Agency |
Title |
Date published |
Bid opening date |
City of Brandon |
Two (2) Trailer Mounted Vacuum Excavators
|
City of Brandon<br />1000 Municipal Drive, Brandon, MS<br />601-825-5021<br /> <br />NOTICE OF REQUEST FOR PROPOSALS AND REVERSE AUCTION BIDDING<br /> <br />Per the Mississippi Office of the State Auditor, the City of Brandon, Mississippi (City) is soliciting proposals from qualified companies to provide the City of Brandon Public Works Department with two (2) Trailer Mounted Vacuum Excavators.<br /> <br />REQUEST FOR PROPOSALS AND REVERSE AUCTION INFORMATION<br /> <br />Proposal and Bid Specifications and Procedures may be obtained by contacting the City Clerk’s office located at 1000 Municipal Drive, Brandon, Mississippi or calling 601-825-5021or www.centralbidding.com.<br /> <br />Unpriced proposals will be accepted until 5:00 PM on May 19, 2025, by electronic bid submission (specifications and procedures may be downloaded at www.central bidding.com) or obtained from the City Clerk’s, 1000 Municipal Drive, Brandon, MS. All proposals must comply with the specifications provided. The City of Brandon reserves the right to amend the specifications, as necessary. Submissions will be evaluated and vendors submitting acceptable proposals will be invited to submit priced bids via reverse auction.<br /> <br />Qualified vendors will be invited to participate in a reverse auction, which will be held on<br />May 29, 2025, beginning at 10:00 AM. Electronic bids and/or reverse auction bids may be submitted at www.centralbidding.com. Any questions relating to the electronic process, please call Central Bidding at 225-810-4814.<br /> <br />The City reserves the right to reject any or all bids, to accept any bid deemed to be in the best interest of the City, and to waive informalities.<br /> <br />By: Butch Lee, Mayor<br />By: Mary Ann Hess, City Clerk<br /> <br />Publication Dates: April 30, 2025<br /> May 7, 2025
https://www.centralauctionhouse.com/rfp95859401-two-2-trailer-mounted-vacuum-excavators.html
29-May-2025 10:00:00 AM CDT |
29-May-2025 10:30:00 AM CDT |
City of Ridgeland |
Natural Gas Generators and Installation
|
ADVERTISEMENT FOR BIDS FOR<br />NEW GENERATORS FOR FIRE STATIONS 1, 2, AND 3<br /> CITY OF RIDGELAND, MISSISSIPPI<br /> <br />Notice is hereby given that the City of Ridgeland, Mississippi will receive bids for new generators at fire stations 1, 2, and 3.<br /> <br />UN-PRICED BID PROPOSALS will be accepted until the hour of 11:00 AM, local time, on TUESDAY, May 20, 2025 in sealed envelopes CLEARLY MARKED SOLICITATION FOR BID, at the Ridgeland Fire Department main office located at 456 Towne Center Blvd., Ridgeland, MS 39157, or by electronic bid submission at www.centralbidding.com . Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids during the electronic reverse auction. <br /> <br />Bidding will be held by electronic reverse auction at 10:00 AM, local time, ON TUESDAY, May 27, 2025. Electronic reverse auction bids can be submitted at www.centralbidding.com. Please contact Central Bidding at 225-810-4814 if you have any questions relating to the electronic bidding process.<br /> <br />The Specifications and Contract Documents may be obtained from the Ridgeland Fire Department main office located 456 Towne Center Blvd., Ridgeland, MS 39157, (601) 856-7004,
[email protected]. The Specifications and Contract Documents may also be downloaded at www.centralbidding.com for a fee. All bids must comply with the specifications provided. <br />The City of Ridgeland reserves the right to amend the specifications and contract documents as necessary prior to bid, and agrees to notify all having requested bid packets. The City of Ridgeland reserves the right to accept or reject any and all bids and to waive any and all informalities.<br /> <br />Contracts for purchase will be made from the lowest and/or best bids submitted, but the Mayor and Board of Aldermen reserve the right to reject any and all bids, and accept or reject any part of a bid.<br /> <br />CITY OF RIDGELAND, MISSISSIPPI <br /> <br />BY: /s/Paula Tierce <br /> Paula Tierce, City Clerk<br /> <br />Publish: Monday, April 24, 2025 and May 1, 2025 - Clarion Ledger<br /> <br />
https://www.centralauctionhouse.com/rfp92387570-natural-gas-generators-and-installation.html
27-May-2025 10:00:00 AM CDT |
27-May-2025 10:45:00 AM CDT |
Marshall County |
Project Poppy Gas Phase 8
|
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 12th day of June, 2025 and shortly thereafter publicly opened and read for:<br /> <br />6” STEEL HIGH PRESSURE AND<br />10” STEEL LOW PRESSURE GAS PIPELINES<br />TO SERVICE PROJECT POPPY, PHASE 8<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: INSTALLATION OF APPROXIMATELY 9,300 l.F. of High Pressure 6” Nom. O.D. Steel API SL, Grade X52 and approximately 3,900 L.F. of Low Pressure 10” Nom. O.D. Steel API 5L Grade x52, the installation of a Regulator Station (550/60 psig) and Metering Station (60/30 psig) along with all associated appurtenances. <br /> <br />Contract time will be completed within 275 Calendar Days from Notice of Proceed. 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 /> Charles Terry, President<br />Dates of Advertisement:<br />Thursday, May 22, 2025<br />Thursday, May 29, 2025
https://www.centralauctionhouse.com/rfp20699620-project-poppy-gas-phase-8.html
22-May-2025 8:00:00 AM CDT |
12-Jun-2025 9:00:00 AM CDT |
Pontotoc County |
20 Yard Rear Loading Garbage Truck with Conventional Chassis
|
IN THE MATTER OF PUBLICATION<br />CLAIM NO.__________<br />ADVERTISEMENT FOR BIDS FOR (1) ONE 20 YARD SINGLE REAR AXLE REAR LOADING GARBAGE TRUCKS WITH CONVENTIONAL CHASSIS FOR THE PONTOTOC COUNTY SOLID WASTE DEPARTMENT.<br /> WHEREAS, it is now necessary and this Board desires to advertise to receive bids through a reverse auction for (1) one 20-yard single rear axle rear loading garbage trucks with a conventional chassis.<br /> It is, therefore, ordered by the Board that the Clerk of this Board publish notice of the intention of the Board to receive bids via reverse auction on Wednesday, May 21st, 2025, at 10:00 A.M. at www.centralbidding.com according to specifications on file in the office of the clerk of the Board of Supervisors and online at www.centralbidding.com. Said notice shall be published for the time in the manner provided in the Pontotoc Progress, a newspaper having general circulation in Pontotoc County, MS.<br /> Upon motion made by Supervisor Gary Washington, seconded by Supervisor Ernie Wright, the above and foregoing resolution was put to a roll call vote the result being as follows:<br /> Benny Moorman voted "Yea"<br /> Mike McGregor voted "Yea"<br /> Gary Washington voted "Yea"<br /> Ernie Wright voted "Yea"<br /> Randy Ray voted "Yea "<br /> <br />The motion having received the unanimous affirmation of all members present, the President of the Board declared the motion carried and resolution adopted this the 15th day of April 2025.<br /> <br /> <br /> LEGAL NOTICE<br /> <br /> <br /> <br />Notice is hereby given that the Pontotoc County Board of Supervisors, at www.centralbidding.com at 10:00 a.m. on Wednesday May 21st 2025, shall accept electronic bids through a reverse auction for (1) one 20-yard single rear axle rear loading garbage truck with a conventional chassis for the Pontotoc County Solid Waste 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 all bids and to waive informalities. Bidders may download official documents from Central Bidding at www.centralbidding.com . Reverse Auction bids can be submitted though Central Bidding at www.centralbidding.com. Any questions regarding the reverse auction process should be directed to Central Bidding at 1- 225-810-4814<br /> <br />Done by unanimous vote of the Board of Supervisors of Pontotoc County, Mississippi, this the 15th day of April 2025.<br /> <br />_____________________ _____________________<br />President Clerk<br /> <br />PUBLISH: _April 23rd & 30th, _2025<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp23775151-20-yard-rear-loading-garbage-truck-with-conventional-chassis.html
21-May-2025 10:00:00 AM CDT |
21-May-2025 10:30:00 AM CDT |
City of Batesville |
Tandem Axel Dump Truck
|
NOTICE TO BIDDERS<br /> <br />The City of Batesville, Mississippi (“City”) is requesting bids for the a “TANDEM AXEL DUMP TRUCK.”<br /> <br />UN-PRICED BID PROPOSALS shall be submitted online to www.centralbidding.com no later than 4:00 P.M., Wednesday, June 4, 2025. Vendors submitting approved proposals will be invited to submit pricing during a live auction on Wednesday, June 11, 2025, on www.centralbidding.com. <br /> <br />All bids received will be evaluated for compliance with the bid requirements and specifications. Award will be made based on the lowest and best, meeting CITY OF BATESVILLE’S specifications and bid requirements.<br /> <br />Rejection of Proposal: Proposals may be rejected in the case of any omission, alteration of forms, additions or conditions not called for, unauthorized alternate bids, incomplete bids or irregularities of any kind.<br /> <br />Acceptance and/or rejection of Bids: The City will consider factors such as delivery time, past performance of the bidder in doing business with the City. The City reserves the right to reject any and all bids and to waive minor irregularities and technicalities, which do not detract from the best interests of the City.<br /> <br />General information: Bidder shall complete every space in the specification bidder’s proposal column with a check mark to indicate if the item being bid is exactly as specified. Bidders shall inform themselves with all pertinent city regulations.<br /> <br />Please contact Central Bidding at 225-810-4814 if you have any questions relating to the electronic bidding process.<br /> <br /> <br />/s/ Hal Ferrell, Mayor<br />/s/ Shonnah Weaver, City Clerk
https://www.centralauctionhouse.com/rfp2119044-tandem-axel-dump-truck.html
21-May-2025 12:00:00 AM CDT |
04-Jun-2025 4:00:00 PM CDT |
Laurel School District |
Blended Virtual Learning
|
Advertisement for Bids<br /><br />The Board of Trustees of the Laurel School District (hereafter referred to as “Owner”) is soliciting sealed,<br />written formal Request for Proposals (RFP) from qualified vendors (hereafter referred to as “Vendor”) for<br />the purchase of furniture, equipment, supplies, materials, labor, or services as outlined in the following<br />specifications. Sealed RFP bids shall be received by the Owner on or before the submission deadline date<br />and time listed below. Please submit original RFP documents in the format/design issued along with other<br />supporting documents attached to the proposal by mail, hand delivery, or by uploading to lcsdbids.com.<br />Questions regarding proposal specifications are to be addressed to the project administrator(s) listed<br />below. A response within 3 business days will be posted on the district’s bidding website, lcsdbids.com<br />and/or emailed to all bidders. It will be the responsibility of the vendor/bidder to check the website daily.<br />RFP shall be publicly opened and read aloud on the bid opening date and time listed below. After Board<br />Approval, please contact the Business Office at (601) 649-6391 to request a copy of the bid tabulation or<br />for assistance. The Owner reserves the right to waive any irregularities, the right to reject any or all bids,<br />and the option to postpone action and final decision for a period of up to sixty (60) days after the opening<br />of bids. Any agreement generated due to an award may be terminated by the Owner without cause upon<br />one week’s prior notice to the vendor.<br /><br />Owner: Laurel School District<br />Project Title: Blended Virtual Learning<br />Bid #: 2526-001<br />Project Administrator(s): Albert Galeas, Nashicka Mark<br />Telephone: 601-649-6391<br />Email:
[email protected],
[email protected]<br />District URL: www.laurelschools.org, www.lcsdbids.com<br />Issue Date: Wednesday, May 21, 2025<br />Submission Deadline Date and Time: Sealed proposals must be received no later than Monday, June 9,<br />2025 2:00 PM CST, at which time they will be publicly opened.<br />Bid Opening Date and Time: Monday, June 9, 2025 2:00 PM CST
https://www.centralauctionhouse.com/rfp17166092-blended-virtual-learning.html
20-May-2025 8:00:00 AM CDT |
05-Jun-2025 10:00:00 AM CDT |
City of Brandon |
Request for Qualifications for Engineering Services
|
LEGAL NOTICE<br />BRANDON, MISSISSIPPI<br />REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES<br /> <br />The City of Brandon requests proposals from qualified firms or individuals to provide engineering services for work related to the implementation of approved FY 2023 EDA project(s). You are invited to submit a proposal, in accordance with this request, to the Office of the City Clerk, City of Brandon, 1000 Municipal Drive, Brandon, Mississippi 39042, no later than 3:00 p.m. local time on June 13, 2025.<br /> <br />The Engineer will be responsible for performing all engineering services through project closeout in accordance with federal, state and local laws, regulations and policies. The scope of work includes but is not limited to the following: 1) prepare plans and specifications, 2) distribute bid documents, 3) assist in bid opening and prepare bid tabulation, 4) assist in the execution of construction contracts, 5) hold pre-construction conference, and 6) perform construction inspection including periodic reports to the City and approve all payment requests.<br /> <br />The City of Brandon is an Equal Opportunity Employer. The City encourages Minority-owned Business Enterprises (MBEs) and Woman-owned Business Enterprises (WBEs) to submit proposals. The City also encourages Section 3 eligible businesses to submit proposals. Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 17010) requires, to the greatest extent feasible, that the City and its contractors that participate in the above referenced Program give opportunities for job training and employment to lower income residents of Brandon. Section 3 also requires that contracts for work in connection with the Section 3 area be awarded to Section 3 eligible business concerns. <br /> <br />All proposals must be submitted in a sealed envelope and marked with the following language: “Proposal for EDA Engineering Services.” Proposals will be evaluated on the following factors: Qualifications (40 points), Experience (40 points) and Capacity for Performance (20 points). To be evaluated properly, the following must be addressed in detail:<br /> <br /> Qualifications – List of qualifications of persons to be assigned to project;<br /> Experience - Information regarding the firm’s experience and the projects previously undertaken, including the type and amount of grants awarded, the project activities, and the status of the projects;<br /> Capacity for Performance - Identify the number and title of staff assigned to provide services. <br /> <br />The City will designate a selection committee to evaluate each proposal. The selection committee may hold proposals for a period of not to exceed thirty (30) days for the purpose of reviewing the content of the proposals and investigating the qualifications of the firms and assigned individuals. The City reserves the right to reject any and/or all proposals. <br /> <br />Subject to EDA award(s) and the removal of all environmental conditions, the City will award a contract with the qualified individual or firm whose proposals has the highest number of cumulative points issued by the selection committee and determined to be the most advantageous to the City, price and other factors considered. The contract will include scope and extent of work and other essential requirements. An individual contract will include scope and extent of work and other essential requirements. An individual contract will be executed for each awarded project, and the contract will be on a fixed price basis. The City has the authority to terminate the selection at any time.
https://www.centralauctionhouse.com/rfp67821588-request-for-qualifications-for-engineering-services-.html
20-May-2025 12:00:00 AM CDT |
13-Jun-2025 3:00:00 PM CDT |
City of Ridgeland |
OLD AGENCY ROAD DITCH IMPROVEMENTS
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS<br />FOR<br />OLD AGENCY ROAD DITCH IMPROVEMENTS<br />CITY OF RIDGELAND, MISSISSIPPI</b></div><br />NOTICE is hereby given that the City of Ridgeland, Mississippi will receive written sealed bids until the hour of <b>10:00 AM, local time, on WEDNESDAY, JUNE 18TH, 2025,</b> in the Public Works Conference Room at Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157, for the furnishing of all labor and materials and for the construction of that certain project designated as:<div style="text-align: center;"><b> OLD AGENCY ROAD DITCH IMPROVEMENTS</b><br />City of Ridgeland, Madison County, Mississippi</div><br />Bids are to be stated for approximately 1,000 feet of ditch improvements, approximately 240 linear feet of sheet pile installation, asphalt paving, storm drain improvements and all other work necessary to complete the above project as shown and specified in the Construction Plans and Contract Documents at two separate sites along Old Agency Road.<br /><br />A non-mandatory pre-bid conference will be held at <b>10:00 AM, on MONDAY, JUNE 9TH, 2025</b>, in the Public Works Conference Room at Ridgeland City Hall. All plan holders are encouraged to attend.<br /><br />The Total Contract Time will be 30 CALENDAR DAYS and the liquidated damages will be $1,000.00 per consecutive calendar day thereafter. <br /><br />Official Bid Documents can be downloaded from Central Bidding at www.centralbidding.com and electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process and to register, please call Central Bidding at 225-810-4814.<br /><br />Optional hard copies of project bid documents are also available for a nonrefundable price of $100.00 for each set. Paper copies of the Proposal and Contract Documents may be obtained from the Public Works Department of the City of Ridgeland, Mississippi, at the Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157.<br />The DRAWINGS, SPECIFICATIONS AND BID SCHEDULE may also be examined at the following locations:<br /><br />Mississippi Procurement Technical Assistance Program (MPTAP)<br />501 North West Street, Suite B 01<br />Jackson, MS 39201<br />Contact: Carlyn McGee<br />601-359-3448<br /><br />City of Ridgeland<br />Public Works Department<br />Ridgeland City Hall<br />100 W. School Street<br />Ridgeland, MS 39157<br />Contact: Alan Hart, PLA,<br />601-853-2027<br /><br />Central Bidding<br />www.centralbidding.com<br />225-810-4814 <br /><br />The City of Ridgeland, Mississippi hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, religion or national origin in consideration for an award. <br /><br />Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to the City of Ridgeland, Mississippi as bid security. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /><br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with Ridgeland City Hall, Ridgeland, Mississippi prior to the hour and date above designated. No bidder may withdraw his bid within sixty (60) days after the date of actual bid opening, without Owner’s consent. <br /><br />Contract award will be made to the lowest and best bidder offering the low aggregate amount for the base bid item, plus additive or deductive bid alternates applied in the order which is most beneficial to the Owner, and within funds available for the project.<br /><br />The Mayor and Board of Aldermen reserve the right to accept or reject any and all bids and to waive any and all informalities.<br /><br />BY ORDER OF THE MAYOR AND BOARD OF ALDERMEN, ON THIS THE 6th DAY OF MAY 2025.<br />CITY OF RIDGELAND, MISSISSIPPI<br />BY:<br />Gene F. McGee, MAYOR
https://www.centralauctionhouse.com/rfp12542908-old-agency-road-ditch-improvements.html
20-May-2025 12:00:00 AM CDT |
18-Jun-2025 10:00:00 AM CDT |
Hattiesburg Public School District |
BID 25-010 SOLID WASTE DISPOSAL & COLLECTION
|
Sealed proposals for “Bid# 25-010 Solid Waste Collection & Disposal,” as listed on the bid document, will be received in Hattiesburg Public Schools at 301 Mamie Street, Hattiesburg, Mississippi, until 10:00 a.m. (CST) Friday, May 30, 2025.
https://www.centralauctionhouse.com/rfp89937134-bid-25-010-solid-waste-disposal-collection.html
18-May-2025 7:00:00 PM CDT |
30-May-2025 10:00:00 AM CDT |
Magnolia Regional Health Center |
Surgical Endoscopy Systems Bid
|
Magnolia Regional Health Center will accept sealed bids for a (Surgical Endoscopy systems). Bids must be directed to the Purchasing Dept. Attn: Brent Borgman, Director of Purchasing; at 611 Alcorn Drive, Corinth MS 38834. Bid Opening and deadline is (June 10th, 2025 at 2:00 p.m. C.S.T.) At which time they will be publicly opened and read in the Executive Conference Room.<br />Specifications for said bid are on file and may be obtained from the MRHC Office of Brent Borgman, Director of Purchasing. Contact Brent Borgman by email at
[email protected] or<br />www.centralauctionhouse.com<br />No bid may be withdrawn for a period of 90 days after the designated time for the receipt of the bids. The award, if any, will be made to the lowest and best bidder.<br />Done by the order of Jim Hobson, CEO this 16th day of May, 2025.
https://www.centralauctionhouse.com/rfp11445296-surgical-endoscopy-systems-bid-.html
16-May-2025 7:00:00 AM CDT |
10-Jun-2025 2:00:00 PM CDT |
AAA Ambulance Service |
AAA Ambulance Service - 2 Type I Remounts
|
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 1:00 p.m. on the 5th day of June 2025, for<br />the purchase of the following, to wit:<br />Two (2) ambulance remounts on 2025 or newer chassis according to the specifications on<br />file in the office of the Chief Executive Officer of AAA Ambulance Service whose office is<br />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 ambulance remount it is<br />offering and the pricing for same, inclusive of the trade-in amount offered for the agencies<br />existing original chassis.<br />Bid documents may be submitted by hand delivery or mail to 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 formalities. 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/rfp89927460-aaa-ambulance-service--2-type-i-remounts.html
16-May-2025 12:00:00 AM CDT |
05-Jun-2025 1:00:00 PM CDT |
City of Jackson |
91263-061025 RFP- Repair/Remodeling of Grove Park Pool
|
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, June 10, 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 />91263-061025 RFP- Repair/Remodeling of Grove Park Pool<br /> <br /> <br />BIDS ARE NOW AVAILABLE AT WWW.JACKSONMS.GOV or www.centralbidding.com<br /> <br /> <br />“Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted www.centralbidding.com. For any question relating to the electronic bidding process, please call Central Bidding at 225-810-4814.”<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, and 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)960-1851. 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, and 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 company submitting 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 /> Monica Oliver, Purchasing Manager<br />
[email protected]<br />Purchasing Division <br /> (601) 960-1025<br /> <br />MO.
