Agency |
Title |
Date published |
Bid opening date |
AAA Ambulance Service |
AAA Ambulance Service - 4 Type III Ambulances
|
INVITATION FOR BIDS-REVERSE AUCTION<br />Notice is hereby given that AAA Ambulance Service will receive sealed bids to prequalify<br />bidders for participation in a reverse auction until 3:00 p.m. on the 16th day of July 2025,<br />for the purchase of the following, to wit:<br />Four (4) or more, new 2025 ambulances according to the specifications on file in the office<br />of the Chief Executive Officer of AAA Ambulance Service whose office is located at:<br />100 Rawls Springs Loop Road, Hattiesburg, Mississippi, 39402<br />(P.O. Box 17889, Hattiesburg, MS 39404-7889).<br />Bid documents/specifications may be obtained from AAA Ambulance Service, as<br />referenced above, at no charge, or online at http://www.centralbidding.com, for a charge of<br />$49.99.<br />Each bidder shall include in its bid a detailed description of the 2025 ambulances it is<br />offering and the pricing for same. Bid documents may be submitted by hand delivery or mail to<br />AAA Ambulance Service, 100<br />Rawls Springs Loop Road, Hattiesburg, Mississippi 39402 or at<br />http://www.centralbidding.com.<br />All bidders submitting qualified bids will be notified by AAA Ambulance Service of the<br />reverse auction start date/time at least seven (7) days prior to such reverse auction start<br />date/time.<br />The lowest and best bid may be accepted, but AAA Ambulance Service reserves the right<br />to reject any and all bids received and to waive informalities. So ordered on the Board<br />meeting of May 8, 2025.<br />BOARD OF DIRECTORS AAA AMBULANCE SERVICE<br />BY: /s/ Eric Steele, President<br />May 8, 2025
https://www.centralauctionhouse.com/rfp11170016-aaa-ambulance-service--4-type-iii-ambulances.html
04-Aug-2025 10:00:00 AM CDT |
04-Aug-2025 10:30:00 AM 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 10:00:00 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 Columbia |
City of Columbia MS Street Sweeper
|
Un-priced bid proposals will be accepted until 10:00 A.M. local time Wednesday, July 16, 2025, in sealed envelopes clearly labeled on the outside of the bid envelope “ Street Sweeper Bid” at the office of the City Clerk of the City of Columbia, Mississippi, City Hall, 201 Second Street, Columbia, MS 39429, 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 Columbia, Mississippi. Specifications are also available through Central Bidding at www.centralbidding.com.<br />
https://www.centralauctionhouse.com/rfp1584178-city-of-columbia-ms-street-sweeper.html
21-Jul-2025 10:30:00 AM CDT |
21-Jul-2025 11:00:00 AM CDT |
City of Columbia |
City of Columbia MS Compact Long Arm Excavator
|
Unpriced bid proposals will be accepted until 10:00 am local time Wednesday, July 16, 2025, in sealed envelopes clearly labeled on the outside of the bid envelope "Compact Long Arm Excavator Bid" at the office of the City Clerk of the City of Columbia, Mississippi, City Hall, 201 Second Street, Columbia, MS 39429, 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 therefor in the office of the City Clerk of the City of Columbia, Mississippi. Specifications are also available through Central Bidding.
https://www.centralauctionhouse.com/rfp78116929-city-of-columbia-ms-compact-long-arm-excavator.html
21-Jul-2025 10:30:00 AM CDT |
21-Jul-2025 11:00:00 AM CDT |
Lamar County School District |
myIGDIS
|
All questions can be emailed to
[email protected]
https://www.centralauctionhouse.com/rfp40995327-myigdis.html
18-Jul-2025 1:00:00 PM CDT |
25-Jul-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 |
31-Jul-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 |
Desoto County Board of Supervisors |
25-200-002 Purchase of One or More Tactical Armored Vehicles
|
NOTICE TO BIDDERS <br />The DeSoto County Board of Supervisors will receive bids for the purchase of One or More Tactical Armored Vehicles for the DeSoto County Sheriff's Office department in the following manner:<br /> <br />BID FILE NO: 25-200-002 Bid for Purchase of One or More Tactical Armored Vehicle<br /> <br />Unpriced technical proposals will be accepted until 10:00 a.m. on Thursday, July 24, 2025 in sealed envelopes at the Office of Procurement, 365 Losher Street, Suite 300, Hernando, Mississippi, or by electronic bid submission.<br />Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic bids 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 />Bidding will be held by electronic reverse auction on Tuesday, July 29, 2025, at 10:00 a.m. Bidders may come to the Office of Procurement with a paper bid and receive technical assistance in entering their bid in the reverse auction.<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 auction date if necessary to complete the bid proposal pre- qualification process.<br /> <br />All unpriced technical offers 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. Bidders may submit technical offers to Central Bidding at no charge.<br /> <br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities. WITNESS MY SIGNATURE, this the 7th day of July, 2025.<br /> <br /> <br /><br /> <br />(SEAL)<br /><br />___________________________________ /s/ MISTY HEFFNER<br /> <br />MISTY HEFFNER, CHANCERY CLERK<br />DeSoto County Board of Supervisors<br /><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 365 Losher Street, Suite 300<br />Hernando, MS 38632<br />Phone: 662-469-8180
https://www.centralauctionhouse.com/rfp14049320-25-200-002-purchase-of-one-or-more-tactical-armored-vehicles.html
10-Jul-2025 8:00:00 AM CDT |
24-Jul-2025 10:00:00 AM 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 |
Itawamba County School District |
1697710 Dynamic Communicatin and Alytical Platform
|
The Itawamba County School Board is seeking the submission of proposals from qualified professionals in the Office of the Superintendent of Education, Itawamba County School District, 605 S Cummings Street., Fulton, MS until 1:00 on Thursday, July 24, 2025 for the following service: The Itawamba County School District (ICSD) is seeking sealed proposals from qualified vendors to provide a high-impact communication platform that includes advanced dashboards and integration with the District’s existing Student Information System (SIS). ? A fully hosted communication platform with: ? Integrated SIS data ? Analytics and dashboard features ? Secure, two-way communication with families and staff ? Support for multilingual engagement ? Role-based access for administrators, teachers, and stakeholders Specifications are on file in the Office of the Superintendent of Education, Itawamba County School District and may be obtained by telephone at 662-862-2159 or in writing at 605 S Cummings St. Fulton, MS 38843. The Board reserves the right to reject any and/or all proposals and to waive any formalities. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Philip Blackmon, Chairman Itawamba County Board of Education July 10, 2025 and July 17, 2025
https://www.centralauctionhouse.com/rfp36741654-1697710-dynamic-communicatin-and-alytical-platform.html
10-Jul-2025 12:00:00 AM CDT |
24-Jul-2025 1:00:00 PM CDT |
Itawamba County School District |
1697711 Online Reading Program
|
Notice is hereby given that the Itawamba County School District will receive sealed proposals for the procurement of an online reading program and associated professional development until 1:00 PM CST on Wednesday, July 24, 2025. This Request for Proposals (RFP) is for an online reading solution that aligns with the science of reading and delivers a structured curriculum focusing on phonics, phonemic awareness, sight words, vocabulary, comprehension, and reading for meaning. The procurement includes 590 student licenses and one remote professional learning session. Interested vendors may obtain a complete RFP package by contacting Chris Johnson, Director of Technology, via email at
[email protected]. All proposals must be sealed and clearly marked "Online Reading Program" and delivered to: Itawamba County School District Attn: Chris Johnson – Technology Department 605 S. Cummings Street Fulton, MS 38843 The District reserves the right to accept or reject any or all proposals and to waive any informalities or irregularities. Publication Dates: July 10, 2025, and July 17, 2025 Philip Blackmon, Chairman Itawamba County Board of Education July 10, 2025 and July 17, 2025
https://www.centralauctionhouse.com/rfp16054716-1697711-online-reading-program.html
10-Jul-2025 12:00:00 AM CDT |
24-Jul-2025 1:00:00 PM CDT |
Itawamba County School District |
1697708 Lit/Math Screener and Benchmarking System
|
The Itawamba County School Board is seeking the submission of proposals from qualified professionals in the Office of the Superintendent of Education, Itawamba County School District, 605 S Cummings Street., Fulton, MS until 1:00 on Thursday, July 24, 2025 for the following service: The district is requesting proposals/quotes for a comprehensive literacy/math diagnostic, intervention, and supplemental program that can be used to quickly screen for students who may need interventions. The product should also include real-time diagnostic results that can be used both as a daily instructional diagnostic and benchmark assessment. It should contain a comprehensive, adaptive K-12 curriculum with custom-built interactive alignments to the Mississippi College and Career Readiness Standards and ACT. Specifications are on file in the Office of the Superintendent of Education, Itawamba County School District and may be obtained by telephone at 662-862-2159 or in writing at 605 S Cummings St. Fulton, MS 38843. The Board reserves the right to reject any and/or all proposals and to waive any formalities. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Philip Blackmon, Chairman Itawamba County Board of Education July 10, 2025 and July 17, 2025
