Agency |
Title |
Date published |
Bid opening date |
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 |
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 |
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 |
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 |
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 |
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 |
Washington County |
3 New Sheriff Pickup Trucks
|
<br /> LEGAL NOTICE<br /> <br />Notice is hereby given that the Washington County Sheriff’s Department in Washington County, Mississippi (the “County”), will receive sealed bids for (3) New Pickup Trucks.<br /> <br />Un-priced bid proposals will be accepted until 10:00 a.m. local time on July 17, 2025, in sealed envelopes at the Office of the County Administrator of Washington County, Mississippi, at 910 Courthouse Lane, Suite A, Greenville, MS, 38701, or at P. O. Box 158, Greenville, MS 38702, or by electronic bid submission. 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.centralauctionhouse.com. For any questions relating to the electronic bidding process, please call Central Auction House at 225-810-4814.<br /> <br />Bidding will be held by ELECTRONIC REVERSE AUCTION on July 18, 2025, commencing at 10:00 a.m. and ending at 11:00 a.m. local time. Washington County, Mississippi reserves the right to utilize “anti-sniping” for reverse auctions. Anti-sniping is a tool that automatically extends the bid time for a reverse auction by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will also auto extend the reverse auction bid time any time a bid is placed in the last five (5) minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction ends.<br /> <br />Specifications are available by contacting the Washington County Administrator at 662-334-2735, via email at
[email protected], or by obtaining the documents from Central Auction House at www.centralauctionhouse.com for a small fee. All bids must comply with the specifications provided. Washington County, Mississippi reserves the right to amend the specifications as necessary and agrees to notify all parties having requested bid packets. Washington County, Mississippi reserves the right to extend the auction date if necessary, to complete the bid proposal pre-qualification process.<br /> <br />Questions – All questions regarding this bid should be directed to Chelesa Carter, Washington County Administrator, in writing by email at
[email protected] or facsimile (662) 335-9393, not less than seven (7) days prior to the bid due date. All questions must be submitted in writing; telephonic inquires will not be considered.<br /> <br />The County is NOT responsible for bids which are mailed to the wrong address or which arrive in the mail after the designated bid opening time.<br /> <br />The contract will be awarded to the lowest and best bidder. However, the County reserves the right to accept or reject any or all bids or to waive any informality.<br /> <br />No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.<br /> <br />Witness my signature on this the 23rd Day of June 2025.<br /> <br /> <br /> <br /> __________________________________________________<br /> Marilyn Hansell,<br /> Clerk of the Washington County Board of Supervisors<br />(SEAL)<br /> <br /> <br /> <br />Publish Dates:<br />07-02-25<br />07-09-25
https://www.centralauctionhouse.com/rfp48436360-3-new-sheriff-pickup-trucks.html
07-Jul-2025 9:30:00 AM CDT |
17-Jul-2025 10:00:00 AM CDT |
City of Jackson |
75530-071525 Small Asphalt Paver
|
<br /> <br /> <br /> <br /> <br />For: The Mississippi Link<br />For Publication: June 19 & 26, 2025<br /> <br />NOTICE TO BIDDERS<br />City of Jackson<br />Jackson, Mississippi <br /> <br />Sealed, signed bids are invited and will be received by the City of Jackson, Mississippi, until 3:30 P.M. in the City Clerk’s Office of Jackson, the bid must be stamped in by 3:30 P.M. Tuesday, July 15,2025 at which time said bids will be publicly opened at the City Hall located at 219 South President Street (City Council Chambers) in City Hall for the following:<br /> <br /> <br /> 75530-071525 Small Asphalt Paver<br /> <br /> <br /> <br /> The above must comply with the City's specifications. Copies of proposal forms can be obtained from the Purchasing Division, 200 South President Street, Room 604, Hood Building, Jackson, Mississippi 39201. Copies of bid specifications are filed with the City Clerk for public record in accordance with House Bill No 999, 1986 Regular Session of the Mississippi Legislature.<br /> <br /> The City of Jackson is committed to the principle of non-discrimination in Public Purchasing. It is the policy of the City of Jackson to promote full and equal business opportunities for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offer shall submit a completed and signed Equal Business Opportunity (EBO) Plan Application, with each bid submission, in accordance with the provisions set forth by authority of the City of Jackson's EBO Ordinance. Failure to comply with the City's EBO Ordinance shall disqualify a contractor, bidder or offer, from being awarded an eligible contract. For more information on the City's EBO Program, please contact the Office of Economic Development at (601)960-1638. Copies of the EBO Ordinance, EBO Plan Application and a copy of the EBO Program are available with the Office of Economic Development at 218 South President Street, Second Floor, Jackson, Mississippi.<br /> <br /> The City reserves the right to reject any and all bids. The City also reserves the right to waive any and all informalities in respect to any bid submitted. Bid awards will be made to the lowest and best bidder quoting the lowest net price in accordance with specifications. The award could be according to the lowest cost per item; or to the lowest total cost for all items; or to accept all or part of any proposal. Delivery time may be considered when evaluating the bid proposal. In those cases, where it is known prior to advertising that the City's intention is to award according to the lowest total cost for all items, or in some variation thereof, statements to this affect will be included on the proposal form. Absence of such statement means the City will make that determination during the bid review.<br /> <br /> <br /> <br /> <br /> Monica Oliver, Purchasing Manager<br /> Purchasing Division<br /> (601) 960-1028<br /> <br /> <br /> <br /> <br />MO.<br />
https://www.centralauctionhouse.com/rfp84562328-75530-071525small-asphalt-paver-.html
23-Jun-2025 8:00:00 AM CDT |
15-Jul-2025 3:30:00 PM CDT |
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
27-Jun-2025 12:00:00 AM CDT |
16-Jul-2025 3:00:00 PM CDT |
Aberdeen School District |
Aberdeen School District Grounds Maintenance and Landscaping Services
|
Legal Notice <br /><br />Notice for Request for Proposals <br /><br />The Aberdeen School District will accept electronic proposals until 1:00pm CST, July 18, 2025 at the Aberdeen School District website www.asdms.us, for the purpose of the following: <br /><br />Request for Proposal # 07-25<br /><br />Description: Lawn/Ground Services for a three-year period beginning with the school year 2025-2026, 2026-2027, and 2027-2028 school year. <br />RFP instructions and specifications may be obtained from the Aberdeen School District Accounting Office by contacting Latosha Williams, Chief Financial Officer by phone at 662-369-4682 or by written request to P.O. Box 607, Aberdeen, MS 39730. <br />Latosha Williams, Chief Financial Officer <br />Publish: <br /><br />July 2 and 9, 2025
https://www.centralauctionhouse.com/rfp65993878-aberdeen-school-district-grounds-maintenance-and-landscaping-services-.html