https://www.centralauctionhouse.com/rfp55814954-91263-061025-rfp-repairremodeling-of-grove-park-pool.html
15-May-2025 8:00:00 AM CDT |
10-Jun-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development - 611-141 located at 321 Creston Ave
|
ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the City Clerk of Jackson, Mississippi, at 219 S. President Street, Jackson, Mississippi 39201 or at Post Office Box 17, Jackson, Mississippi 39205 until 3:30 PM, local time (CT), Tuesday, June 3, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br /><br />1. 611-141 located at 321 Creston Ave<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 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 opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s 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 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<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 Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________<br /><br />Samantha Graves, Manager<br /><br />Community Improvement Division of Planning and Development<br /><br />Mailing Address: <br />City Clerk<br />Post Office Box 17<br />Jackson, Mississippi 39205<br /><br />Dates of Publication:<br /><br />The Mississippi Link<br />May 15, 2025<br />May 22, 2025<br /><br />The Jackson Advocate<br />May 15, 2025<br />May 22, 2025<br /><br />Central Bidding<br />May 15, 2025<br />June 3, 2025<br /><br />City of Jackson Bid Opportunities<br />May 15, 2025<br />June 3, 2025<br /><br />MTAP (State Transparency Website)<br />May 15, 2025<br />June 3, 2025
https://www.centralauctionhouse.com/rfp39847339-city-of-jackson-planning-development--611-141-located-at-321-creston-ave.html
15-May-2025 8:00:00 AM CDT |
03-Jun-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development-Project 121 Texas Ave
|
I.ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the City Clerk of Jackson, Mississippi, at 219 S. President Street, Jackson, Mississippi 39201 or at Post Office Box 17, Jackson, Mississippi 39205 until 3:30 PM, local time (CT), Tuesday, June 3, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br /><br />1. 116-53 located at 121 TEXAS AVE <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 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 opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s 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 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<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 Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________<br /> <br />Samantha Graves, Manager<br /> <br />Community Improvement Division of Planning and Development <br /> <br />Mailing Address:<br />City Clerk<br />Post Office Box 17<br />Jackson, Mississippi 39205<br /><br />Dates of Publication:<br /><br />The Mississippi Link<br />May 15, 2025<br />May 22, 2025<br /> <br />Central Bidding<br />May 15, 2025<br />June 3, 2025<br /> <br />City of Jackson Bid Opportunities<br />May 15, 2025<br />June 3, 2025<br /> <br />The Jackson Advocate<br />May 15, 2025<br />May 22, 2025<br /> <br /><br /><br /><br /> <br /> <br /> <br /><br />
https://www.centralauctionhouse.com/rfp21905522-city-of-jackson-planning-development-project-121-texas-ave.html
15-May-2025 8:00:00 AM CDT |
03-Jun-2025 3:30:00 PM CDT |
George County School District |
Visually Impaired Services and Orientation and Mobility Services
|
The George County School District, Special Education Department, is accepting proposals for Visually Impaired Services and Orientation and Mobility Services for students for the 2025/2026, 2026/2027, 2027-2028 school years. The RFP may be picked up at the district office located at 494 Cowart Street, Lucedale, MS 39452, or you may request a copy by email from James David King, Ph.D., Special Education Director at
[email protected]<br /> <br />Proposals must be submitted by May 29, 2025, at 2:00 p.m.
https://www.centralauctionhouse.com/rfp53766566-visually-impaired-services-and-orientation-and-mobility-services.html
15-May-2025 12:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
George County School District |
Psychometric Services
|
The George County School District, Special Education Department, is accepting proposals for Psychometric Services for the 2025/2026, 2026/2027, 2027-2028 school years. The RFP may be picked up at the district office located at 494 Cowart Street, Lucedale, MS 39452, or you may request a copy by email from James David King, Ph.D., Special Education Director at
[email protected]<br /> <br />Proposals must be submitted by May 29, 2025, at 2:00 p.m.
https://www.centralauctionhouse.com/rfp88342707-psychometric-services-.html
15-May-2025 12:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
George County School District |
Occupational / Physical Therapist Services
|
The George County School District, Special Education Department, is accepting proposals for Occupational/Physical Therapy for students for the 2025/2026, 2026/2027, 2027-2028 school years. The RFP may be picked up at the district office located at 494 Cowart Street, Lucedale, MS 39452, or you may request a copy by email from James David King, Ph.D., Special Education Director at
[email protected]<br /><br />Proposals must be submitted by May 29, 2025, at 2:00 p.m.<br />
https://www.centralauctionhouse.com/rfp8030502-occupational-physical-therapist-services.html
15-May-2025 12:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
Covington County School District |
Digital Curricula and Credit Recovery 2025-2026
|
<p>The Covington County School District will accept proposals for Digital Curricula and Credit Recovery services for the 2025-2026 school year. All proposals must be submitted to the Office of the Superintendent of Education, at 108 Main Street, Collins, MS 39428 no later than 11:00 a.m. CST, Monday, June 2, 2025.</p><p>BID #: 252603<br />Description: Digital Curricula and Credit Recovery 2025-2026</p><p>Official proposal documents can be downloaded from Central Bidding at www.centralbidding.com, for a fee, or by visiting www.covingtoncountyschools.org. Electronic proposals can be submitted at www.centralbidding.com however, hardcopy bids will also be accepted. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814.</p><p>No proposal will be accepted via email. Submitting via email will disqualify the vendor from selection.</p><p>The Covington County School District reserves the right to reject any or all bids submitted and to waive any informalities.</p><p>All bids are subject to federal/state appropriation and the ability of the district’s Comprehensive Federal Program Application to accommodate this expense.</p>
https://www.centralauctionhouse.com/rfp94629621-digital-curricula-and-credit-recovery-2025-2026.html
15-May-2025 12:00:00 AM CDT |
02-Jun-2025 11:00:00 AM CDT |
George County |
George County Ambulance Service RFI
|
REQUEST FOR INTEREST PROVISION OF AMBULANCE SERVICES GEORGE COUNTY, MISSISSIPPI<br />OVERVIEW<br />This Request for Interest (“RFI”), issued by the George County Board of Supervisors, is intended to solicit interest from experienced providers (the “Providers”) for the provision of county-wide ground ambulance services at the EMT-Paramedic levels (Advanced Life Support). The Board of Supervisors is now soliciting proposals indicating interest from privately run ambulance services for a term through Dec. 31, 2027.<br />The Board of Supervisors of George County, Mississippi, will receive sealed proposals to the Chancery Clerk Office at 355 Cox Street, Lucedale, MS 39452 until 10:00 a.m. on Friday, June 13, 2025.<br />The entire 11 pages RFI is on file at the George County Administrative Office at 329 Ratliff Street, Lucedale, MS 39452, during regular business hours. The official request for proposals (RFI) and bid documents can be downloaded from Central Bidding-Mississippi Public Notices at www.centralbidding.com.<br />Inasmuch as the County is not in a position to bind any proposal until it has completed its evaluation of all of the available options, each Provider should consider its proposal of interest to be non-binding. Each Provider is advised, however, that the County is seeking proposals of interest that it may consider, with a high degree of certainty.<br />The information being sought pursuant to this RFI is intended to assist the County in conducting its analysis and consideration of the options available.<br />The County expressly reserves the right to request amendments to proposals, to reject any and all proposals received, to amend this RFI, and/or to terminate this RFI. The County further reserves the right to negotiate with any Provider after proposals are received and considered.<br />Prior to the submission deadline, Providers may request any additional information from the County through the EMA Director that Provider deems necessary to prepare its proposal.<br />COUNTY BACKGROUND INFORMATION<br />The Director of the George County Office of Emergency Services acts, at the direction of the George County Board of Supervisors, as the liaison for the ambulance contract.<br />The current ambulance service provider maintains a minimum of two (2) available and equipped ambulances and staffed 24/7 with at least one paramedic per truck and one reserve truck used to replace trucks out on maintenance. It staffs the appropriate number of ambulances to stay in compliance with Response Time Criteria as stated in Section D.<br />See full background information on Central Bidding at www.centralbidding.com<br />ACCEPTABLE PROPOSALS<br />Providers must address each of the following items in as much detail as may be necessary to adequately describe the services proposed. It should be understood that this RFI is for a term through Dec. 31, 2027 to begin on an as mutually agreed upon date by George County and the selected ambulance service provider if the current contract that George County has is terminated or canceled.<br />SELECTION PROCESS<br />The selection of proposers for contract will be made using the following process or similar:<br />2<br />1. In order to be initially selected the proposers must meet the Minimum General Terms and Conditions as included in the RFI, in the sole discretion of the Board of Supervisors.<br />2. Submittals should be reviewed by the George County Board of Supervisors. This ranking will be based on the following unweighted criteria:<br />•<br />Board of Supervisors confidence in Provider to fulfil obligation<br />•<br />Experience<br />•<br />Financial Stability<br />•<br />Subsidy<br />•<br />Qualifications/Technical<br />•<br />References<br />3. The George County Board of Supervisors may additionally require oral presentations from Provider (For all details on possible presentations, see www.centralbidding).<br />4. In addition to all other rights under Mississippi law, the County specifically reserves unto itself these rights and Provider agrees to such by submitting a proposal or response to the RFI:<br />•<br />The right to score and rank proposals and negotiate with the entity submitting the highest scoring, highest ranking proposal or, with cause to negotiate with any other entity submitting a proposal.<br />•<br />The right to negotiate with one Provider with no obligation to other Providers.<br />•<br />The right to select the proposal the Board of Supervisors believes will best serve the County.<br />•<br />The right to reject any or all Proposals.<br />•<br />The County reserves the right to cancel the entire Request for Proposal.<br />Further, the County stipulates all costs of preparing and submitting proposals are borne solely by Providers (For all details on the Selection Process, see www.centralbidding).<br />A. PROVIDER BUSINESS/BACKGROUND INFO<br />1. A company profile which must include the firm name and corporate home business address, including telephone number.<br />2. Year established (include former firm names and year established, if applicable).<br />3. Type of ownership and parent company, if any.<br />4. Identification of governmental and/or institutional clients for whom similar services have been provided including name of client, client contact person, description of services performed and amount of the contract.<br />5. Whether Provider or any employee thereof anticipated being assigned to provide Ambulance services has been a defendant or plaintiff in any proceeding involving or arising out of such services within the past seven years.<br />See full of list 1-20 for Provider Information at www.centralbidding.com<br />B. INSURANCE<br />Provider will provide documentation from the Provider’s insurance carrier that the insurance required hereunder is available to the Provider and that such coverage is or will be provided prior to the onset of the contract:<br />3<br />1.<br />Liability insurance for damages arising out of bodily injury to or death of one or more persons in any one accident of $1,000,000;<br />2.<br />Liability insurance for any injury to or destruction to property in any one accident of $1,000,000;<br />3.<br />Umbrella liability insurance for any combination of damages at a minimum of $5,000,000;<br />4.<br />Worker’s Compensation Insurance required by law (See full list of insurance requirements at www.centralbidding.com).<br />C. BUSINESS PLAN<br />Provider will submit a business plan for the term of the contract that provides substantial evidence of the Provider’s capacity to insure the provision of adequate service to George County. This business plan should be based on the following assumptions:<br />1. Provider agrees to maintain a minimum of two (2) available fully equipped ambulances and capable of being manned within George County. Two (2) of the two (2) ambulances shall be advanced trained paramedic ambulances equipped with ventilators, IV pumps, power source independent of the engine to maintain power, and staffed with advanced trained personnel.<br />2. In addition, Provider agrees that should circumstances occur where the two (2) staffed and available ambulances are insufficient to fulfill the need for services, that it will dispatch available air med services or a like provider as well as dispatch any additional available ambulances as is necessary to prevent interruption of service.<br />3. Attach proposed budget for the first year of operations of the Provider’s service. The purpose of this budget should be to provide a realistic view of the financial operations of the service and a justification for any requested subsidy.<br />4. Company must extend the prevailing Mississippi Medicare rates to all medical facilities within George County for emergency and nonemergency transports through a fully executed written contractual agreement. The prevailing Mississippi Medicare rates will be honored by the ambulance provider throughout the duration of the agreement for County owned operations. These may include but not limited to: Local Hospital and their campus facilities, nursing homes, rehab units.<br />5. Special Events- Provider should also address the following special circumstances:<br />•<br />County/City-authorized transports (e.g., jail inmate/persons in custody to hospital ER);<br />•<br />Indigent transports;<br />•<br />Ambulance coverage at local high school football games; and<br />•<br />Ambulance coverage for County/City-sponsored non-profit events when requested.<br />6. Deployment Plan- Provide an overall deployment plan describing how Provider will deliver the requested service. This plan should include at a minimum:<br />•<br />The mechanism through which Provider’s ambulances will be dispatched;<br />•<br />The number and location (physical address or posting places) of all ambulances scheduled to be placed in service, including not less than four ALS ambulances staffed 24 hours per day, 7 days a week;<br />•<br />A description of the make, model, and year of the ambulances to be used;<br />•<br />A listing of on-board equipment and supplies for each unit;<br />•<br />An outline of the contingency plan or mutual aid plan for catastrophic situations and situations in which contracted ambulances are out of the County; and<br />•<br />An outline of the mechanism for handling personnel shortages (e.g., illnesses or resignations).<br />4<br />•<br />Maintenance plan for its vehicles.<br />7.<br />Operational Sites- Describe the location and description of the place or places from which the Provider intends to operate within George County, i.e. central facility and/or post. The Provider must provide a minimum of one (1) station (physical buildings) at the Provider’s expense throughout the duration of the contract within the County to be used as ambulance post.<br />D. RESPONSE TIME STANDARDS (ALL AREAS)<br />1. Provider shall produce a maximum response time of eight (8) minutes on not less than 80% of all responses originating within a five (5) mile radius of the central location point within the city and a maximum response time of twelve (12) minutes on not less than 80% of all responses within a five (5) mile radius of the central point within the unincorporated areas of George County.<br />2. Provider shall produce a maximum response time of fifteen (15) minutes on not less than 80% of all responses originating within a ten (10) mile radius of a central location point.<br />3. Provider shall produce a maximum response time of twenty (20) minutes on not less than 80% of all responses originating outside a ten (10) mile radius of a central location point (See www.centralbidding for alternate metrics options).<br />E. LICENSING<br />1. Provider must provide evidence of licensure by the Mississippi State Department of Health at the EMT-Paramedic level. All ambulances to be deployed in George County must constantly meet the criteria set forth by the Mississippi State Department of Health for ambulances vehicles and must carry all of the onboard equipment, medications, and supplies required by the Mississippi State Department of Health.<br />F. MEDICAL DIRECTION (CONTROL)<br />1. Provider must describe the system of medical control. Provider should list both off-line and on-line physicians.<br />G. REPORTS (MONTHLY, ANNUAL, AND TARGETED)<br />1. Provider must provide George County reports on activities of its service each month, as well as annually. Monthly and annual reports must include, at a minimum, the following: Response times, Types of responses, Exceptions to the minimum requirements, Detail of dispatches, transports and location transported (See full reporting list at www.centralbidding.com)<br />H. WORKERS’ COMPENSATION INSURANCE<br />1. Provider shall provide and maintain, at its expense during the term of this contract, in accordance with workers’ compensation laws of the State of Mississippi, including occupational disease provisions, for all of the Provider’s employees, and in case any work is sublet, Provider shall require any such subcontractor similarly to provide Workers’ Compensation Insurance, including occupational disease provisions, for all of the subcontractor’s employees unless such employees are covered by the protection afforded by the Provider (See full Workers’ Comp requirements at www.centralbidding.com)<br />GENERAL TERMS AND CONDITIONS<br />Proposals must be submitted with one (1) original and five (5) copies by 10 a.m. on Friday, June 13, 2025. All printed and sealed RFP proposals should be mailed or delivered to the Chancery Clerk Office at 355 Cox Street, Lucedale, MS 39452. All bid envelopes should contain the bidder’s name<br />5<br />and mailing address on the outside of the envelope and reference to this RFI.<br />Proposals will be evaluated by the George County Board of Supervisors; they maintain sole authority to contract with providers and will have final approval in the selection process.<br />•<br />All submittals must be on paper or through Central Bidding. No CD’s, DVD’s, e-mails or other electronics allowed, unless requested.<br />•<br />The term of contract shall be through Dec. 31, 2027 with the option of either party to terminate the contract with 180 days written notice for any reason.<br />•<br />Provider must be a corporation registered with the State of Mississippi.<br />•<br />Contractor shall at Contractor’s expense, procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work specific under this proposal;<br />•<br />Provider must possess all needed Local, State and Federal licensing requirements.
https://www.centralauctionhouse.com/rfp73980592-george-county-ambulance-service-rfi.html
15-May-2025 12:00:00 AM CDT |
13-Jun-2025 10:00:00 AM CDT |
City of Byram |
City of Byram East Siwell Road Sewer Main
|
Sealed bids will be received by the City of Byram, Mississippi, until 10:00 A.M., local time, June 10, 2025 in the office of the Clerk, 5901 Terry Road, Byram, Mississippi, and shortly thereafter publicly opened for supplying all labor, equipment, and materials necessary for completion of the City of Byram East Siwell Road Sewer Main.<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 />The principal items of work include the following:<br /> <br />Installation of manholes and 950 feet of eight inch sewer main in easements on the south side of Siwell Road<br /> <br />The work must be completed within 75 Calendar days. The contract will be subject to liquidated damages of $500.00 per calendar day.<br /> <br />The Engineer for this project will be Guest Consultants, Inc.<br /> <br />Plans and Specifications may be obtained from the office of Guest Consultants, Inc., 26 Eastgate Drive, Brandon, Mississippi, upon receipt of $100.00 for each set of bid documents, none of which is refundable. <br /> <br />The PLANS, SPECIFICATIONS and CONTRACT DOCUMENTS may be examined at the following locations:<br /> <br />5901 Terry Road, Byram, Mississippi (Public Works Director's Office)<br /> <br />Guest Consultants, Inc., 26 Eastgate Drive, Suite C, Brandon, MS(Consulting Engineer’s Office)<br /> <br /> <br />Each bidder must deposit with his proposal a Bid Bond or Certified Check in an amount equal to five percent of his bid, payable to the City of Byram as bid security. The successful bidder shall furnish a Performance Bond and a Payment Bond each in the amount of 100 percent of the bid.<br /> <br />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 />The City of Byram 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 />Proposals submitted in person shall be submitted in duplicate, sealed and deposited with the City Clerk prior to the hour and date designated above. City of Byram East Siwell Road Sewer Main Project should be marked in the lower left corner of the envelope.<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.<br /> <br />The City of Byram reserves the right to reject any and/or all bids, to accept any bid deemed to be in the best interest of the City, and to waive informalities.<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp21717071-city-of-byram-east-siwell-road-sewer-main.html
15-May-2025 12:00:00 AM CDT |
10-Jun-2025 10:00:00 AM CDT |
Amite County |
lease-purchasing ONE (1) NEW HIGH COMPACTION REAR LOADING GARBAGE BODY AND TRUCK CAB/CHASSIS.