https://www.centralauctionhouse.com/rfp93295630-1697708-litmath-screener-and-benchmarking-system.html
10-Jul-2025 12:00:00 AM CDT |
24-Jul-2025 1:00:00 PM CDT |
Itawamba County School District |
1697706 Student Assessment Software
|
The Itawamba County School Board is seeking the submission of proposals from qualified professionals in the Office of the Superintendent of Education, Itawamba County School District, 605 S Cummings Street., Fulton, MS until 1:00 on Thursday, July 24, 2025 for the following service: The district is requesting proposals/quotes for a software package that will allow teachers to choose items from a test bank to create teacher-made assessments; track student assessment data and predict student results; provide benchmark assessments to mirror state assessments. The product should also include learning paths and follow-up assignments for students with teacher resources. In addition, this program should be aligned/correlated to the Mississippi College and Career Readiness Standards. Specifications are on file in the Office of the Superintendent of Education, Itawamba County School District and may be obtained by telephone at 662-862-2159 or in writing at 605 S Cummings St. Fulton, MS 38843. The Board reserves the right to reject any and/or all proposals and to waive any formalities. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Philip Blackmon, Chairman Itawamba County Board of Education July 10, 2025 and July 17, 2025
https://www.centralauctionhouse.com/rfp62829279-1697706-student-assessment-software.html
10-Jul-2025 12:00:00 AM CDT |
24-Jul-2025 12:00:00 AM CDT |
Itawamba County School District |
169770 Literacy/Math Assessment Program with Diagnostic, Intervention, and Supplemental Resources
|
The Itawamba County School Board is seeking the submission of proposals from qualified professionals in the Office of the Superintendent of Education, Itawamba County School District, 605 S Cummings Street., Fulton, MS until 1:00 on Thursday, July 24, 2025 for the following service: The district is requesting proposals/quotes for a literacy/math diagnostic, intervention, and supplemental program that can be used as a screener and diagnostic assessment program. The product should also include learning paths for students with teacher resources. This program should be aligned/correlated to the Mississippi College and Career Readiness Standards. Specifications are on file in the Office of the Superintendent of Education, Itawamba County School District and may be obtained by telephone at 662-862-2159 or in writing at 605 S Cummings St. Fulton, MS 38843. The Board reserves the right to reject any and/or all proposals and to waive any formalities. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Philip Blackmon Chairman Itawamba County Board of Education July 10, 2025 and July 17, 2025
https://www.centralauctionhouse.com/rfp77837884-169770-literacymath-assessment-program-with-diagnostic-intervention-and-supplemental-resources.html
10-Jul-2025 12:00:00 AM CDT |
24-Jul-2025 1:00:00 PM CDT |
Itawamba County School District |
Comprehensive science/ACT/literacy/math diagnostic and supplemental program
|
Legal Notice REQUEST FOR PROPOSALS The Itawamba County School Board is seeking the submission of proposals from qualified professionals in the Office of the Superintendent of Education, Itawamba County School District, 605 S Cummings Street., Fulton, MS until 1:00 on Thursday, July 24, 2025 for the following service: The district is requesting proposals/quotes for a Comprehensive Supplementary Program to improve student performance with Pre-built as well as Teacher-Made Formative and Summative assessments, Individualized Guidance, and Reports for Making Effective Instructional Decisions in the following areas: Grades 5 and 8 Science/ACT English, Math, Reading, Science/English II MAAP/Algebra I MAAP/ US History MAAP/ Biology I MAAP It should contain a comprehensive, adaptive K-12 curriculum with custom-built interactive alignments to the Mississippi College and Career Readiness Standards and ACT. Specifications are on file in the Office of the Superintendent of Education, Itawamba County School District and may be obtained by telephone at 662-862-2159 or in writing at 605 S Cummings St. Fulton, MS 38843. The Board reserves the right to reject any and/or all proposals and to waive any formalities. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Philip Blackmon, Chairman Itawamba County Board of Education July 10, 2025 and July 17, 2025
https://www.centralauctionhouse.com/rfp38701590-comprehensive-scienceactliteracymath-diagnostic-and-supplemental-program.html
10-Jul-2025 12:00:00 AM CDT |
24-Jul-2025 1:00:00 PM CDT |
Warren County |
Day Cab Truck
|
<div>PUBLIC NOTICE<br /> <br />SEALED BIDS<br /> <br /> <br /> The Warren County Board of Supervisors is seeking sealed bids from licensed heavy equipment dealers to provide a DAY CAB TRUCK with FIFTH WHEEL for use by the Warren County Road Department. Deadline for receipt of sealed bids is 2:00 p.m. CST on Wednesday, July 31, 2025. The Bid File Number is 2025-0519. <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 />Bids are required to contain Guaranteed Buy Back Provisions for the equipment: 5 years/100,000 miles. Buy Backs shall be offered and guaranteed by the equipment bidder and not sublet to any other party.<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 /> <br />Compliance with Request for Proposals/Bids submission requirements;<br />Response to Technical Specifications of Equipment or Services required;<br />Delivery Schedule;<br />Demonstrated experience, ability and resources of the vendor to provide Equipment or Services required;<br />Warren County’s experience with the bidder or manufacturer, brand or model offered;<br />Warranty, maintenance and support services if applicable;<br />Guaranteed Buy Back offer for units at 5 years/100,000 miles; <br /> Companies submitting bids must be licensed heavy equipment dealers by the Mississippi Department of Revenue. The dealer supplying the Day Cab Truck with Fifth Wheel 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 procured shall be furnished in accordance with the bidder’s technical proposal and shall meet the requirements of the request for proposals/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 19th day of May 2025.<br /> <br /> <br />Warren County Board of Supervisors<br /> By: Victoria Bell, Purchasing Agent<br /> <br />PUBLISH: July 9, 2025<br /> July 16, 2025</div>
https://www.centralauctionhouse.com/rfp52678085-day-cab-truck.html
09-Jul-2025 12:00:00 AM CDT |
31-Jul-2025 2:00:00 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 Public Schools |
Bid 26-3272 Fire Extinguisher Replacement and Services
|
<br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Monday, July 07, 2025 & Monday, July 14, 2025<br />Jackson Advocate<br />Thursday, July 10, 2025 & Thursday, July 17, 2025<br />MS Link:<br />Thursday, July 10, 2025 & Thursday, July 17, 2025<br />Opening Date/Time<br />Friday, July 25, 2025 @ 10:00 A.M.<br />Bid 26-3272<br />Fire Extinguisher Replacement and Services<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br /> <br />Bid 26-3272<br />Fire Extinguisher Replacement and Services<br /> <br />Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, on Friday, July 25, 2025 until 10:00 A.M. (Local Prevailing Time) on the following dates and times associated with each RFP proposal which time and place they will be publicly opened and read aloud<br /> <br /> <br />A Pre-Bid Conference concerning all listed projects will be held in person at Enochs Administrative Complex, 101 Dr. Dennis Holloway Drive and Via TEAMS (see below for link) on Monday, June 18, 2025, at 10:00 A.M. Attendance at the pre-bid conferences is non-mandatory but strongly encouraged. Please see the link below.<br /> <br /> <br />Join Via TEAMS: https://teams.microsoft.com/l/meetup-join/19%3ameeting_MzdmODRjYjQtMTE2MS00OTcxLWIxODItYTA0MWIwZjU4ZTIw%40thread.v2/0?context=%7b%22Tid%22%3a%22b0d7dadf-39df-4e2c-8ff6-f5256d542f94%22%2c%22Oid%22%3a%2286627f22-2fef-4b6f-8dd6-4c8b69bbf1de%22%7d<br /> <br />Please email
[email protected] us to ensure your spot in the pre-bid conference. It is imperative to have this information before the meeting to confirm your attendance.<br /> <br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 July 2025 (Clarion); 03 July 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 July 2025 (Clarion); 10 July 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 18 July 2025 (TEAMS)<br />Final Date for Questions: 21 July 2025<br />Answers to Questions: 22 July 2025<br />Bid Opening Day: 25 July 2025 @ 10:00 A.M.<br />Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion Ledger Monday, July 07, 2025 & Monday, July 14, 2025<br />Jackson Advocate Thursday, July 10, 2025 & Thursday, July 17, 2025<br />Mississippi Link Thursday, July 10, 2025 & Thursday, July 17, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp91614267-bid-26-3272-fire-extinguisher-replacement-and-services.html
07-Jul-2025 12:00:00 AM CDT |
25-Jul-2025 10:00:00 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 |
22-Jul-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 |
Ocean Springs School District |
RFQ Energy Savings Performance Contract SY26
|
