Emergency Watershed Protection Program will be received by the Board of Supervisors for Yazoo County at 211 East Broadway St.#1/2, Yazoo City, Mississippi, 39194, until 10:00 A.M., August 6, 2025, and shortly thereafter publicly opened and read aloud. Electronic bids will be received at www.centralbidding.com. Bids received after this time will not be accepted and will be returned unopened. All bids shall be clearly marked “EMERGENCY WATERSHED PROTECTION, YAZOO COUNTY, MISSISSIPPI – DSR 5319-422 CANAL ROAD SITES 0-4” with the date and time of the bid opening on the outside of the sealed envelope. Each bidder shall write his Certificate of Responsibility number and Mississippi License number on the outside of the sealed envelope containing his bid.<br /><br />Yazoo County hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this notice, disadvantaged, and women's business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /><br />Contract Time is 180 consecutive calendar days. <br /><br />The award, if made, will be made to the lowest qualified bidder on the basis of the published quantities. The Board of Supervisors for Yazoo County, Mississippi reserves the right to reject any and all bids and to waive any informalities or irregularities in the bids received.<br /><br />Bidders must be qualified under Mississippi Law and show a current Certificate of Responsibility issued by the Mississippi Board of Public Contractors establishing classification as to the value and type of construction work on which he is authorized to bid.<br /><br />Plans and Contract Documents are on file at the Office of the Chancery Clerk, Yazoo County, Mississippi and may be secured from McMaster & Associates Inc., County Engineer for Yazoo County, located in the City of Madison (Ph.: 601-594-0677) (Email:
[email protected]) upon payment of $100 for Plans and Proposal, none of which is refundable. Plans and Contract Documents may also be downloaded from www.centralbidding.com.<br /><br />Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five (5) percent of his bid, payable to Yazoo County, Mississippi as bid security. The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100 percent of the Contract, issued by a Surety company licensed to operate in the State of Mississippi. Bidders shall submit a current financial statement if requested by the County. Attorneys-in-fact who sign Payment Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<br /><br />The bidder shall guarantee to hold his bid good and may not withdraw his bid for a period of 60 calendar days after the scheduled closing time for receiving bids.<br /> <br />Publication Dates: Joseph Thomas, Jr., President<br />July 2, 2025 Yazoo County Board of<br />July 9, 2025 Supervisors
https://www.centralauctionhouse.com/rfp38835536-emergency-watershed-protection-yazoo-county-mississippi-dsr-5319-422-canal-road-sites-0-4.html
02-Jul-2025 10:30:00 AM CDT |
06-Aug-2025 10:00:00 AM CDT |
Yazoo County |
EMERGENCY WATERSHED PROTECTION YAZOO COUNTY, MISSISSIPPI – DSR 5321-420 BOWLES ROAD SITES 1 & 2
|
Sealed bids for the construction of an erosion control project as part of the USDA Emergency Watershed Protection Program will be received by the Board of Supervisors for Yazoo County at 211 East Broadway St.#1/2, Yazoo City, Mississippi, 39194, until 10:00 A.M., August 6, 2025, and shortly thereafter publicly opened and read aloud. Electronic bids will be received at www.centralbidding.com. Bids received after this time will not be accepted and will be returned unopened. All bids shall be clearly marked “EMERGENCY WATERSHED PROTECTION YAZOO COUNTY, MISSISSIPPI – DSR 5321-420 BOWLES ROAD SITES 1 & 2” with the date and time of the bid opening on the outside of the sealed envelope. Each bidder shall write his Certificate of Responsibility number and Mississippi License number on the outside of the sealed envelope containing his bid.<br /><br />Yazoo County hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this notice, disadvantaged, and women's business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /><br />Contract Time is 150 consecutive calendar days.<br /><br />The award, if made, will be made to the lowest qualified bidder on the basis of the published quantities. The Board of Supervisors for Yazoo County, Mississippi reserves the right to reject any and all bids and to waive any informalities or irregularities in the bids received.<br /><br />Bidders must be qualified under Mississippi Law and show a current Certificate of Responsibility issued by the Mississippi Board of Public Contractors establishing classification as to the value and type of construction work on which he is authorized to bid.<br /><br />Plans and Contract Documents are on file at the Office of the Chancery Clerk, Yazoo County, Mississippi and may be secured from McMaster & Associates Inc., County Engineer for Yazoo County, located in the City of Madison (Ph.: 601-594-0677) (Email:
[email protected]) upon payment of $100 for Plans and Proposal, none of which is refundable. Plans and Contract Documents may also be downloaded from www.centralbidding.com.<br /><br />Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five (5) percent of his bid, payable to Yazoo County, Mississippi as bid security. The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100 percent of the Contract, issued by a Surety company licensed to operate in the State of Mississippi. Bidders shall submit a current financial statement if requested by the County. Attorneys-in-fact who sign Payment Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<br /><br />The bidder shall guarantee to hold his bid good and may not withdraw his bid for a period of 60 calendar days after the scheduled closing time for receiving bids.<br /> <br />Publication Dates: Joseph Thomas, Jr., President<br />July 2, 2025 Yazoo County Board of<br />July 9, 2025 Supervisors
https://www.centralauctionhouse.com/rfp81628722-emergency-watershed-protection-yazoo-county-mississippi-dsr-5321-420-bowles-road-sites-1-2.html
02-Jul-2025 10:30:00 AM CDT |
06-Aug-2025 10:00:00 AM CDT |
Hinds County Human Resource Agency |
BID# 0625R13320 - A MULTI SITE HVAC RENOVATION PROJECT FOR MARTIN HEAD START CENTER AND WESTSIDE HEAD START CENTER FOR HINDS COUNTY HUMAN RESOURCE AGENCY
|
<br />ADVERTISEMENT FOR BIDS<br />HINDS COUNTY HUMAN RESOURCE AGENCY<br />A MULTI SITE HVAC RENOVATION PROJECT FOR<br />MARTIN HEAD START CENTER AND<br />WESTSIDE HEAD START CENTER<br />258 MADDOX ROAD<br />JACKSON, MISSISSIPPI 39212<br />BID# 0625R13320.<br /> <br /> <br />Notice is hereby given that sealed bids will be received by the Hinds County Human Resource Agency until 11:00 a.m., local time, on July 22, 2025, at the Fiscal Department of Hinds County Human Resource Agency, Attn: Shirley Gibbs, 258 Maddox Road, Jackson, Mississippi 39212 for supplying all labor and materials necessary for performing the services for the MULTI SITE HVAC RENOVATION PROJECT FOR MARTIN HEAD START CENTER AND WESTSIDE HEAD START CENTER. Received bids will be publicly open and read aloud at 11:01 a.m., local time, on July 22, 2025, at the Hinds County Human Resource Agency.<br /> <br />Bidders must be qualified under Mississippi Law and have a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br /> <br />Each bid must be accompanied by a certified check of the bidder, or a certified bid bond, duly executed by the Bidder as principal and having as surety thereon a surety company licensed by the State of Mississippi and signed by an agent resident in Mississippi, in the amount of five percent (5%) of the base bid amount.<br /> <br />Bid documents are being made available via electronic copy. Plan holders are required to register for an account at www.mc3lroyarchplans.com view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents are non-refundable and must be purchased through the website. Questions regarding website registration and online orders please contact Plan House Printing at (662) 407-0193.<br /> <br />A complete copy of the Plans and Specifications may be inspected at the office of the Architect: Mc3lroy Architecture, PLLC, William L. McElroy AIA, NCARB, 4880 McWillie Circle, Jackson, MS 39206, 601-981-1227.<br /> <br />All Bidders are encouraged to attend the pre-bid conference to be held on site at THE Hinds County Human Resource Center, located at 258 Maddox Road, Jackson, Mississippi 39212 on July 1, 2025 at 11:00 a.m., local time. <br /> <br />Bidders shall comply with the President’s Executive Order Numbers 11246 and 11375 which prohibit discrimination in employment regarding race, creed, color, sex, or national origin.<br /> <br />Bidders shall comply with Title VI of the Civil Rights Act of 1964, the Anti-Kickback Act and the Davis Bacon Act.<br /> <br />Bidders shall furnish a certification of prior work under Executive Order 11246 (Equal Employment Opportunity).<br /> <br />Contract award will be made to the lowest and best bidder and Hinds County Human Resource Agency reserves the right to reject any and all bids.<br />
https://www.centralauctionhouse.com/rfp19012266-bid-0625r13320--a-multi-site-hvac-renovation-project-for-martin-head-start-center-and-westside-head-start-center-for-hinds-county-human-resource-agency.html
17-Jun-2025 12:00:00 AM CDT |
05-Aug-2025 11:00:00 AM CDT |