|
HIGH-COMPACTION REAR LOADING GARBAGE BODY AND TRUCK CAB/CHASSIS<br />REAR AXLE MUST BE AT LEAST 30,000 POUND RATED<br />REAR SUSPENSION MUST BE AT LEAST 30,000 POUND RATED<br />
https://www.centralauctionhouse.com/rfp91340541-lease-purchasing-one-1-new-high-compaction-rear-loading-garbage-body-and-truck-cabchassis.html
15-May-2025 12:00:00 AM CDT |
05-Jun-2025 5:00:00 PM CDT |
Hinds County School District |
IFB # HCSD 25-010 Cafeteria Equipment For Hinds County School District
|
<div style="text-align: center;">REQUEST FOR BID<br />IFB # HCSD 25-010<br />Cafeteria Equipment<br />For<br />Hinds County School District</div>The Hinds County School District is soliciting bids for cafeteria equipment. The equipment is for two separate school locations; Raymond High School, located in Raymond, MS, and Gary Road Intermediate School, located in Byram, MS. Bids will only be considered valid if they meet all the specifications listed in the IFB.<br /> <br />IFB HCSD 25-010 details are available on https://www.centralauctionhouse.com or can be requested electronically by emailing a request to
[email protected].<br /> <br />Bids/proposals will be received by the Hinds County School Board of Education at 13192 Highway 18, Raymond, MS 39154 or electronically at https://www.centralauctionhouse.com, until June 2, 2025, at 12:00pm (central time). All bids/proposals must be received at the Board of Education or electronically at https://www.centralauctionhouse.com on or before June 2, 2025, at 12:00pm. Neither pre-dating the bid, nor placing it in the before closing of bid will meet legal requirements. The Hinds County School Board of Education reserves the right to reject any and/or all unpriced proposals received and to waive any and all informalities.<br /> <br />If submitting a paper bid, it shall be typed and any changes that are made must be initialed. No changes shall be allowed after the bids are opened. The Hinds County School District shall not be responsible for any errors or omissions. Bids may be hand delivered, mailed, or submitted electronically. Paper bids must be submitted in a sealed 8” X 10” or larger envelope. Please label outside envelope as follows or the bid may be rejected:<br /> <br />Hinds County School District<br />Attn: Linda Little<br />IFB Number HCSD 25-010<br />13192 Highway 18 West<br />Raymond, MS 39154<br /> <br />Envelopes not so marked will not be considered.<br />Bids will be opened June 2, at 3:00pm (central time) at 13192 Highway 18, Raymond, MS 39154.<br />Published by order of the Hinds County School District<br />Linda Little<br />Director of Child Nutrition<br />Hinds County School District
https://www.centralauctionhouse.com/rfp87738598-ifb-hcsd-25-010-cafeteria-equipment-for-hinds-county-school-district.html
15-May-2025 12:00:00 AM CDT |
02-Jun-2025 12:00:00 PM CDT |
Jackson Public Schools |
RFQ 2025-01Project Management and Communications Contractor to Support the JPS-Hinds Early Learning Collaborative
|
<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 />Wednesday, May 14, 2025 & Wednesday, May 21, 2025<br />Jackson Advocate<br />Thursday, May 15, 2025 & Thursday, May 22, 2025<br />MS Link:<br />Thursday, May 15, 2025 & Thursday, May 22, 2025<br />Opening Date/Time<br />Wednesday, June 04, 2025 @ 10:00 A.M.<br />RFQ 2025-01<br />Project Management and Communications Contractor to Support the JPS-Hinds Early Learning Collaborative<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br />RFQ 2025-01<br />Project Management and Communications Contractor to Support the JPS-Hinds Early Learning Collaborative<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, 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 at Via TEAMS (see below for link) Friday, May 23, 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_ODllYzM1N2YtMDljNy00OWNkLTgzNTgtMmQ3ZDRhZTViODE4%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: 14 May 2025 (Clarion); 15 May 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 21 May 2025 (Clarion); 22 May 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 23 May 2025 (TEAMS)<br />Final Date for Questions: 29 May 2025<br />Answers to Questions: 30 MAY 2025<br />Bid Opening Day: 04 June 2025 @ 10:00 A.M.<br />Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion Ledger Thursday, May 14, 2025 & Thursday, May 21, 2025<br />Jackson Advocate Thursday, May 15, 2025 & Thursday, May 22, 2025<br />Mississippi Link Thursday, May 15, 2025 & Thursday, May 22, 2025<br />
https://www.centralauctionhouse.com/rfp64303553-rfq-2025-01project-management-and-communications-contractor-to-support-the-jps-hinds-early-learning-collaborative-.html
14-May-2025 7:00:00 PM CDT |
04-Jun-2025 10:00:00 AM CDT |
Rankin County |
Bid 25-300-7A Clay Gravel
|
<div style="text-align: center;">NOTICE TO BIDDERS</div><br />Notice is hereby given that written sealed term bids for clay gravel for the period of July 01, 2025, through December 31, 2025, with an additional six-month period at the option of both parties will be received by the Rankin County Board of Supervisors until 8:30 a.m. on June 10, 2025. Paper bids can be submitted to the Rankin County Board of Supervisors at 211 East Government Street, Suite A, Brandon, MS 39042. Electronic bids can be submitted at www.centralbidding.com.<br /><br />All bidders submitting bids in response to this Notice acknowledge and agree that any bid accepted shall be automatically available to municipalities located in Rankin County, if any, who have entered into an Interlocal Cooperation Agreement with the Rankin County Board of Supervisors indicating that said municipality or municipalities intend to participate in the County’s Commodity Term Bid Procedure.<br /><br />By submitting a sealed bid, Bidders are acknowledging and agreeing to commit to and honor pricing submitted in response to this Notice in the event that the following municipalities located in Rankin County enter into an interlocal agreement with Rankin County providing for their participation with the County in this term bid: The cities of Brandon, Florence, Flowood, Pearl, Richland, and the towns of Pelahatchie and Puckett. In order to participate with the County in this term bid procedure and in order to be eligible for the pricing set forth in the awarded bid response, each participating municipality must enter into an Interlocal Cooperation Agreement with Rankin County which must be approved by the Office of the Mississippi Attorney General.<br /><br />The Board is acting under the authority of Section 31-7-13, Mississippi Code of 1972, Amended, and reserves the right to reject any and all bids.<div style="text-align: center;">BID NUMBER: 25-300-7A Clay Gravel</div><br />Official bid documents may be obtained by contacting the Rankin County Purchasing Office at 601-825-9601,
[email protected], or downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Published by the order of the Rankin County Board of Supervisors, Brandon, Mississippi dated May 5, 2025.<br /> <div style="text-align: right;">Mark S. Scarborough, Clerk of the Board</div>Publication Dates: May 14, 2025, and May 21, 2025<br />
https://www.centralauctionhouse.com/rfp53448750-bid-25-300-7a-clay-gravel.html
14-May-2025 8:00:00 AM CDT |
10-Jun-2025 8:30:00 AM CDT |
Rankin County |
Bid 25-300-2A Term Bid for Asphalt
|
<div style="text-align: center;">NOTICE TO BIDDERS</div><div>Notice is hereby given that written sealed semi-annual term bids for asphalt for the period of July 01, 2025, through December 31, 2025, will be received by the Rankin County Board of Supervisors until 8:30 a.m. June 10, 2025. Paper bids can be submitted to the Rankin County Board of Supervisors at 211 East Government Street, Suite A, Brandon, MS 39042. Electronic bids can be submitted at www.centralbidding.com.<br />Sealed bids will be for the supplying of all labor, equipment, and materials necessary for cold milling of bituminous paving, plant mix bituminous base course, hot bituminous pavement, surface course, ultra-thin asphalt pavement, crack sealing, and bituminous surface and base mixtures to be placed on public roads in Rankin County. <br />All bidders submitting bids in response to this Notice acknowledge and agree that any bid accepted shall be automatically available to municipalities located in Rankin County, if any, who have entered into an Interlocal Cooperation Agreement with the Rankin County Board of Supervisors indicating that said municipality or municipalities intend to participate in the County’s Commodity Term Bid Procedure.<br />By submitting a sealed bid, Bidders are acknowledging and agreeing to commit to and honor pricing submitted in response to this Notice in the event that the following municipalities located in Rankin County enter into an interlocal agreement with Rankin County providing for their participation with the County in the labor, equipment and materials that form the basis of this semi-annual bid: The cities of Brandon, Florence, Flowood, Pearl, Richland, and the towns of Pelahatchie and Puckett. In order to participate with the County in this semi-annual bid procedure and in order to be eligible for the pricing set forth in the awarded bid response, each participating municipality must enter into an Interlocal Cooperation Agreement with Rankin County which must be approved by the Office of the Mississippi Attorney General.<br />The Board is acting under the authority of Section 31-7-13, Mississippi Code of 1972, Amended, and reserves the right to reject any and all bids.</div><div style="text-align: center;">BID NUMBER: 25-300-2A Semi-Annual Asphalt </div><div>Official bid documents may be obtained by contacting the Rankin County Purchasing Office at 601-825-9601,
[email protected], or downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />Published by the order of the Rankin County Board of Supervisors, Brandon, Mississippi dated May 5, 2025</div><div style="text-align: right;">Mark S. Scarborough, Clerk of the Board</div>Publication Dates: May 14, 2025, and May 21, 2025<br /><br />
https://www.centralauctionhouse.com/rfp41625716-bid-25-300-2a-term-bid-for-asphalt.html
14-May-2025 8:00:00 AM CDT |
10-Jun-2025 8:30:00 AM CDT |
Lauderdale County |
RFP NO. LC030-2025:DETENTION FACILITY FOOD SERVICES
|
NOTICE is hereby given that the Lauderdale County Board of Supervisors will receive proposals until 9:00 a.m. on Monday, June 09, 2025, for the following:<br /> <br />RFP NO. LC030-2025: DETENTION FACILITY FOOD SERVICES<br /> <br />The Board of Supervisors is soliciting proposals from qualified Respondents that are interested in providing Inmate Food Services for the Lauderdale County Detention Center. To be considered, prospective firms must submit a complete response as required based on the documents within the proposal package. The bid opening will be held in the boardroom located on the 1st floor of the Government Center.<br /> <br />Detailed specifications and forms/documents can either be downloaded from Lauderdale County Board of Supervisors website at https://lauderdalecounty.org or Central Bidding at www.centralbidding.com.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com. <br /> <br />Sealed Bids 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 – Suite 2002, 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 bid must be received in a sealed envelope which is clearly marked on the outside:<br />“RFP #LC030-2025 DETENTION FACILITY FOOD SERVICES”<br /> <br />After the time and in a designated room and place, the names of the Companies submitting bids will be publicly read. No further information will be read, discussed, or provided until the evaluation of all submittals is completed. No extension of the bidding period will be made other than by a formal written addendum to this Bid. Any bids received after the date and time listed above will not be accepted.
https://www.centralauctionhouse.com/rfp17773417-rfp-no-lc030-2025detention-facility-food-services.html
14-May-2025 12:01:00 AM CDT |
09-Jun-2025 9:00:00 AM CDT |
Scott County |
Asphalt products July 2025
|
NOTICE TO BIDDERS<br /> <br />The Board of Supervisors of Scott County, Mississippi, will receive sealed bids until 9:00 a.m. on Monday, the 2nd day of June 2025 for sale to the County for use in the construction and maintenance of roads and bridges of the County for a six (6) month period beginning July 1, 2025 and ending January 5, 2026 for:<br /> <br />Hot Bituminous Pavement Surface Course, (SC-1)(Type 6)<br /> <br />Hot Bituminous Pavement Surface Course, (SC-1),(Type 8)<br /> <br />Hot Mix Asphalt, ST, 9.5mm<br /> <br />Hot Mix Asphalt, MT, 9.5mm<br /> <br />Hot Mix Asphalt, ST, 12.5mm<br /> <br />Hot Mix Asphalt, MT, 12.5mm<br /> <br />Cold Mix Asphalt<br /> <br />Liquid Emulsion, CRS-2<br /> <br />Liquid Emulsion, CRS-2P<br /> <br /> <br />Bids should be submitted through the Board of Supervisors Office, Scott County Courthouse, P O Box 630, Forest, MS 39074. Please contact Jason Price, Purchase Clerk at 601-469-3110 for bid request forms. The right to reject any and all bids is hereby reserved by the Board of Supervisors. All bids shall be marked “Sealed Bids” with note of the bid item on the outside of the envelope. <br /> <br />Published by order of the Board of Supervisors on the 5th day of May, 2025.<br /> <br /> Tom Miles/s/ Kim Fultz<br /> <br /> <br /> <br />Please run May 14 and May 21, 2025<br />Please send Proof of Publication
https://www.centralauctionhouse.com/rfp62127257-asphalt-products-july-2025.html
14-May-2025 12:00:00 AM CDT |
02-Jun-2025 9:00:00 AM CDT |
Hattiesburg Public School District |
BID 25-011 FOOD SERVICE MANAGEMENT
|
Hattiesburg Public Schools (HPS) is accepting proposals for the MANAGEMENT OF FOOD SERVICE OPERATIONS from qualified Food Service Management Companies (FSMC).<br /><br />Proposal due date is May 28, 2025 at 10:00a.m. (CST).<br /><br />Proposals should be sealed, boxed and labeled:<br /><br />RFP # 25-011 FOOD SERVICES MANAGEMENT PROPOSAL, with the appropriate date and time on label.<br /><br />HPS has approximately three thousand nine hundred twenty-three students (3,923) enrolled. HPS has one (1) high school, one (1) middle school, five (5) elementary, one (1) Alternative school and one (1) 6th grade school which is a satellite kitchen.<br /><br />Type of Agreement: The Agreement that will be negotiated with the successful FSMC will be for a “fixed cost per meal” type. Proposals that do not offer a fixed price per meal agreement will not be considered for award.<br /><br />All FSMC proposals must reflect a working knowledge of all current and pending federal regulations regarding school food service management (such as all recent and upcoming changes in the United States Department of Agriculture (USDA) regulations related to the Healthy Hunger Free Kids Act (HHFKA).<br /><br />By submitting a proposal, all FSMCs acknowledge their compliance of all existing and proposed federal guidelines that may affect a FSMC.<br /><br />Proposals should be sent to:<br /><br />Hattiesburg Public Schools District<br /><br />301 Mamie Street<br /><br />Hattiesburg, MS 39401<br /><br />Attention: Edith Stallings, Accounting Supervisor<br />All bids should include one (1) original and five (5) copies for a total of six (6) proposals if mailed, with an option to submit electronically at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814.<br /><br />Bid requirements and specifications along with our proposed evaluation process can be obtained via email by contacting:
[email protected]<br /><br />Hattiesburg Public Schools reserves the right to reject any and/or all proposals so received and also the right to waive any irregularities not in violation of the law.<br /><br />Additionally, the HPSD may conduct negotiations deemed necessary and appropriate.
https://www.centralauctionhouse.com/rfp70812115-bid-25-011-food-service-management.html
14-May-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Jefferson Davis County School District |
Technology Equipment Procurement
|
The Jefferson Davis County School District ("District") is seeking sealed proposals from qualified vendors to provide technology equipment and services as outlined in this RFP. The procurement will support districtwide classroom enhancements, administrative functions, telemedicine, and video conferencing infrastructure.
https://www.centralauctionhouse.com/rfp97604833-technology-equipment-procurement.html
14-May-2025 12:00:00 AM CDT |
28-May-2025 5:00:00 PM CDT |
Oxford School District |
Cisco Enterprise Agreement
|
NOTICE TO BIDDERS: REQUEST FOR PROPOSALS<br /><br />RFP: #061125-1<br />The Oxford School District is accepting proposals for Cisco Enterprise Licensing until 2:00 pm, on June 11th, 2025. Bid documents are available online at https://www.oxfordsd.org/rfps and www.centralbidding.com. <br />The Oxford School District complies with all applicable laws regarding equal opportunity in all its activities and programs and does not discriminate against anyone protected by law because of age, creed, color, national origin, race, religion, sex, handicap, veteran , or other status. <br />Publish Dates:<br /><br />May 14, 2025<br /><br />May 21, 2025<br /><br />Bids Close at 2 pm on June 11, 2025.<br />
https://www.centralauctionhouse.com/rfp77588496-cisco-enterprise-agreement.html
14-May-2025 12:00:00 AM CDT |
11-Jun-2025 2:00:00 PM CDT |
City of Columbia |
City of Columbia MS Street Sweeper
|
<b>Un-priced </b>bid proposals for one new street sweeper for City of Columbia, MS will be accepted until 10:00AM local time Wednesday, May 28, 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 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.
https://www.centralauctionhouse.com/rfp28821313-city-of-columbia-ms-street-sweeper.html
13-May-2025 7:00:00 PM CDT |
28-May-2025 10:00:00 AM CDT |
Pearl River Valley Water Supply District |
Wastewater Treatment Plant Operator, Ratliff Ferry Wastwater Treatment Plant
|
REQUEST FOR PROPOSALS<br /> <br />WASTEWATER TREATMENT PLANT OPERATOR<br />RATLIFF FERRY WASTEWATER TREATMENT PLANT<br />Pearl River Valley Water Supply District<br />115 Madison Landing Circle<br /> Ridgeland, Mississippi 39157<br />601-856-6574<br />RFP No. 25-100-07-03<br /> <br /> <br />Sealed proposals will be received by the Pearl River Valley Water Supply District (PRVWSD) until 11:00 a.m., local time, Monday, June 10, 2025 at 115 Madison Landing Circle, Ridgeland, MS 39157, for the purpose of procuring Certified Class II Wastewater Treatment Plant Operator Services for the Pearl River Valley Water Supply District.<br /> <br />Detailed specifications may be obtained by contacting Brigitte Walker at
[email protected] ,at the PRVWSD’s website www.therez.ms or at Central Bidding centralbidding.com. This information may also be procured at the office of the PRVWSD between the hours of 8:00 a.m. and 5:00 p.m., local time, Monday through Friday.<br /> <br /> <br /> By ____________________________<br /> Adam Choate<br /> Executive Director<br /> Pearl River Valley Water Supply District<br /> <br />DATES OF PUBLICATION<br />May 12, 2025<br />May 19, 2025<br />
https://www.centralauctionhouse.com/rfp48109927-wastewater-treatment-plant-operator-ratliff-ferry-wastwater-treatment-plant.html
12-May-2025 2:00:00 PM CDT |
10-Jun-2025 11:00:00 AM CDT |
Covington County School District |
Professional Development Services 2025-2026
|
The Covington County School District will accept proposals for Professional Development services for the 2025-2026 school year. All proposals must be submitted to the Office of the Superintendent of Education, at 108 Main Street, Collins, MS 39428 no later than 11:00 a.m. CST, Monday, June 2, 2025.<br /> <br />BID #: 252602<br />Description: Professional Development Services 2025-2026<br /> <br />Official proposal documents can be downloaded from Central Bidding at www.centralbidding.com, for a fee, or by visiting www.covingtoncountyschools.org. Electronic proposals can be submitted at www.centralbidding.com however, hardcopy bids will also be accepted. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814.<br /> <br />All submissions must be sealed and clearly marked as stated below.<br /> <br />BID #: 252602<br />Description: Professional Development Services 2025-2026<br /> <br />No proposal will be accepted via email. Submitting via email will disqualify the vendor from selection.<br /> <br />The Covington County School District reserves the right to reject any or all bids submitted and to waive any informalities.<br /> <br />All bids are subject to federal/state appropriation and the ability of the district’s ComprehensiveFederal Program Application to accommodate this expense.