NOTICE FOR REQUESTS FOR QUALIFICATIONS<br /> <br /> <br />Sealed submissions will be received until and opened by the Ocean Springs School District Board of Trustees and/or their designee on Wednesday, July 23, 2025, at 2:00 PM, CST in the Ocean Springs School District Business Office, located at 2300 Government Street, P.O. Box 7002, Ocean Springs, Mississippi 39566, for the following:<br /> <br />REQUEST FOR QUALIFICATIONS<br /> <br />Energy Savings Performance Contract SY26<br /> <br /> <br />Specifications may be obtained in the School Business Office, 2300 Government Street, Ocean Springs, Mississippi, 39564, or by visiting www.ossdms.org. Official bid documents may be downloaded, and electronic bids may be submitted at www.centralauctionhouse.com. Submissions shall be received electronically until the date/time stated above or via mail carrier of choice. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of the proposal is not required but strongly encouraged.<br />All submissions must be sealed and marked,<br />RFQ-ENERGY SAVINGS PERFORMANCE CONTRACT SY26<br />The Board of Trustees reserves the right to reject any or all submissions and to waive any informality.<br /> <br />OCEAN SPRINGS SCHOOL DISTRICT<br />Dr. Vickie Tiblier<br />President, Board of Trustees
https://www.centralauctionhouse.com/rfp62111217-rfq-energy-savings-performance-contract-sy26.html
06-Jul-2025 12:00:00 AM CDT |
23-Jul-2025 2:00:00 PM CDT |
Bolivar County |
LSBP-06(27) Bond Busby Road
|
<br />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 Street Cleveland, Mississippi 38732 Until 10:00 AM on the 31st day of July 2025 and shortly thereafter publicly opened for the construction of 0.098 miles of BRIDGE and APPROACHES on the Bond-Busby being known as Local System Bridge Program (LSBP) Project No. LSBP-06(27) in Bolivar County Mississippi.<br /><br />PROJECT NO.Bolivar<br /><br />LSBP-06(27)<br />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 advertisement; minority business enterprise 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, 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 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 tendered will be considered an irregular bid and such proposal will not be considered in making the award.<br /> <br /><br /> <br /> <br />Published: July 2, 2025<div style="margin-left: 80px;">July 9, 2025</div>
https://www.centralauctionhouse.com/rfp73243935-lsbp-0627-bond-busby-road.html
02-Jul-2025 7:00:00 PM CDT |
31-Jul-2025 10:00:00 AM CDT |
Copiah-Lincoln Community College |
#749-SOFTBALL SCOREBOARD & VIDEO SYSTEM
|
LEGAL NOTICE<br />COPIAH-LINCOLN COMMUNITY COLLEGE<br />ADVERTISEMENT FOR REQUEST FOR PROPOSALS (RFP)<br /> <br />Sealed written RFP will be received for Copiah-Lincoln Community College in the Purchasing Office, Ewing Administration Building at Copiah-Lincoln Community College at Wesson, Mississippi until 2 p.m., Tuesday, July 22, 2025, for the following:<br /> <br />“#749 –SOFTBALL SCOREBOARD & VIDEO SYSTEM”<br /> <br />Bid specifications documents, specifications, interpretation and detailed information may be obtained from Erin B. Likens, Purchasing Agent, Copiah-Lincoln Community College, PO Box 460, Wesson, Mississippi 39191, 601-643-8316. Bid preparation will be in accordance with instructions to bid in the specification document. Copiah-Lincoln Community College reserves the right to waive all formalities and/or all bids. This is in accordance with 31-7-13m(xxx).<br /> <br />Official Bid documents can be downloaded from www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions about the electronic bidding process, please contact Central Bidding at 225-810-4814. <br /> <br />Dr. Dewayne Middleton, President<br />Copiah Lincoln Community College<br /> <br />Publish dates: July 2, 2025 <br /> July 9, 2025<br />
https://www.centralauctionhouse.com/rfp66276173-749-softball-scoreboard-video-system.html
02-Jul-2025 2:00:00 PM CDT |
22-Jul-2025 2:00:00 PM 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 |
Scott County |
One (1) or more 6 Ton Hydraulic Excavators
|
Advertisement for Bids<br />Notice is hereby given that sealed bids will be received by The Scott County Board of Supervisors for one (1) or more 6-Ton Hydraulic Excavators for use in the construction and maintenance of public roadways and bridges.<br />All bid specifications may be obtained electronically at www.centralbidding.com. For questions relating to the electronic bid process, please contact Central Bidding at 225-810-4814. Specifications may also be obtained by contacting the Scott County Purchase Clerk at 601-469-3110.<br />Sealed bids may be provided electronically at www.centralbiding.com or delivered to PO Box 630, Forest, MS 39074, to the attention of the Chancery Clerk. All bids should be clearly marked on the outside of the envelope indicating that it is a sealed bid. Sealed bids must be received on or before 9:00am on Monday, July 21, 2025.<br />In the purchase of said equipment, the Board reserves the right to reject any and all bids; and the Board reserves the right to take advantage of Miss. Code of 1972 Annotated §19-13-17, §31-7-13, and any other applicable laws of the State of Mississippi and any amendments thereof, and to pay thereof in installments, lease purchase payments, or to pay cash in its discretion.<br />By order of the Board of Supervisors on this the 23rd day of June, 2025.<br /> <br />Please run July 2nd and July 9th, 2025.
https://www.centralauctionhouse.com/rfp83162914-one-1-or-more-6-ton-hydraulic-excavators.html
02-Jul-2025 12:00:00 AM CDT |
21-Jul-2025 9:00:00 AM CDT |
Desoto County Board of Supervisors |
Federal Aid Project No. STP-7886-00(003)LPA/107341-701000 Commerce Street Extension
|
<br />Section 901 ADVERTISEMENT<br />Desoto County, MISSISSIPPI<br />Federal Aid Project No. STP-7886-00(003)LPA/107341-701000 Commerce Street Extension<br /> <br />The Board of Supervisors of Desoto County, Mississippi, will receive bids for the construction of Commerce Street between Della Street and Jaybird Road in Hernando, MS for a total project length of 0.6 miles, Federal Aid Project No. STP-7886-00(003)LPA/107341-701000 no later than 10:00 a.m., Local Time, Monday, July 28th, 2025, at the DeSoto County Administration Building located at 365 Losher Street, Hernando, Mississippi. All bids so received will be publicly opened and read aloud.<br />The work shall consist essentially of the following items:<br /> <br />The construction of approximately 0.6 miles of new 2-lane roadway construction and all associated grading and drainage work<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 Board of Supervisors of Desoto 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, sex, age, disability, religion 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 or purchased at the following locations:<br />365 Losher Street, Hernando, Mississippi 38632<br />Waggoner Engineering, Inc., 2540 Highway 51 South, Hernando, MS 38632Each 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 the Desoto County Board of Supervisors as bid security. Bidders shall also submit a current financial statement, if requested by the County. 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 DeSoto County Office of Procurement, 365 Losher Street, Suite 340, Hernando, MS 38632 prior to the hour and date above designated.<br /><br />Bidders choosing to submit electronically are required to contact the Desoto County Board of Supervisors at (662) 429 - 8180 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 /> <br />DESOTO COUNTY BOARD OF SUPERVISORS<br /><br /><br /><br />DESOTO COUNTY, MISSISSIPPI<br /> <br /> <br />BY <br />MARK GARDNER, PRESIDENT<br />DESOTO COUNTY BOARD OF SUPERVISORS<br /> <br /> <br />BY <br />MISTY HEFFNER, CHANCERY CLERK<br /> <br /> <br /> <br />PUBLISH: Desoto Times: 06/26/25 & 07/03/25<br /> Clarion Ledger: 06/26/25 & 07/03/25<br /> <br /> <br /> <br /> <br />901-2
https://www.centralauctionhouse.com/rfp94772721-federal-aid-project-no-stp-7886-00003lpa107341-701000-commerce-street-extension.html
27-Jun-2025 8:00:00 AM CDT |
28-Jul-2025 10:00:00 AM CDT |
Marion County Board of Supervisors |
Garbage Trucks
|
https://www.centralauctionhouse.com/rfp39752672-garbage-trucks-.html
26-Jun-2025 2:00:00 PM CDT |
04-Aug-2025 10:00:00 AM CDT |
City of Olive Branch |
Gas Regulator Station at Center Hill Road & MS Highway 178
|
<div style="text-align: center;">LEGAL NOTICE TO BIDDERS</div> <br />Sealed bids for Gas Regulator Station at Center Hill Road & MS Highway 178 will be received by the City of Olive Branch at 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 until 2:00 P.M. local time on Monday, July 28, 2025, and thereafter will be opened and publicly read.<br /> <br />The project consists of the fabrication and installation of a natural gas regulator station, complete with tie-in connections to the existing distribution system, testing, and commissioning, as set out in the project drawings and specifications.<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 “Gas Regulator Station at Center Hill Road & MS Highway 178” 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 /> <br />Bidders Must Submit along with the bid, Proof of Gas Operator Qualification Program which includes all of the Covered Tasks required for work done in this project. Bids must also include proof of drug and alcohol screening programs and welder’s certifications.<br /> <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 /> <br />WITNESS MY SIGNATURE THIS THE 23rd DAY OF JUNE, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK<br /> <br /><br /> <br /><br />
https://www.centralauctionhouse.com/rfp91620261-gas-regulator-station-at-center-hill-road-ms-highway-178.html
26-Jun-2025 8:40:00 AM CDT |
28-Jul-2025 2:00:00 PM CDT |
City of Brandon |
Brandon Civic Center
|