02-Jul-2025 12:00:00 AM CDT |
18-Jul-2025 1:00:00 PM 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 |
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 |
City of Brandon |
APPLERIDGE LIFT STATION GENERATOR REPLACEMENT
|
ADVERTISEMENT FOR BID<br /> <br /><br />Separate written sealed BIDS for a General Contract for the furnishing of all labor and materials for the construction of:<br /> <br />APPLERIDGE LIFT STATION GENERATOR REPLACEMENT<br /> <br />will be received by the Mayor and Board of Aldermen of the CITY OF BRANDON herein after called the OWNER at the office of the:<br /> <br />CITY CLERK, CITY OF BRANDON, BRANDON CITY HALL<br />1000 MUNICIPAL DRIVE<br />BRANDON, MS 39042<br /> <br />Until 10:30am local time on Tuesday, July 15, 2025 and then at said office publicly opened and read aloud for supplying all labor, equipment and materials necessary for completion of the Appleridge Lift Station Generator Replacement project.<br /> <br />Bidders must be qualified under Mississippi State Law and show Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br /> <br />Project scope includes, but is not limited to, removal and replacement of backup generator located at the Appleridge Lift Station, and all other associated work required to complete all as shown and specified in the plans and contract documents.<br />The DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:<br />1. City of Brandon, 1000 Municipal Drive, Brandon, MS 39042<br />2 Benchmark Engineering & Surveying, LLC, 101 Highpointe Court, Suite B, Brandon, MS 39042<br /> <br />Copies of the BIDDING DOCUMENTS may be obtained at BENCHMARK ENGINEERING & SURVEYING, LLC upon payment of One Hundred Fifty Dollars ($150) per set – none of which is refundable. No partial documents will be issued.<br /> <br />Bid Security in the amount of 5% of the bid must accompany each bid in accordance with the INTRUCTIONS TO BIDDERS. Attorneys-in-fact who sign Bid Bonds, Payment Bonds or Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<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 City of Brandon is an Equal Opportunity Employer, and hereby notifies all bidders 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 />No prospective CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /> <br />Each bidder shall write the Certificate of Responsibility number and Mississippi Contractors License number on the outside of the sealed envelope containing his proposal. Proposals shall be submitted in duplicate, sealed and deposited with the City Clerk prior to the hour and date designated above. Bid Number 2025-10 should be marked in the lower left corner of the envelope.<br /> <br />The City of Brandon now offers Electronic Bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at (225)810-4814.<br /> <br />The CITY OF BRANDON reserves the right to waive any information or irregularities, to accept any bid deemed to be in the best interest of the City, or to reject any or all bids.<br /> <br />The Contract Time is Two Hundred Ten (210) consecutive calendar days with liquidated damages being Five Hundred Dollars ($500) per calendar day thereafter.<br /> <br /> ,Butch Lee, Mayor<br /> <br />Advertise: June 11, 2025<br /> June 18, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp95584829-appleridge-lift-station-generator-replacement.html
11-Jun-2025 12:00:00 AM CDT |
15-Jul-2025 10:30:00 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 |
Clinton Public School District |
Bid - Apple Devices - Damaged
|
The Board of Trustees of the Clinton Public School District will accept sealed bids for the sale of Used MacBook Computers and iPads (Damaged) now located at 201 Easthaven Drive, Clinton, MS. All bids must be submitted to the Office of Superintendent of Schools, 201 Easthaven Drive, Clinton, Mississippi 39056, on or before 3:00 P.M. July 11, 2025. Bids may be mailed to Libby Callegan, Finance Director, Clinton Public School District, P. O. Box 300, Clinton, Mississippi 39060. Each bidder will be required to comply with the specifications listed below. If you have questions regarding the bid specifications, you may call Wade Grant, Director of Technology, at 601-925-4011 or contact him at
[email protected].<br /> <br />Electronic proposals can be submitted at www.centralbidding.com. For any questions relating to the electronic proposal process, please call Central Bidding at 225-810-4814. Electronic proposals are not required by CPSD but are offered as another means to submit a proposal.<br /> <br />This properly executed proposal and bid forms must be returned in a sealed envelope with “BID FOR MACBOOK COMPUTERS AND IPADS (DAMAGED) – 07/11/25” written on the exterior.
https://www.centralauctionhouse.com/rfp29165965-bid--apple-devices--damaged.html
23-Jun-2025 12:00:00 AM CDT |
11-Jul-2025 3:00:00 PM CDT |
Clinton Public School District |
Bid - Apple Devices - Functional
|
The Board of Trustees of the Clinton Public School District will accept sealed bids for the sale of Used MacBook Computers and iPads (Functional) now located at 201 Easthaven Drive, Clinton, MS. All bids must be submitted to the Office of Superintendent of Schools, 201 Easthaven Drive, Clinton, Mississippi 39056, on or before 2:30 P.M. July 11, 2025. Bids may be mailed to Libby Callegan, Finance Director, Clinton Public School District, P. O. Box 300, Clinton, Mississippi 39060. Each bidder will be required to comply with the specifications listed below. If you have questions regarding the bid specifications, you may call Wade Grant, Director of Technology, at 601-925-4011 or contact him at
[email protected].<br /> <br />Electronic proposals can be submitted at www.centralbidding.com. For any questions relating to the electronic proposal process, please call Central Bidding at 225-810-4814. Electronic proposals are not required by CPSD but are offered as another means to submit a proposal.<br /> <br />This properly executed proposal and bid forms must be returned in a sealed envelope with “BID FOR MACBOOK COMPUTERS AND IPADS (FUNCTIONAL) – 07/11/25” written on the exterior.<br />
https://www.centralauctionhouse.com/rfp39366397-bid--apple-devices--functional.html
23-Jun-2025 12:00:00 AM CDT |
11-Jul-2025 2:30:00 PM CDT |
Clinton Public School District |
Bid - Apple TVs
|
The Board of Trustees of the Clinton Public School District will accept sealed bids for the sale of 235 3rd Gen Apple TVs (231 power cables and 126 remotes included) now located at 201 Easthaven Drive, Clinton, MS. All bids must be submitted to the Office of Superintendent of Schools, 201 Easthaven Drive, Clinton, MS 39056, on or before 2:00 P.M. JULY 11, 2025. <br /> <br />Items required may be obtained by email from Libby Callegan at
[email protected]. Specifications may also be downloaded at www.centralbidding.com. <br /> <br />Interested parties must submit their bid response to: Libby Callegan, Director of Finance, Clinton Public School District, P.O. Box 300, Clinton, MS, 39060 or deliver to 201 Easthaven Drive, Clinton, MS, 39056.<br /> <br />Electronic responses 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 />Electronic bids are not required by CPSD but are offered as another means to submit a response<br /> <br />Each bidder will be required to comply with the specifications listed below. If you have questions regarding the bid specifications, you may call Wade Grant, Director of Technology, at 601-925-4011 or
[email protected].<br /> <br />The properly executed proposal and bid forms must be returned in a sealed envelope with “BID FOR APPLE TVS – 07/11/2025” written on the exterior.