https://www.centralauctionhouse.com/rfp45981412-professional-development-services-2025-2026.html
12-May-2025 12:00:00 AM CDT |
02-Jun-2025 11:00:00 AM CDT |
Mississippi School of the Arts |
Three-Year Term Contract for Apple Branded Products
|
<h2 align="center" style="clear:both;"><b>APPLE PRODUCTS FOR EDUCATION TERM CONTRACT</b></h2><h3 style="clear:both;"><b>Overview</b></h3>MSA is a residential high school for 11th and 12th graders, located in Brookhaven, MS. The campus features several buildings designated as Mississippi Landmarks and are on the National Register of Historic Places. MSA is operated by the Mississippi Department of Education and the Mississippi State Board of Education.<h3 style="clear:both;"><b>Project Scope</b></h3>The Mississippi School of the Arts (MSA) is soliciting proposals/bids from qualified vendors to provide Apple Branded Products. It is the intention of MSA to award this bid to one (1) vendor. All quantities listed in the attachment are provided as estimates and for bid purposes only as MSA reserves the right not to purchase all items. MSA intends to create a three (3) year term contract to purchase Apple Branded products, and this purchasing contract shall include products available in the Apple Store for Education and specifically for K12 educational institutions. MSA will request a price redetermination (updated price list) each quarter when necessary. This pricing update shall also include any new products or updates to products that have been added to the Apple Store for Education (K-12 Education Institutions Price List). At any time MSA reserves the right to terminate the contractual agreement during the three (3) year period.<h3 style="clear:both;"><b>Proposal/Bid Question and Answer Timeline</b></h3><ul> <li>Request for RFP Publication: May 10, 2025, May 17, 2025</li> <li>Deadline for Bidders to Submit Questions: May 22, 2025</li> <li>MSA Deadline to Respond to Bidder Questions: May 27, 2025</li> <li>Proposal Deadline: May 29, 2025 at 5:00pm CST</li> <li>Three-year Term Contract agreement shall be executed upon acceptance and approval of MSA and the MS State Board of Education.</li></ul>Questions concerning the RFP should be sent to: <a href="mailto:
[email protected]">
[email protected]</a><h3 style="clear:both;"><b>Proposal/Bid Submission Deadline</b></h3>Bidder must submit their sealed bid and attachments by 5:00 p.m. Central Time and addressed as follows:<br />Nicholas Bridge, School Finance Officer<br />Mississippi School of the Arts<br />(Request for Proposal – IT Services)<br />308 West Cherokee St.<br />Brookhaven, MS 39601<br /><br />This RFP will also be made available on <a href="http://www.centralbidding.com/">www.centralbidding.com</a> as an available tool for electronic submission.<br />The Mississippi School of the Arts and MS State Board of Education reserves the right to reject any and/or all bids and to waive any informalities.<br /><br /><b>Dr. Suzanne Hirsch, Superintendent<br />Mississippi School of the Arts</b><h3 style="clear:both;"><b>See included PDF for more information about requirements.</b></h3><h3><b>Listing Also Available on Mississippi School of the Arts Web Site - <a href="https://msabrookhaven.org/employment/rfp-3-year-contract-for-apple-education-products">Click Here</a></b></h3>
https://www.centralauctionhouse.com/rfp82142463-three-year-term-contract-for-apple-branded-products.html
10-May-2025 12:00:00 AM CDT |
29-May-2025 5:00:00 PM CDT |
City of Columbus |
Construction of New Control House & Relaying Improvements at North Lehmberg Substation (Columbus Light & Water - Columbus, MS)
|
NOTICE TO BIDDERS<br /><br />Electronic or sealed bids for CONSTRUCTION OF NEW CONTROL HOUSE FOR NORTH LEHMBERG 69/13 KV SUBSTATION will be received by the Columbus Light and Water Department, Columbus, Mississippi in the second-floor conference room at the Columbus Light and Water Department, 420 4th Avenue South, Columbus, MS 39701, until until 2:00 P.M. local time, May 29, 2025. At that time, Columbus Light & Water officials will publicly read aloud the bids.<br /><br />BID DOCUMENTS: Official bid documents can also be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />SUBMITTAL OF SEALED BIDS: Each bid must be submitted in accordance with the instructions to bidders which are bound in the Project Manual.<br /><br />SUBMITTAL OF ELECTRONIC BIDS: Each electronically submitted bid must be submitted in “pdf” format and shall contain the same information and forms as required for the paper bids. In the event that an electronically submitted bid has a corrupted attachment, the bid will be considered null and void.<br /><br />CERTIFICATE OF RESPONSIBILITY: Each contractor submitting a bid in excess of $50,000.00 must show on his bid and on the face of the envelope (or the first page of an electronic bid submittal) containing the bid, his Certificate of Responsibility Number, as required by Section 31-3-21 and 21-3-15, Mississippi Code of 1972. If the bid does not exceed $50,000.00, a notation so stating must appear on the face of the envelope (or the first page of an electronic bid submittal).<br /><br />ENGINEER: The Engineer for the Project is:<br />Atwell & Gent, P.A.<br />P. O. Box 2558<br />Starkville, Mississippi 39760-2558<br />Attn: Jeffrey Atwell, P.E.<br />Telephone (662) 324-5658<br />Email
[email protected]<br /><br />AWARD OF CONTRACT: The award of this contract will be contingent upon the Bidder satisfying that a goal of 25% minority business participation has been considered in his/her Bidder’s Proposal with evidence provided. No bidder may withdraw a bid for a period of thirty (30) days after the date set for opening of bids. Columbus Light & Water reserves the right to reject any and/or all Proposals and to hold proposal for a period of 30 days or until after the monthly Board of Commission’s meeting before award or rejection and to waive any informalities or irregularities therein.<br /><br />NON-DISCRIMINATION: The Columbus Light and Water Department hereby notify all Bidders that it will affirmatively ensure that in any contract entered pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /><br />Columbus Light and Water Department<br />BY: <br />Angela Verdell, PhD<br />General Manager<br /><br />PUBLISH:<br />April 27, 2025<br />May 4, 2025
https://www.centralauctionhouse.com/rfp22899020-construction-of-new-control-house-relaying-improvements-at-north-lehmberg-substation-columbus-light-water--columbus-ms.html
09-May-2025 12:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
Warren County |
THREE (3) NEW MODEL MOTOR GRADERS
|
<div style="text-align: center;"><b>PUBLIC NOTICE<br /> <br />SEALED BIDS<br /> </b></div> <br /> The Warren County Board of Supervisors will receive SEALED BIDS until 10:00 a.m. on Tuesday, June 3, 2025 for the purchase of up to three (3) NEW MODEL MOTOR GRADERS for use by the Warren County Road Department. The Bid File Number is 2024-1216.<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: 7000 hours/60 months. 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 priced technical proposals may be obtained by visiting the website Central Bidding (Central Bidding House) at https://www.centralauctionhouse.com/ or by contacting Victoria Bell, Purchasing Agent by email,
[email protected]. Proposals 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 proposals 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 or the Warren County Purchasing Dept., 913 Jackson Street, Vicksburg, MS 39183, 601-638-7428. The following criteria shall be used to evaluate priced technical proposals:<br /> <ol> <li>Compliance with Request for Proposals/Bids submission requirements;</li> <li>Response to Technical Specifications of Equipment or Services required;</li> <li>Demonstrated experience, ability and resources of the vendor to provide Equipment or Services required;</li> <li>Warren County’s experience with the bidder or manufacturer, brand or model offered;</li> <li>Warranty, maintenance and support services if applicable;</li> <li>Guaranteed Buy Back offer for units at 5 years/7000 hours; </li></ol> Companies submitting proposals must be licensed heavy equipment dealers by the Mississippi Department of Revenue. The dealer supplying the equipment 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 priced technical proposals 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 bidders, responsive bids, the lowest and best bids, reject any and all bids, waive any informalities in the bids or bidding process and to award to the bidder determined to be most advantageous to the County.<br /> <div style="text-align: center;">Published pursuant to Board Order dated this the 16th day of December, 2024.</div> <div> Warren County Board of Supervisors</div> By: Victoria Bell, Purchasing Agent<br /> <br />PUBLISH: May 9, 2025<br /> May 16, 2025
https://www.centralauctionhouse.com/rfp64488131-three-3-new-model-motor-graders.html
09-May-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Warren County |
NEW MODEL POTHOLE PATCHER TRUCK
|
<div style="text-align: center;">PUBLIC NOTICE<br /> <br />SEALED BIDS</div> <br /> <br /> The Warren County Board of Supervisors will receive SEALED BIDS until 10:00 a.m. on Tuesday, June 3, 2025 for purchase of one NEW MODEL POTHOLE PATCHER TRUCK for use by the Warren County Road Department. The Bid File Number is 2025-0407.<br /> <br />The equipment furnished under this Request for Bids shall be NEW and of the latest improved model in current production as offered to commercial trade. <br /> <br /> The specification package and instructions for submission of priced technical proposals may be obtained by visiting the website Central Bidding (Central Bidding House) at https://www.centralauctionhouse.com/ or by contacting Victoria Bell, Purchasing Agent by email,
[email protected]. Proposals 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 proposals 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 or the Warren County Purchasing Dept., 913 Jackson Street, Vicksburg, MS 39183, 601-638-7428. The following criteria shall be used to evaluate priced technical proposals:<br /> <ol> <li>Compliance with Request for Proposals/Bids submission requirements;</li> <li>Response to Technical Specifications of Equipment or Services required;</li> <li>Demonstrated experience, ability and resources of the vendor to provide Equipment or Services required;</li> <li>Warren County’s experience with the bidder or manufacturer, brand or model offered;</li> <li>Warranty, maintenance and support services if applicable; </li></ol> Companies submitting proposals must be licensed heavy equipment dealers by the Mississippi Department of Revenue. The dealer supplying the equipment 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 priced technical proposals 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 bidders, responsive bids, the lowest and best bids, reject any and all bids, waive any informalities in the bids or bidding process and to award to the bidder determined to be most advantageous to the County.<br /> <div style="text-align: center;">Published pursuant to Board Order dated the 7th day of April 2025.</div> <div> Warren County Board of Supervisors</div> By: Victoria Bell, Purchasing Agent<br /> <br />PUBLISH: May 9, 2025<br /> May 16, 2025<br />
https://www.centralauctionhouse.com/rfp25939146-new-model-pothole-patcher-truck-.html
09-May-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
City of Olive Branch |
OLV South Apron Rehabilitation - Phase 2
|
<div style="text-align: center;"><b>City of Olive Branch<br />Olive Branch, Mississippi<br />Apron Rehabilitation – Phase 2<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, June 9, 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 Pre-Bid Conference will be held at 2:00PM on Thursday, May 29, 2025, 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 /><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 />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 />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 /><b>Bids must remain in effect for 60 days after the bid opening date.</b><br /> <br />WITNESS MY SIGNATURE THIS THE 6th DAY OF MAY, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK<br />
https://www.centralauctionhouse.com/rfp8392321-olv-south-apron-rehabilitation--phase-2.html
08-May-2025 9:15:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
City of Olive Branch |
OLV Taxiway Rehabilitation - Phase 2
|
<div style="text-align: center;"><b>City of Olive Branch<br />Olive Branch, Mississippi<br />Taxiway Rehabilitation – Phase 2</b></div><div style="text-align: center;"><b>00 11 00 ADVERTISEMENT FOR BIDS</b><br /> </div>Sealed bids for <b>TAXIWAY 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 Road, Olive Branch, MS 38654, until <b>2:00PM on Monday, June 9, 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 />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 />A Pre-Bid Conference will be held at <b>1:00PM on Thursday, May 29, 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 />The Project consists of pavement rehabilitation, construction, and removal, including but not limited to, asphalt pavement overlay, pavement repairs, select milling, crack seal, electrical work, and pavement markings. Additive Alternate 1 includes new connector construction, existing connector full-depth demolition, earthwork, electrical work for taxiway and select runway edge lighting, and pavement markings.<br />Bids will be received for a single prime contract. Bids shall be on a lump sum and unit price basis with additive alternate bid items as indicated in the Bid Form.<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 />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 />Addendums to the bid package will be issued through Central Bidding and 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 />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 />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 /><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 />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 />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</b> <b>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 /><b>Bids must remain in effect for 60 days after the bid opening date.</b><br />WITNESS MY SIGNATURE THIS THE 6th DAY OF MAY, 2025.<br />/s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp71456989-olv-taxiway-rehabilitation--phase-2.html
08-May-2025 9:15:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
Desoto County Board of Supervisors |
25-151-004 Bid for Construction & Renovation of DeSoto County Crisis Center
|
<br />NOTICE TO BIDDERS<br />The DeSoto County Board of Supervisors will receive bids for Construction & Renovation of DeSoto County Crisis Center in the following manner:<br />BID FILE NO: 25-151-004 Bid for Construction & Renovation of DeSoto County Crisis Center<br /><br />Sealed bids will be accepted until 10:00 a.m. on Tuesday, June 17, 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 />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 />The Office of Procurement reserves the right to extend the auction date if necessary.<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 />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 />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 />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 />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br />WITNESS MY SIGNATURE, this the 5th day of May, 2025.<br /><br /><br /><br /><br />________________________/s/ MISTY HEFFNER<br />(SEAL)<br />MISTY HEFFNER, CHANCERY CLERK<br />DeSoto County Board of Supervisors<br /><br />SUBMITTED: DESOTO TIMES TRIBUNE<br /><br />FOR PUBLICATION ON: Thursday, May 08, 2025<br />Thursday, May 15, 2025<br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632 <br />Phone: 662-469-8180<br />
https://www.centralauctionhouse.com/rfp16720673-25-151-004-bid-for-construction-renovation-of-desoto-county-crisis-center.html
08-May-2025 8:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Desoto County Board of Supervisors |
25-151-003 Bid for Administration Building Vestibule
|
<br />NOTICE TO BIDDERS<br />The DeSoto County Board of Supervisors will receive bids for Administration Building Vestibule in the following manner:<br />BID FILE NO: 25-151-003 Bid for Administration Building Vestibule<br /><br />Sealed bids will be accepted until 11:00 a.m. on Tuesday, June 17, 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 />The Office of Procurement reserves the right to extend the bid date if necessary.<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 />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 />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 />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 />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br /><br /><br /><br /><br /><br /><br /><br /><br /><br /><br />WITNESS MY SIGNATURE, this the 5th day of May, 2025.<br /><br /><br /><br /><br />________________________/s/ MISTY HEFFNER<br />(SEAL)<br />MISTY HEFFNER, CHANCERY CLERK<br />DeSoto County Board of Supervisors<br /><br />SUBMITTED: DESOTO TIMES TRIBUNE<br /><br />FOR PUBLICATION ON: Thursday, May 08, 2025<br />Thursday, May 15, 2025<br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632 <br />Phone: 662-469-8180<br />
https://www.centralauctionhouse.com/rfp15901246-25-151-003-bid-for-administration-building-vestibule.html
08-May-2025 8:00:00 AM CDT |
17-Jun-2025 11:00:00 AM CDT |
Desoto County Board of Supervisors |
25-151-005 To Remove and Replace a Portion of an Existing Flat Roof System at 311 W South Street
|
NOTICE TO BIDDERS<br /> <br />Sealed proposals will be received by the Board of Supervisors of DeSoto County, Mississippi, until 10:00 a.m. on Monday, June 09, 2025, at the Office of Procurement, 365 Losher Street, Suite 340, Hernando, Mississippi, for removing and replacing a portion of an existing flat roof system located at 311 W. South St., Hernando, MS. 38632. This project is under the jurisdiction of the Facilities Department of the DeSoto County Board of Supervisors at which time they will be publicly opened and read aloud. <br /> <br />BID FILE: BID TO REMOVE AND REPLACE A PORTION OF AN EXISTING FLAT ROOF SYSTEM AT 311 W SOUTH STREET<br /> <br />BID FILE NUMBER: 25-151-005<br /> <br />Pre-Bid Meeting: Thursday, May 22, 2025 at 10:00 a.m. (365 Losher St, Hernando, MS 38632 on the 3rd floor in the Board Room)<br /> <br />Specifications 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 information is also available for download at www.centralbidding.com for a fee. All bids must comply with the specifications provided. DeSoto County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement and Central Bidding. <br /> <br />Bids may be submitted via sealed envelope addressed to the Office of Procurement, 365 Losher Street, Suite 340, Hernando, Mississippi 38632, or submitted electronically via Central Bidding’s website. For any questions relating to the electronic submission process, please call Central Bidding at 225-810-4814. <br /> <br />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 />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br />WITNESS MY SIGNATURE, this the 05th day of May, 2025.<br />/s/______________________________<br />Misty Heffner, CHANCERY CLERK<br />(SEAL) DeSoto County Board of Supervisors<br /> <br /> <br /> <br />SUBMITTED TO: DESOTO TIMES TODAY<br /> <br />FOR PUBLICATION ON: Thursday, May 08, 2025<br /> Thursday, May 15, 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/rfp3118104-25-151-005-to-remove-and-replace-a-portion-of-an-existing-flat-roof-system-at-311-w-south-street.html
08-May-2025 8:00:00 AM CDT |
09-Jun-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 |
10-Jun-2025 3:30:00 PM CDT |
East Mississippi Community College |
Unleaded Non-Ethanol Gasoline (Golden Triangle/Lion Hills Campuses)
|
Advertisement for Reverse Auction<br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 28, 2025, at the EMCC Operations Center, Golden Triangle Campus, 8731 S. Frontage Road, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, May 29, 2025, at www.centralauctionhouse.com.<br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or
[email protected]. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or
[email protected]. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following offices have been designated to handle inquiries regarding the non-discrimination policies:<br />Office of the Director of Human Resources, 1512 Kemper Street, Scooba, Mississippi 39358<br />662.476.5274.
https://www.centralauctionhouse.com/rfp7216890-unleaded-non-ethanol-gasoline-golden-trianglelion-hills-campuses.html
08-May-2025 12:00:00 AM CDT |
28-May-2025 12:00:00 PM CDT |
East Mississippi Community College |
Diesel Fuel (Golden Triangle/Lion Hills Campuses)
|
Advertisement for Reverse Auction<br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 28, 2025, at the EMCC Operations Center, Golden Triangle Campus, 8731 S. Frontage Road, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, May 29, 2025, at www.centralauctionhouse.com.<br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or
[email protected]. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or
[email protected]. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.. veteran, or any other status protected by state or federal law. The following offices have been designated to handle inquiries regarding the non-discrimination policies:<br />Office of the Director of Human Resources, 1512 Kemper Street, Scooba, Mississippi 39358<br />662.476.5274.
https://www.centralauctionhouse.com/rfp63497825-diesel-fuel-golden-trianglelion-hills-campuses.html
08-May-2025 12:00:00 AM CDT |
28-May-2025 12:00:00 PM CDT |
East Mississippi Community College |
LP Gas (Golden Triangle/Lion Hills Campuses)
|
Advertisement for Reverse Auction<br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 28, 2025, at the EMCC Operations Center, Golden Triangle Campus, 8731 S. Frontage Road, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, May 29, 2025, at www.centralauctionhouse.com.<br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or
[email protected]. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or
[email protected]. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.. veteran, or any other status protected by state or federal law. The following offices have been designated to handle inquiries regarding the non-discrimination policies:<br />Office of the Director of Human Resources, 1512 Kemper Street, Scooba, Mississippi 39358<br />662.476.5274.
https://www.centralauctionhouse.com/rfp16798957-lp-gas-golden-trianglelion-hills-campuses.html
08-May-2025 12:00:00 AM CDT |
28-May-2025 12:00:00 PM CDT |
East Mississippi Community College |
Unleaded Non-Ethanol Gasoline (Scooba Campus)
|
Advertisement for Reverse Auction<br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus)<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 28, 2025, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, May 29, 2025, at www.centralauctionhouse.com.<br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or
[email protected]. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or
[email protected]. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following offices have been designated to handle inquiries regarding the non-discrimination policies:<br />Office of the Director of Human Resources, 1512 Kemper Street, Scooba, Mississippi 39358<br />662.476.5274.
https://www.centralauctionhouse.com/rfp11910942-unleaded-non-ethanol-gasoline-scooba-campus.html
08-May-2025 12:00:00 AM CDT |
28-May-2025 12:00:00 PM CDT |
East Mississippi Community College |
Diesel Fuel (Scooba Campus)
|
Advertisement for Reverse Auction<br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus)<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 28, 2025, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, May 29, 2025, at www.centralauctionhouse.com.<br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or
[email protected]. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or
[email protected]. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following offices have been designated to handle inquiries regarding the non-discrimination policies:<br />Office of the Director of Human Resources, 1512 Kemper Street, Scooba, Mississippi 39358<br />662.476.5274.
https://www.centralauctionhouse.com/rfp32088200-diesel-fuel-scooba-campus.html
08-May-2025 12:00:00 AM CDT |
28-May-2025 12:00:00 PM CDT |
East Mississippi Community College |
LP Gas (Scooba Campus)
|
Advertisement for Reverse Auction<br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus)<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 28, 2025, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, May 29, 2025, at www.centralauctionhouse.com.<br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or
[email protected]. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or
[email protected]. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following offices have been designated to handle inquiries regarding the non-discrimination policies:<br />Office of the Director of Human Resources, 1512 Kemper Street, Scooba, Mississippi 39358<br />662.476.5274.