<b>Advertisement for Bids</b><br />From:<br />1. THE Owner (HEREINAFTER REFERRED TO AS Owner ):<br /> A. The City of Brandon, Mississippi<br /> 1000 Municipal Dr<br /> Brandon, MS 39042<br />2. AND THE Architect (HEREINAFTER REFERRED TO AS Architect ):<br /> Wier Boerner Allin Architecture<br /> 2727 Old Canton Road, Suite 200<br /> Jackson, MS 39216<br />3. TO: POTENTIAL BIDDERS<br /> A. Your firm is invited to submit an offer? under seal? to ?Owner? for construction of a ?renovation? located at ?1000 Municipal Drive, Brandon, MS 39042? before ?2? ?pm? local ?standard? time on the ?28th? day of ?July?, ?2025?, for:<br /> B. Project Description: Owner’s Bid Number 2025-11. Architect's Project Number 24-040?. Brandon Civic Center (Big Room) Renovations.<br /> C. Contract Documents may be obtained at Jackson Blueprint & Supply, Inc. 699 Monroe Street Jackson, MS 39202 (601) 353-5803 www.planroom.jaxblue.com. <br /> Bidders are responsible for all costs associated with downloading digital plans and/or printing costs (if requested).<br /> D. Bidders will be required to provide Bid security in the form of a ?Bid Bond of a sum no less than 5 percent of the Bid Amount?.<br /> E. Refer to other bidding requirements described in Document 00.2113 - Instructions to Bidders and Document 00.3100 - Available Project Information.<br /> F. Submit your offer on the Bid Form provided, including bid number 2025-11 marked in the lower left corner of the envelope. Bidders may supplement this form as appropriate.<br /> G. The City of Brandon also offers electronic bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions regarding the electronic process, please call Central Bidding at (225) 810-4814.<br /> H. Your offer will be required to be submitted under a condition of irrevocability for a period of 60 days after submission.<br /> I. The Owner reserves the right to accept or reject any or all offers.<br />4. SIGNATURE<br /> A. For: The City of Brandon, Mississippi<br /> B. By: Butch Lee, Mayor<br /> 1. Signed: /s/ Butch Lee<br />5. Dates of Publication:<br /> A. 1st advertisement: June 25,2025<br /> B. 2nd advertisement: July 2, 2025
https://www.centralauctionhouse.com/rfp23161085-brandon-civic-center-.html
25-Jun-2025 12:00:00 AM CDT |
28-Jul-2025 2:00:00 PM CDT |
Pearl River Valley Water Supply District |
RFP #25-100-8-99 Water and Wastewater Maintenance and Repair Services
|
NOTICE OF REQUEST FOR PROPOSALS NO. 25-100-8-99<br />PEARL RIVER VALLEY WATER SUPPLY DISTRICT<br />PROFESSIONAL WATER AND WASTEWATER<br />MAINTENANCE & REPAIR SERVICES<br /> <br />The Pearl River Valley Water Supply District (the “District”), Ridgeland, Mississippi, will accept sealed proposals from qualified firms for professional services related to the maintenance and repair of its water and wastewater facilities and systems. Firms proposing to furnish such professional services are requested to submit a proposal to the attention of Mr. Mark Beyea, District Engineer, Pearl River Valley Water Supply District, 115 Madison Landing Circle, Ridgeland, MS 39157 by 11:00 a.m. on July 22, 2025 at which time the proposals will be publicly opened in the conference room at 115 Madison Landing Circle, Ridgeland MS, 39157.<br /> <br />All proposals shall be submitted in a sealed envelope marked "Water and Wastewater Maintenance and Repair Services." Proposal envelopes must contain the firm's name and mailing address on the face of the envelope.<br /> <br />Any firm desiring a copy of the Request for Proposals should contact Mark Beyea, District Engineer, phone number (601) 605-6886, Pearl River Valley Water Supply District during regular office hours, Monday through Friday. The Request for Proposals may be obtained by contacting Brigitte Walker at
[email protected] ,at the PRVWSD’s website www.therez.ms or at Central Bidding centralbidding.com. <br /> <br />The District will select the most qualified proposal and proceed to negotiate a contract with the selected firm. The District reserves the right to waive any informality in any/all proposals as may appear to be in the best interest of the District, or to reject any/all proposals, or to not enter into a contract with any firm submitting a proposal.<br /> <br />Dated this the _20th_ day of June, 2025__.<br /> <br />Adam Choate<br />Executive Director<br />Pearl River Valley Water Supply District<br />1st Advertisement: 6/20/25<br />2nd Advertisement: 6/27/25
https://www.centralauctionhouse.com/rfp92535554-rfp-25-100-8-99-water-and-wastewater-maintenance-and-repair-services-.html
20-Jun-2025 12:00:00 AM CDT |
22-Jul-2025 11:00:00 AM CDT |
City of Jackson |
City of Jackson Infrastructure Improvements Roadway Resurfacing Project No.COJ-RS-01
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div><br />NOTICE is hereby given that the City of Jackson will receive sealed bids until the hour of 3:30 PM on Julv 22. 2025. at the City Clerk's office for the furnishing of all labor and materials and for the construction of that certain project designated as COJ-BCG-OI.<br /><br />Drawings and Specifications are on file at the office of the Engineering Division, Department of Public Works.<br /><br />The project consists of the construction of: Overlay. Leveling. Base Repair, Milling. and Striping. and all related appurtenances shown on the Bid Form.<br /><br />The total Contract Time will be 270 consecutive calendar days, and the liquidated damages will be $750 per consecutive calendar day thereafter.<br /><br />The City of Jackson hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises/woman business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the younds of race, color, or national origin in consideration for an award.<br /><br />Copies of the plans and specifications, together with contract documents, may be obtained from the office of IMS Engineers located at 126 E. Amite Street upon payment of $150 for each set, none of which is refundable.<br /><br />The award will be made to the lowest and best bidder, and the City of Jackson reserves the right to reject any and all bids.<br /><br />Henry Chia Department of Public Works<br /><br />PUBLISH:<br />June 19 2025 and June 24.2025 in the<br />Mississippi Link and Clarion Ledger<br /><br />Furnish proof of publication to: the Engineering Department and the IMS Engineers
https://www.centralauctionhouse.com/rfp24424096-city-of-jackson-infrastructure-improvements-roadway-resurfacing-project-nocoj-rs-01.html
19-Jun-2025 8:00:00 AM CDT |
22-Jul-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Bridge Rehabilitation Project-Shaw Road Bridge Rehabilitation
|
ADVERTISEMENT FOR BIDS – NOTICE TO CONTRACTORS<br /><br />City of Jackson Bridge Rehabilitation Project<br /><br />Shaw Road Bridge Rehabilitation<br /><br />Jackson, Mississippi<br /><br />PROJECT NO. 24Bxxxx.xxx<br /><br />Sealed bids will be received by the City of Jackson, Mississippi, until 3:30 P.M. CST, Tuesday, 7/22/2025 at the City Clerk’s Office located at 219 S. President St., for supplying all labor, materials and equipment as required under the plans and specifications for the construction of City of Jackson Shaw Road Bridge Rehabilitation Project, City Project No. 24Bxxxx. Please address envelope to City Clerk, P.O. Box 17, Jackson, MS 39205.<br /><br />The entire project must be completed within 90 calendar days. The contract will be subject to liquidated damages in the amount of one thousand Dollars ($1000.00) per calendar day for each consecutive calendar day in which the contract time is exceeded.<br /><br />The City of Jackson is committed to the principle of non-discrimination in public contracting. 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 precondition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) ordinance. Failure to comply with the City’s ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the office of Economic Development at (601) 960-1856. Copies of the ordinance, EBO Plan Applications and a copy of the Program are available at 200 South President Street, Warren Hood Building, Second Floor, Jackson, Mississippi.<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 />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, sex, or disability in consideration for an award.<br /><br />Contract Drawings, Contract Specifications, and Proposals forms are on file and open to public inspection on the 4th floor (Engineering Division) of the Warren Hood Building located at 200 South President Street, Jackson, MS 39205. One (1) copy of the Plans, Specifications, and Contract Documents may be procured at the office of the Engineer between the hours of 8 am and 5 pm, local time, Monday through Friday or by appointments, upon payment of $100.00 dollars for each set, which will not be refunded. Checks are to be made payable to the Engineer. The Engineer is Myriad Engineering Solutions, LLC, 4780 I-55 N, Suite 100, Jackson, Mississippi 39211; (601) 207-1560. For technical questions, please contact Stephanie Vivians, P.E., at Myriad Engineering Solutions, LLC. The Standard Specifications adopted by the City<br /><br />Council may be procured from the Department of Public Works, if desired upon payment of $5.00 dollars for each specification.<br /><br />Bidders must be qualified under Mississippi law and possess a certificate of responsibility issued by the Mississippi State Board of Contractors establishing its classification as to the value and type of construction on which it is authorized to bid. Each bidder must deposit with its proposal a bid bond or certified check in an amount equal to five percent (5%) of the total bid for the work, payable to the City of Jackson, as the bid security.<br /><br />The successful bidder shall furnish a Performance Bond and Payment Bond each in the amount of one hundred percent (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.<br /><br />Each bidder must submit with his bid a separate attachment stating his qualifications to perform the work. The Statement of Qualifications shall list 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. Failure to provide this information will cause the Contractor’s proposal to be rejected by the owner as non-responsive.<br /><br />Proposals shall be submitted in triplicate, sealed and deposited with the City of Jackson’s City Clerk prior to the hour and date designated above. Each bidder shall write its certificate of responsibility number on the outside of the sealed envelope containing its proposal.<br /><br />The City of Jackson reserves the right to reject any and all bids and to waive any and all informalities<br /><br />_____________________<br /><br />Henry Chia<br /><br />Department of Public Works<br /><br />Publication Dates: 6/19/2025 & 6/26/2025<br /><br />Bid Opening Date: 7/22/2025<br /><br />Publication: Mississippi Link