https://www.centralauctionhouse.com/rfp94296249-bid--apple-tvs.html
23-Jun-2025 12:00:00 AM CDT |
11-Jul-2025 2:00:00 PM 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 |
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 |
Lauderdale County School District |
Bid Number 26-1452 – Lauderdale County School District – Gymnasium Re-Flooring – Northeast Middle School
|
<b>LEGAL NOTICE </b><br /> <br />The Lauderdale County Board of Education will receive sealed competitive proposals at the office of the County Superintendent of Education, 301 46th Court, Meridian, MS 39305 or P.O. Box 5498, Meridian, MS 39302 or by Electronic Bid at www.centralbidding.com until 11:00 A.M., Central Standard Time on <b>Tuesday, July 15, 2025</b> for<br /> <br /> <b> Bid Number 26-1452 – Lauderdale County School District – Gymnasium Re-Flooring – Northeast Middle School</b><br /> <br />Inquires can be made to the office of the Architect, Arjen Lagendijk – Architect, PLLC, 2322 Front St, Meridian, MS 39301 -(601) 482-7303 and copies may be obtained from the Architect by posting a $50.00 refundable deposit or at <b>www.centralbidding.com.</b> A complete copy of all bid documents is also on file with the LCSD Office of Purchasing at the above noted address for review during this process.<br /> <br />At stated time, bids shall be opened publicly and read aloud at <b>301 46th Court, Meridian, MS 39305</b>. No bid shall be accepted or considered after such scheduled time. Bids are to be received in full compliance with Mississippi Code 1972, Section 31-3-1 et seq and Section 31-7-13. Awards based on conditions stated in Instructions to Bidders and Specifications.<br /> <br />Proposals shall be submitted in duplicate on form provided and accompanied by a <b>Bid Bond or Security</b> in an amount equal to at least 5% of the amount of the submitted Base Proposal. Such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the accepted Bid and/or execute the Contract and post Performance and Payment Bond as required within the time specified. <br /> <br /><b>NO Pre-Bid Conference</b> will be required for this project.<br /> <br />Bidders must hold a Certificate of Responsibility to comply with Sections 31-3-1 through 31-3-23 Mississippi Code of 1972 and amendments thereto and be licensed by the Mississippi State Tax Commission. As per section 31-3-21, all bids submitted for public projects where said bid is in excess of $50,000 shall contain on the outside of the envelope and/or Subject Line of Electronic Bids, the “contractor’s current certificate of responsibility number”. No bid shall be opened unless such certificate number appears on the envelope and/or Subject Line of Electronic Bid or unless there appears a statement on the outside of the envelope and/or Subject Line of Electronic Bid to the effect that bid enclosed therewith did not exceed $50,000. The Certificate of Responsibility Number or Statement as thus noted; the Bid Number & Name <b>(Bid #26-1452 Lauderdale County School District Gymnasium Re-Flooring – Northeast Middle School)</b>; and the bidder’s name and address must be clearly indicated on the outside of the sealed bid envelope and/or Subject Line of Electronic Bid or said bid will not be opened and/or considered.<br /> <br /> <br />No Bid Proposal may be withdrawn for a period of <b>sixty days (60) after scheduled opening</b>. The Lauderdale County Board of Education reserves the right to accept/reject any and all bids and waives informalities.<br /> <br /> <br />John-Mark Cain, PhD, Superintendent Advertise: Wednesday, June 11, 2025<br /> Wednesday, June 18, 2025
https://www.centralauctionhouse.com/rfp22994999-bid-number-26-1452-lauderdale-county-school-district-gymnasium-re-flooring-northeast-middle-school-.html
11-Jun-2025 11:00:00 AM CDT |
15-Jul-2025 11:00:00 AM CDT |
Hinds County Human Resource Agency |
BID# 0625R13320 - A MULTI SITE HVAC RENOVATION PROJECT FOR MARTIN HEAD START CENTER AND WESTSIDE HEAD START CENTER FOR HINDS COUNTY HUMAN RESOURCE AGENCY
|
<br />ADVERTISEMENT FOR BIDS<br />HINDS COUNTY HUMAN RESOURCE AGENCY<br />A MULTI SITE HVAC RENOVATION PROJECT FOR<br />MARTIN HEAD START CENTER AND<br />WESTSIDE HEAD START CENTER<br />258 MADDOX ROAD<br />JACKSON, MISSISSIPPI 39212<br />BID# 0625R13320.<br /> <br /> <br />Notice is hereby given that sealed bids will be received by the Hinds County Human Resource Agency until 11:00 a.m., local time, on July 22, 2025, at the Fiscal Department of Hinds County Human Resource Agency, Attn: Shirley Gibbs, 258 Maddox Road, Jackson, Mississippi 39212 for supplying all labor and materials necessary for performing the services for the MULTI SITE HVAC RENOVATION PROJECT FOR MARTIN HEAD START CENTER AND WESTSIDE HEAD START CENTER. Received bids will be publicly open and read aloud at 11:01 a.m., local time, on July 22, 2025, at the Hinds County Human Resource Agency.<br /> <br />Bidders must be qualified under Mississippi Law and have a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br /> <br />Each bid must be accompanied by a certified check of the bidder, or a certified bid bond, duly executed by the Bidder as principal and having as surety thereon a surety company licensed by the State of Mississippi and signed by an agent resident in Mississippi, in the amount of five percent (5%) of the base bid amount.<br /> <br />Bid documents are being made available via electronic copy. Plan holders are required to register for an account at www.mc3lroyarchplans.com view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents are non-refundable and must be purchased through the website. Questions regarding website registration and online orders please contact Plan House Printing at (662) 407-0193.<br /> <br />A complete copy of the Plans and Specifications may be inspected at the office of the Architect: Mc3lroy Architecture, PLLC, William L. McElroy AIA, NCARB, 4880 McWillie Circle, Jackson, MS 39206, 601-981-1227.<br /> <br />All Bidders are encouraged to attend the pre-bid conference to be held on site at THE Hinds County Human Resource Center, located at 258 Maddox Road, Jackson, Mississippi 39212 on July 1, 2025 at 11:00 a.m., local time. <br /> <br />Bidders shall comply with the President’s Executive Order Numbers 11246 and 11375 which prohibit discrimination in employment regarding race, creed, color, sex, or national origin.<br /> <br />Bidders shall comply with Title VI of the Civil Rights Act of 1964, the Anti-Kickback Act and the Davis Bacon Act.<br /> <br />Bidders shall furnish a certification of prior work under Executive Order 11246 (Equal Employment Opportunity).<br /> <br />Contract award will be made to the lowest and best bidder and Hinds County Human Resource Agency reserves the right to reject any and all bids.<br />
https://www.centralauctionhouse.com/rfp19012266-bid-0625r13320--a-multi-site-hvac-renovation-project-for-martin-head-start-center-and-westside-head-start-center-for-hinds-county-human-resource-agency.html