https://www.centralauctionhouse.com/rfp85310835-lp-gas-scooba-campus.html
08-May-2025 12:00:00 AM CDT |
28-May-2025 12:00:00 PM CDT |
Jackson Public Schools |
RFP 2025-14 Online and Blended Learning
|
<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 />Thursday, May 08, 2025 & Thursday, May 15, 2025<br />Jackson Advocate<br />Thursday, May 08, 2025 & Thursday, May 15, 2025<br />MS Link:<br />Thursday, May 08, 2025 & Thursday, May 15, 2025<br />Opening Date/Time<br />Thursday, May 29, 2025 @ 10:00 A.M.<br />RFP 2025-14<br />Online and Blended Learning<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br />RFP 2025-14<br />Online and Blended Learning<br /> <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, 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 at Via TEAMS (see below for link) Friday, May 16, 2025, at 2:00 p.m. Attendance at the pre-bid conferences is non-mandatory but strongly encouraged. Please see the link below.<br /> <br /> <br />Join Via TEAMS:<br />mailto:https://teams.microsoft.com/l/meetup-join/19%3ameeting_M2ZmZDQxOWYtYWQ4ZS00Y2VkLTg3YWQtMWViOTdmZTFhN2Nm%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: 08 May 2025 (Clarion); 15 May 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 08 May 2025 (Clarion); 15 May 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 16 May 2025 (TEAMS)<br />Final Date for Questions: 21 May 2025<br />Answers to Questions: 23 MAY 2025<br />Bid Opening Day: 29 May 2025 @ 10:00 A.M.<br />Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion Ledger Thursday, May 08, 2025 & Thursday, May 15, 2025<br />Jackson Advocate Thursday, May 08, 2025 & Thursday, May 15, 2025<br />Mississippi Link Thursday, May 08, 2025 & Thursday, May 15, 2025<br />
https://www.centralauctionhouse.com/rfp54902111-rfp-2025-14-online-and-blended-learning.html
08-May-2025 12:00:00 AM CDT |
29-May-2025 10:00:00 AM CDT |
Jackson Public Schools |
Bid 3269 Central Warehouse General School and Computer Supplies
|
<img height="54" src="data:image/jpeg;base64,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" width="70" /><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 /> <div> <u>Name:</u> <u>Company:</u> <u>Fax No.</u><h1> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302</h1> Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> </div> <table border="1" cellpadding="0" cellspacing="0" style="width:636px;" width="636"> <tbody> <tr> <td style="width:217px;">P. O. 570225 - The Clarion-Ledger<br /> Acct. 1011620</td> <td style="width:210px;">P. O. 570226 - Jackson Advocate</td> <td style="width:210px;">P. O. 570227 - Mississippi Link</td> </tr> <tr> <td colspan="3" style="width:636px;height:32px;"><b>Notice: Please Email Invoices electronically for Payments to Michele Mays at </b><a href="mailto:
[email protected]"><b>
[email protected]</b></a> <b>or Tequia Odom at </b><a href="mailto:
[email protected]"><b>
[email protected]</b></a> <b>Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom</b></td> </tr> </tbody></table> <table border="1" cellpadding="0" cellspacing="0" width="638"> <tbody> <tr> <td style="width:144px;height:20px;"><a name="_Hlk150414892">Clarion Ledger</a></td> <td style="width:494px;height:20px;">Wednesday, May 07, 2025 & Wednesday, May 14, 2025</td> </tr> <tr> <td style="width:144px;height:22px;"><a name="_Hlk164777363">Jackson Advocate</a></td> <td style="width:494px;height:22px;">Thursday, May 08, 2025 & Thursday, May 15, 2025</td> </tr> <tr> <td style="width:144px;height:19px;"><a name="_Hlk159405371">MS Link:</a></td> <td style="width:494px;height:19px;">Thursday, May 08, 2025 & Thursday, May 15, 2025</td> </tr> <tr> <td style="width:144px;height:22px;">Opening Date/Time</td> <td style="width:494px;height:22px;">Friday, May 30, 2025 @ 10:00 A.M.</td> </tr> <tr> <td style="width:144px;height:24px;"><a name="_Hlk164777393"><b>Bid 3269</b></a></td> <td style="width:494px;height:24px;"><b>Central Warehouse General School & Computer Supplies</b></td> </tr> </tbody></table> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br /><b>Advertisement for:</b><br /><a name="_Hlk193278015"><b>Bid 3269</b></a><br /><b>Central Warehouse General School & Computer Supplies</b><br /> <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, 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 at Via TEAMS (see below for link) <b>Friday, May 16, 2025, at 10:00 p.m</b>. Attendance at the pre-bid conferences is non-mandatory but strongly encouraged. Please see the link below.<br /> <br /> <br /><b>Join Via TEAMS:</b><br /><a href="https://teams.microsoft.com/l/meetup-join/19%3ameeting_MGNiYWFkMjQtNjc3Mi00MjA3LWI2MjgtYzU5ZDUyMzA4MmJk%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"><b>https://teams.microsoft.com/l/meetup-join/19%3ameeting_MGNiYWFkMjQtNjc3Mi00MjA3LWI2MjgtYzU5ZDUyMzA4MmJk%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</b></a><br /> <br />Please email <a href="mailto:
[email protected]">
[email protected]</a> 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 <a href="http://www.centralbidding.com/">www.centralbidding.com</a> for a small fee of $49.99 or visit JPSD website at <a href="http://www.jackson.k12.ms.us/">www.jackson.k12.ms.us</a> 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 /><b>Performance Dates:</b><ul> <li>1<sup>st</sup> Advertise: 07 May 2025 (Clarion); 08 May 2025 (Jackson Advocate, MS Link)</li> <li>2<sup>nd</sup> Advertise: 14 May 2025 (Clarion); 15 May 2025 (Jackson Advocate, MS Link)</li> <li>Pre-bid Conference: 16 May 2025 (TEAMS)</li> <li>Final Date for Questions: 23 May 2025</li> <li>Answers to Questions: 27 May 2025</li> <li>Bid Opening Day: 30 May 2025 @ 10:00 A.M.</li> <li>Vendors may be notified of Board Review and Potential Award after the Bid Date</li></ul> <br /> <br />Clarion Ledger Monday, May 07, 2025 & Monday, May 14, 2025<br />Jackson Advocate Thursday, May 08, 2025 & Thursday, May 15, 2025<br />Mississippi Link Thursday, May 08, 2025 & Thursday, May 15, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp41939164-bid-3269-central-warehouse-general-school-and-computer-supplies.html
07-May-2025 12:00:00 AM CDT |
30-May-2025 10:00:00 AM CDT |
Leflore County Unit System |
Small Motor Grader 175 HP
|
NOTICE OF INTENTION OF THE LEFLORE COUNTY<br />BOARD OF SUPERVISORS TO RECEIVE BIDS<br /> <br /><br />The Leflore County Board of Supervisors, Greenwood, Mississippi, request your bid proposal/specification packet (without price included) for the purchase or lease of one (1) or more (up to seven) 2025 or Newer Motor Grader(S) for use by Leflore County. We are looking for some small graders with 175 HP to 190 HP and some larger graders with 195 HP to 225 HP. <br /><br /><br />Sealed bid proposal/specification packets must be clearly marked on the outside of envelope as indicated: SMALL MOTOR GRADER(S) 175 HP and/or LARGE MOTOR GRADER 195 HP. Sealed bid proposal/specification packets may be hand delivered to the County Administrator’s Office located in the Leflore County Courthouse, 306 West Market Street, Greenwood, MS 38930 or mailed to P.O. Box 250 Greenwood, MS 38935-0250. Bid proposal/specification packets will also be accepted electronically at www.centralbidding.com. They will be received until Monday, June 2, 2025 @ 3:00 PM and taken under advisement. <br />Bid proposal/specification packets can be obtained from the Purchasing Department located in the Leflore County Courthouse Basement, 306 West Market Street, Greenwood, MS 38930, 662-453-1549. Monday through Friday, between the hours of 9:00 A.M. and 4:00 P.M or may be obtained at www.centralbidding.com. For any questions relating to electronic downloads, submittals, and/or the bidding process, please call Central Bidding at 225-810-4814. <br />Submitted bid proposal/specification packets will be evaluated. Vendors who meet all specifications will be invited to participate in a REVERSE AUCTION at which time each vendor will be able to submit their price for the SMALL MOTOR GRADER(S) 175 HP. The REVERSE AUCTION will be held on Wednesday, June 18, 2025 in the Board Room between the hours 10:00 A.M. and 11:00 A.M. in person or electronically at www.centralbidding.com. Vendors who meet all specifications will be invited to participate in a REVERSE AUCTION at which time each vendor will be able to submit their price for the LARGE MOTOR GRADER(S) 195 HP. The REVERSE AUCTION will be held on Wednesday, June 18, 2025 in the Board Room between the hours 10:30 A.M. and 11:30 A.M. in person or electronically at www.centralbidding.com.<br />The Board of Supervisors reserve the right to reject any and all bid proposals/specification, as well as any and all bids. The Board also reserves the right to waive any and all formalities. <br />Given by order of the Leflore County Board of Supervisors on this 7th day of April, 2025.<br /> <br />Tanya Gomillia Thompson, Purchase Clerk Leflore County, Greenwood, MS<br />Publication Dates: <br />Tuesday, May 6, 2025<br />Tuesday May 13, 2025
https://www.centralauctionhouse.com/rfp94146906-small-motor-grader-175-hp.html
06-May-2025 1:00:00 AM CDT |
02-Jun-2025 3:00:00 PM CDT |
Leflore County Unit System |
Large Motor Grader 195 HP
|
NOTICE OF INTENTION OF THE LEFLORE COUNTY<br />BOARD OF SUPERVISORS TO RECEIVE BIDS<br /> <br /><br />The Leflore County Board of Supervisors, Greenwood, Mississippi, request your bid proposal/specification packet (without price included) for the purchase or lease of one (1) or more (up to seven) 2025 or Newer Motor Grader(S) for use by Leflore County. We are looking for some small graders with 175 HP to 190 HP and some larger graders with 195 HP to 225 HP. <br /><br /><br />Sealed bid proposal/specification packets must be clearly marked on the outside of envelope as indicated: SMALL MOTOR GRADER(S) 175 HP and/or LARGE MOTOR GRADER 195 HP. Sealed bid proposal/specification packets may be hand delivered to the County Administrator’s Office located in the Leflore County Courthouse, 306 West Market Street, Greenwood, MS 38930 or mailed to P.O. Box 250 Greenwood, MS 38935-0250. Bid proposal/specification packets will also be accepted electronically at www.centralbidding.com. They will be received until Monday, June 2, 2025 @ 3:00 PM and taken under advisement. <br />Bid proposal/specification packets can be obtained from the Purchasing Department located in the Leflore County Courthouse Basement, 306 West Market Street, Greenwood, MS 38930, 662-453-1549. Monday through Friday, between the hours of 9:00 A.M. and 4:00 P.M or may be obtained at www.centralbidding.com. For any questions relating to electronic downloads, submittals, and/or the bidding process, please call Central Bidding at 225-810-4814. <br />Submitted bid proposal/specification packets will be evaluated. Vendors who meet all specifications will be invited to participate in a REVERSE AUCTION at which time each vendor will be able to submit their price for the SMALL MOTOR GRADER(S) 175 HP. The REVERSE AUCTION will be held on Wednesday, June 18, 2025 in the Board Room between the hours 10:00 A.M. and 11:00 A.M. in person or electronically at www.centralbidding.com. Vendors who meet all specifications will be invited to participate in a REVERSE AUCTION at which time each vendor will be able to submit their price for the LARGE MOTOR GRADER(S) 195 HP. The REVERSE AUCTION will be held on Wednesday, June 18, 2025 in the Board Room between the hours 10:30 A.M. and 11:30 A.M. in person or electronically at www.centralbidding.com.<br />The Board of Supervisors reserve the right to reject any and all bid proposals/specification, as well as any and all bids. The Board also reserves the right to waive any and all formalities. <br />Given by order of the Leflore County Board of Supervisors on this 7th day of April, 2025.<br /> <br />Tanya Gomillia Thompson, Purchase Clerk<br />Leflore County, Greenwood, MS<br />Publication Dates: <br />Tuesday, May 6, 2025<br />Tuesday May 13, 2025
https://www.centralauctionhouse.com/rfp84541817-large-motor-grader-195-hp.html
06-May-2025 12:00:00 AM CDT |
02-Jun-2025 3:00:00 PM CDT |
Jones County School District |
Student Assessment Software Package – Including Benchmark Assessments and Instructional Assessments with Data Tracking Capabilities
|
Overview<br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3 middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the district. The district has approximately 8500 students. The overall accountability rating for the school district is an “A”.<br /> <br />Goal and Purpose of RFP: 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. [Strategic Plan Goal II: Improve Student Achievement through a Rigorous and Relevant Curriculum; Objective A: Implementation of MS College and Career State Standards and High Stakes Assessments]<br /><br />2.Proposal Requirements and Project Scope for: North Jones Elementary, East Jones Elementary, South Jones Elementary, West Jones Elementary, Glade Elementary, and Moselle Elementary, Northeast Jones Middle/High School, South Jones Middle/High School, West Jones Middle/High School<br /> <br /> <br />3.Service Specifications and Provisions: The program must adhere to, align with, and provide the following:<br /> <br />provide an online test bank of assessment items for teacher-created assessments<br />provide a software platform for creating and administering student assessments online<br />indicate a correlation of test items to the Mississippi College and Career Readiness Standards<br />track student assessment data in the areas of English Language Arts, Math, & Science<br />provide benchmark assessments for each semester for 2nd-8th grade ELA & Math, English II, Algebra + (any higher mathematics available), 5/8 Science, Biology, and ACT/College & Career Readiness areas<br />integrate state testing data for tracking and predicting student data<br />assist the schools’ and district leadership teams in using assessment data to include state, school, district data, or other sources to help facilitate consistent data meetings<br />provide reports such as diagnostic, growth, proficiency, and predictability reports<br />provide supplemental software enhancements to drive student instruction<br />provide lesson plan activities for individual students and student groups<br />provide professional development as needed (virtual, on-demand, or in-person)<br />must have capability to link and sync with ClassLink and OneRoster <br /><br />Pricing/quotes/specifications: Pricing must be specific to the numbers for locations, grade levels, and subject-areas located within the attachment. <br /><br />Schedule of RFP events are as follows: a. RFP Released 05/05/2025 b. Proposal/quotes Due Date: 05/23/2025 by 1 pm. c. Opening of the proposals/quotes will be on 05/27/2025 at 9 am at the Jones County School District Central Office. <br /><br />These services shall be provided to the Jones County School District during the 2025– 2026 school year. Upon satisfactory evaluation of the provided services, evaluation results will be used in consideration of continued services to the 2026-2027 school term.<br /><br />RFP Submission requirements: Interested providers of these software curriculum services should submit their proposals/quotes to the school district address listed below (Section 12) by 05/23/2025 1 pm. Proposals/quotes will also be received electronically through www.centralauctionhouse.com <br />All questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification.<br /> <br /> <br /> <br />7.Minimum Eligibility Requirements for Contract AwardApplicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of www.sam.gov and agree to the terms/agreement and any addendum set forth by the school district’s school board attorney.<br /> <br />8.Acceptance of ProposalsThe JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /> <br />*address each specifications as stated in the Service Specifications section (These will be reviewed with a rubric and rated by the district leadership team to determine the awarding vendor.)<br />*a cost amount must be submitted by the vendor in a firm fixed price<br />*the proposal must be signed<br /> <br />9.Rejection of ProposalsThe JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be in the best interest of the JCSD.<br /> <br />Disposition of Proposals All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br />11.Special Terms/ConditionsSubject to Appropriation<br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal Program’s Application to accommodate this expense.<br /> <br />Equal Opportunity Employer<br />The JCSD is an Equal Opportunity Employer and therefore prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any manner prohibited by law.<br /> <br />Termination for Convenience<br />In the event the vendor is unable to provide the contracted services and mutually acceptable alternatives cannot be arranged, the contract can be terminated with written notification by either party. The JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated and when termination becomes effective. The Vendor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the vendor will stop work to the extent specified. The vendor must still complete the work not terminated by the notice of termination and incur obligations as are necessary to do so.<br /> <br /> <br /> <br /> <br /> <br /> <br />12.Contact InformationA paper copy or an email copy of this document, including any addendums, may be obtained by request:<br /> <br />Dr. Missy Bufkin, Director of Federal Programs Jones County School District<br />5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail:
[email protected]<br /> <br />Thank you for your time and consideration of this proposal.