https://www.centralauctionhouse.com/rfp11057273-city-of-jackson-bridge-rehabilitation-project-shaw-road-bridge-rehabilitation.html
19-Jun-2025 8:00:00 AM CDT |
22-Jul-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson-Alyce Drive Bridge Replacement
|
SECTION 1<br />ADVERTISEMENT<br /> <br />CITY OF JACKSON<br /> <br />ALYCE DRIVE<br />BRIDGE REPLACEMENT<br /> <br />The City Clerk of the City of Jackson will receive bids for the replacement of bridge located on Alyce Drive no later than 3:30 P.M., Local Prevailing Time, __July 22, 2025, in the Municipal Clerk’s Office located at 219 South President Street, Jackson, Mississippi. All bids so received will be publicly opened and read aloud.<br /> <br />The work shall consist essentially of the following items: <br /> <br /> 1) Removal/Replacement of the Alyce Drive Bridge in its entirety plus related approach work.<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. Contract time shall be 90 consecutive calendar days from the effective date shown in the Notice to Proceed. Liquidated damages will be assessed for each consecutive calendar day the Work has not achieved Final Completion. The amount of liquidated damages per day will be $500.00 plus any additional actual costs above $500.00 incurred by the Owner. These actual costs include, but are not limited to, engineering, inspection, and other construction related costs resulting from the Contractor’s failure to complete the work on schedule.<br /> <br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full an equal business opportunity for all persons doing business with the City. As a precondition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) ordinance. Failure to comply with the City’s ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact Ms. Yika Hoover (Manager) in the office of Economic Development at (601) 960-1856. Copies of the ordinance, EBO Plan Applications and a copy of the Program are available at 200 South President Street, Warren Hood Building, Second Floor, Jackson, Mississippi.<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 />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, sex, or disability in consideration for an award.<br /> <br />Bids shall be made out on the bid proposal form to be provided, sealed in an envelope and plainly marked on the outside of the envelope: “Bid for CITY OF JACKSON ALYCE DRIVE BRIDGE REPLACEMENT. Each bidder shall write his Certificate of Responsibility Number on the outside of the sealed envelope containing his proposal. Bids and EBO Plans shall be submitted in triplicate, sealed and deposited with the City Clerk Office, City Hall – 219 South President Street, Jackson, Mississippi prior to the hour and date hereinbefore designated. No bidder may withdraw his bid within 90 days after the actual date of the opening thereof.<br /> <br />A pre-bid conference will be held on ___July 15_at__10 am. in the Public Works Department 5th floor conference room of the Warren Hood Building, 200 South President Street, Jackson, MS 39201. All potential contractors, subcontractors, and other interested parties are encouraged to attend.<br /> <br /> <br />The Contract Documents are on file and may be examined at the following locations:<br />1. City of Jackson - Public Works - Warren Hood Bldg. 4th Floor; Engineering Manager Office, 200 South President St., Jackson, Mississippi 39201.<br />2. CiViLTech, Inc., 5420 Executive Place, Jackson, Mississippi, 39206<br /> <br />Copies of the Contract Documents, Contract Drawings and Contract Specifications maybe procured through the following:<br /> <br />All documents required for bidding purposes may be obtained from CiViLTech, Inc., located at 5420 Executive Place Jackson, MS 39206 (Mailing address: P.O. Box 12852 Jackson, MS 39236-2852) upon payment of $100.00 for each set, which will not be refunded.<br />All documents required for bidding purposes may be obtained through Central Bidding at www.centralbidding.com, upon payment for each set, which will not be refunded. Electronic Bids may be submitted at www.centralbidding.com. For any questions related to electronic bidding, please call Central Bidding at 225-810-4814. <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 percent (5%) of the total bid price, payable to the City of Jackson as bid surety. Bidders shall also submit a current financial statement, if requested by the City. 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 />Work to be performed shall be in accordance with the “Mississippi 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 City of Jackson reserves the right to reject any and all bids and to waive any and all informalities.<br /> <br /> <br /> <br /> <br />______________________________ <br />Henry Chia<br />Department of Public Works <br /> <br />Publications and Publishing Dates<br />The Clarion Ledger & Mississippi Link<br />Publication Dates: June 19, 2025, and June 24, 2025<br />Pre-Bid Date: July 15, 2025<br />Bid Opening Date: July 22, 2025<br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp4143692-city-of-jackson-alyce-drive-bridge-replacement.html
19-Jun-2025 8:00:00 AM CDT |
22-Jul-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Infrastructure Improvements Bridge Clearing & Grubbing Project No:COJ-BCG-01
|
ADVERTISEMENT FOR BIDS<br /><br />NOTICE is hereby given that the City of Jackson will receive written sealed bids until the hour of 3:30 PM on July 22, 2025, at the City Clerk's office for the furnishing of all labor and materials and for the construction of that certain project designated as COJ-BCG-01.<br /><br />Drawings and Specifications are on file at the office of the Engineering Division, Department of Public Works.<br /><br />The project consists of the construction of: Bridge Right of Way Clearing and Grubbing. and all related appurtenances shown on the Bid Form.<br /><br />The total Contract Time will be 270 consecutive calendar days, and the liquidated damages will be $750 per consecutive calendar day thereafter.<br /><br />The City of Jackson hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises/woman 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, or national origin in consideration for an award.<br /><br />Copies of the plans and specifications, together with contract documents, may be obtained from the office of IMS Engineers located at 126 E. Amite Street upon payment of $150 for each set, none of which is refundable.<br /><br />The award will be made to the lowest and best bidder, and the City of Jackson reserves the right to reject any and all bids.<br /><br />Henry Chia<br /><br />Department of Public Works<br /><br />PUBLISH:<br /><br />June 19, 2025, and June 24, 2025, in the<br /><br />Mississippi Link and Clarion Ledger<br /><br />Furnish proof of publication to: the Engineering Department and the IMS Engineers
https://www.centralauctionhouse.com/rfp20247717-city-of-jackson-infrastructure-improvements-bridge-clearing-grubbing-project-nocoj-bcg-01.html
19-Jun-2025 8:00:00 AM CDT |
22-Jul-2025 3:30:00 PM CDT |
Itawamba County |
Single Axle Dump Truck
|
IN THE MATTER OF PUBLICATION<br /> <br />ADVERTISEMENT FOR BIDS FOR (1) or more DUMP TRUCKS WITH A SINGLE REAR AXLE CLASS 7 STRAIGHT TRUCK CHASSIS WITH 8-10 YARD BODY, FOR ITAWAMABA COUNTY ROAD DEPARTMENT.<br /> <br /> LEGAL NOTICE<br /> <br />Notice is hereby given that the Itawamba County Board of Supervisors will, accept sealed bids at 201 West Main St. Fulton, MS 38843, or electronic bids, at www.central bidding.com until 9:00 a.m. on July 22nd , 2025, for one (1) or more single axle dump trucks with 8–10-yard body, for the Itawamba County Road Department according to specifications on file with the Clerk of the Board and online at www.centralbidding.com. The Board reserves the right to reject any and all bids and to waive informalities. Bidders may download official documents from Central Bidding at www.centralbidding.com or request the documents from Itawamba County at 662-862-5600. Electronic bids can be submitted through Central Bidding at www.centralbidding.com. Any questions regarding the electronic bid process should be directed to Central Bidding at 1- 225-810-4814.<br />Done by unanimous vote of the Board of Supervisors of Itawamba County, Mississippi, this the 17th day of June. 2025.<br />
https://www.centralauctionhouse.com/rfp61002899-single-axle-dump-truck.html
18-Jun-2025 11:00:00 AM CDT |
22-Jul-2025 9:00:00 AM CDT |
Hinds County Human Resource Agency |
BID #0625R22321 - A MULTI SITE FLOORING REPAIR AND REPLACEMENT FOR HINDS COUNTY HUMAN RESOURCE AGENCY
|