17-Jun-2025 12:00:00 AM CDT |
22-Jul-2025 11:00:00 AM 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 |
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
26-Jun-2025 8:00:00 AM CDT |
16-Jul-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
01-Jul-2025 8:00:00 AM CDT |
16-Jul-2025 10:00:00 AM 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 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 |
City of Jackson |
City of Jackson Department of Public Works-Creek and Channel Clearing Project No. COJ-CC-01
|
ADVERTISEMENT FOR BIDS <br />NOTICE is hereby given that the City of Jackson will receive written sealed bids until 3:30 pm July 15, 2025, at the Municipal 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 />PUBLIC WORKS ENGINEERING, BY ORDER OF THE _CITY OF JACKSON, THE 29TH DAY OF MAY 2025.<br /> <br />___________________<br />Henry Chia<br />Department of Public Works<br /> <br />PUBLISH: Mississippi link and Clarion Ledger<br />Publication Dates: June 5, 2025, and June 12, 2025.<br />Bid Opening Date: July 15, 2025<br /> <br />Furnish proof of publication to: <br />City of Jackson Public Works Engineering and IMS Engineers<br />
https://www.centralauctionhouse.com/rfp35682107-city-of-jackson-department-of-public-works-creek-and-channel-clearing-project-no-coj-cc-01.html
05-Jun-2025 8:00:00 AM CDT |
15-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 |
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-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 |
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 |
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 |
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 |
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 |
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 |
George County |
George County Caterpillar 938G Frontend Wheel Loader
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the George County Board of Supervisors, Lucedale, Mississippi, will receive sealed and electronic bids until 10:00 a.m. on the 16th day of July, 2025 with bids to be opened shortly thereafter, for the sale of the following item from the District 1 Road Maintenance:<br /> <br />(1) Caterpillar 938G Frontend Wheel Loader Serial #6WS3924<br /> <br />(SOLD AS IS WHERE IS)<br /> <br />In accordance with or equal to the Instructions to Bidders and Specifications on file in the Office of the Purchase Clerk of George County, Lucedale, Mississippi. Electronic bids may be submitted online at www.centralbidding.com and sealed bids may be submitted to the George County Chancery Clerk, 355 Cox Street, Lucedale, MS.<br /> <br />Published in accordance with Section 31-7-13, Mississippi Code of 1972, as amended. The Board reserves the right to reject any and all bids received. Specifications may be obtained from the George County Board of Supervisors Office.<br /> <br />Given under my hand and seal of office, this the 5TH day of May, 2025.<br /> <br /> <br /> /s/CAMMIE BRANNAN BYRD<br /> Clerk of the Board of Supervisors<br /> George County Courthouse<br /> 355 Cox Street<br /> Lucedale, Mississippi 39452<br /> <br /> <br />Please publish 2 weeks<br />June 26, 2025<br />July 3, 2025
https://www.centralauctionhouse.com/rfp84426761-george-county-caterpillar-938g-frontend-wheel-loader-.html
19-Jun-2025 12:00:00 AM CDT |
16-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 |
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 |
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 |
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 |
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 |
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 |
City of Olive Branch |
OLV Apron Rehabilitation - Phase 2 - REBID
|
<div style="text-align: center;"><b>City of Olive Branch<br />Olive Branch, Mississippi<br />Apron Rehabilitation – Phase 2 (Re-bid)<br />00 11 00 ADVERTISEMENT FOR BIDS</b><br /> </div>Sealed bids for <b>Apron Rehabilitation – Phase 2</b>, to be constructed for <b>City of Olive Branch</b>, Olive Branch Airport, will be received at the Mayor’s Conference Room at City Hall, 9200 Pigeon Roost, Olive Branch, MS 38654, until <b>2:00PM on Monday, July 14, 2025</b>, at which time the bids shall be publicly opened and read aloud. Sealed bids submitted prior to the bid opening should be sent to the City Clerk’s Office at City Hall, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 (662-892-9211).<br /> <br />For this project, electronic bids will also be accepted through www.centralbidding.com. All electronic bids must be signed by an individual authorized to bind the bidder. All electronic bids must be regular in every respect and no interlineations, exclusions, or special conditions shall be made or included in the bid. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />A<b> Pre-Bid </b>Conference will be held at <b>2:00PM on Tuesday, July 8, 2025</b>, at the Olive Branch Airport Terminal Building, 8000 Terminal Drive, Olive Branch, MS 38654. Information regarding the virtual meeting will be sent out to all plan holders one week prior to the meeting time. Potential bidders not on the plan holder list may request access to the pre-bid conference by contacting Karen McNeil (
[email protected]). Each bidder shall be limited to three personnel per organization.<br /> <br />The Project consists of rehabilitating the existing South Apron pavement and the existing north T-Hangar Apron pavement and installing updated pavement markings.<br /> <br />Bids will be received for a single prime contract. Bids shall be on a unit price basis with alternate bid items as indicated in the Bid Form.<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 requested via email at
[email protected].<br /> <br />In addition, official bid documents can be downloaded from Central Bidding 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 />Addendums to the bid package will be issued through Central Bidding or the office of Karen McNeil, Purchasing Manager; therefore, all prime bidders shall be responsible for downloading the bid documents from the Central Bidding website or receiving them directly from the City of Olive Branch in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in their bid to verify receipt.<br /> <br />Bids shall be accompanied by a Bidder’s Bond issued by a reliable surety company licensed to operate in the state of Mississippi in an amount not less than five percent (5%) of the total maximum bid price, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds within fifteen (15) days after notice of award of Contract. Such bid guarantee shall be made payable to CITY OF OLIVE BRANCH. <br /> <br />The successful bidder must furnish a performance and payment bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Mississippi to act as surety, or other surety or sureties acceptable to the Owner.<br />Subject to applicable Federal law, 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/she is authorized to bid.<br /><br /><b>Federal Requirements for Federally Funded Projects. </b>This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:<br /><br />Buy American Preference (49 USC § 50101)<br />Trade Restriction Certification (49 USC § 50104, 49 CFR part 30)<br />Disadvantaged Business Enterprise (49 CFR part 26)<br />Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5)<br />Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act)<br />Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)<br />Lobbying and Influencing Federal Employees (31 USC § 1352, 2 CFR part 200 Appendix II(J), 49 CFR part 20 Appendix A)<br />Requirements for a Drug-Free Workplace <br /><br />Davis Bacon Act wage rules shall apply. The Department of Labor provides all pertinent information related to compliance with labor standards, including prevailing wage rates and instructions for reporting. For more information, please refer to www.dol.gov.<br /> <br />All bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of <b>10.23 percent</b> of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE).<br /> <br />City of Olive Branch reserves the right to reject any or all bids, to waive irregularities and informalities in the bids and bidding deemed to be in the best interests of City of Olive Branch, and to reject nonconforming, nonresponsive, or conditional bids. The City anticipates award to the lowest and best responsible and responsive bidder.<br /> <br />Bids must remain in effect for 60 days after the bid opening date.<br /> <br />WITNESS MY SIGNATURE THIS THE 10th DAY OF June, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK<br />
https://www.centralauctionhouse.com/rfp46812308-olv-apron-rehabilitation--phase-2--rebid.html
12-Jun-2025 1:30:00 PM CDT |
14-Jul-2025 2:00:00 PM 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 |
Mississippi State Port Authority |
Pilots Boat Pier Extension Project
|
ADVERTISEMENT TO BID<br />Mississippi State Port Authority<br /> <br />The MISSISSIPPI STATE PORT AUTHORITY AT GULFPORT has authorized the advertisement to bid on the following project:<br /> <br /><b>“Pilots Boat Pier Extension Project”</b><br /> <br />The work consists of, but is not limited to:<br /> <br />Furnish all materials, equipment, labor, and supervision and performing all operations necessary for the completion of Mississippi State Port Authority Pilots Boat Pier Extension Project at Gulfport, Mississippi as described in the contract documents. <br /> <br />Generally, the project includes the extension of the existing Pilots Boat Pier located in the Commercial Small Craft Harbor by an additional sixty (60) feet using similar materials and construction methods. <br /> <br />Bids shall be received sealed and marked: “Pilots Boat Pier Extension Project” on the outside envelope not later than 2:00 p.m. on July 14, 2025, 2025, at 2510 14th Street, Suite 1450, Gulfport, Mississippi, 39501 at which time said Bids will be opened, read out loud, and recorded. On the outside of the bid envelope, contractor’s Certificate of Responsibility number must appear. Any Bids received after said date and time shall be returned to the Bidder unopened.<br /> <br />Each Bid must be accompanied by cash, a cashier's check, certified check or Bid Bond in the amount of ten percent (10%) of the total Bid amount. The power of attorney for the bonding company's agent should be on file with the Mississippi State Port Authority or should accompany the Bid, and the Bid Bond must be furnished by a corporate surety company qualified to do business in Mississippi.<br /> <br />The Bid Bond shall name the Mississippi State Port Authority as the obligee, shall be substantially in the form of the Bidder's Bond on file with the Mississippi State Port Authority, and shall be payable to the Mississippi State Port Authority in the event the Bidder fails to execute, and deliver to the Mississippi State Port Authority the Contract within fourteen (14) days after the award of the Contract to Bidder.<br /> <br />The Plans, Specifications, Bid Forms and form of Contract for the Project are filed in the office of the Mississippi State Port Authority, Engineering Department, phone number 228-865-4300 and are by reference made a part of this Notice. <br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />OR<br />Official bid documents can be downloaded from www.shipmspaprojects.com. <br />Electronic bids can be submitted in lieu of sealed paper bids at www.shipmspaprojects.com. For any questions relating to Plan House’s electronic process, please call Plan House at 228-248-0181. <br /> <br />A Pre-Bid Conference is scheduled for 10:00 a.m. Tuesday, July 1st, 2025 at MSPA’s office located on the 14th floor of the Hancock Whitney Building, 2510 14th St., Gulfport MS 39501.<br /> <br />With the Bidder's Bid, each Bidder shall provide the Authority with the following information required by the General Conditions:<br /> <br />(a) Bidder must provide with Bid the name, location and the place of business of each subcontractor who will perform work or labor or render services to the Contractor in or about the construction of the Work of Improvement, or who will specially fabricate and install any portion of the Work according to detailed Drawings contained in the Plans and Specifications, in an amount in excess of $50,000.00.<br /> <br />(b) Bidder must provide with Bid the portion of the Work which will be done by each subcontractor. Contractor shall list only one subcontractor for each such portion as is defined by Contractor in the Bid.<br /> <br />(c) Bidder must provide with Bid a copy of each Subcontractor’s Mississippi State certificate of responsibility, if subcontractor will perform work, labor or services in an amount in excess of $50,000.00.<br /> <br />(d) Bidder must provide with Bid a copy of Contractor’s Mississippi State certificate of responsibility.<br /> <br />(e) Bidder must provide with Bid a certification letter stating that all new labor hires will be residents of Mississippi consistent with Mississippi Code §§ 31-5-17 and 31-5-19.<br /> <br />(f) Bidder must provide with Bid a certification letter stating that Bidder will agree to use Mississippi products over non-Mississippi products when all things are equal with respect to price, quality, availability and service pursuant to the provisions of Mississippi Code § 31-5-23.<br /> <br />Bidder must provide a Bid Bond with Bid. <br />(h) If Bidder is a non-resident contractor, Bidder must provide with Bid a copy of contractor’s current State law pertaining to own State’s treatment of non-resident contractors.<br /> <br />(i) Bidder must provide with Bid the Certification Regarding Debarment, suspension, other responsibility matters and lobbying.<br /> <br />The Authority reserves the right to reject all Bids as well as any Bid that does not comply with this Advertisement to Bid and the Authority's Information for Bidders.
https://www.centralauctionhouse.com/rfp76663952-pilots-boat-pier-extension-project.html
11-Jun-2025 8:00:00 AM CDT |
14-Jul-2025 2:00:00 PM CDT |
City of Hernando |
REQUEST FOR PROPOSALS FOR FOOD AND BEVERAGE SERVICE
|
REQUEST FOR PROPOSALS<br />FOR<br />FOOD AND BEVERAGE SERVICE<br /> <br />The City of Hernando, Mississippi invites and will receive Proposals for Parks and Recreation Food and Beverage Service, on the forms included in the specifications, all information on which must be appropriately completed. Proposals will be received at the City Hall until 10:00 a.m. C. S. T. on July 14, 2025. The envelopes containing the Proposals must be sealed and addressed to Pam Pyle, City Clerk, City of Hernando, 475 W. Commerce Street, Hernando, MS 38632 and plainly marked “Proposal for Parks and Recreation Food and Beverage Service”, Bid Date July 14, 2025.<br />The Owner is an Equal Opportunity Employer. The Owner encourages Minority-owned Business Enterprises (MBEs) and Women-owned Business Enterprises (WBEs) to submit proposals.<br /> <br />Copies of the proposal documents may be obtained at the office of the City Clerk located at 475 W. Commerce Street, Hernando, MS 38632.<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com.<br />Electronic bids can also 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 responsible offerors whose proposal is within the competitive range based on evaluation and determined to be the most advantageous to the City. The factors to be considered in the evaluation of proposals and their relative importance are as follows: <br />A). Prices charged to customers.<br />B). Experience and qualifications.<br />C). Resources (equipment, personnel). <br />D). Operating plan.<br /> <br />Proposals will be reviewed using the above selection criteria. Individuals or firms desiring consideration should submit 1 original and 2 copies of the proposal by the time and date listed above. After reviewing all submittals, the contract will be negotiated with the most qualified firm based on the defined scope of work. The City of Hernando reserves the right to reject any and all proposals. <br />Pam Pyle, City Clerk<br /> <br />Published June 12, 2025 and June 19, 2025
https://www.centralauctionhouse.com/rfp63863478-request-for-proposals-for-food-and-beverage-service.html
12-Jun-2025 8:00:00 AM CDT |
14-Jul-2025 10:00:00 AM 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 |
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 |
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 |
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 2025-18 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 2025-19 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 |
Lauderdale County |
RFP NO. LC050-2025:LAUDERDALE COUNTY ROLL OFF & FRONT LOAD WASTE SERVICES
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed proposals up until 9:00 a.m. on Tuesday, July 15, 2025, for the following:<br /> <br />LAUDERDALE COUNTY ROLL OFF AND FRONT LOAD WASTE SERVICES<br /> <br />The above shall be proposed per detailed specification on file in the Office of the Purchase Clerk, 2600 Courthouse Blvd, 2nd Floor, Meridian, MS 39301, (601) 482-9746, which may be obtained upon request or by visiting either the website of Lauderdale County Board of Supervisors at www.lauderdalecounty.org or Central Bidding at www.centralbidding.com.<br /> <br />Electronic Proposals can be submitted via Central Bidding at www.centralbidding.com. <br /> <br />Sealed Proposals can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Purchasing Department, 2600 Courthouse Blvd, 2nd Floor, Meridian, MS 39301, Monday thru Friday between the hours of 8:00 a.m. to 5:00 p.m. Envelopes must be received by the acceptance date and time listed above.<br /><br />Each proposal must be received in a sealed envelope which is marked in the lower left-hand corner with the words “PROPOSAL FOR LAUDERDALE COUNTY ROLL OFF AND FRONT-LOAD WASTE SERVICES”, “RFP #LC050-2025”, and the “DATE OF THE PROPOSAL OPENING”. Adherence to the proposal specifications is strongly recommended, as alternate proposals will not be considered.<br /> <br />From the proposals submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All proposals will be accepted and evaluated by the Lauderdale County staff.<br /> <br />The board reserves the right to reject any and all proposals received and to waive informalities.
https://www.centralauctionhouse.com/rfp28531836-rfp-no-lc050-2025lauderdale-county-roll-off-front-load-waste-services.html
18-Jun-2025 12:01:00 AM CDT |
15-Jul-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 |
Harrison County School District |
RFQuotes Learning Management System
|
***There are no additional documents for this request for quotes, all information is listed below.***<br /><br />Request for Quotes<br /> <br />The Harrison County School District Board of Education will accept quotes for Learning Management System for the 2025-2026 school year. <br /> <br />All quotes must be submitted to Melissa Garrison via email by July 17, 2025. Quote will be awarded by August 18, 2025, at the latest.<br /> <br />Purpose<br />The purpose of this request for quotes is to obtain quotations for an online Learning Management System for Harrison County School District to use. (We serve 24 school sites and enroll over 14,500 students on average.)<br /> <br />Scope of Services<br />The services will include but are not limited to:<br />Course Management: Platform should provide teachers the ability to create and organize course materials, including lesson plans, assignments, and assessments on the learning management platform;<br />Collaboration Tools: Platform should support peer collaboration through discussion forums and group projects;<br />Assessment and Grading: Platform should provide tools for creating quizzes, tests, and assignments, along with grading and feedback options;<br />Communication: Platform should facilitate communication between teachers, students, and parents through messaging and announcements and provide a method for the district to control these rights;<br />Integration: Platform should integrate with various third-party tools and applications, enhancing its functionality and be able to link to the student information package Harrison County School District is currently using, PowerSchool – it should also support Microsoft One Drive;<br />Analytics and Reporting: Platform should provide educators the ability to track student progress and performance with detailed analytics and reports;<br />In addition to the specifications mentioned above, the learning management system should also safeguard all personally identifiable information and adhere to all federal regulations regarding this (i.e., FERPA, CIPPA, etc.).Delivery of Services<br />The 2025-2026 school year, minimum proposed<br /> <br />Selection Process<br />Quotes will be evaluated based on scope of services, experience, services available, etc.<br /> <br />Contact Information<br />Send quotes to Melissa Garrison at
[email protected] or submit online through Central Bidding platform.
https://www.centralauctionhouse.com/rfp99918702-rfquotes-learning-management-system.html
09-Jul-2025 3:00:00 PM CDT |
17-Jul-2025 5:00:00 PM CDT |
Harrison County School District |
RFQuotes School Safety Training Services/System
|
***The entire Request for Quotes is listed below - there are NO additional documents.*** <br /><br />Request for Quotes<br /> <br />The Harrison County School District Board of Education will accept quotes for School Visitor Badge Services/System for the 2025-2026 school year. For any questions or concerns please contact: Melissa Garrison
[email protected] .<br /> <br />All quotes must be submitted to Melissa Garrison via email by July 16, 2025. Quote will be awarded by August 18, 2025, at the latest.<br /> <br />Purpose<br />The purpose of this request for quotes is to obtain quotations for a school visitor badge service/system.<br /> <br />Scope of Services<br />The services will include but are not limited to:<br />An online platform with a system that will allow the district to mitigate the risks of unwanted visitors or child predators from gaining access to school campuses by checking the background (i.e., any outstanding warrants or child pedophile charges) of the individual visiting the campus and issuing a tangible label that visitors can display on their person.<br />Provide real-time sync with student data package.<br />Provide a way to track how long visitors are on the campus.<br />Provide a way to an automated way to access all custody care, court orders and parental rights information to provide ease of access for office staff.<br />Provide reports of all visitors, volunteer, and faculty information for daily, weekly, or annual reporting.<br />Email and text alerts to notify if an unwanted visitor is on campus for administrative staff.<br />Student/family and staff data may not be shared or sold.<br />Check-ins should be fast, easy, and efficient using the system chosen.<br />Professional development about how to use the system is required. <br />Delivery of Services<br />The 2025-2026 school year, minimum proposed<br /> <br />Selection Process<br />Quotes will be evaluated based on scope of services, experience, favorable references, services available, etc.<br /> <br />Contact Information<br />For any questions or concerns please contact: Melissa Garrison at
[email protected].<br /> <br />
https://www.centralauctionhouse.com/rfp22713729-rfquotes-school-safety-training-servicessystem.html
08-Jul-2025 2:00:00 PM CDT |
16-Jul-2025 5:00:00 PM CDT |
Harrison County School District |
RFQuotes School Visitor Badge Services/System
|
***The entire Request for Quotes is listed below - there are NO additional documents.*** <br /><br />Request for Quotes<br /> <br />The Harrison County School District Board of Education will accept quotes for School Visitor Badge Services/System for the 2025-2026 school year. For any questions or concerns please contact: Melissa Garrison
[email protected] .<br /> <br />All quotes must be submitted to Melissa Garrison via email by July 16, 2025. Quote will be awarded by August 18, 2025, at the latest.<br /> <br />Purpose<br />The purpose of this request for quotes is to obtain quotations for a school visitor badge service/system.<br /> <br />Scope of Services<br />The services will include but are not limited to:<br />An online platform with a system that will allow the district to mitigate the risks of unwanted visitors or child predators from gaining access to school campuses by checking the background (i.e., any outstanding warrants or child pedophile charges) of the individual visiting the campus and issuing a tangible label that visitors can display on their person.<br />Provide real-time sync with student data package.<br />Provide a way to track how long visitors are on the campus.<br />Provide a way to an automated way to access all custody care, court orders and parental rights information to provide ease of access for office staff.<br />Provide reports of all visitors, volunteer, and faculty information for daily, weekly, or annual reporting.<br />Email and text alerts to notify if an unwanted visitor is on campus for administrative staff.<br />Student/family and staff data may not be shared or sold.<br />Check-ins should be fast, easy, and efficient using the system chosen.<br />Professional development about how to use the system is required. <br />Delivery of Services<br />The 2025-2026 school year, minimum proposed<br /> <br />Selection Process<br />Quotes will be evaluated based on scope of services, experience, favorable references, services available, etc.<br /> <br />Contact Information<br />For any questions or concerns please contact: Melissa Garrison at
[email protected].<br />
https://www.centralauctionhouse.com/rfp79561319-rfquotes-school-visitor-badge-servicessystem.html
08-Jul-2025 2:00:00 PM CDT |
16-Jul-2025 5:00:00 PM CDT |
Marshall County |
Sanitary Sewer Project Poppy Phase 9A
|
ADVERTISEMENT FOR BID<br /> <br />Notice is hereby given that sealed bids will be received by the Marshall County Board of Supervisors at the Marshall County Board of Supervisors Board Room, 107 Market St., Holly Springs, MS 38635 until 9:00 A.M. local time, the 16th day of July, 2025 and shortly thereafter publicly opened and read for:<br /> <br />PHASE “9A” CONSTRUCTION OF<br />SANITARY SEWER MAINS<br />TO SERVE PROJECT POPPY PHASE 9<br />FOR<br />THE MARSHALL COUNTY BOARD OF SUPERVISORS<br />IN CONJUNCTION WITH THE<br />MARSHALL COUNTY ECONOMIC DEVELOPMENT DISTRICT/<br />INDUSTRIAL DEVELOPMENT AUTHORITY,<br />AND THE MISSISSIPPI MAJOR ECONOMIC IMPACT AUTHORITY<br />MARSHALL COUNTY, MISSISSIPPI<br /> <br />The work consists of the following: installation of approximately 585.0 L.F. of 16” PVC, C900 Force Main, the installation of approximately 2,200.0 L.F. of 12” PVC gravity sewer main, 6.0 each sanitary sewer manholes and a 1,500 GPM Tri-Plex Lift Station with building enclosure along with all associated appurtenances.<br /> <br />Contract time will be completed within 291 Calendar Days from Notice of Proceed. Time is of the essence. Contractor shall have bonds in place within 10 days of being awarded the project. 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 thirty (30) 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 Marshall 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 Marshall 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 Marshall 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 Marshall 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 Marshall 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 Marshall County Board of Supervisors.<br /> <br /> BY: /s/______________<br /> President, Marshall County Board of Supervisors<br />Dates of Advertisement:<br />Thursday, July 3, 2025<br />Thursday, July 10, 2025
https://www.centralauctionhouse.com/rfp69836228-sanitary-sewer-project-poppy-phase-9a.html
03-Jul-2025 8:00:00 AM CDT |
16-Jul-2025 9:00:00 AM 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 |
City of Southaven |
Southaven Municipal Court Re-Roof
|
August 8th, 2025<br /> <br />SECTION 001000:<br />Invitation to Bid and Advertisement<br /> <br />Notice is hereby given that sealed bids will be received for the project named below by the City of Southaven, until 10:00 A.M. local time on Friday, August 8, 2025 and thereafter will be opened and read aloud publicly @ 10:15 A.M. local time.<br /> <br />Location for Receipt of Bids:<br /> <br />Bid for Southaven Municipal Court Re-Roof<br />City Clerk, City of Southaven<br />8710 Northwest Dr.<br />Southaven, Mississippi, 38671<br /> <br />Plans and Specifications Entitled:<br /> <br />Southaven Municipal Court Re-Roof<br /> <br />May be inspected and obtained from the City of Southaven, located at 8710 Northwest Drive Southaven, MS 38671(662-280-6524) or BID documents are posted on http://www.centralauctionhouse.com. To view these, download, and receive bid/RFP notices by e-mail, you must register with Central Bidding. Vendors/Contractors have the option to submit their bids/RFP’s electronically or by paper copy. For information about the electronic submittal process, contact Finley Ward with Central Bidding at 225.810.4814.<br /> <br />a. Partial Sets will not be issued.<br /> <br /> <br />Proposals shall be submitted in duplicate only upon the blank proposal forms provided with the specifications and must be accompanied by Proposal Security in the form of Certified Check or acceptable Bid Bond in the amount equal to at least five percent (5%) of the Base Bid: such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the proposal, execute contract and post Performance Bond in the form and amount within the time specified. The Bid Bond, if used, shall be payable to the Owner.<br /> <br />Bids on the Project must be received on or before the period scheduled for the project and no bid withdrawn after the scheduled closing time for the project for a period of forty-five (45) days.<br /> <br />All bids submitted in excess of $50,000.00 by a Prime or 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 State Board of Contractors.<br /> <br />PRE-BID CONFERENCE<br /> <br />There will be a pre-bid conference for this project on Wednesday, July 23, 2025 at 10:00 am at the address below: <br />(Former Fred’s Building)<br />8912 Northwest Drive<br />Southaven, MS 38671<br /> <br /> <br />The Owner reserves the right to reject any and all bids on any or all projects and to waive informalities.<br /> <br /> <br />OWNER:<br />City of Southaven<br />8710 Northwest Drive<br />Southaven, MS 38671<br /> <br /> <br /> <br />/s/ Darren Musselwhite<br />Mayor of Southaven<br /> <br /> <br /> <br />DATES OF ADVERTISEMENT: July 10, 2025<br /> July 17, 2025<br /> <br /> <br /> <br />END OF SECTION<br />
https://www.centralauctionhouse.com/rfp68614296-southaven-municipal-court-re-roof-.html
10-Jul-2025 8:00:00 AM CDT |
08-Aug-2025 10:00:00 AM CDT |
Lawrence County School District |
Student Assessment Screeners
|
Lawrence County School District (LCSD) invites qualified vendors to submit quotes for providing student assessment screening software designed to prepare students for the state test (MAAP). The goal is to identify student needs early and support targeted instruction by providing reliable, standards-aligned screeners. The Request for Quotes in its entirety is available at http://www.lawcosd.org. Responses to this Request for Quotes must be received at the Lawrence County School District Administrative Office, 346 Thomas E. Jolly Drive, Monticello, MS 39654, no later than 7/17/25.
https://www.centralauctionhouse.com/rfp23358704-student-assessment-screeners.html
02-Jul-2025 4:00:00 AM CDT |
17-Jul-2025 4:00:00 PM CDT |
Lawrence County School District |
Supplemental Online Practice
|
LCSD seeks quotes from qualified vendors to provide an online supplemental practice platform that offers extra practice opportunities for students to master standards in English/Language Arts and Mathematics/Science/Social Studies. The platform must support differentiated instruction and provide detailed analytics to teachers. The Request for Quotes in its entirety is available at http://www.lawcosd.org. Responses to this Request for Quotes must be received at the Lawrence County School District Administrative Office, 346 Thomas E. Jolly Drive, Monticello, MS 39654, no later than 7/17/25.
https://www.centralauctionhouse.com/rfp23026563-supplemental-online-practice.html
02-Jul-2025 4:00:00 AM CDT |
17-Jul-2025 4:00:00 PM 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 |
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 |
City of Brandon |
West Sunset Drive Water Line
|
ADVERTISEMENT FOR BID<br /> <br /><br />Separate written sealed BIDS for a General Contract for the furnishing of all labor and materials for the construction of:<br /> <br />WEST SUNSET DRIVE WATER LINE<br /> <br />will be received by the Mayor and Board of Aldermen of the CITY OF BRANDON herein after called the OWNER at the office of the:<br /> <br />CITY CLERK, CITY OF BRANDON, BRANDON CITY HALL<br />1000 MUNICIPAL DRIVE<br />BRANDON, MS 39042<br /> <br />Until 10:00am local time on Tuesday, July 15th, 2025, and then at said office publicly opened and read aloud for supplying all labor, equipment, and materials necessary for completion of the West Sunset drive Water Line project.<br /> <br />Bidders must be qualified under Mississippi State Law and show Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br />Project includes but is not limited to the installation of approximately 1,000 linear feet of 10” C-900 water main, 2 gate valves, 2 fire hydrants, 2 cold taps, and all other associated work required to complete the project as shown and specified in the plans and contract documents.<br />The DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:<br />1. City of Brandon, 1000 Municipal Drive, Brandon, MS 39042<br />2. Benchmark Engineering & Surveying, LLC, 101 Highpointe Court, Suite B, Brandon, MS 39042<br /> <br />Copies of the BIDDING DOCUMENTS may be obtained at BENCHMARK ENGINEERING upon payment of One Hundred Fifty Dollars ($150) per set – none of which is refundable. No partial documents will be issued.<br /> <br />Bid Security in the amount of 5% of the bid must accompany each bid in accordance with the INTRUCTIONS TO BIDDERS. Attorneys-in-fact who sign Bid Bonds, Payment Bonds or Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<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 City of Brandon is an Equal Opportunity Employer, and hereby notifies all bidders 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 /> <br />No prospective CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /> <br />Each bidder shall write the Certificate of Responsibility number and Mississippi Contractors License number on the outside of the sealed envelope containing his proposal. Proposals shall be submitted in duplicate, sealed, and deposited with the City Clerk prior to the hour and date designated above. Bid Number 2025-09 should be marked in the lower left corner of the envelope.<br /> <br />The City of Brandon now offers Electronic Bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at (225)810-4814.<br /> <br /> <br />The CITY OF BRANDON reserves the right to waive any information or irregularities, to accept any bid deemed to be in the best interest of the City, or to reject any or all bids.<br /> <br />The Contract Time is Sixty (60) consecutive calendar days with liquidated damages being Five Hundred Dollars ($500) per calendar day thereafter.<br /> <br />_________________________, Butch Lee, Mayor<br /> <br />Advertise: Rankin County News<br />June 11th, 2025<br />June 18th, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp53571360-west-sunset-drive-water-line.html
11-Jun-2025 12:00:00 AM CDT |
15-Jul-2025 10:00:00 AM CDT |