https://www.centralauctionhouse.com/rfp93620281-student-assessment-software-package-including-benchmark-assessments-and-instructional-assessments-with-data-tracking-capabilities.html
05-May-2025 5:00:00 PM CDT |
23-May-2025 1:00:00 PM CDT |
Jackson Public Schools |
RFP 2025-13 Emergency Management Support System for School
|
<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, May 05, 2025 & Monday, May 12, 2025<br />Jackson Advocate<br />Thursday, May 08, 2025 & Thursday, May 15, 2025<br />MS Link:<br />Thursday, May 08, 2025 & Thursday, May 15, 2025<br />Opening Date/Time<br />Tuesday, June 03, 2025 @ 10:00 A.M.<br />RFP 2025-13<br />Emergency Management Support System for Schools<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br />RFP 2025-13<br />Emergency Management Support System for Schools<br /> <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, 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 at Via TEAMS (see below for link) Thursday, May 22, 2025, at 2:00 p.m. Attendance at the pre-bid conferences is non-mandatory but strongly encouraged. Please see the link below.<br /> <br /> <br />Join Via TEAMS:<br />https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZDgyYjllMmEtYTRlZi00MWY2LTk2MTgtYmRkYjcwZTIzZGEy%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: 05 May 2025 (Clarion); 12 May 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 08 May 2025 (Clarion); 15 May 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 22 May 2025 (TEAMS)<br />Final Date for Questions: 28 May 2025<br />Answers to Questions: 29 MAY 2025<br />Bid Opening Day: 03 June 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, May 06, 2025 & Monday, May 13, 2025<br />Jackson Advocate Thursday, May 08, 2025 & Thursday, May 15, 2025<br />Mississippi Link Thursday, May 08, 2025 & Thursday, May 15, 2025
https://www.centralauctionhouse.com/rfp95148023-rfp-2025-13-emergency-management-support-system-for-school-.html
05-May-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Ocean Springs School District |
3D Anatomy Table RFQ-NO BID SY25
|
Run in the Sun Herald newspaper on Sunday, May 4, 2025, and again on Sunday, May 11, 2025, the following:<br /> <br />NOTICE FOR REQUESTS FOR QUALIFICATIONS<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, May 21, 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- NO PRICE<br />3D Anatomy Visualization Table and Tablet for Clinical Application<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 />3D Anatomy Visualization Table SY25.<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/rfp96078261-3d-anatomy-table-rfq-no-bid-sy25.html
04-May-2025 12:00:00 AM CDT |
21-May-2025 2:00:00 PM CDT |
Jackson County Utility Authority |
Pole Barn Foundation - Hwy 63 Facility
|
Jackson County Utility Authority<br />Pole Barn Foundation<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br />Sealed Bids for the construction of a Pole Barn Foundation will be received by Jackson County Utility Authority at the office of the Jackson County Utility Authority, 1225 Jackson Avenue, Pascagoula MS 35967 until 11:00 A.M., local time on June 3, 2025, at which time the Bids received will be publicly opened and read aloud.<br /> <br />The Project consists of a contractor to lay a 114’L x 84’W x 2’H foundation at the Jackson County Utility Authority Hwy 63 Facility parking lot located at 8925 MS-Hwy 63, Moss Point. MS. 39563.<br /> <br />Bids will be received from a single prime Contractor. Bids shall be on a lump sum price basis as indicated in the Bid Form.<br /> <br />Bids submitted in a sealed envelope must be addressed to the Jackson County Utility Authority. If the bid is submitted by mail, it shall be mailed to 1225 Jackson Avenue, Pascagoula, MS. 39567, and must be received no later than 11:00 AM, Tuesday June 03, 2025.<br /> <br />All bid envelopes shall be marked “Sealed Proposals for O&M Pole Barn Foundation to Be Opened 11:00AM Tuesday June 03, 2025.” If the envelope is not marked, any bid contained therein will not be considered.<br /> <br />Electronic proposals may be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814 or
[email protected]. Proposals received after this time will not be considered.<br /> <br />For bids exceeding $50,000.00, Bidder must indicate his Certificate of Responsibility Number on the outside of sealed proposal as required by Mississippi Law. Effective July 1, 2010; Per MS Code 31-3-21(3); any bid submitted by a nonresident contractor which does not include the nonresident contractor’s current state law pertaining to such state’s treatment of nonresident contractors, shall be rejected and not considered for award. If no such law exists in the non-resident contractor’s state, then the non-resident contractor may provide a statement to that effect.<br /> <br />Bid documents may be obtained from the Authority’s office at 1225 Jackson Avenue, Pascagoula, MS 39567, via email at
[email protected] or can be downloaded from Central Bidding at www.centralbidding.com.For any questions relating to downloading bid documents from Central Bidding, please contact Central Bidding at 225-810-4814 or
[email protected].<br />No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof.<br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />Published by order of the (Owner); this the 1st day of May 2025<br /> <br />Publish Dates: May 4, 2025 & May 11, 2025<br />
https://www.centralauctionhouse.com/rfp24722675-pole-barn-foundation--hwy-63-facility.html
04-May-2025 12:00:00 AM CDT |
03-Jun-2025 11:00:00 AM CDT |
Jackson County Utility Authority |
Pole Barn - Hwy 63 Facility
|
Jackson County Utility Authority<br />Pole Barn<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br />Sealed Bids for the construction of a Pole Barn will be received by Jackson County Utility Authority at the office of the Jackson County Utility Authority, 1225 Jackson Avenue, Pascagoula MS 35967 until 10:00 A.M., local time on June 3, 2025, at which time the Bids received will be publicly opened and read aloud.<br /> <br />The Project consists of furnishing and installing one (1) 80’L x 40’W x 14’H Pole Barn, with an alternate second 80’L x 40’W x 14’H Pole Barn at the Jackson County Utility Authority Hwy 63 Facility parking lot located at 8925 MS-Hwy 63, Moss Point. MS. 39562.<br /> <br />Bids will be received from a single prime Contractor. Bids shall be on a lump sum price basis as indicated in the Bid Form.<br /> <br />Bids submitted in a sealed envelope must be addressed to the Jackson County Utility Authority. If the bid is submitted by mail, it shall be mailed to 1225 Jackson Avenue, Pascagoula, MS. 39567, and must be received no later than 10:00 AM, Tuesday June 03, 2025.<br /> <br />All bid envelopes shall be marked “Sealed Proposals for O&M Pole Barn to Be Opened 10:00AM Tuesday June 03, 2025.” If the envelope is not marked, any bid contained therein will not be considered.<br /> <br />Electronic proposals may be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814 or
[email protected]. Proposals received after this time will not be considered.<br /> <br />For bids exceeding $50,000.00, Bidder must indicate his Certificate of Responsibility Number on the outside of sealed proposal as required by Mississippi Law. Effective July 1, 2010; Per MS Code 31-3-21(3); any bid submitted by a nonresident contractor which does not include the nonresident contractor’s current state law pertaining to such state’s treatment of nonresident contractors, shall be rejected and not considered for award. If no such law exists in the non-resident contractor’s state, then the non-resident contractor may provide a statement to that effect.<br /> <br />Bid documents may be obtained from the Authority’s office at 1225 Jackson Avenue, Pascagoula, MS 39567, via email at
[email protected] or can be downloaded from Central Bidding at www.centralbidding.com.For any questions relating to downloading bid documents from Central Bidding, please contact Central Bidding at 225-810-4814 or
[email protected].<br />No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof.<br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />Published by order of the (Owner); this the 1st day of May 2025<br /> <br />Publish Dates: May 4, 2025 & May 11, 2025<br />
https://www.centralauctionhouse.com/rfp6591240-pole-barn--hwy-63-facility.html
04-May-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Jones County School District |
JONES COUNTY SCHOOL DISTRICT REQUEST FOR SEALED BID Curriculum Software for Instruction, Remediation, and Enrichment (K-12) Bid#042820251
|
Overview<br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3 middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the district. The district has approximately 8500 students. The overall accountability rating for the school district is an “A”. <br /> <br /> 1. Goal and Purpose of RFP: The district is requesting sealed bids for the following: curriculum software for instruction, remediation, and enrichment for grades K-12 in all core subjects (English Language Arts, Mathematics, Science and the Social Sciences), as well as supplemental subject areas (such as, but not limited to, Foreign Languages, Fine Arts, Health, etc.). The goal of the JCSD is to use this program for supplemental individualized learning of enrichment and remediation for all grades within all subjects (K-12). In addition, this program will be the core program for credit recovery of credit-bearing courses and direct instruction for the alternative school users (grades 6-12). This program should be aligned/correlated to the Mississippi College and Career Readiness Standards. [Strategic Plan Goal II: Improve Student Achievement through a Rigorous and Relevant Curriculum; Objective A: Implementation of MS College and Career State Standards and High Stakes Assessments] <br /> <br />2. Proposal Requirements and Project Scope for:<br />North Jones Elementary, East Jones Elementary, South Jones Elementary, West Elementary, Glade Elementary, Moselle Elementary, Northeast Jones High School, South Jones High School, West Jones High School, Jones County Learning Center, and the Jones County Career and Technical Center<br /> <br />3. Service Specifications and Provisions:<br />The program must adhere to, align with, and provide the following:<br /> <br />*align with the Mississippi College and Career Readiness Standards<br />*instruct, remediate, and enrich all standards in all subject areas (K-12) through individualized learning paths<br />*be customizable for specific, individualized course content<br />*contain formative and summative assessments for all courses<br />*allow for the utilization of project-based learning<br />*provide scope and sequence and/or pacing guides for all courses<br />*provide credit-bearing courses that are approved through the Mississippi Department of Education<br />*provide writing components with accompanying rubrics from the district/state<br />*provide additional resources beyond the lesson content<br />*link to content videos and other media that are content-specific and appropriate for the various learning levels<br />*provide concise and easy-to-read reports for student information<br />*provide concise and easy-to-read reports for teachers to make data-informed decisions<br />*provide a student and teacher dashboard to monitor progress<br />*provide features to accommodate English Language Learners<br />*link with PowerSchool (student information system) and Class Link (for rostering)<br />*allow for Single Sign On via a managed process equal to or compatible with Class Link<br />*be compatible with apps relative to Chromebooks<br />*provide access to live and on-demand student support 24/7 (through a certified instructor)<br />*provide professional development training to teachers via zoom and on-demand through tutorials/videos<br />*be priced as a bundle for K-12 for current student enrollment<br />*agree to service/contract addendums as agreed upon by the JCSD School Board Members/Attorney<br /> <br />4. Pricing/quotes/specifications: The district is requesting quotes for a one-year contract for all 11 campuses for the student enrollment population of 8500.<br /> <br /> <br />5. Schedule of RFP events are as follows: a. RFP Released 05/02/2025 b. Sealed Bids/Proposal Due Date: 05/23/2025<br />c. Opening of the sealed bids will be on 05/27/2025 at 9 am at the Jones County School District Central Office<br /> <br />These services shall be provided to the Jones County School District during the 2025 – 2026 school year. Upon satisfactory evaluation of the provided services, the record of services/evaluation reports will be helpful in determining service extensions during the 2026-2027 school term.<br /> <br /> 6. RFP Submission requirements: Interested providers of these software curriculum services should submit their sealed bids to the school district address listed below (Section 12). Bids must be received in a sealed envelope by 05/23/2025 by 1:00 P.M. (CST) and marked “Bid 042820251 - Curriculum Software K-12”. Bids will also be received electronically through www.centralauctionhouse.com <br /> <br />All questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification.<br /> <br />7. Minimum Eligibility Requirements for Contract Award<br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of sam.gov and agree to the terms/agreement and any addendum set forth by the school district’s school board attorney. <br /> <br />8. Acceptance of Proposals<br /> <br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /> <br />*address service specifications in the exact order stated in the Service Specifications section (These will be reviewed with a rubric and rated by the district leadership team to determine the awarding vendor.)<br />*a cost amount must be submitted by the vendor in a firm fixed price<br />*the proposal must be signed<br /> <br />9. Rejection of Proposals<br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be in the best interest of the JCSD. <br /> <br />10. Disposition of Proposals<br />All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br /> <br /> 11. Special Terms/Conditions<br /> <br />Subject to Appropriation<br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal Program’s Application to accommodate this expense. <br /> <br />Equal Opportunity Employer<br />The JCSD is an Equal Opportunity Employer and therefore prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any manner prohibited by law. <br /> <br />Termination for Convenience<br />In the event the vendor is unable to provide the contracted services and mutually acceptable alternatives cannot be arranged, the contract can be terminated with written notification by either party. The JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated and when termination becomes effective. The Vendor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the vendor will stop work to the extent specified. The vendor must still complete the work not terminated by the notice of termination and incur obligations as are necessary to do so. <br /> <br /> 12. Contact Information<br />A paper copy or an email copy of this document, including any addendums, may be obtained by request:<br /> <br />Dr. Missy Bufkin, Director of Federal Programs<br />Jones County School District<br />5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail:
[email protected]<br /> <br /> <br />Thank you for your time and consideration of this proposal.
https://www.centralauctionhouse.com/rfp80763662-jones-county-school-district-request-for-sealed-bid-curriculum-software-for-instruction-remediation-and-enrichment-k-12-bid042820251.html
02-May-2025 5:00:00 PM CDT |
23-May-2025 1:00:00 PM CDT |
Jones County School District |
JONES COUNTY SCHOOL DISTRICT REQUEST FOR SEALED BID Literacy/Math Assessment Program with Diagnostic, Intervention, and Supplemental Resources Bid#042820252
|
Overview <br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3 middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the district. The district has approximately 8500 students. The overall accountability rating for the school district is an “A”. <br /><br />1. Goal and Purpose of RFP: The district is requesting sealed bids 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. [Strategic Plan Goal II: Improve Student Achievement through a Rigorous and Relevant Curriculum; Objective A: Implementation of MS College and Career State Standards and High Stakes Assessments] <br /><br />2. Proposal Requirements and Project Scope for: <br />North Jones Elementary, East Jones Elementary, South Jones Elementary, West Jones Elementary, Glade Elementary, and Moselle Elementary, Northeast Jones High School, South Jones High School, West Jones High School <br /><br />3. Service Specifications and Provisions: <br />The program must adhere to, align with, and provide the following: <br />* assess as a screening instrument for Pre K-8th grades for Reading and Math <br />* assess in a computer adaptive platform <br />* provide diagnostic measures <br />* provide reports such as screening, diagnostic, and growth <br />* provide supplemental software enhancements to drive student instruction <br />* provide lesson plans/paths for individual students and student groups <br />* provide literature and informational texts online with correlating assessments <br />* provide mathematics lessons and assignments to progress at individual student’s pace<br />* provide professional development as needed virtual, on-demand, or in-person <br />* must have capability to link and sync with ClassLink and OneRoster<br /> <br /> <br />4. Pricing/quotes/specifications: The district is requesting quotes for a one-year contract for 9 of our 11 campuses specific to the enrollment and grade levels for the following: <br /> <br /> <br /><br />5. Schedule of RFP events are as follows: a. RFP Released 05/02/2025 b. Sealed Bids/Proposal Due Date: 05/23/2025 by 1 pm. c. Opening of the sealed bids will be on 05/27/2025 at 9 am at the Jones County School District Central Office. <br /><br />These services shall be provided to the Jones County School District during the 2025 – 2026 school year. Upon satisfactory evaluation of the provided services, evaluation results may be used as part of the determining factor for usage of services in the 2026-2027 school term. <br /> <br />6. RFP Submission requirements: Interested providers of these software curriculum services should submit their sealed bids to the school district address listed below (Section 12). Bids must be received in a sealed envelope by 05/23/2025 by 1:00 P.M. (CST) and marked “Bid 042820252 - Literacy/Math Assessment Program with Diagnostic, Intervention, and Supplemental Resources”. Bids will also be received electronically through www.centralauctionhouse.com <br /><br />All questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification. <br /><br />7. Minimum Eligibility Requirements for Contract Award <br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of sam.gov., and agree to the terms/agreement and any addendum set forth by the school district’s school board attorney. <br /><br />8. Acceptance of Proposals <br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following: <br /> <br /> *address service specifications in the exact order stated in the Service Specifications section (These will be reviewed with a rubric and rated by the district leadership team to determine the awarding vendor.)<br />*a cost amount must be submitted by the vendor in a firm fixed price <br />*the proposal must be signed <br /><br />9. Rejection of Proposals <br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be in the best interest of the JCSD. <br /><br />10. Disposition of Proposals All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br /><br />11. Special Terms/Conditions <br /><br />Subject to Appropriation <br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal Program’s Application to accommodate this expense. <br /><br />Equal Opportunity Employer <br />The JCSD is an Equal Opportunity Employer and therefore prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any manner prohibited by law. <br /><br />Termination for Convenience <br />In the event the vendor is unable to provide the contracted services and mutually acceptable alternatives cannot be arranged, the contract can be terminated with written notification by either party. The JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated<br />and when termination becomes effective. The Vendor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the vendor will stop work to the extent specified. The vendor must still complete the work not terminated by the notice of termination and incur obligations as are necessary to do so. <br /><br />12. Contact Information <br />A paper copy or an email copy of this document, including any addendums, may be obtained by request: <br />Dr. Missy Bufkin, Director of Federal Programs <br />Jones County School District <br />5204 Hwy 11 North <br />Ellisville, MS 39437 (601)649-5201 <br />E-Mail:
[email protected] <br />Thank you for your time and consideration of this proposal.<br />
https://www.centralauctionhouse.com/rfp46911301-jones-county-school-district-request-for-sealed-bid-literacymath-assessment-program-with-diagnostic-intervention-and-supplemental-resources-bid042820252-.html
02-May-2025 5:00:00 PM CDT |
23-May-2025 1:00:00 PM CDT |
Marion County Board of Supervisors |
Disaster Debris Monitoring
|
https://www.centralauctionhouse.com/rfp3860324-disaster-debris-monitoring.html
02-May-2025 3:00:00 PM CDT |
02-Jun-2025 10:00:00 AM CDT |
Marion County Board of Supervisors |
Tornado Debris Removal and Disposal Services
|
Tornado Debris Removal and Disposal Services
https://www.centralauctionhouse.com/rfp64087779-tornado-debris-removal-and-disposal-services.html
02-May-2025 3:00:00 PM CDT |
02-Jun-2025 10:00:00 AM CDT |
Magnolia Regional Health Center |
MAGNOLIA COMMUNITY SERVICES COMPLEX POOL HVAC (16Ton)
|
Magnolia Regional Health Center, is announcing a bid opportunity for HVAC (16 Ton) of the Magnolia Community Service Complex Pool Building located at 1001 S. Harper Rd, Corinth.Approximately 3000 square feet of conditioned space.” Bidders shall have, Indemnification Certificate, Bid Bond, and Insurance. Interested bidders should email
[email protected] to request a link to download the Instructions for Bidders, Construction Documents, and Specifications.” All bids must be submitted to Attn: Brent Borgman, Dir. Purchasing. MRHC 611 Alcorn Dr. Corinth MS, 38834
[email protected], clearly mark “HVAC Pool Complex Bid Package” on exterior of envelope. Deadline is 2:00 P.M. CST on 06/05/2025, reviewed for lowest and best bid. “Commencement of construction for the project shall begin July 2025.<br />By the order of James Hobson, CEO this 5th day of May, 2025.
https://www.centralauctionhouse.com/rfp51853727-magnolia-community-services-complex-pool-hvac-16ton.html
02-May-2025 7:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
Magnolia Regional Health Center |
MAGNOLIA COMMUNITY SERVICES COMPLEX POOL BUILDING RENOVATION
|
Magnolia Regional Health Center, is announcing a bid opportunity for renovation of the Magnolia Community Service Complex Pool Building located at 1001 S. Harper Rd, Corinth. <br />Approximately 3000 square feet of interior / exterior construction.” Bidders shall have, Indemnification Certificate, Bid Bond, and Insurance. Interested bidders should email
[email protected] to request a link to download the Instructions for Bidders, Construction Documents, and Specifications.” All bids must be submitted to Attn: Brent Borgman, Dir. Purchasing. MRHC 611 Alcorn Dr. Corinth MS, 38834
[email protected], clearly mark “Pool Bid Package” on exterior of envelope. Deadline is 2:00 P.M. CST on 06/05/2025, reviewed for lowest and best bid. “Commencement of construction for the project shall begin July 2025.<br />By the order of James Hobson, CEO this 5th day of May, 2025.
https://www.centralauctionhouse.com/rfp33886251-magnolia-community-services-complex-pool-building-renovation.html
02-May-2025 7:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
City of Olive Branch |
Gas Regulator Station at Center Hill Road & MS Highway 178
|
<div style="text-align: center;"><b>LEGAL NOTICE TO BIDDERS</b></div> <br />Sealed bids for <b>Gas Regulator Station at Center Hill Road & MS Highway 178</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, June 9, 2025,</b> 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 “<b>Gas Regulator Station at Center Hill Road & MS Highway 178” </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 /> <br /><b>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.</b><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,<br />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 24th DAY OF April, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp47186253-gas-regulator-station-at-center-hill-road-ms-highway-178-.html
01-May-2025 9:00:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
Jackson Public Schools |
RFP 2025-12 Feedback and Customer Service Solution for Schools and Departments Jackson Public Schools (JPSD)
|
<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 />Friday, May 02, 2025 & Friday, May 09, 2025<br />Jackson Advocate<br />Thursday, May 01, 2025 & Thursday, May 08, 2025<br />MS Link:<br />Thursday, May 01, 2025 & Thursday, May 08, 2025<br />Opening Date/Time<br />Thursday, May 22, 2025 @ 10:00 A.M.<br />RFP 2025-12<br />Feeback and Customer Service Solution for Schools and Departments for Jackson Public Schools (JPSD)<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br />RFP 2025-12<br />Feedback and Customer Service Solution for Schools and Departments for Jackson Public Schools (JPSD)<br /> <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, 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 at Via TEAMS (see below for link) Tuesday, May 13, 2025, at 2:00 p.m. Attendance at the pre-bid conferences is non-mandatory but strongly encouraged. Please see the link below.<br /> <br /> <br />Join Via TEAMS:<br /> <br />https://teams.microsoft.com/l/meetup-join/19%3ameeting_MDEwMDAwMDMtYjAxZi00MTA1LTg0OTItZTgyMDY4NzZiM2Zl%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: 02 May 2025 (Clarion); 01 May 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 09 May 2025 (Clarion); 08 May 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 13 May 2025 (TEAMS)<br />Final Date for Questions: 16 May 2025<br />Answers to Questions: 19 May 2025<br />Bid Opening Day: 22 May 2025 @ 10:00 A.M.<br />Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion Ledger Friday, May 02, 2025 & Friday, May 09, 2025<br />Jackson Advocate Thursday, May 01, 2025 & Thursday, May 08, 2025<br />Mississippi Link Thursday, May 01, 2025 & Thursday, May 08, 2025<br />