ADVERTISEMENT FOR BIDS<br />HINDS COUNTY HUMAN RESOURCE AGENCY<br />MULTI SITE FLOORING REPAIR AND REPLACEMENT<br />258 MADDOX ROAD<br />JACKSON, MISSISSIPPI 39212<br />BID# 0625R22321<br />Notice is hereby given that sealed bids will be received by the Hinds County Human Resource Agency until 2:00<br />p.m., local time, on July 22, 2025, at the Fiscal Department of Hinds County Human Resource Agency, Attn:<br />Shirley Gibbs, 258 Maddox Road, Jackson, Mississippi 39212 for supplying all labor and materials necessary for<br />performing the services for the MULTI SITE FLOORING REPAIR AND REPLACEMENT PROJECT.<br />Received bids will be publicly open and read aloud at 2:01 p.m., local time, on July 22, 2025, at the Hinds County<br />Human Resource Agency.<br />Bidders must be qualified under Mississippi Law and have a Certificate of Responsibility issued by the Mississippi<br />State Board of Public Contractors.<br />Each bid must be accompanied by a certified check of the bidder, or a certified bid bond, duly executed by the<br />Bidder as principal and having as surety thereon a surety company licensed by the State of Mississippi and signed by<br />an agent resident in Mississippi, in the amount of five percent (5%) of the base bid amount.<br />Bid documents are being made available via electronic copy. Plan holders are required to register for an account at<br />www.mc3lroyarchplans.com view and order Bid Documents. All plan holders are required to have a valid email<br />address for registration. Bid documents are non-refundable and must be purchased through the website. Questions<br />regarding website registration and online orders please contact Plan House Printing at (662) 407-0193.<br />A complete copy of the Plans and Specifications may be inspected at the office of the Architect: Mc3lroy<br />Architecture, PLLC, William L. McElroy AIA, NCARB, 4880 McWillie Circle, Jackson, MS 39206, 601-981-1227.<br />All Bidders are encouraged to attend the pre-bid conference to be held on site at THE Hinds County Human<br />Resource Center, located at 258 Maddox Road, Jackson, Mississippi 39212 on July 1, 2025 at 2:00 p.m., local<br />time.<br />Bidders shall comply with the President’s Executive Order Numbers 11246 and 11375 which prohibit discrimination<br />in employment regarding race, creed, color, sex, or national origin.<br />Bidders shall comply with Title VI of the Civil Rights Act of 1964, the Anti-Kickback Act and the Davis Bacon Act.<br />Bidders shall furnish a certification of prior work under Executive Order 11246 (Equal Employment Opportunity).<br />Contract award will be made to the lowest and best bidder and Hinds County Human Resource Agency reserves the<br />right to reject any and all bids.<br /><br /><br /><br />
https://www.centralauctionhouse.com/rfp17230274-bid-0625r22321--a-multi-site-flooring-repair-and-replacement-for-hinds-county-human-resource-agency.html
17-Jun-2025 12:00:00 AM CDT |
22-Jul-2025 2:00:00 PM 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 |
22-Jul-2025 11:00:00 AM CDT |
City of Gluckstadt |
Advertisement for Bids - Calhoun Station Overlay Project
|
Section 901<br />ADVERTISEMENT<br />Madison County, MISSISSIPPI<br />Federal Aid Project No. <b>STP-7023-00(001)LPA/109645-701000</b><br /><br />The City of Gluckstadt, Madison County, Mississippi, will receive bids for the <b>milling, base repair, overlay and striping of Calhoun Station Parkway from Gluckstadt Road to the Gluckstadt City Limits</b> for a total project length of 0.993 miles, Federal Aid Project No. STP-7023-00(001)LPA/109645-701000 no later than 10:00 a.m., Local Time, July 22, 2025, at the Office of the City Clerk located at 343 Distribution Drive, Madison, Mississippi 39110. All bids so received will be publicly opened and read aloud.<br /><br />The work shall consist essentially of the following items:<br /><b>Milling, base repair, overlay and striping. All other related items of work required to complete the project as shown and specified in the Contract Documents.</b><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 Gluckstadt of 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, sex, age, disability, religion or national origin in consideration for an award.<br /><br /><b>The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements.</b><br /><br />The Contract Documents are on file and may be examined or purchased for $250.00 at the following locations:<br /><br /><b>1. 343 Distribution Drive, Madison, MS 39110.<br />2. Stantec Consulting Services Inc., 396 Business Park Drive, Suite E, Madison, MS 39110.</b><br /><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 the City of Gluckstadt as bid security. Bidders shall also submit a current financial statement, if requested by the City. 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 Clerk, 343 Distribution Drive, Madison, MS 39110, Mississippi prior to the hour and date above designated.<br /><br />Official bid documents can be downloaded from Central Bidding at <b>www.centralbidding.com</b>. Electronic bids can be submitted at <b>www.centralbidding.com</b>. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Work to be performed shall be in accordance with the “Mississippi State Highway Standard Specifications for Road and Bridge Construction, 2017”, together <i><b>with all amendments and/or special provisions and/or addenda</b></i> 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 Gluckstadt,<br />BY_______________________________<br />Walter C. Morrison, IV, Mayor<br />PUBLISH: June 19, 2025 & June 26, 2025
https://www.centralauctionhouse.com/rfp77303962-advertisement-for-bids--calhoun-station-overlay-project.html
16-Jun-2025 12:00:00 AM CDT |
22-Jul-2025 10:00:00 AM CDT |
Bolivar County |
Terrene Landing River Park Improvements
|
<div style="text-align: center;">Section 901<br />ADVERTISEMENT<br />Bolivar County, MISSISSIPPI<br /> <br />Federal Aid Project No. STP-0006-00(016) LPA / 109372-701000</div> <div style="text-align: justify;">The Bolivar County Board of Supervisors will receive bids for the improvement of Terrene Landing River Park, Federal Aid Project No. STP-0006-00(016) LPA / 109372-701000 no later than 9:30 a.m., Local Time, 07/21/2025, at the Bolivar County Courthouse Annex Building located at 200 S. Court Street, Cleveland, Mississippi. All bids received will be publicly opened and read aloud.<br />The work shall consist essentially of the following items:<br />Installing borrow, sidewalk, and riprap. All other related items of work required to complete the project as shown and specified in the Contract Documents.<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 the 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 Bolivar County Board of Supervisors hereby notifies all Bidders that it will affirmatively ensure 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, sex, age, disability, religion 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 />The Contract Documents are on file and may be examined or purchased at the following locations:<br />200 S. Court Street, Cleveland, MS 38732.<br />Eley|McPherson Engineering, P.A., 306 Third Street, Cleveland, Mississippi 38732<br />Eley|McPherson Engineering’s Planroom – https://www.centralauctionhouse.com/main.phpEach bid shall be accompanied by a Cashier’s check, 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 Bolivar County Board of Supervisors as bid security. Bidders shall also submit a current financial statement if requested by the County. 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 their entirety shall be submitted in a sealed envelope and deposited with the Chancery Clerk, 200 S. Court Street, Cleveland, Mississippi prior to the hour and date above designated.<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.</div> <br /> <div style="text-align: right;">BOLIVAR COUNTY BOARD OF SUPERVISORS<br />BOLIVAR, MISSISSIPPI<br /> <br /> <br />BY: Board President<br />Larry L. King, Bolivar County</div><br /> <br />PUBLISH: June 16, 2025 and June 23, 2025<br /> <br /> <br /> <br /> <br /> <div style="text-align: center;">901-2</div><div style="text-align: center;"> </div>
https://www.centralauctionhouse.com/rfp96038841-terrene-landing-river-park-improvements.html
16-Jun-2025 12:00:00 AM CDT |
21-Jul-2025 9:30:00 AM CDT |
Coastal Mississippi |
Coastal Mississippi Request for Proposals Public Relations and Social Media Services
|
COASTAL MISSISSIPPI REQUEST FOR PROPOSALS: PUBLIC RELATIONS & SOCIAL MEDIA SERVICES<br />Proposals due on or before 4:00 p.m. CDT on July 28, 2025<br /> INTRODUCTIONThe Mississippi Gulf Coast Regional Convention and Visitors Bureau, d/b/a COASTAL MISSISSIPPI (“Bureau” or “COASTAL MISSISSIPPI”), is charged with attracting and serving visitors by communicating and facilitating the COASTAL MISSISSIPPI experience. COASTAL MISSISSIPPI’s multi-faceted Public Relations and outreach approach includes local, statewide, regional, domestic, and international markets. The Bureau is searching for a Public Relations agency that will offer a strategic and creative approach based on sound research that will increase awareness of COASTAL MISSISSIPPI as a travel and tourism destination and attract overnight visitors.<br />ABOUT COASTAL MISSISSIPPI. Coastal Mississippi is a political subdivision of the State of Mississippi governed by 15 Commissioners appointed by the Boards of Supervisors of Harrison, Jackson, and Hancock Counties with a fiscal year spanning October 1 through September 30.<br /> <br />OBJECTIVEThe objective of this RFP is to seek qualified agencies who have a working knowledge of the tourism industry and can demonstrate the necessary experience to produce research and strategy, media outreach, messaging and positioning, media material development, event planning and execution, content creation, social/digital collaboration, monitoring and reporting for COASTAL MISSISSIPPI’S leisure travel market, meetings & conventions market, and sports tourism market. Although it is our intent to contract with the person/company that best meets the qualifications to complete the scope of work, COASTAL MISSISSIPPI may terminate the negotiations if they are unsuccessful in reaching an agreement on all matters, including the scope of work and cost.<br /> <br />COASTAL MISSISSIPPI intends to contract with a qualified agency to support its continued efforts to strengthen the reputation of the destination. Future projects undertaken by the selected agency that are enumerated or implied to fall under the scope of this RFP will be paid from the general operating fund of the Bureau, which is derived from public tax dollars.<br />Further, in compliance with pertinent regulations and statutes, COASTAL MISSISSIPPI encourages small, minority, and women-owned businesses to respond to this RFP. As such, this RFP will be placed on MS PTAP, the bureau’s website, Central Bidding’s website, and placed in the newspaper at the time of publication to ensure equal opportunity for all to respond. COASTAL MISSISSIPPI will comply with all procurement requirements outlined in Mississippi law.<br />This RFP in no way commits COASTAL MISSISSIPPI to award a contract, to pay any costs in preparation of a proposal, or to contract for the goods and/or services offered. Although it is COASTAL MISSISSIPPI’s intent to contract with the person/company that best meets the qualifications to complete the scope of work, COASTAL MISSISSIPPI may terminate the negotiations if they are unsuccessful in reaching an agreement on all matters, including the scope of work and cost.<br /> <br />TARGET AUDIENCE DETAILSAs our marketing efforts grow in scale, so do our efforts to connect with travelers who represent ample and enduring growth opportunities for Coastal Mississippi. We will continue to monitor universal changes in traveler sentiment and behaviors; however, the primary focus will be on the Experiential Travelers Audience.<br /> <br />While there remains room for growth within the Experiential Traveler audience, we see an opportunity to expand the definition and diversify the audience by better understanding the multicultural makeup and focusing on how to reach and connect with all who wish to visit.<br />CORE EXPERIENTIAL TRAVELERTraveling with friends, partners, or solo. Frequent travelers seeking new travel experiences off the beaten path.<br />FAMILY EXPERIENTIAL TRAVELERTraveling with family, young and old. Seasonal travelers are seeking travel experiences that build stronger bonds.<br /> <br />SCOPE OF WORKCOASTAL MISSISSIPPI wishes to employ an outside agency to produce an overall dynamic public relations and social media strategy including but not limited to reputation management, brand integrity, media relations, organic social media, event planning, outreach, research, media training, copywriting, and creation of various collateral pieces for use as content and messaging, print and digital, traditional print, broadcast media, website redesign, and other relevant components. The agency would become the creative agency of record for FY26, FY27, and FY28, with the option to extend the contract.<br /> <br />The agency should recommend an overall Public Relations and Social Media strategy to clearly position COASTAL MISSISSIPPI to visitors as an affordable and attractive open destination for those who enjoy traveling, specifically in its top drive markets and fly markets. It will be imperative to ensure this scope of services adheres to any changing public health guidelines and is conveyed in an informed manner.<br /> <br />The selected agency’s responsibilities will include the following:<br /> <br /> <br />Create a portfolio of messaging and provide assistance with identifying fulfillment material gaps, including photos, videos, and testimonials, for use in promotional materials and a sustainable travel campaign<br />Develop and build a public relations strategy<br />Create dynamic campaigns for niche visitor segments based on behavior and travel trends<br />Develop a campaign to attract visitors to each of COASTAL MISSISSIPPI’s defined markets <br /> <br />AVAILABLE FUNDSBUDGET: COASTAL MISSISSIPPI will fund this contract at a minimum of $468,000.00 over three years, with an opportunity for additional funding based upon availability of resources and subject to mutual agreement of both parties in writing. This budget is based on creative production, account management fees, and out-of-pocket expenses. This budget will be implemented in phases over a three-year period.<br />BILLING: COASTAL MISSISSIPPI will pay monthly. Invoices must be dated and received by the 10th day of the month for payment in the following month. Invoices should be on letterhead from the selected agency and include the month(s) for which payment is due as well as detail of work completed with appropriate back-up from third parties and available analytic reports, at the mutually agreed upon rate(s) or amount in the executed contract and all back-up including detailed invoices, contracts, or subscriptions from third party or contracted vendors.<br /> <br />OFFICIAL CONTACTCOASTAL MISSISSIPPI requests that the proposer designate one person to receive all communications for clarification and verification of information related to this proposal.<br /> <br />TIMELINEThis tentative timeline may be altered at any time at the discretion of COASTAL MISSISSIPPI.<br /> <br />RFP available to agencies<br />6/11/2025<br />Final day to submit questions regarding this RFP<br />6/25/2025<br />Questions answered<br />7/9/2025<br />Proposals due by 4:00 p.m. CDT<br />7/28/2025<br />Proposals evaluated by the RFP committee and interviews conducted (if deemed necessary)<br />8/1/2025-8/27/2025<br />The agency is selected, and contract negotiations commence.<br />8/28/2025<br />The contract is approved.<br />9/25/2025<br />Work begins.<br />10/1/2025<br /> <br />SUBMITTAL REQUIREMENTS & DELIVERABLESYour response to this RFP must be submitted in the following format and labeled accordingly:<br /> <br />Statement of Qualifications – Provide a written statement of your agency’s qualifications forproviding the work as described in the Scope of Work<br />Tourism Experience – Provide a written statement of your involvement in the tourism industry, specifically with DMO clients, industry memberships, and resources<br /><br />C. Organization, Ownership, and Management<br /><br />Name, address, and telephone number of the entity that will be contracted with, and all trade names to be used<br />Name, address, and telephone numbers of the organization’s principal officers and otherowners<br /> <br />D. Organization’s Structure and Experience<br /><br />Organizational chart of the company, including any subcontractors who will work with COASTAL MISSISSIPPI<br />Total number of employees, including full-time, part-time, and contract workers<br />Summary of employees who will work on the account, including their name, title, a short summary of their qualifications, and their main role in working with COASTAL MISSISSIPPI.<br />Hours of operation when staff will be available and any satellite offices<br />Experience as it relates to creative content, messaging, campaign strategy, and ad design. No more than three relevant case studies should be provided, including project goals with measurable KPIs and results. Creative work should be included for each case study.<br /><br />E. Client Information<br /><br />Current clients in descending order of size.<br />List your two most recent past clients and the reason for termination.<br />List any travel/tourism clients and their current status.<br /><br />F. Account Gain and Loss<br /><br />Indicate if the agency has had a contract terminated for non-performance over the last five years, with either litigation determining the agency at fault or no litigation due to inaction on the part of the organization.<br />List of accounts gained over the last two years and why your organization was awarded the work.<br />Three references that are current accounts with contact names, email, and phone numbers.E. Conflict(s) of Interest - The proposer must declare and provide details of any actual, potential, or perceived conflict(s) of interest.<br />F. Certification Statement – A Certification Statement stating the accuracy of the proposal must be signed and accompany all RFP Response submissions.<br />G. Budget - Please provide a proposed budget based on the three fiscal years of the contract for the Scope of Work and out-of-pocket expenses. Note: Although COASTAL MISSISSIPPI’s fiscal year begins October 1 and ends September 30, please base your proposed budget on the 12-month period.<br /> <br />CONDITIONS OF PARTICIPATION<br /><br />Submittals in response to this request and respondents' participation in the process shall be at no cost or obligation to COASTAL MISSISSIPPI. COASTAL MISSISSIPPI reserves the right to, at any time, abandon or terminate its efforts to contract for any or all of said services without any obligation to any respondent.<br />Responses to this request and other materials submitted shall become the property of COASTAL MISSISSIPPI and will not be returned.<br />Respondent shall not contact any COASTAL MISSISSIPPI personnel or staff after this request has been advertised, except to ask questions as specified below under "Respondent Questions." Such contact will be considered a cause for disqualification.<br />COASTAL MISSISSIPPI may waive any informalities or minor defects or reject any and all submittals.<br />COASTAL MISSISSIPPI reserves the right to reject any submittal if the evidence submitted by, or investigation of, such respondent demonstrates that such respondent or its subcontractors, in COASTAL MISSISSIPPI 's opinion, are not properly qualified to carry out the obligations of the Contract or to complete the Work contemplated therein.<br />All applicable laws, ordinances, and the rules and regulations of all governmental authorities having jurisdiction shall apply to the Contract throughout.<br />By executing a signature on the submittal, the respondent certifies that neither the respondent nor any of its team members is currently debarred from submitting proposals or entering into contracts issued by any political subdivision or agency of the State of Mississippi. <br />EVALUATION & SELECTIONCOASTAL MISSISSIPPI will establish a committee to evaluate and rate all proposals based on the criteria prescribed. Bids will be opened in the first scheduled meeting of COASTAL MISSISSIPPI following the date bids are due; provided, however, that COASTAL MISSISSIPPI, in the event of a finding of exigent circumstances, may authorize the President of the Board of Commissioners, the Chief Executive Officer and another officer of the Board of Commissioners to open bids and to report the results thereof to the Board of Commissioners.<br /> <br />SELECTION PROCESSProposals meeting all requirements of the RFP will be evaluated by a review committee and ranked based on the following selection criteria. Top agencies will be chosen for Step 2.<br />Tourism Industry Experience 15%<br />Qualifications to execute the plan of work, including costs of services 60%<br />References from past clients 10%<br />Evaluation of prior work 15% <br />Top agencies may be invited to present, in person or via video conference, their suggested framework, if deemed necessary.<br /> <br /> <br />A contract will be awarded to the organization whose proposal is determined to be the most advantageous to COASTAL MISSISSIPPI, taking into consideration the criteria set forth in this RFP. Upon completing the selection process under this RFP, COASTAL MISSISSIPPI will notify the winning proposer and all other proposers who were not selected. COASTAL MISSISSIPPI’s evaluations of proposals are confidential, and as such, COASTAL MISSISSIPPI is unable to respond to any questions and/or requests for information as to why a company was not selected, without a formal public records request being filed.<br /> <br />After awarding the contract, the schedule will include a period of collaboration between COASTAL MISSISSIPPI and the selected agency to better define, elaborate upon, and update the agency’s final Scope of Work and general Terms and Conditions. For the selected agency, an employee will be designated as your contact and will coordinate any materials needed or questions answered with all other COASTAL MISSISSIPPI employees.<br /> <br />STANDARD CONTRACTPlease submit a draft sample contract in Word format for review with the submitted proposal.<br /> <br />DELIVERY REQUIREMENTSPlease submit three hard copies of responses along with a digital version of the proposal on a hard drive or USB drive. Proposals may also be submitted electronically at www.centralbidding.com. All proposals should include a clear, concise narrative. The proposal format is open to presentation style but must include the aforementioned items.<br />Printed submissions must be marked "RFP: Public Relations Services" and delivered to:<br />COASTAL MISSISSIPPI<br />Attn: Pattye Meagher, Director of Communications & Engagement 2350 Beach Boulevard, Suite A<br />Biloxi, Mississippi 39531<br />Submittals received in any manner not specifically set forth above shall not be accepted or considered. Submittals received after the deadline will not be considered. It is the responsibility of the respondent to ensure that the submittal is received by the specified deadline. The delivery date and time will be recorded upon receipt. COASTAL MISSISSIPPI will not be responsible for late or incomplete responses due to mistakes or delays of the respondent or carrier used by the respondent, or weather delays. A postmark will not be considered proof of timely submission. All proposals submitted shall be binding upon the respondent for a period of ninety (90) calendar days following the submission deadline. Official Bid Documents and submission instructions are available via www.centralbidding.com. For assistance with the electronic submission process, please contact Central Bidding at 225-810-4184.<br /> <br />QUESTIONSNote that all answers regarding questions and requests for clarification for this RFP will be responded to publicly on the COASTAL MISSISSIPPI website, consistent with the aforementioned schedule, to ensure that all respondents have the same information. Please email all questions regarding this RFP to
[email protected]. No calls, please.
https://www.centralauctionhouse.com/rfp91697320-coastal-mississippi-request-for-proposals-public-relations-and-social-media-services.html
11-Jun-2025 8:00:00 AM CDT |
28-Jul-2025 4:00:00 PM CDT |
Jackson Public Schools |
RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470
|
<br /><br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp44756167-rfp-2025-19-jpsd-cyber-2025-nac-cbr420250470.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469
|
<br /><br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp11259300-rfp-2025-18-jpsd-cyber-2025-disaster-recovery-cbr420250469.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-17 RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468
|
<br /><br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp71623184-rfp-2025-17-rfp-2025-17-jpsd-cyber-2025-end-point-protection-cbr420250468.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-16 RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462
|
<br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp20508970-rfp-2025-16-rfp-2025-16-jpsd-cyber-2025-asm-cbr420250462.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
City of Jackson |
MARTIN LUTHER KING, JR. DRIVE BRIDGE REPLACEMENT
|
<br />SECTION 1<br />ADVERTISEMENT<br /> <br />CITY OF JACKSON<br /> <br />MARTIN LUTHER KING, JR. DRIVE<br />BRIDGE REPLACEMENT<br /> <br />The City Clerk of the City of Jackson will receive bids for the replacement of the bridge located on Martin Luther King Drive, City Project No. ERBR-25-250(03) no later than 3:30 P.M., Local Prevailing Time, June 10, 2025, in the Municipal Clerk’s Office located at 219 South President Street, Jackson, Mississippi. All bids so received will be publicly opened and read aloud.<br /> <br />The work shall consist essentially of the following items: <br /> <br /> 1) Removal/Replacement of the Martin Luther King, Jr. Drive Bridge in its entirety plus related approach work.<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. Contract time shall be 120 consecutive calendar days from the effective date shown in the Notice to Proceed. Liquidated damages will be assessed for each consecutive calendar day the Work has not achieved Final Completion. The amount of liquidated damages per day will be $500.00 plus any additional actual costs above $500.00 incurred by the Owner. These actual costs include but are not limited to, engineering, inspection, and other construction-related costs resulting from the Contractor’s failure to complete the work on schedule.<br /> <br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full an equal business opportunity for all persons doing business with the City. As a precondition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) ordinance. Failure to comply with the City’s ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact Ms. Yika Hoover (Manager) in the office of Economic Development at (601) 960-1856. Copies of the ordinance, EBO Plan Applications and a copy of the Program are available at 200 South President Street, Warren Hood Building, Second Floor, Jackson, Mississippi.<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 />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, sex, or disability in consideration for an award.<br /> <br />Bids shall be made out on the bid proposal form to be provided, sealed in an envelope and plainly marked on the outside of the envelope: “Bid for CITY OF JACKSON MARTIN LUTHER KING, JR. DRIVE BRIDGE REPLACEMENT. Each bidder shall write his Certificate of Responsibility Number on the outside of the sealed envelope containing his proposal. Bids and EBO Plans shall be submitted in triplicate, sealed, and deposited with the City Clerk's Office, City Hall – 219 South President Street, Jackson, Mississippi prior to the hour and date hereinbefore designated. No bidder may withdraw his bid within 90 days after the actual date of the opening thereof.<br /> <br />A pre-bid conference will be held on _ MAY 29, at 10 am.. in the Public Works Department 5th floor conference room of the Warren Hood Building, 200 South President Street, Jackson, MS 39201. All potential contractors, subcontractors, and other interested parties are encouraged to attend.<br /> <br /> <br />The Contract Documents are on file and may be examined at the following locations:<br />1. City of Jackson - Public Works - Warren Hood Bldg. 4th Floor; Engineering Manager Office, 200 South President St., Jackson, Mississippi 39201.<br />2. CiViLTech, Inc., 5420 Executive Place, Jackson, Mississippi, 39206<br /> <br />Copies of the Contract Documents, Contract Drawings and Contract Specifications maybe procured through the following:<br /> <br />All documents required for bidding purposes may be obtained from CiViLTech, Inc., located at 5420 Executive Place Jackson, MS 39206 (Mailing address: P.O. Box 12852 Jackson, MS 39236-2852) upon payment of $100.00 for each set, which will not be refunded.<br />All documents required for bidding purposes may be obtained through Central Bidding at www.centralbidding.com, upon payment for each set, which will not be refunded. Electronic Bids may be submitted at www.centralbidding.com. For any questions related to electronic bidding, please call Central Bidding at 225-810-4814. <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 percent (5%) of the total bid price, payable to the City of Jackson as bid surety. Bidders shall also submit a current financial statement, if requested by the City. 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 />Work to be performed shall be in accordance with the “Mississippi 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 City of Jackson reserves the right to reject any and all bids and to waive any and all informalities.<br /> <br /> <br /> <br />______________________________ <br />Henry Chia<br />Department of Public Works<br /> <br /> <br />Publications and Publishing Dates<br />The Clarion-Ledger & Mississippi Link<br />Publication Dates: May 8, 2025, and May 15, 2025<br />Pre-Bid Date: May 29, 2025<br />Bid Opening Date: June10, 2025<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp40780010-martin-luther-king-jr-drive-bridge-replacement.html
08-May-2025 8:00:00 AM CDT |
22-Jul-2025 3:30:00 PM CDT |