https://www.centralauctionhouse.com/rfp16152557-rfp-2025-12-feedback-and-customer-service-solution-for-schools-and-departments-jackson-public-schools-jpsd.html
01-May-2025 12:00:00 AM CDT |
22-May-2025 10:00:00 AM CDT |
Marshall County |
RFP for Tornado Debris Removal Monitoring
|
<br />REQUEST FOR PROPOSAL FOR<br />TORNADO DEBRIS REMOVAL MONITORING SERVICES RELATED TO THE APRIL 2-6, 2025 SEVERE STORMS AND TORNADOS<br /><br /><br /> <br />INTRODUCTION AND GENERAL TERMSMarshall County, Mississippi has experienced damages due to an EF-3 Tornado and severe weather event occurring between April 2, 2025 and April 6, 2025, and resulting in widespread public services damage. The vegetation and other debris resulting from this devastating tornado overwhelms the existing resources of the County. The event has been declared a local emergency and requested to be designated as a disaster by FEMA and MEMA. Accordingly, the County is seeking a qualified Contractor to perform the scope of work addressed in this Emergency Request for Proposal (RFP). All proposals must be properly certified by the entity bidding for the work and signed by an officer, director or owner that has authority to bind and commit the Company to perform said work and services.<br /> <br />Notice is hereby given that the Board of Supervisors of Marshall County, Mississippi, will at the Board of Supervisors Board Room in the City of Holly Springs, Mississippi, at 10:00 o’clock a.m., on the 2nd day of June, 2025, accept sealed proposals from vendors interested in furnishing Tornado Debris Removal Services to Marshall County, Mississippi related to the Severe Storms and Tornados that occurred on April 2-6, 2025.<br /> <br />Printed copies of this RFP are available at The Marshall County Board of Supervisors Office located at 111 South Market Street, Holly Springs, MS 38635.<br /> <br />Electronic copies may be obtained by calling (662) 252-7903.<br /> <br />One copy of your proposal must be provided to the Board in a sealed envelope that is clearly marked with the title “APRIL 2-6, 2025 STORMS” and due date on the outside of the envelope. Proposals shall be submitted to the Marshall County Administrators office located at 111 South Market Street, Holly Springs, MS 38635. Alternatively, bids may be submitted electronically at www.centralbidding.com on or before the deadline. All proposals are due by 10:00 a.m., June 2, 2025. Offers by telephone or telegram shall not be accepted.<br />A list of references shall also be included in the completed proposal.<br /> <br />Respondents are cautioned that they are responsible for delivery to the specific location cited herein above. Therefore, if your proposal is delivered by express mail carrier or by any other means, it is your responsibility to insure delivery to the specified address before the deadline. Late deliveries will be rejected as nonresponsive regardless of the reason for delay.<br /><br />All costs of preparation of a response to this request for proposals are solely those of the proposers. The County assumes no responsibility whatsoever for any such costs incurred by a proposer. The proposer also agrees that the County bears no responsibility for any costs associated with any administrative or judicial proceedings resulting from the solicitation process. The County reserves the right to accept or reject any or all proposals, with or without cause, to waive technicalities, or to accept the proposal which, in its sole judgment, best serves the interest of the County, or to award a contract to the next most qualified proposers if a successful proposer does not execute a contract within ten (10) days after approval of the selection of the County.<br />The County reserves the right, to cancel a solicitation at any time prior to approval of the award by the County. The County reserves the right to request clarification of information submitted and to request additional information of one or more applicants.<br /> <br />Packets containing scope of services, proposal requirements and evaluation criteria can be obtained from the County Administrator’s office (662.252.7903) located at 111 S. Market St., Holly Springs, MS 38635.<br /> <br /> <br /> <br />Tim PowellMarshall County Administrator
https://www.centralauctionhouse.com/rfp63465726-rfp-for-tornado-debris-removal-monitoring.html
01-May-2025 12:00:00 AM CDT |
02-Jun-2025 10:00:00 AM CDT |
Marshall County |
RFP for Tornado Debris Removal and Disposal
|
REQUEST FOR PROPOSAL<br />FOR<br />TORNADO DEBRIS REMOVAL AND DISPOSAL SERVICES RELATED TO THE APRIL 2-6, 2025 SEVERE STORMS AND TORNADOS<br />____________________________________________________________________________<br />INTRODUCTION AND GENERAL TERMS<br /> <br />Marshall County, Mississippi has experienced damages due to an EF-3 Tornado and severe weather event occurring April 2, 2025 – April 6, 2025, and resulting in widespread public services damage. The vegetation and other debris resulting from this devastating tornado and storms overwhelms the existing resources of the County. The event has been declared a local emergency and requested to be designated as a disaster by FEMA and MEMA. Accordingly, the County is seeking a qualified Contractor to perform the scope of work addressed in this Emergency Request for Proposal (RFP). All proposals must be properly certified by the entity bidding for the work and signed by an officer, director or owner that has authority to bind and commit the Company to perform said work and services.<br /> <br />Notice is hereby given that the Board of Supervisors of Marshall County, Mississippi, will at the Board of Supervisors Board Room in the City of Holly Springs, Mississippi, at 10:00 o’clock a.m., on the 2nd day of June, 2025, accept sealed proposals from vendors interested in furnishing Tornado Debris Removal Services to Marshall County, Mississippi related to the Severe Storms/Tornados.<br />Printed copies of this RFP are available at The Marshall County Board of Supervisors Office located at 111 South Market Street, Holly Springs, MS 38635.<br />Electronic copies may be obtained by calling (662) 252-7903.<br />One copy of your proposal must be provided to the Board in a sealed envelope that is clearly marked with the title “APRIL 2-6, 2025 STORMS” and due date on the outside of the envelope. Proposals shall be submitted to the Marshall County Administrators office located at 111 South Market Street, Holly Springs, MS 38635. Alternatively, bids may be submitted electronically at www.centralbidding.com on or before the deadline. All proposals are due by 10:00 a.m., June 2, 2025. Offers by telephone or telegram shall not be accepted.<br />A list of references shall also be included in the completed proposal.<br />Respondents are cautioned that they are responsible for delivery to the specific location cited herein above. Therefore, if your proposal is delivered by express mail carrier or by any other means, it is your responsibility to insure delivery to the specified address before the deadline. Late deliveries will be rejected as nonresponsive regardless of the reason for delay.<br /> <br />All costs of preparation of a response to this request for proposals are solely those of the proposers. The County assumes no responsibility whatsoever for any such costs incurred by a proposer. The proposer also agrees that the County bears no responsibility for any costs associated with any administrative or judicial proceedings resulting from the solicitation process.<br />The County reserves the right to accept or reject any or all proposals, with or without cause, to waive technicalities, or to accept the proposal which, in its sole judgment, best serves the interest of the County, or to award a contract to the next most qualified proposers if a successful proposer does not execute a contract within ten (10) days after approval of the selection of the County. The County reserves the right, to cancel a solicitation at any time prior to approval of the award by the County. The County reserves the right to request clarification of information submitted and to request additional information of one or more applicants.<br />Packets containing scope of services, proposal requirements and evaluation criteria can be obtained from the County Administrator’s office (662.252.7903) located at 111 S. Market St., Holly Springs, MS 38635.<br /> <br />Tim Powell<br />Marshall County Administrator
https://www.centralauctionhouse.com/rfp38072605-rfp-for-tornado-debris-removal-and-disposal.html
01-May-2025 12:00:00 AM CDT |
02-Jun-2025 10:00:00 AM CDT |
Lauderdale County School District |
Bid Number SN 25-1449 – Pavement Improvement Project 2025 Lauderdale County School District Northeast Elementary School and Southeast 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 46 th Court, Meridian, MS 39305 or P.O. Box 5498, Meridian, MS 39302 or by Electronic Bid at www.centralbidding.com until <b>9:00 A.M</b>., Central Standard Time on <b>June, 3, 2025</b> for<br /><br /><b>Bid Number SN 25-1449 – Pavement Improvement Project 2025 Lauderdale County School District - Northeast Elementary School and Southeast 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 www.centralbidding.com . 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 46 th 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<br />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 # SN 25-1449, Pavement Project 2025 Lauderdale County School District-Northeast Elementary School and Southeast 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 />No Bid Proposal may be withdrawn for a period of <b>sixty days (60) after scheduled opening. </b>The Lauderdale County Board<br />of Education reserves the right to accept/reject any and all bids and waives informalities.<br /><br /><b>John-Mark Cain, PhD, Superintendent<br /><br />Advertise: Wednesday, April 30, 2025<br />Wednesday, May 7, 2025</b>
https://www.centralauctionhouse.com/rfp24786987-bid-number-sn-25-1449-pavement-improvement-project-2025-lauderdale-county-school-district-northeast-elementary-school-and-southeast-middle-school.html
30-Apr-2025 9:00:00 AM CDT |
03-Jun-2025 9:00:00 AM CDT |
Yazoo County |
Front Loader Refuse Collection Truck
|
40 Yard Front Loader Garbage Truck 2025
https://www.centralauctionhouse.com/rfp9432889-front-loader-refuse-collection-truck.html
30-Apr-2025 12:00:00 AM CDT |
27-May-2025 5:00:00 PM CDT |
Yazoo County |
Wheel Loaders
|
One or more 2025 Wheel Loaders
https://www.centralauctionhouse.com/rfp74467631-wheel-loaders.html
30-Apr-2025 12:00:00 AM CDT |
27-May-2025 5:00:00 PM CDT |
Warren County |
Retaining Wall Repairs-Phase I Old Warren County Courthouse
|
ADVERTISEMENT FOR BIDS – NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that the Warren County Board of Supervisors will receive sealed bids from qualified bidders for the project identified as Retaining Wall Repairs – Phase I, Old Warren County Courthouse. The project includes the installation of soil nails, masonry and stucco stabilization and installation of storm drainage structures at the site of the Old Warren County Courthouse as indicated in the drawings, specifications, and other contract documents. The above general outline of features of work does not in any way limit the responsibility of the Contractor to perform all work and furnish all parts, labor, equipment, and materials required by the specifications and the drawings referred to therein.<br />The contract time for the work included in this contract is One Hundred Eighty (180) Calendar Days. The Contract will be subject to liquidated damages of three hundred dollars ($300) per calendar 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 />Deadline for receipt of Bids is 10:00 a.m. local time on May 28, 2025. Bids will be received at the Warren County Purchasing Department, 913 Jackson Street, Vicksburg, MS 39183. Bidders are cautioned that the Purchasing Department does not receive the daily U.S. Mail on or before 10:00 a.m. Bids will be time-stamped upon receipt according to Purchasing Department’s time clock. Bids received after the stated deadline will not be considered. All bids properly received will be publicly opened and read aloud.<br />Electronic bids can be submitted at www.centralbidding.com. Official bid documents can be downloaded from Central Bidding. Interested contractors can register as a vendor at www.centralbidding.com and download plans. Electronic bids are due at 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 />Bidders must be qualified under Mississippi State law and possess a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors in the classification of Building Construction. 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 must be submitted as the first page of the PDF attachment with the electronic bid submittal. For bids less than $50,000, a Certificate of Responsibility number is not required. Bidder shall note on the outside of the envelope containing the bid that the “bid is less than $50,000, CR No. not required”.<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.<br />Each bidder must deposit with his proposal a Bid Bond or Certified Check in an amount equal to five percent (5%) of the total bid payable to Warren County as bid security. The successful bidder shall furnish a Performance Bond and a Payment Bond each in the amount of 100% of the contract amount awarded. Bidders shall also submit a current financial statement if requested by Warren County. 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 />WFT Architects, P.A. is the Architect for this project. Plans, Specifications, and Contract Documents are on file and open to public inspection at the Jackson office of WFT Architects at 770 North State Street, Jackson, MS and at the Warren County Purchasing Department, 913 Jackson Street, Vicksburg, MS 39183. Contractors may request digital copies of bid documents by visiting www.centralbidding.com and following the site instructions for registration and download. Printed copies of Bid Documents may be obtained by request to WFT Architects, P.A for a deposit of $50.00, refundable with return of Documents. Questions may be addressed to Wes Harp, Project Architect, via
[email protected].<br />The Warren County Board of Supervisors 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 Warren County, and to waive any informalities in the bids and bidding process. Published pursuant to Board Order dated the 15th day of July 2024.<br /> <br />The Warren County Board of Supervisors<br />By: Victoria Bell, Purchasing Agent<br />PUBLICATION DATES:<br /> <br />April 27, 2025<br />May 04, 2025
https://www.centralauctionhouse.com/rfp12553484-retaining-wall-repairs-phase-i-old-warren-county-courthouse.html
27-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Ocean Springs School District |
Pecan Park Elementary School Additions and Improvements
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received by the Board of Trustees of the Ocean Springs School District, in the Board Room at the Central Office, 2300 Government Street, Ocean Springs, Mississippi, until 2:00 pm, local time, on Thursday May 22, 2025, and then publicly opened and read for the following project:<br /> <br />Pecan Park Elementary School<br />Additions and Improvements<br />Ocean Springs School District<br />Ocean Springs, Mississippi<br /> <br />in accordance with plans and specifications prepared by:<br /> <br />Allred Stolarski Architects, P.A.<br />711 Church Street<br />Ocean Springs, Mississippi 39564<br /> <br />Bid documents are being made available via paper copy. Bidders are required to log-in or register for an account at www.asaplans.com to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents must be purchased through the website.<br /> <br />At the Bidders option in lieu of procuring a CD of the Bid Documents and submitting a physical sealed Bid, Official Bid Documents may be downloaded, and electronic bids may be submitted at www.centralbidding.com. Bids shall be received electronically until the date/time as stated above. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of Bids is not required.<br /> <br />Proposals shall be submitted on the blank bid form furnished with each specification and must be accompanied by bid security in the form of Certified Check, Cashier's Check or acceptable Bid Bond, payable to Ocean Springs School District, in 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 may be awarded the contract but who fails to carry out the terms of the proposal, execute the contract and post-performance bond in the form and amount within the time specified.<br /> <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 Section 31-3-21, Mississippi Code of 1972, by having a current Certificate of Responsibility from the State Board of Public Contractors. The current Certificate of Responsibility Number shall be indicated on the exterior of the sealed bid envelope before it can be opened. In the letting of public contracts in the State of Mississippi, preference shall be given to resident contractors, and a non-resident bidder domiciled in a state having laws granting preference to local contractors shall be awarded Mississippi public contracts only on the same basis as the non-resident bidder's state awards contracts to Mississippi contractors bidding under similar circumstances; and resident contractors actually domiciled in Mississippi, be they corporate, individuals, or partnerships, are to be granted preference over non-residents in awarding of contracts in the same manner and to the same extent as provided by the laws of the state of domicile of the non-resident. When a non-resident contractor submits a bid for a public project, he shall attach thereto a copy of his resident state's current law pertaining to such state's treatment of non-resident contractors.<br /> <br />No bid may be withdrawn after the scheduled closing time for a period of forty-five (45) days. The Ocean Springs School District reserves the right to reject any or all bids and to waive informalities.<br /> <br />BY ORDER OF:<br /> <br />BOARD OF TRUSTEES<br />OCEAN SPRINGS SCHOOL DISTRICT<br />OCEAN SPRINGS, MISSISSIPPI<br /> <br />Dr. Vickie Tiblier, President<br /> <br />Dates of Publication:<br />April 23, 2025<br />April 30, 2025<br />
https://www.centralauctionhouse.com/rfp84338905-pecan-park-elementary-school-additions-and-improvements.html
25-Apr-2025 10:37:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
Ocean Springs School District |
Oak Park Elementary School Additions and Improvements
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received by the Board of Trustees of the Ocean Springs School District, in the Board Room at the Central Office, 2300 Government Street, Ocean Springs, Mississippi, until 2:00 pm, local time, on Thursday May 22, 2025, and then publicly opened and read for the following project:<br /> <br />Oak Park Elementary School<br />Additions and Improvements<br />Ocean Springs School District<br />Ocean Springs, Mississippi<br /> <br />in accordance with plans and specifications prepared by:<br /> <br />Allred Stolarski Architects, P.A.<br />711 Church Street<br />Ocean Springs, Mississippi 39564<br /> <br />Bid documents are being made available via paper copy. Bidders are required to log-in or register for an account at www.asaplans.com to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents must be purchased through the website.<br /> <br />At the Bidders option in lieu of procuring a CD of the Bid Documents and submitting a physical sealed Bid, Official Bid Documents may be downloaded, and electronic bids may be submitted at www.centralbidding.com. Bids shall be received electronically until the date/time as stated above. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of Bids is not required.<br /> <br />Proposals shall be submitted on the blank bid form furnished with each specification and must be accompanied by bid security in the form of Certified Check, Cashier's Check or acceptable Bid Bond, payable to Ocean Springs School District, in 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 may be awarded the contract but who fails to carry out the terms of the proposal, execute the contract and post-performance bond in the form and amount within the time specified.<br /> <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 Section 31-3-21, Mississippi Code of 1972, by having a current Certificate of Responsibility from the State Board of Public Contractors. The current Certificate of Responsibility Number shall be indicated on the exterior of the sealed bid envelope before it can be opened. In the letting of public contracts in the State of Mississippi, preference shall be given to resident contractors, and a non-resident bidder domiciled in a state having laws granting preference to local contractors shall be awarded Mississippi public contracts only on the same basis as the non-resident bidder's state awards contracts to Mississippi contractors bidding under similar circumstances; and resident contractors actually domiciled in Mississippi, be they corporate, individuals, or partnerships, are to be granted preference over non-residents in awarding of contracts in the same manner and to the same extent as provided by the laws of the state of domicile of the non-resident. When a non-resident contractor submits a bid for a public project, he shall attach thereto a copy of his resident state's current law pertaining to such state's treatment of non-resident contractors.<br /> <br />No bid may be withdrawn after the scheduled closing time for a period of forty-five (45) days. The Ocean Springs School District reserves the right to reject any or all bids and to waive informalities.<br /> <br />BY ORDER OF:<br /> <br />BOARD OF TRUSTEES<br />OCEAN SPRINGS SCHOOL DISTRICT<br />OCEAN SPRINGS, MISSISSIPPI<br /> <br />Dr. Vickie Tiblier, President<br />Dates of Publication:<br />April 23, 2025<br />April 30, 2025<br />
https://www.centralauctionhouse.com/rfp57204730-oak-park-elementary-school-additions-and-improvements.html
25-Apr-2025 10:32:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
City of Natchez |
Silver Street Brick Retaining Wall Rehabilitation Project (Rebid)
|
The City of Natchez, Mississippi will receive bids for the Silver Street Brick Retaining Wall Rehabilitation Project no later than 2:00 P.M. local time, Tuesday, May 27, 2025, in the office of the City Clerk, 124 South Pearl Street, Natchez, MS 39120 at which time said bids will be publicly opened, read aloud and thereafter taken under advisement until the next meeting of the Natchez Mayor and Board of Alderman.<br />The work consists essentially of brick retaining wall rehabilitation at Silver Street. Remove existing vegetation from the face of the wall, re-point existing mortar where needed, re-using some brick that has fallen to the base of the wall, adding some new brick and mortar where needed to complete the wall back to its original state.<br /><br />
https://www.centralauctionhouse.com/rfp64913448-silver-street-brick-retaining-wall-rehabilitation-project-rebid.html
25-Apr-2025 12:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
Marion County Board of Supervisors |
TRI-AXLE Dump Trucks
|
Tri Axle Dump Trucks Advertisement
https://www.centralauctionhouse.com/rfp96387080-tri-axle-dump-trucks.html
24-Apr-2025 4:00:00 PM CDT |
02-Jun-2025 10:00:00 AM CDT |
City of Olive Branch |
Olive Branch Fire Station No. 6
|
<div style="text-align: center;">LEGAL NOTICE<br /> </div>Sealed bids for Olive Branch Fire Station No. 6 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, June 9th, 2025, and thereafter will be opened and publicly read.<br /> <br />The project consists of a new one-story, 4-bay, Fire Station facility in the City of Olive Branch MS.<br /> <br />A Pre-Bid Conference will be held at City Hall at 2:00 P.M. local time on Thursday, May 8, 2025, 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 “Olive Branch Fire Station No. 6” 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 /><br />WITNESS MY SIGNATURE THIS THE 15th DAY OF April, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK<br />
https://www.centralauctionhouse.com/rfp71944369-olive-branch-fire-station-no-6.html
24-Apr-2025 9:00:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
City of Jackson |
BID FOR HEAVY DUTY HYBRID DIESEL TRANSIT BUSES CITY PROJECT NO. RFP#2025-01
|
Advertisement For Bids<br /> <br />HEAVY DUTY HYBRID DIESEL TRANSIT BUSES<br /><br />City Project No. RFP#2025-01 <br />Sealed proposal will be received by the City Clerk of the City of Jackson, Mississippi at the office of the City Clerk, City Hall, 219 South President Street, P.O. Box 17, Jackson, Mississippi 39205 until 3:30 P.M. CST, Tuesday, May 27, 2025, for Heavy Duty Hybrid Diesel Transit Buses for the public transportation system in the City of Jackson (as specified) necessary for Request for proposal (RFP)#2025-01.<br /> <br />The term of the contract will be for five (5) years. . <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 opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provision of the City of Jackson’s Equal Business Opportunity (EBO) Executive Order. Failure to comply with the City’s Executive Order 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 Division of Equal Business Opportunity at 601-960-1856. Copies of the Executive Order, EBO Plan Applications and a copy of the program are available at 200 South President Street, Suite 223, Jackson, Mississippi.<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 />The City of Jackson ensures that the Disadvantaged Business Enterprises (DBEs), as outlined in 49 C.F.R. Part 26, as amended, have the maximum opportunity to participate in the performance of contracts. Therefore, it is imperative that you read the DBE Section and complete the necessary paperwork in its entirety. If there is any evidence or indication that two or more bidders are in collusion to restrict competition or are otherwise engaged in anti-competitive practices, the submission of all such bidders shall be rejected, and such evidence may be cause for disqualification of the participants in any future solicitation undertaken by the City of Jackson.<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 HEAVY DUTY HYBRID DIESEL TRANSIT BUSES, Request for Proposal (RFP)#2025-01.” <br />Bids, EBO and DBE plans shall be submitted in triplicate (bound/stapled separately), sealed and deposited with the City Clerk, City Hall, 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 />Official Bid Documents 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 />The City of Jackson hereby notifies all Bidders that minority and women business enterprises are solicited to bid on these contracts as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities, equipment, material and/or supply needs.<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: 4/24/2025; 5/1/2025; 5/8/2025; 5/15/2025; 5/22/2025<br />Publication: Mississippi Link and Clarion Ledger<br /> <br />Electronic Publishing Dates: 4/24/2025 THRU 5/27/2025<br />Publication: www.transittalent.com; www.jacksonms.gov; www.centralbidding.com; www.ridejtran.com<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp55168689-bid-for-heavy-duty-hybrid-diesel-transit-buses-city-project-no-rfp2025-01.html
24-Apr-2025 8:00:00 AM CDT |
10-Jun-2025 3:30:00 PM CDT |
Madison County School District |
Germantown Middle School Classroom Addition
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that bids will be received for the project named below by the Madison County School District until 2:00 PM on May 27, 2025 and then publicly opened and read aloud. Single stipulated sum bids will be received for all work required by the contract documents in accordance with the Instructions to Bidders.<br /> <br />Bids may be submitted by either of the following methods:<br />Electronic Bids will be accepted by electronic submission as a PDF file at http://www.centralbidding.com. Each bidder submitting a bid electronically shall include its Certificate of Responsibility Number and a signed copy bid sheet as part of its PDF bid submittal. Any electronic PDF bid that does not include the bidder's Certificate of Responsibility Number shall not be considered.<br />Sealed bids will be received at the Madison County Schools Central Office, 476 Highland Colony Parkway, Ridgeland, Mississippi, 39157. All sealed bids submitted shall be marked on the outside face of the envelope "Bid Enclosed: Germantown Middle School Classroom Addition” and shall have the bidder's Certificate of Responsibility Number written on the outside of the envelope. If any envelope is not so marked, said bid shall not be opened or considered. <br />Contract Documents consisting of Plans and Specifications Entitled:<br />Germantown Middle School Classroom Addition<br />Madison County School District<br /> <br />Bid information will be listed at http://www.centralbidding.com.<br /> <br />Bid documents are being made available via paper copy or digital pdf. Plan holders are required to register online at http://www.centralbidding.com or at http://www.jhharchitectsplans.com. All plan holders are required to have a valid email address for registration. No partial set of Documents will be issued. For any questions relating to the electronic submission process, please contact Central Bidding at 225-810-4814.<br /> <br />A Pre-Bid conference will be held at the Madison County Schools Central Office, 476 Highland Colony Parkway, Ridgeland, Mississippi, 39157 at 10:00 AM on May 07, 2025.<br /> <br />Bids shall be submitted only upon the blank bid forms provided with the Specifications and must be accompanied by Bid 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 bid, execute a contract and post-Performance and Payment Bonds in the form and amount within the time specified. The Bid Bond, if used, shall be payable to the Owner.<br /> <br />Bids must be received on or before the scheduled time for opening of bids.<br /> <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 be in compliance with and subject to Sections 31-3-15 and 31-3-21 of the Mississippi Code of 1972 as annotated and amended, and in all case law pertaining thereto.<br /> <br />The Owner reserves the right to waive any irregularities or reject any or all bids.<br /> <br />BY: <br />Ted Poore, Superintendent<br /> <br />OWNER:<br />Madison County School District<br />476 Highland Colony Parkway<br />Ridgeland, Mississippi 39157<br /> <br />ARCHITECT:<br />JH&H Architects, Planners, Interiors PA<br />1047 Flowood Drive<br />Flowood, Mississippi 39232-9533<br />Phone: 601-948-4601<br />Fax: 601-355-6200<br />email:
[email protected]<br /> <br />DATES OF PUBLICATION:<br />April 24, 2025<br />May 01, 2025
https://www.centralauctionhouse.com/rfp62696137-germantown-middle-school-classroom-addition.html
24-Apr-2025 12:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
City of Brandon |
CORNERSTONE WATER WELL ELECTRICAL SERVICE
|
<div style="text-align: center;">SECTION 00100<br />ADVERTISEMENT FOR BID</div> <br /><br />Separate written sealed BIDS for a General Contract for the furnishing of all labor and materials for the construction of:<br /> <div style="text-align: center;">CORNERSTONE WATER WELL ELECTRICAL SERVICE</div> <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 /> <div style="text-align: center;">CITY CLERK, CITY OF BRANDON, BRANDON CITY HALL<br />1000 MUNICIPAL DRIVE<br />BRANDON, MS 39042</div> <br />Until 2:00pm local time on Friday, May 23rd, 2025, and then at said office publicly opened and read aloud for supplying all labor, equipment, and materials necessary for completion of the Cornerstone Water Well Electrical Service 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 2,500 linear feet of HDPE conduit, pull boxes, concrete pads, 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 2025-05 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 Forty five (45) 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 />April 23rd, 2025<br />April 30th, 2025<br /> <div style="text-align: center;">--END OF SECTION 00100--</div>
https://www.centralauctionhouse.com/rfp43116778-cornerstone-water-well-electrical-service.html
23-Apr-2025 12:00:00 AM CDT |
23-May-2025 2:00:00 PM CDT |
City of Amory |
Amory Main Street Lighting Project
|
PUBLIC NOTICE<br />REQUEST FOR QUALIFICATIONS<br />FOR CITY OF AMORY, MS<br />Amory Main Street Lighting Project<br /> <br />The City of Amory is seeking bids for engineering services related to construction and replacement of lighting elements on Amory Main Street. <br />SEALED Bids for statements of qualifications for engineering services will be received by the Mayor and Board of Aldermen of the City of Amory at City Hall located at 109 South Front Street, Amory, Mississippi 38821 until 3:00 p.m. on Thursday, May 29, 2025, and immediately thereafter will be publicly opened and read.<br />CONTRACT DOCUMENTS:<br />The City of Amory is seeking the services of qualified engineering firms or individuals to provide engineering and related services pertaining to the replacement of outdoor, decorative street lights, sidewalk remodel with complete ADA compliance, and landscaping design. This will include drainage and working with the City of Amory utilities for water and sewer within the area. The City reserves the right to select one or more firms as necessary to best serve the interest of the City. The scope of services includes, but are not limited to, preliminary analysis of the City's needs, preliminary engineering design, final engineering design, construction observation, and project implementation in compliance with state and federal funding. The City shall evaluate each respondent on the basis of the written materials submitted and according to the following selection criteria;<br />l. Experience of the firm with this particular type of construction project(s) as described above Max 40 points<br />2. Experience of the firm with other types of federally funded construction projects - Max 10 points<br />3. Current capacity to accomplish the work - Max 25 points<br />4.Reference from other clients at­testing to firm's quality of work - Max 15 pts<br />5.Reference from other clients at­testing to firm's compliance with performance schedules - Max 10 points<br />Bid documentation may be received by contacting City Clerk Jamie Morgan or via central bidding.<br />SUBMITTAL OF SEALED BIDS: Each bid must be submitted in duplicate. The Owner reserves the right to waive irregularities and to reject any or all bids.<br />SUBMITTAL OF ELECTRONIC BIDS: Electronic bids can be submitted at
[email protected] For any questions related to the electronic bidding process, please call Jamie Morgan at 662-256- 5721 option 5. Each electronically submitted bid must be submitted in "pdf" format and shall contain the same information and forms as required for the paper bids. In the event that an electronically submitted bid has a corrupted attachment, the bid will be considered null and void.<br />The Mayor and Board of Aldermen of the City of Amory, Mississippi expressly reserve the right to reject any or all bids submitted and to waive any informalities or technicalities therein. No bidder may withdraw a bid for a period of thirty (30) days after the date set for the opening of bids.<br />All responses received will be evaluated in accordance with the selection criteria and corresponding point system. Questions should be addressed to Attn: Jamie Morgan LWCF Conversion, Architect and Engeineering, PO Drawer 457, Amory, MS 38821. Responses to this RFQ should be hand-delivered and/or mailed to City Clerk Jamie Morgan at109 South Front Street, Amory, MS 38821 (physical address). Responses to this RFQ must be received no later than May 29, 2025, at 3:00 p.m. Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin. All companies, including women, minority, and veteran owned businesses are encouraged to submit a proposal.<br />The Owner reserves the right to waive any informalities or to reject any and all bids. No Bidder may withdraw his Bid within 45 days after the actual date of the opening thereof.<br />CITY OF AMORY, MISSISSIPPI<br />BY: Jamie E. Morgan,<br />City Clerk<br />PUBLISH:<br /> <br />April 30, 2025 and May 7, 2025<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp95058985-amory-main-street-lighting-project.html
23-Apr-2025 12:00:00 AM CDT |
29-May-2025 3:00:00 PM CDT |
Mississippi State Port Authority |
26-EX-06 Enterprise Resource Planning Source - Software
|
The Mississippi State Port Authority at Gulfport (MSPA) is seeking proposals for designation as the Port Authority’s Enterprise Resource Planning Solution (ERP) Software. You may access all proposal documents at www.centralauctionhouse.com only. All proposals must be submitted electronically at www.centralauctionhouse.com only. All bids are due by 5:00 PM Central Time on May 27, 2025.<br />
https://www.centralauctionhouse.com/rfp4365898-26-ex-06-enterprise-resource-planning-source--software.html
23-Apr-2025 12:00:00 AM CDT |
27-May-2025 5:00:00 PM CDT |
Jackson County Utility Authority |
Hwy 90 Force Main Relocation
|
ADVERTISEMENT FOR BIDS<br />JACKSON COUNTY UTILITY AUTHORITY<br />JCUA HIGHWAY 90 FORCE MAIN RELOCATION<br />General Notice:<br />The Jackson County Utility Authority (Owner) is requesting Bids for the construction of the following Project:<br />JCUA HIGHWAY 90 FORCE MAIN RELOCATION<br />Bids for the construction of the Project will be received at the Office of the Jackson County Utility Authority located at 1225 Jackson Avenue, Pascagoula, MS 39567, until Thursday, May 22, 2025 at 10 a.m. local time. At that time the Bids received will be publicly opened and read.<br />The Project includes the following Work:<br />Relocation of existing sanitary sewer force main along Highway 90 in Ocean Springs, MS.<br />Bids are requested for the following Contract: JCUA HIGHWAY 90 FORCE MAIN RELOCATION<br />Obtaining the Bidding Documents:<br />Information and Bidding Documents for the Project can be found at the following designated website:<br />www.neel-schafferplans.com<br />Bidding Documents may be downloaded from the designated website. Prospective Bidders must register with the designated website as a plan holder. All plan holders are required to have a valid email address for registration. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. All bid documents must be purchased through the website. The cost of bid documents is non-refundable. Questions regarding website registration and online orders shall be directed to Plan House Printing at 601-336-6378.<br />Official Bid Documents can be downloaded at www.centralbidding.com. Electronic Bids can be submitted at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 225-810-4814 or
[email protected].<br />“Mississippi Standard Specifications for Road and Bridge Construction, 2017 Edition” as referred to herein may be purchased from the Mississippi Department of Transportation.<br />A Pre-Bid Conference will not be held.<br />Instructions to Bidders.<br />For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.<br />EJCDC® C-111, Advertisement for Bids for Construction Contract.<br />Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies,<br />and American Society of Civil Engineers. All rights reserved.<br />Page 2 of 2<br />This Advertisement is issued by:<br />Owner: Jackson County Utility Authority<br />By: Eric Page<br />Title: Executive Director<br />Dates of Advertisement:<br />April 23, 2025<br />April 30, 2025
https://www.centralauctionhouse.com/rfp45730334-hwy-90-force-main-relocation.html
23-Apr-2025 12:00:00 AM CDT |
22-May-2025 10:00:00 AM CDT |
Pearl River Valley Water Supply District |
Slope Mowing Services - Barnett Reservoir Main Dam
|
PEARL RIVER VALLEY WATER SUPPLY DISTRICT<br />REQUEST FOR BIDS<br />SLOPE MOWING SERVICES<br />BARNETT RESERVOIR MAIN DAM<br />PRV# 25-600-28-99<br /> <br />Sealed and electronic bids will be received by the Pearl River Valley Water Supply District (District) for Slope Mowing Services, Barnett Reservoir Main Dam until 11:00 o'clock A.M., Local Time, on 22 May 2025, at the DISTRICT’S Office, 115 Madison Landing Circle, Ridgeland, Mississippi 39157, at which time and place bids will be opened and read aloud. Bids forwarded by mail should be addressed to the District at P. O. Box 2180, Ridgeland, Mississippi 39158. The contract period will be 12 months. A total of 12 cuttings are anticipated. <br /> <br />The Advertisement for Bids, Instructions to Bidders, Form of Bid, Form of Contract, Plans, Specifications, and other Contract Documents may be examined at the following locations:<br /> PRVWSD District Office, 115 Madison Landing Circle, Ridgeland, Mississippi 39157<br /> <br />Official Bid Documents, including the Contract Documents, can be downloaded from Central Bidding at www.centralbidding.com. They can also be obtained by visiting the PRVWSD District Office or by e-mail request to
[email protected]. 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. Bids may also be submitted by in-person delivery or by mail. Bids will not be accepted by e-mail or fax.<br /> <br />Bids shall be submitted on the bid proposal form provided in the Bid Documents. Except for those submitted electronically, bids shall be sealed in an envelope, and plainly marked on the outside of the envelope: Bid for Slope Mowing Services, Barnett Reservoir Main Dam. Bidders must be qualified under Mississippi Law and show evidence of registration with the Mississippi Secretary of State’s Office to perform the type of work included in this solicitation. Each bidder shall write their Mississippi Business Identification Number on the outside of the sealed envelope containing its proposal. <br /> <br />The work shall consist of, but not be limited to, the following: 1) mobilize equipment and personnel to the site, 2) mowing slopes on the back side of the earthen dam (approximately 25 acres), 3) trimming in selected areas, 4) removal of mowing debris and clippings. The Contractor will be required to use specialized slope mowing equipment. The project is on District property in Rankin, Madison, and Hinds Counties, in Mississippi.<br /> <br />Bidder must be qualified to perform the work. Qualifications and experience shall be documented in accordance with the Contract Documents and must be submitted with the bid. <br /> <br />The DISTRICT reserves the right to reject any or all bids and to waive any informalities or irregularities therein. No Bidder may withdraw its bid within sixty (60) calendar days after the actual date of the opening thereof.<br /> <br /> PEARL RIVER VALLEY WATER SUPPLY DISTRICT<br /> <br /> BY: Adam Choate<br /> Executive Director<br /> <br />Publication: Clarion Ledger <br />Adv. Dates: 4/22/2025 & 4/29/2025<br />Bid Opening: 5/22/2025<br /> <br />
https://www.centralauctionhouse.com/rfp53668489-slope-mowing-services--barnett-reservoir-main-dam.html
22-Apr-2025 12:00:00 AM CDT |
22-May-2025 11:00:00 AM CDT |
City of Olive Branch |
Shared Use Path
|
<div style="text-align: center;"> ADVERTISEMENT</div> <div style="text-align: center;">City of Olive Branch</div><div style="text-align: center;">DeSoto County, MISSISSIPPI</div> <div style="text-align: center;">Federal Aid Project No. STP-0183-00(028)LPA/109386/701000</div> <br />The City of Olive Branch, Mississippi will receive bids for construction of a shared use path and bridge from Ross Road to the George M. Harrison Municipal Park Soccer Complex for a total project length of 0.874 mile, Federal Aid Project No. STP-0183-00)028) no later than 2:00 PM, local time, May 23, 2025 at City Hall, 9200 Pigeon Roost Rd, Olive Branch, MS 38654. All bids so received will be publicly opened and read aloud.<br /> <br />The work shall consist essentially of the following items:<br /> <br /> Grading, draining and paving the path, and constructing a bridge and pavilion.<br /> 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 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 specification 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 Olive Branch hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />The award of this contact will be contingent upon the Contractor satisfying the DBE requirements.<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 via email at
[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 related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 prior to the hour and date above designated. Each envelope must be plainly marked on the outside as “Shared Use Path at George Harrison Soccer Complex” 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 Alderman of the City of Olive Branch.<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 Olive Branch 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 />Work to be performed shall be in accordance with the “Mississippi State Highway and Bridge Standard Provisions, 2017”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications.<br /> <br />The attention of Bidders is directed to the provisions of Subsection 102.07 pertaining to irregular proposals and rejection of bids.<br /> <br />CITY OF OLIVE BRANCH,<br />DESOTO COUTY,<br />MISSISSIPPI<br /> <br />BY<br />Kenneth Adams<br />City of Olive Branch, DeSoto County<br /> <br />PUBLISH: April 21, 2025 and April 28, 2025 <br /> <br />
https://www.centralauctionhouse.com/rfp6388570-shared-use-path.html
21-Apr-2025 9:00:00 AM CDT |
23-May-2025 2:00:00 PM CDT |
City of Natchez |
Mississippi River Aesthetic Bridge Lighting Project
|
NOTICE is hereby given that the City of Natchez, Mississippi, will receive sealed bids at the Office of the City Clerk, 124 South Pearl St., Natchez, MS 39120 (601-445-7500), for the procurement of lights as specified in the Contract Documents, for the MS River Aesthetic Bridge Lighting Project. This contract includes only the procurement of materials. Installation and/or construction activities are NOT included in this bidding. The City of Natchez will receive sealed bids until the hour of 10:00 AM local time on Tuesday, May 27, 2025, and thereafter publicly opened, read aloud, and taken under advisement until the next meeting of the Natchez Mayor and Board of Aldermen. Funding for this project is provided by House Bill 1353, 2022 Regular Legislative Session, Laws of 2022, Mississippi Legislature. A Pre-Bid meeting will NOT be held.
https://www.centralauctionhouse.com/rfp54037132-mississippi-river-aesthetic-bridge-lighting-project.html
18-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
Hinds County |
HINDS COUNTY - HUD BEAUTIFICATION – UTICA, MS
|
ADVERTISEMENT FOR BIDS<br />HINDS COUNTY, MISSISSIPPI<br />HUD BEAUTIFICATION – UTICA, MS<br /> <br />General Notice<br />Hinds County, Mississippi (Owner) is requesting Bids for the construction of the following Project:<br /> <br />HUD BEAUTIFICATION – UTICA, MS – 72464-U<br /> <br />Bids for the construction of the Project will be received at the Hinds County Chancery Clerk Office at 316 South President Street, Jackson, MS, 39201 until May 28, 2025, at 10:00 AM local time. At that time the Bids received will be publicly opened and read allowed in the Board Meeting Room, located at 316 South President Street.<br /> <br />The Project includes the following Work: asphalt paving and related items.<br /> <br />Bids are requested for the following Contract:<br /> <br />HUD BEAUTIFICATION – UTICA, MS and related items.<br /> <br />The Project has an expected duration of 60 days.<br /> <br />Information and Bidding Documents for the Project can be found at the following designated websites:<br /> <br />https://www.allenhoshallplanroom.com<br /> <br />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 technical questions relating to the electronic bidding process, please contact Central Bidding at
[email protected] or by calling 225-810-4814.<br /> <br />Bidding Documents may be downloaded from the designated website. Prospective Bidders are urged to register with the designated website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.<br /> <br />A copy of the plans and specifications may be examined at: the office of the Engineer, Allen & Hoshall, 1675 Lakeland Drive, Suite 207, Jackson, Mississippi, 39216 and at the Hinds County Chancery Clerks Office, 316 South President Street, Jackson, MS 39201.<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 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 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 the date of actual bid opening, without Owner's consent.<br /> <br />Funding for the project is through a HUD Grant. The contractor shall conform to the grant requirements.<br /> <br />The construction bid will be awarded on Monday, June 2, 2025, at the regularly scheduled meeting of the Hinds County Board of Supervisors. The meeting will begin at 9:00 a.m.<br /> <br />Hinds County, Mississippi reserves the right to reject any or all proposals received, to waive any informalities in the bids received, and to accept any proposal which is deemed most favorable to Hinds County, Mississippi.<br /> <br />Hinds County, Mississippi reserves the right to reject any or all proposals received, to waive any informalities in the bids received, and to accept any proposal which is deemed most favorable to Hinds County, Mississippi.<br /> <br />This Advertisement is issued by:<br />Owner: Hinds County, Mississippi<br />Board of Supervisors<br />PUBLICATION INFORMATION<br />Publish in the legal section of the Clarion Ledger and Jackson Advocate on:<br /> <br />Thursday, April 17, 2025 and Thursday, April 24, 2025
https://www.centralauctionhouse.com/rfp3914633-hinds-county--hud-beautification-utica-ms.html
17-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Hinds County |
HINDS COUNTY - HUD BEAUTIFICATION – EDWARDS, MS
|
ADVERTISEMENT FOR BIDS<br />HINDS COUNTY, MISSISSIPPI<br />HUD BEAUTIFICATION – EDWARDS, MS<br /> <br />General Notice<br />Hinds County, Mississippi (Owner) is requesting Bids for the construction of the following Project:<br /> <br />HUD BEAUTIFICATION – EDWARDS, MS – 72464-E<br /> <br />Bids for the construction of the Project will be received at the Hinds County Chancery Clerk Office at 316 South President Street, Jackson, MS, 39201 until May 28, 2025, at 10:00 AM local time. At that time the Bids received will be publicly opened and read allowed in the Board Meeting Room, located at 316 South President Street.<br /> <br />The Project includes the following Work: SIDEWALK, LIGHTING, BUILDING IMPROVEMENTS and related items. Bids will be received for a base bid and three add alternate bids.<br /> <br />Bids are requested for the following Contract:<br /> <br />HUD BEAUTIFICATION – EDWARDS, MS and related items.<br /> <br />The Project has an expected duration of 150 days.<br /> <br />Information and Bidding Documents for the Project can be found at the following designated websites:<br /> <br />https://www.allenhoshallplanroom.com<br /> <br />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 technical questions relating to the electronic bidding process, please contact Central Bidding at
[email protected] or by calling 225-810-4814.<br /> <br />Bidding Documents may be downloaded from the designated website. Prospective Bidders are urged to register with the designated website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.<br /> <br />A copy of the plans and specifications may be examined at: the office of the Engineer, Allen & Hoshall, PLLC, 1675 Lakeland Drive, Suite 207, Jackson, Mississippi, 39216 and at the Hinds County Chancery Clerks Office, 316 South President Street, Jackson, MS 39201.<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 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 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 />No Bidder may withdraw his bid for a period of sixty (60) days after the date of actual bid opening, without Owner's consent.<br /> <br />Funding for the project is through a HUD Grant. The contractor shall conform to the grant requirements.<br /> <br />The construction bid will be awarded on June 2, 2025, at the regularly scheduled meeting of the Hinds County Board of Supervisors. The meeting will begin at 9:00 a.m.<br /> <br />Hinds County, Mississippi reserves the right to reject any or all proposals received, to waive any informalities in the bids received, and to accept any proposal which is deemed most favorable to Hinds County, Mississippi.<br /> <br />This Advertisement is issued by:<br />Owner: Hinds County, Mississippi<br />Board of Supervisors<br />PUBLICATION INFORMATION<br /> <br />Publish in the legal section of the Clarion Ledger and Jackson Advocate on:<br /> <br />Thursday, April 17, 2025 and Thursday, April 24, 2025<br />
https://www.centralauctionhouse.com/rfp15671929-hinds-county--hud-beautification-edwards-ms-.html
17-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |