Agency |
Title |
Date published |
Bid opening date |
Yazoo County |
2025 FIRE APPARATUS PUMPER/TANKER TRUCK
|
2025 FIRE APPARATUS PUMPER/TANKER TRUCK<br />CALL FOR SPECS
https://www.centralauctionhouse.com/rfp61753723-2025-fire-apparatus-pumpertanker-truck.html
24-Jun-2025 12:00:00 AM CDT |
24-Jun-2025 5:00:00 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
20-Jun-2025 10:00:00 AM CDT |
20-Jun-2025 10:30:00 AM CDT |
George County |
George County Caterpillar 938G Frontend Wheel Loader
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the George County Board of Supervisors, Lucedale, Mississippi, will receive sealed and electronic bids until 10:00 a.m. on the 9th day of July, 2025 with bids to be opened shortly thereafter, for the sale of the following item from the District 1 Road Maintenance:<br /> <br />(1) Caterpillar 938G Frontend Wheel Loader Serial #6WS3924<br /> <br />(SOLD AS IS WHERE IS)<br /> <br />In accordance with or equal to the Instructions to Bidders and Specifications on file in the Office of the Purchase Clerk of George County, Lucedale, Mississippi. Electronic bids may be submitted online at www.centralbidding.com and sealed bids may be submitted to the George County Chancery Clerk, 355 Cox Street, Lucedale, MS.<br /> <br />Published in accordance with Section 31-7-13, Mississippi Code of 1972, as amended. The Board reserves the right to reject any and all bids received. Specifications may be obtained from the George County Board of Supervisors Office.<br /> <br />Given under my hand and seal of office, this the 5TH day of May, 2025.<br /> <br /> <br /> /s/CAMMIE BRANNAN BYRD<br /> Clerk of the Board of Supervisors<br /> George County Courthouse<br /> 355 Cox Street<br /> Lucedale, Mississippi 39452<br /> <br /> <br />Please publish 2 weeks<br />June 19, 2025<br />June 26, 2025
https://www.centralauctionhouse.com/rfp84426761-george-county-caterpillar-938g-frontend-wheel-loader-.html
19-Jun-2025 12:00:00 AM CDT |
09-Jul-2025 10:00:00 AM 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
18-Jun-2025 10:30:00 AM CDT |
18-Jun-2025 11:30:00 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
18-Jun-2025 10:00:00 AM CDT |
18-Jun-2025 11:00:00 AM CDT |
City of Greenville |
SINGLE ENGINE POWERED HIGH-VELOCITY COMBINATION SEWER CLEANER/VACUUM AND CHASSIS TANDEM AXLE
|
<br />SINGLE ENGINE POWERED HIGH-VELOCITY COMBINATION SEWER CLEANER/VACUUM<br />AND CHASSIS TANDEM AXLE<br />
https://www.centralauctionhouse.com/rfp32288644-single-engine-powered-high-velocity-combination-sewer-cleanervacuum-and-chassis-tandem-axle.html
18-Jun-2025 8:00:00 AM CDT |
07-Jul-2025 10:00:00 AM CDT |
City of Clinton |
Sewer inspection equipment with lease purchase and buy back option
|
The City of Clinton values your participation and will receive bids for a new Sewer Camera system with a lease purchase buyback option in the following manner: BID Specification: Sewer Camera Electronic proposals will be accepted until 3:00 p.m. Wednesday, June 11, 2025, for electronic bid submission. Submissions will be evaluated fairly, and vendors submitting acceptable offers will be invited to submit priced bids. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Specifications are on file during regular business hours at the City of Clinton Public Works office (601-924-2239) in Mississippi. All bids must comply with the specifications. The City of Clinton reserves the right to amend the specifications as necessary and agrees to notify all requesting bid packets from the City of Clinton Public Works Department. The City of Clinton reserves the right to extend the auction date if necessary to complete the pre-qualified process for the bid proposal. Electronic bids submitted at www.centralbidding.com. Bidders may submit technical offers to Central Bidding at no charge. The City of Clinton reserves the right to reject any and all bids and waive any informalities.<br /><br />Publish date: 5/25/2025 and 6/1/2025
https://www.centralauctionhouse.com/rfp843791-sewer-inspection-equipment-with-lease-purchase-and-buy-back-option.html
12-Jun-2025 1:00:00 PM CDT |
12-Jun-2025 3:00:00 PM CDT |
City of Olive Branch |
OLV Apron Rehabilitation - Phase 2 - REBID
|
<div style="text-align: center;"><b>City of Olive Branch<br />Olive Branch, Mississippi<br />Apron Rehabilitation – Phase 2 (Re-bid)<br />00 11 00 ADVERTISEMENT FOR BIDS</b><br /> </div>Sealed bids for <b>Apron Rehabilitation – Phase 2</b>, to be constructed for <b>City of Olive Branch</b>, Olive Branch Airport, will be received at the Mayor’s Conference Room at City Hall, 9200 Pigeon Roost, Olive Branch, MS 38654, until <b>2:00PM on Monday, July 14, 2025,</b> at which time the bids shall be publicly opened and read aloud. Sealed bids submitted prior to the bid opening should be sent to the City Clerk’s Office at City Hall, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 (662-892-9211).<br /> <br />For this project, electronic bids will also be accepted through www.centralbidding.com. All electronic bids must be signed by an individual authorized to bind the bidder. All electronic bids must be regular in every respect and no interlineations, exclusions, or special conditions shall be made or included in the bid. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />A Pre-Bid Conference will be held at 2:00PM on <b>Tuesday, July 8, 2025,</b> at the Olive Branch Airport Terminal Building, 8000 Terminal Drive, Olive Branch, MS 38654. Information regarding the virtual meeting will be sent out to all plan holders one week prior to the meeting time. Potential bidders not on the plan holder list may request access to the pre-bid conference by contacting Karen McNeil (
[email protected]). Each bidder shall be limited to three personnel per organization.<br /> <br />The Project consists of rehabilitating the existing South Apron pavement and the existing north T-Hangar Apron pavement and installing updated pavement markings.<br /> <br />Bids will be received for a single prime contract. Bids shall be on a unit price basis with alternate bid items as indicated in the Bid Form.<br /> <br />Plans, Specifications and Contract Documents may be picked up at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) or requested via email at
[email protected].<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />Addendums to the bid package will be issued through Central Bidding or the office of Karen McNeil, Purchasing Manager; therefore, all prime bidders shall be responsible for downloading the bid documents from the Central Bidding website or receiving them directly from the City of Olive Branch in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in their bid to verify receipt.<br /> <br />Bids shall be accompanied by a Bidder’s Bond issued by a reliable surety company licensed to operate in the state of Mississippi in an amount not less than five percent (5%) of the total maximum bid price, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds within fifteen (15) days after notice of award of Contract. Such bid guarantee shall be made payable to CITY OF OLIVE BRANCH. <br /> <br />The successful bidder must furnish a performance and payment bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Mississippi to act as surety, or other surety or sureties acceptable to the Owner.<br />Subject to applicable Federal law, Bidders must be qualified under Mississippi law and show a current Certificate of Responsibility issued by the Mississippi Board of Public Contractors establishing classification as to the value and type of construction work on which he/she is authorized to bid.<br /><br /><b>Federal Requirements for Federally Funded Projects.</b> This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:<br /><br />Buy American Preference (49 USC § 50101)<br />Trade Restriction Certification (49 USC § 50104, 49 CFR part 30)<br />Disadvantaged Business Enterprise (49 CFR part 26)<br />Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5)<br />Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act)<br />Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)<br />Lobbying and Influencing Federal Employees (31 USC § 1352, 2 CFR part 200 Appendix II(J), 49 CFR part 20 Appendix A)<br />Requirements for a Drug-Free Workplace <br /><br />Davis Bacon Act wage rules shall apply. The Department of Labor provides all pertinent information related to compliance with labor standards, including prevailing wage rates and instructions for reporting. For more information, please refer to www.dol.gov.<br /> <br />All bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of <b>10.23</b> percent 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 BID OPENING DATE.</b><br /> <br />WITNESS MY SIGNATURE THIS THE 10th DAY OF June, 2025.<br /> <br /> /s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp27963312-olv-apron-rehabilitation--phase-2--rebid.html
12-Jun-2025 11:00:00 AM CDT |
14-Jul-2025 2:00:00 PM CDT |
City of Hernando |
REQUEST FOR PROPOSALS FOR FOOD AND BEVERAGE SERVICE
|
REQUEST FOR PROPOSALS<br />FOR<br />FOOD AND BEVERAGE SERVICE<br /> <br />The City of Hernando, Mississippi invites and will receive Proposals for Parks and Recreation Food and Beverage Service, on the forms included in the specifications, all information on which must be appropriately completed. Proposals will be received at the City Hall until 10:00 a.m. C. S. T. on July 14, 2025. The envelopes containing the Proposals must be sealed and addressed to Pam Pyle, City Clerk, City of Hernando, 475 W. Commerce Street, Hernando, MS 38632 and plainly marked “Proposal for Parks and Recreation Food and Beverage Service”, Bid Date July 14, 2025.<br />The Owner is an Equal Opportunity Employer. The Owner encourages Minority-owned Business Enterprises (MBEs) and Women-owned Business Enterprises (WBEs) to submit proposals.<br /> <br />Copies of the proposal documents may be obtained at the office of the City Clerk located at 475 W. Commerce Street, Hernando, MS 38632.<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com.<br />Electronic bids can also be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The contract will be awarded to the responsible offerors whose proposal is within the competitive range based on evaluation and determined to be the most advantageous to the City. The factors to be considered in the evaluation of proposals and their relative importance are as follows: <br />A). Prices charged to customers.<br />B). Experience and qualifications.<br />C). Resources (equipment, personnel). <br />D). Operating plan.<br /> <br />Proposals will be reviewed using the above selection criteria. Individuals or firms desiring consideration should submit 1 original and 2 copies of the proposal by the time and date listed above. After reviewing all submittals, the contract will be negotiated with the most qualified firm based on the defined scope of work. The City of Hernando reserves the right to reject any and all proposals. <br />Pam Pyle, City Clerk<br /> <br />Published June 12, 2025 and June 19, 2025
https://www.centralauctionhouse.com/rfp63863478-request-for-proposals-for-food-and-beverage-service.html
12-Jun-2025 8:00:00 AM CDT |
14-Jul-2025 10:00:00 AM CDT |
City of Jackson |
City of Jackson Planning and Development -167-25 located at 1434 Highway 80
|
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, July 1, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br />1. 167-25 located at 1434 HIGHWAY 80 <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 />by: _______________________________________ <br /><br />Samantha Graves, Manager <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 />June 12, 2025<br />June 19, 2025<br /> <br />The Jackson Advocate<br />June 12, 2025<br />June 19, 2025<br /> <br /> <br />Central Bidding<br />June 12, 2025<br />July 1, 2025<br /> <br /> <br />City of Jackson Bid Opportunities<br />June 12, 2025<br />July 1, 2025<br /> <br /> <br />State transparency website<br />June 12, 2025<br />July 1, 2025<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp92153875-city-of-jackson-planning-and-development-167-25-located-at-1434-highway-80.html
12-Jun-2025 8:00:00 AM CDT |
01-Jul-2025 3:30:00 PM CDT |
George County |
GC Annual Bid Mat and Seal (Chip Seal) - County to Provide Limestone
|
NOTICE TO BIDDERS Sealed/Electronic bids will be received by the Board of Supervisors of George County, Mississippi, until 10:00 a.m. on Thursday, July 3, 2025, at the Office of Procurement, 329 Ratliff Street, Lucedale, Mississippi, for the annual bid for Mat and Seal (Chip Seal) - County to Provide Limestone in Lucedale under the jurisdiction of the Board of Supervisors at which time they will be publicly opened and read aloud. The bid term is for the period of July 7, 2025 - December 31, 2025.BID FILE NO: 25-24-02: Mat and Seal (Chip Seal) - County to Provide LimestoneInformation concerning this bid can also be found at Central Bidding at www.centralbidding.com for a fee or email
[email protected] with questions. All bids must comply with specifications. George County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the George County Office of Procurement. All bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Chancery Clerks Office at the above address or 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.The Board of Supervisors reserves the right to reject any and all bids and waive any informality’s. WITNESS MY SIGNATURE, this the 2nd day of June, 2025.<br />/s/ Cammie B. Byrd<br />(SEAL)<br />SUBMITTED:<br />FOR PUBLICATION ON:<br />PROOF OF PUBLICATION TO:<br />Cammie B. Byrd, CHANCERY CLERK George County Board of Supervisors GEORGE COUNTY TIMES Thursday,June12,2025Thursday, June 19. 2025George County Administration Office George County Chancery Clerk 355Cox Street Lucedale, MS 39452 Phone: 601-947-4801
https://www.centralauctionhouse.com/rfp47874564-gc-annual-bid-mat-and-seal-chip-seal--county-to-provide-limestone.html
12-Jun-2025 12:00:00 AM CDT |
03-Jul-2025 10:00:00 AM CDT |
George County |
GC Annual Bid Mat and Seal (Chip Seal) - Laid-in-Place
|
NOTICE TO BIDDERS Sealed/Electronic bids will be received by the Board of Supervisors of George County, Mississippi, until 10:00 a.m. on Thursday, July 3, 2025, at the Office of Procurement, 329 Ratliff Street, Lucedale, Mississippi, for the annual bid for Mat and Seal (Chip Seal) - Laid-in-Place in Lucedale under the jurisdiction of the Board of Supervisors at which time they will be publicly opened and read aloud. The bid term is for the period of July 7, 2025 - December 31, 2025.BID FILE NO: 25-24-01: Mat and Seal (Chip Seal) - Laid-in-PlaceInformation concerning this bid can also be found at Central Bidding at www.centralbidding.com for a fee or email
[email protected] with questions. All bids must comply with specifications. George County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the George County Office of Procurement. All bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Chancery Clerks Office at the above address or 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.The Board of Supervisors reserves the right to reject any and all bids and waive any informality’s. WITNESS MY SIGNATURE, this the 2nd day of June, 2025.<br />/s/ Cammie B. Byrd<br />(SEAL)<br />SUBMITTED:<br />FOR PUBLICATION ON:<br />PROOF OF PUBLICATION TO:<br />Cammie B. Byrd, CHANCERY CLERK George County Board of Supervisors GEORGE COUNTY TIMES Thursday,June12,2025Thursday, June 19. 2025George County Administration Office George County Chancery Clerk 355Cox Street Lucedale, MS 39452 Phone: 601-947-4801
https://www.centralauctionhouse.com/rfp97641308-gc-annual-bid-mat-and-seal-chip-seal--laid-in-place.html
12-Jun-2025 12:00:00 AM CDT |
03-Jul-2025 10:00:00 AM CDT |
George County |
GC Annual Bid Fog Seal - Applied-In-Place
|
NOTICE TO BIDDERS Sealed/Electronic bids will be received by the Board of Supervisors of George County, Mississippi, until 10:00 a.m. on Thursday, July 3, 2025, at the Office of Procurement, 329 Ratliff Street, Lucedale, Mississippi, for the annual bid for Fog Seal - Applied-in-Place in Lucedale under the jurisdiction of the Board of Supervisors at which time they will be publicly opened and read aloud. The bid term is for the period of July 7, 2025 - December 31, 2025.BID FILE NO: 25-21-01 Fog Seal - Applied-in-PlaceInformation concerning this bid can also be found at Central Bidding at www.centralbidding.com for a fee or email
[email protected] with questions. All bids must comply with specifications. George County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the George County Office of Procurement. All bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Chancery Clerks Office at the above address or 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.The Board of Supervisors reserves the right to reject any and all bids and waive any informality’s. WITNESS MY SIGNATURE, this the 2nd day of June, 2025.<br />/s/ Cammie B. Byrd<br />(SEAL)<br />SUBMITTED:<br />FOR PUBLICATION ON:<br />PROOF OF PUBLICATION TO:<br />Cammie B. Byrd, CHANCERY CLERK George County Board of Supervisors GEORGE COUNTY TIMES Thursday,June12,2025Thursday, June 19. 2025George County Administration Office George County Chancery Clerk 355Cox Street Lucedale, MS 39452Phone: 601-947-4801
https://www.centralauctionhouse.com/rfp31377344-gc-annual-bid-fog-seal--applied-in-place.html
12-Jun-2025 12:00:00 AM CDT |
03-Jul-2025 10:00:00 AM CDT |
George County |
GC Annual Bid Scrub Seal - County To Provide Limestone
|
NOTICE TO BIDDERS Sealed/Electronic bids will be received by the Board of Supervisors of George County, Mississippi, until 10:00 a.m. on Thursday, July 3, 2025, at the Office of Procurement, 329 Ratliff Street, Lucedale, Mississippi, for the annual bid for Scrub Seal - County to Provide Limestone in Lucedale under the jurisdiction of the Board of Supervisors at which time they will be publicly opened and read aloud. The bid term is for the period of July 7, 2025 - December 31, 2025.BID FILE NO: 25-016-02 Annual Bid for Scrub Seal - County to Provide LimestoneInformation concerning this bid can also be found at Central Bidding at www.centralbidding.com for a fee or email
[email protected] with questions. All bids must comply with specifications. George County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the George County Office of Procurement. All bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Chancery Clerks Office at the above address or 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.The Board of Supervisors reserves the right to reject any and all bids and waive any informality’s. WITNESS MY SIGNATURE, this the 2nd day of June, 2025.<br />/s/ Cammie B. Byrd<br />(SEAL)<br />SUBMITTED:<br />FOR PUBLICATION ON:<br />PROOF OF PUBLICATION TO:<br />Cammie B. Byrd, CHANCERY CLERK George County Board of Supervisors GEORGE COUNTY TIMES Thursday,June12,2025Thursday, June 19. 2025George County Administration Office George County Chancery Clerk 355Cox Street Lucedale, MS 39452 Phone: 601-947-4801
https://www.centralauctionhouse.com/rfp47751864-gc-annual-bid-scrub-seal--county-to-provide-limestone.html
12-Jun-2025 12:00:00 AM CDT |
03-Jul-2025 10:00:00 AM CDT |
George County |
GC Annual Bid Scrub Seal Laid-In-Place
|
NOTICE TO BIDDERS Sealed/Electronic bids will be received by the Board of Supervisors of George County, Mississippi, until 10:00 a.m. on Thursday, July 3, 2025, at the Office of Procurement, 329 Ratliff Street, Lucedale, Mississippi, for the annual bid forScrub Seal Laid-in-Place in Lucedale under the jurisdiction of the Board of Supervisors at which time they will bepublicly opened and read aloud. The bid term is for the period of July 7 - December 31, 2025.BID FILE NO: 25-016-01 Annual Bid for Scrub Seal Laid-in-PlaceInformation concerning this bid can also be found at Central Bidding at www.centralbidding.com for a fee or email
[email protected] with questions. All bids must comply with specifications. George County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the George County Office of Procurement. All bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Chancery Clerks Office at the above address or 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.The Board of Supervisors reserves the right to reject any and all bids and waive any informality’s. WITNESS MY SIGNATURE, this the 2nd day of June, 2025.<br />/s/ Cammie B. Byrd<br />(SEAL)<br />SUBMITTED:<br />FOR PUBLICATION ON:<br />PROOF OF PUBLICATION TO:<br />Cammie B. Byrd, CHANCERY CLERK George County Board of Supervisors GEORGE COUNTY TIMES Thursday,June12,2025Thursday, June 19. 2025George County Administration Office George County Chancery Clerk 355Cox Street Lucedale, MS 39452 Phone: 601-947-4801
https://www.centralauctionhouse.com/rfp15070192-gc-annual-bid-scrub-seal-laid-in-place.html
12-Jun-2025 12:00:00 AM CDT |
03-Jul-2025 10:00:00 AM CDT |
Lauderdale County School District |
Bid Number 26-1452 – Lauderdale County School District – Gymnasium Re-Flooring – Northeast Middle School
|
<b>LEGAL NOTICE </b><br /> <br />The Lauderdale County Board of Education will receive sealed competitive proposals at the office of the County Superintendent of Education, 301 46th Court, Meridian, MS 39305 or P.O. Box 5498, Meridian, MS 39302 or by Electronic Bid at www.centralbidding.com until 11:00 A.M., Central Standard Time on <b>Tuesday, July 15, 2025</b> for<br /> <br /> <b> Bid Number 26-1452 – Lauderdale County School District – Gymnasium Re-Flooring – Northeast Middle School</b><br /> <br />Inquires can be made to the office of the Architect, Arjen Lagendijk – Architect, PLLC, 2322 Front St, Meridian, MS 39301 -(601) 482-7303 and copies may be obtained from the Architect by posting a $50.00 refundable deposit or at <b>www.centralbidding.com.</b> A complete copy of all bid documents is also on file with the LCSD Office of Purchasing at the above noted address for review during this process.<br /> <br />At stated time, bids shall be opened publicly and read aloud at <b>301 46th Court, Meridian, MS 39305</b>. No bid shall be accepted or considered after such scheduled time. Bids are to be received in full compliance with Mississippi Code 1972, Section 31-3-1 et seq and Section 31-7-13. Awards based on conditions stated in Instructions to Bidders and Specifications.<br /> <br />Proposals shall be submitted in duplicate on form provided and accompanied by a <b>Bid Bond or Security</b> in an amount equal to at least 5% of the amount of the submitted Base Proposal. Such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the accepted Bid and/or execute the Contract and post Performance and Payment Bond as required within the time specified. <br /> <br /><b>NO Pre-Bid Conference</b> will be required for this project.<br /> <br />Bidders must hold a Certificate of Responsibility to comply with Sections 31-3-1 through 31-3-23 Mississippi Code of 1972 and amendments thereto and be licensed by the Mississippi State Tax Commission. As per section 31-3-21, all bids submitted for public projects where said bid is in excess of $50,000 shall contain on the outside of the envelope and/or Subject Line of Electronic Bids, the “contractor’s current certificate of responsibility number”. No bid shall be opened unless such certificate number appears on the envelope and/or Subject Line of Electronic Bid or unless there appears a statement on the outside of the envelope and/or Subject Line of Electronic Bid to the effect that bid enclosed therewith did not exceed $50,000. The Certificate of Responsibility Number or Statement as thus noted; the Bid Number & Name <b>(Bid #26-1452 Lauderdale County School District Gymnasium Re-Flooring – Northeast Middle School)</b>; and the bidder’s name and address must be clearly indicated on the outside of the sealed bid envelope and/or Subject Line of Electronic Bid or said bid will not be opened and/or considered.<br /> <br /> <br />No Bid Proposal may be withdrawn for a period of <b>sixty days (60) after scheduled opening</b>. The Lauderdale County Board of Education reserves the right to accept/reject any and all bids and waives informalities.<br /> <br /> <br />John-Mark Cain, PhD, Superintendent Advertise: Wednesday, June 11, 2025<br /> Wednesday, June 18, 2025
https://www.centralauctionhouse.com/rfp22994999-bid-number-26-1452-lauderdale-county-school-district-gymnasium-re-flooring-northeast-middle-school-.html
11-Jun-2025 11:00:00 AM CDT |
25-Jun-2025 11:00:00 AM CDT |
Coastal Mississippi |
Coastal Mississippi Request for Proposals Public Relations and Social Media Services
|
COASTAL MISSISSIPPI REQUEST FOR PROPOSALS: PUBLIC RELATIONS & SOCIAL MEDIA SERVICES<br />Proposals due on or before 4:00 p.m. CDT on July 28, 2025<br /> INTRODUCTIONThe Mississippi Gulf Coast Regional Convention and Visitors Bureau, d/b/a COASTAL MISSISSIPPI (“Bureau” or “COASTAL MISSISSIPPI”), is charged with attracting and serving visitors by communicating and facilitating the COASTAL MISSISSIPPI experience. COASTAL MISSISSIPPI’s multi-faceted Public Relations and outreach approach includes local, statewide, regional, domestic, and international markets. The Bureau is searching for a Public Relations agency that will offer a strategic and creative approach based on sound research that will increase awareness of COASTAL MISSISSIPPI as a travel and tourism destination and attract overnight visitors.<br />ABOUT COASTAL MISSISSIPPI. Coastal Mississippi is a political subdivision of the State of Mississippi governed by 15 Commissioners appointed by the Boards of Supervisors of Harrison, Jackson, and Hancock Counties with a fiscal year spanning October 1 through September 30.<br /> <br />OBJECTIVEThe objective of this RFP is to seek qualified agencies who have a working knowledge of the tourism industry and can demonstrate the necessary experience to produce research and strategy, media outreach, messaging and positioning, media material development, event planning and execution, content creation, social/digital collaboration, monitoring and reporting for COASTAL MISSISSIPPI’S leisure travel market, meetings & conventions market, and sports tourism market. Although it is our intent to contract with the person/company that best meets the qualifications to complete the scope of work, COASTAL MISSISSIPPI may terminate the negotiations if they are unsuccessful in reaching an agreement on all matters, including the scope of work and cost.<br /> <br />COASTAL MISSISSIPPI intends to contract with a qualified agency to support its continued efforts to strengthen the reputation of the destination. Future projects undertaken by the selected agency that are enumerated or implied to fall under the scope of this RFP will be paid from the general operating fund of the Bureau, which is derived from public tax dollars.<br />Further, in compliance with pertinent regulations and statutes, COASTAL MISSISSIPPI encourages small, minority, and women-owned businesses to respond to this RFP. As such, this RFP will be placed on MS PTAP, the bureau’s website, Central Bidding’s website, and placed in the newspaper at the time of publication to ensure equal opportunity for all to respond. COASTAL MISSISSIPPI will comply with all procurement requirements outlined in Mississippi law.<br />This RFP in no way commits COASTAL MISSISSIPPI to award a contract, to pay any costs in preparation of a proposal, or to contract for the goods and/or services offered. Although it is COASTAL MISSISSIPPI’s intent to contract with the person/company that best meets the qualifications to complete the scope of work, COASTAL MISSISSIPPI may terminate the negotiations if they are unsuccessful in reaching an agreement on all matters, including the scope of work and cost.<br /> <br />TARGET AUDIENCE DETAILSAs our marketing efforts grow in scale, so do our efforts to connect with travelers who represent ample and enduring growth opportunities for Coastal Mississippi. We will continue to monitor universal changes in traveler sentiment and behaviors; however, the primary focus will be on the Experiential Travelers Audience.<br /> <br />While there remains room for growth within the Experiential Traveler audience, we see an opportunity to expand the definition and diversify the audience by better understanding the multicultural makeup and focusing on how to reach and connect with all who wish to visit.<br />CORE EXPERIENTIAL TRAVELERTraveling with friends, partners, or solo. Frequent travelers seeking new travel experiences off the beaten path.<br />FAMILY EXPERIENTIAL TRAVELERTraveling with family, young and old. Seasonal travelers are seeking travel experiences that build stronger bonds.<br /> <br />SCOPE OF WORKCOASTAL MISSISSIPPI wishes to employ an outside agency to produce an overall dynamic public relations and social media strategy including but not limited to reputation management, brand integrity, media relations, organic social media, event planning, outreach, research, media training, copywriting, and creation of various collateral pieces for use as content and messaging, print and digital, traditional print, broadcast media, website redesign, and other relevant components. The agency would become the creative agency of record for FY26, FY27, and FY28, with the option to extend the contract.<br /> <br />The agency should recommend an overall Public Relations and Social Media strategy to clearly position COASTAL MISSISSIPPI to visitors as an affordable and attractive open destination for those who enjoy traveling, specifically in its top drive markets and fly markets. It will be imperative to ensure this scope of services adheres to any changing public health guidelines and is conveyed in an informed manner.<br /> <br />The selected agency’s responsibilities will include the following:<br /> <br /> <br />Create a portfolio of messaging and provide assistance with identifying fulfillment material gaps, including photos, videos, and testimonials, for use in promotional materials and a sustainable travel campaign<br />Develop and build a public relations strategy<br />Create dynamic campaigns for niche visitor segments based on behavior and travel trends<br />Develop a campaign to attract visitors to each of COASTAL MISSISSIPPI’s defined markets <br /> <br />AVAILABLE FUNDSBUDGET: COASTAL MISSISSIPPI will fund this contract at a minimum of $468,000.00 over three years, with an opportunity for additional funding based upon availability of resources and subject to mutual agreement of both parties in writing. This budget is based on creative production, account management fees, and out-of-pocket expenses. This budget will be implemented in phases over a three-year period.<br />BILLING: COASTAL MISSISSIPPI will pay monthly. Invoices must be dated and received by the 10th day of the month for payment in the following month. Invoices should be on letterhead from the selected agency and include the month(s) for which payment is due as well as detail of work completed with appropriate back-up from third parties and available analytic reports, at the mutually agreed upon rate(s) or amount in the executed contract and all back-up including detailed invoices, contracts, or subscriptions from third party or contracted vendors.<br /> <br />OFFICIAL CONTACTCOASTAL MISSISSIPPI requests that the proposer designate one person to receive all communications for clarification and verification of information related to this proposal.<br /> <br />TIMELINEThis tentative timeline may be altered at any time at the discretion of COASTAL MISSISSIPPI.<br /> <br />RFP available to agencies<br />6/11/2025<br />Final day to submit questions regarding this RFP<br />6/25/2025<br />Questions answered<br />7/9/2025<br />Proposals due by 4:00 p.m. CDT<br />7/28/2025<br />Proposals evaluated by the RFP committee and interviews conducted (if deemed necessary)<br />8/1/2025-8/27/2025<br />The agency is selected, and contract negotiations commence.<br />8/28/2025<br />The contract is approved.<br />9/25/2025<br />Work begins.<br />10/1/2025<br /> <br />SUBMITTAL REQUIREMENTS & DELIVERABLESYour response to this RFP must be submitted in the following format and labeled accordingly:<br /> <br />Statement of Qualifications – Provide a written statement of your agency’s qualifications forproviding the work as described in the Scope of Work<br />Tourism Experience – Provide a written statement of your involvement in the tourism industry, specifically with DMO clients, industry memberships, and resources<br /><br />C. Organization, Ownership, and Management<br /><br />Name, address, and telephone number of the entity that will be contracted with, and all trade names to be used<br />Name, address, and telephone numbers of the organization’s principal officers and otherowners<br /> <br />D. Organization’s Structure and Experience<br /><br />Organizational chart of the company, including any subcontractors who will work with COASTAL MISSISSIPPI<br />Total number of employees, including full-time, part-time, and contract workers<br />Summary of employees who will work on the account, including their name, title, a short summary of their qualifications, and their main role in working with COASTAL MISSISSIPPI.<br />Hours of operation when staff will be available and any satellite offices<br />Experience as it relates to creative content, messaging, campaign strategy, and ad design. No more than three relevant case studies should be provided, including project goals with measurable KPIs and results. Creative work should be included for each case study.<br /><br />E. Client Information<br /><br />Current clients in descending order of size.<br />List your two most recent past clients and the reason for termination.<br />List any travel/tourism clients and their current status.<br /><br />F. Account Gain and Loss<br /><br />Indicate if the agency has had a contract terminated for non-performance over the last five years, with either litigation determining the agency at fault or no litigation due to inaction on the part of the organization.<br />List of accounts gained over the last two years and why your organization was awarded the work.<br />Three references that are current accounts with contact names, email, and phone numbers.E. Conflict(s) of Interest - The proposer must declare and provide details of any actual, potential, or perceived conflict(s) of interest.<br />F. Certification Statement – A Certification Statement stating the accuracy of the proposal must be signed and accompany all RFP Response submissions.<br />G. Budget - Please provide a proposed budget based on the three fiscal years of the contract for the Scope of Work and out-of-pocket expenses. Note: Although COASTAL MISSISSIPPI’s fiscal year begins October 1 and ends September 30, please base your proposed budget on the 12-month period.<br /> <br />CONDITIONS OF PARTICIPATION<br /><br />Submittals in response to this request and respondents' participation in the process shall be at no cost or obligation to COASTAL MISSISSIPPI. COASTAL MISSISSIPPI reserves the right to, at any time, abandon or terminate its efforts to contract for any or all of said services without any obligation to any respondent.<br />Responses to this request and other materials submitted shall become the property of COASTAL MISSISSIPPI and will not be returned.<br />Respondent shall not contact any COASTAL MISSISSIPPI personnel or staff after this request has been advertised, except to ask questions as specified below under "Respondent Questions." Such contact will be considered a cause for disqualification.<br />COASTAL MISSISSIPPI may waive any informalities or minor defects or reject any and all submittals.<br />COASTAL MISSISSIPPI reserves the right to reject any submittal if the evidence submitted by, or investigation of, such respondent demonstrates that such respondent or its subcontractors, in COASTAL MISSISSIPPI 's opinion, are not properly qualified to carry out the obligations of the Contract or to complete the Work contemplated therein.<br />All applicable laws, ordinances, and the rules and regulations of all governmental authorities having jurisdiction shall apply to the Contract throughout.<br />By executing a signature on the submittal, the respondent certifies that neither the respondent nor any of its team members is currently debarred from submitting proposals or entering into contracts issued by any political subdivision or agency of the State of Mississippi. <br />EVALUATION & SELECTIONCOASTAL MISSISSIPPI will establish a committee to evaluate and rate all proposals based on the criteria prescribed. Bids will be opened in the first scheduled meeting of COASTAL MISSISSIPPI following the date bids are due; provided, however, that COASTAL MISSISSIPPI, in the event of a finding of exigent circumstances, may authorize the President of the Board of Commissioners, the Chief Executive Officer and another officer of the Board of Commissioners to open bids and to report the results thereof to the Board of Commissioners.<br /> <br />SELECTION PROCESSProposals meeting all requirements of the RFP will be evaluated by a review committee and ranked based on the following selection criteria. Top agencies will be chosen for Step 2.<br />Tourism Industry Experience 15%<br />Qualifications to execute the plan of work, including costs of services 60%<br />References from past clients 10%<br />Evaluation of prior work 15% <br />Top agencies may be invited to present, in person or via video conference, their suggested framework, if deemed necessary.<br /> <br /> <br />A contract will be awarded to the organization whose proposal is determined to be the most advantageous to COASTAL MISSISSIPPI, taking into consideration the criteria set forth in this RFP. Upon completing the selection process under this RFP, COASTAL MISSISSIPPI will notify the winning proposer and all other proposers who were not selected. COASTAL MISSISSIPPI’s evaluations of proposals are confidential, and as such, COASTAL MISSISSIPPI is unable to respond to any questions and/or requests for information as to why a company was not selected, without a formal public records request being filed.<br /> <br />After awarding the contract, the schedule will include a period of collaboration between COASTAL MISSISSIPPI and the selected agency to better define, elaborate upon, and update the agency’s final Scope of Work and general Terms and Conditions. For the selected agency, an employee will be designated as your contact and will coordinate any materials needed or questions answered with all other COASTAL MISSISSIPPI employees.<br /> <br />STANDARD CONTRACTPlease submit a draft sample contract in Word format for review with the submitted proposal.<br /> <br />DELIVERY REQUIREMENTSPlease submit three hard copies of responses along with a digital version of the proposal on a hard drive or USB drive. Proposals may also be submitted electronically at www.centralbidding.com. All proposals should include a clear, concise narrative. The proposal format is open to presentation style but must include the aforementioned items.<br />Printed submissions must be marked "RFP: Public Relations Services" and delivered to:<br />COASTAL MISSISSIPPI<br />Attn: Pattye Meagher, Director of Communications & Engagement 2350 Beach Boulevard, Suite A<br />Biloxi, Mississippi 39531<br />Submittals received in any manner not specifically set forth above shall not be accepted or considered. Submittals received after the deadline will not be considered. It is the responsibility of the respondent to ensure that the submittal is received by the specified deadline. The delivery date and time will be recorded upon receipt. COASTAL MISSISSIPPI will not be responsible for late or incomplete responses due to mistakes or delays of the respondent or carrier used by the respondent, or weather delays. A postmark will not be considered proof of timely submission. All proposals submitted shall be binding upon the respondent for a period of ninety (90) calendar days following the submission deadline. Official Bid Documents and submission instructions are available via www.centralbidding.com. For assistance with the electronic submission process, please contact Central Bidding at 225-810-4184.<br /> <br />QUESTIONSNote that all answers regarding questions and requests for clarification for this RFP will be responded to publicly on the COASTAL MISSISSIPPI website, consistent with the aforementioned schedule, to ensure that all respondents have the same information. Please email all questions regarding this RFP to
[email protected]. No calls, please.
https://www.centralauctionhouse.com/rfp91697320-coastal-mississippi-request-for-proposals-public-relations-and-social-media-services.html
11-Jun-2025 8:00:00 AM CDT |
28-Jul-2025 4:00:00 PM CDT |
Grenada School District |
Grenada School District Grenada Schools Anatomage Tables
|
The Grenada School District seeks to purchase two (2) Anatomage Tables. To assure high and satisfactory quality, design and operation of products, reference has been made to brand names; however, it is not the intention of the Grenada School District to limit competition and items of brands that are equal in quality, design and operation of the stated items will be given full consideration. The use of said brand names is to establish the minimum acceptable quality. Determination of equality is solely the responsibility of the Grenada School District.
https://www.centralauctionhouse.com/rfp91247491-grenada-school-district-grenada-schools-anatomage-tables.html
11-Jun-2025 8:00:00 AM CDT |
20-Jun-2025 11:00:00 AM CDT |
Grenada School District |
Grenada School District / Grenada Schools Advanced Manufacturing Equipment and Curriculum
|
The Grenada School District seeks to purchase Advanced Manufacturing equipment and curriculum. To assure high and satisfactory quality, design and operation of products, reference has been made to brand names; however, it is not the intention of the Grenada School District to limit competition and items of brands that are equal in quality, design and operation of the stated items will be given full consideration. The use of said brand names is to establish the minimum acceptable quality. Determination of equality is solely the responsibility of the Grenada School District.<br />
https://www.centralauctionhouse.com/rfp26659152-grenada-school-district-grenada-schools-advanced-manufacturing-equipment-and-curriculum.html
11-Jun-2025 8:00:00 AM CDT |
20-Jun-2025 12:00:00 PM CDT |
Mississippi State Port Authority |
Pilots Boat Pier Extension Project
|
ADVERTISEMENT TO BID<br />Mississippi State Port Authority<br /> <br />The MISSISSIPPI STATE PORT AUTHORITY AT GULFPORT has authorized the advertisement to bid on the following project:<br /> <br /><b>“Pilots Boat Pier Extension Project”</b><br /> <br />The work consists of, but is not limited to:<br /> <br />Furnish all materials, equipment, labor, and supervision and performing all operations necessary for the completion of Mississippi State Port Authority Pilots Boat Pier Extension Project at Gulfport, Mississippi as described in the contract documents. <br /> <br />Generally, the project includes the extension of the existing Pilots Boat Pier located in the Commercial Small Craft Harbor by an additional sixty (60) feet using similar materials and construction methods. <br /> <br />Bids shall be received sealed and marked: “Pilots Boat Pier Extension Project” on the outside envelope not later than 2:00 p.m. on July 14, 2025, 2025, at 2510 14th Street, Suite 1450, Gulfport, Mississippi, 39501 at which time said Bids will be opened, read out loud, and recorded. On the outside of the bid envelope, contractor’s Certificate of Responsibility number must appear. Any Bids received after said date and time shall be returned to the Bidder unopened.<br /> <br />Each Bid must be accompanied by cash, a cashier's check, certified check or Bid Bond in the amount of ten percent (10%) of the total Bid amount. The power of attorney for the bonding company's agent should be on file with the Mississippi State Port Authority or should accompany the Bid, and the Bid Bond must be furnished by a corporate surety company qualified to do business in Mississippi.<br /> <br />The Bid Bond shall name the Mississippi State Port Authority as the obligee, shall be substantially in the form of the Bidder's Bond on file with the Mississippi State Port Authority, and shall be payable to the Mississippi State Port Authority in the event the Bidder fails to execute, and deliver to the Mississippi State Port Authority the Contract within fourteen (14) days after the award of the Contract to Bidder.<br /> <br />The Plans, Specifications, Bid Forms and form of Contract for the Project are filed in the office of the Mississippi State Port Authority, Engineering Department, phone number 228-865-4300 and are by reference made a part of this Notice. <br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />OR<br />Official bid documents can be downloaded from www.shipmspaprojects.com. <br />Electronic bids can be submitted in lieu of sealed paper bids at www.shipmspaprojects.com. For any questions relating to Plan House’s electronic process, please call Plan House at 228-248-0181. <br /> <br />A Pre-Bid Conference is scheduled for 10:00 a.m. Tuesday, July 1st, 2025 at MSPA’s office located on the 14th floor of the Hancock Whitney Building, 2510 14th St., Gulfport MS 39501.<br /> <br />With the Bidder's Bid, each Bidder shall provide the Authority with the following information required by the General Conditions:<br /> <br />(a) Bidder must provide with Bid the name, location and the place of business of each subcontractor who will perform work or labor or render services to the Contractor in or about the construction of the Work of Improvement, or who will specially fabricate and install any portion of the Work according to detailed Drawings contained in the Plans and Specifications, in an amount in excess of $50,000.00.<br /> <br />(b) Bidder must provide with Bid the portion of the Work which will be done by each subcontractor. Contractor shall list only one subcontractor for each such portion as is defined by Contractor in the Bid.<br /> <br />(c) Bidder must provide with Bid a copy of each Subcontractor’s Mississippi State certificate of responsibility, if subcontractor will perform work, labor or services in an amount in excess of $50,000.00.<br /> <br />(d) Bidder must provide with Bid a copy of Contractor’s Mississippi State certificate of responsibility.<br /> <br />(e) Bidder must provide with Bid a certification letter stating that all new labor hires will be residents of Mississippi consistent with Mississippi Code §§ 31-5-17 and 31-5-19.<br /> <br />(f) Bidder must provide with Bid a certification letter stating that Bidder will agree to use Mississippi products over non-Mississippi products when all things are equal with respect to price, quality, availability and service pursuant to the provisions of Mississippi Code § 31-5-23.<br /> <br />Bidder must provide a Bid Bond with Bid. <br />(h) If Bidder is a non-resident contractor, Bidder must provide with Bid a copy of contractor’s current State law pertaining to own State’s treatment of non-resident contractors.<br /> <br />(i) Bidder must provide with Bid the Certification Regarding Debarment, suspension, other responsibility matters and lobbying.<br /> <br />The Authority reserves the right to reject all Bids as well as any Bid that does not comply with this Advertisement to Bid and the Authority's Information for Bidders.
https://www.centralauctionhouse.com/rfp76663952-pilots-boat-pier-extension-project.html
11-Jun-2025 8:00:00 AM CDT |
14-Jul-2025 2:00:00 PM CDT |
Panola County |
In Matter of Advertisement for backhoe, motor grader and hydraulic excavator
|
Notice is hereby given that the Board of Supervisors of Panola County, Mississippi, will on the 7th day of July, 2025, open and read sealed, competitive bids for the purchase of one or more road graders, excavators and rubber tire backhoes. Plans and specifications are on file in the Office of the County Administrator, 151 Public Square, Batesville, Mississippi 38606.<br />Sealed, competitive bids may be delivered to the Panola County Administrator’s Office, 151 Public Square, Batesville, Mississippi 38606, or mailed to the Panola County Administrator, P.O. Box 807, Batesville, Mississippi 38606 or electronic bids may be submitted at www.centralbidding.com until 4:00 p.m. on Thursday, July 3 , 2025. The Board of Supervisors of Panola County, Mississippi will on Monday, July 7, 2025 at 9:00 a.m. open, read and award to the lowest and best bidder.
https://www.centralauctionhouse.com/rfp3884233-in-matter-of-advertisement-for-backhoe-motor-grader-and-hydraulic-excavator.html
11-Jun-2025 8:00:00 AM CDT |
03-Jul-2025 4:00:00 PM CDT |
Lauderdale County |
BID #4008 - SALE OF SURPLUS HVAC COMPONENTS
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids up until 9:00 a.m. on Tuesday, July 08, 2025, for the following:<br /> <br />BID NO. 4008: SALE OF SURPLUS HVAC COMPONENTS – ANIMAL CONTROL<br /> <br />The above shall be bid per detailed specification on file in the Office of the Purchase Clerk, 2600 Courthouse Blvd, 2nd Floor, Meridian, MS 39301, (601) 482-9746, which may be obtained upon request or by visiting either the website of Lauderdale County Board of Supervisors at www.lauderdalecounty.org or Central Bidding at www.centralbidding.com.<br /> <br />Electronic 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, 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 displaying the bidder’s name and address in the top left-hand corner. The bid information is to be marked in the lower left-hand corner with the words “BID FOR SALE OF SURPLUS HVAC COMPONENTS”, “BID #4008”, and the “DATE OF THE PROPOSAL OPENING”. Adherence to the proposal specifications is strongly recommended, as alternate proposals will not be considered.<br /> <br />From the bids submitted, the Board of Supervisors shall select the winner based on the highest price and notify the selected bidder and enter into a purchase agreement, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All bids offered will be read aloud. All submissions will be accepted and evaluated by the Lauderdale County staff.
https://www.centralauctionhouse.com/rfp84979317-bid-4008--sale-of-surplus-hvac-components.html
11-Jun-2025 12:01:00 AM CDT |
08-Jul-2025 9:00:00 AM CDT |
City of Brandon |
APPLERIDGE LIFT STATION GENERATOR REPLACEMENT
|
ADVERTISEMENT FOR BID<br /> <br /><br />Separate written sealed BIDS for a General Contract for the furnishing of all labor and materials for the construction of:<br /> <br />APPLERIDGE LIFT STATION GENERATOR REPLACEMENT<br /> <br />will be received by the Mayor and Board of Aldermen of the CITY OF BRANDON herein after called the OWNER at the office of the:<br /> <br />CITY CLERK, CITY OF BRANDON, BRANDON CITY HALL<br />1000 MUNICIPAL DRIVE<br />BRANDON, MS 39042<br /> <br />Until 10:30am local time on Tuesday, July 15, 2025 and then at said office publicly opened and read aloud for supplying all labor, equipment and materials necessary for completion of the Appleridge Lift Station Generator Replacement project.<br /> <br />Bidders must be qualified under Mississippi State Law and show Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br /> <br />Project scope includes, but is not limited to, removal and replacement of backup generator located at the Appleridge Lift Station, and all other associated work required to complete all as shown and specified in the plans and contract documents.<br />The DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:<br />1. City of Brandon, 1000 Municipal Drive, Brandon, MS 39042<br />2 Benchmark Engineering & Surveying, LLC, 101 Highpointe Court, Suite B, Brandon, MS 39042<br /> <br />Copies of the BIDDING DOCUMENTS may be obtained at BENCHMARK ENGINEERING & SURVEYING, LLC upon payment of One Hundred Fifty Dollars ($150) per set – none of which is refundable. No partial documents will be issued.<br /> <br />Bid Security in the amount of 5% of the bid must accompany each bid in accordance with the INTRUCTIONS TO BIDDERS. Attorneys-in-fact who sign Bid Bonds, Payment Bonds or Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<br /> <br />Minority and Woman Owned Business Enterprises are solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities, equipment, material and/or supply needs.<br /> <br />The City of Brandon is an Equal Opportunity Employer, and hereby notifies all bidders will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, national origin, age, disability, sexual preference, marital or veteran status, or any other legally protected status in consideration for an award.<br /> <br />No prospective CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /> <br />Each bidder shall write the Certificate of Responsibility number and Mississippi Contractors License number on the outside of the sealed envelope containing his proposal. Proposals shall be submitted in duplicate, sealed and deposited with the City Clerk prior to the hour and date designated above. Bid Number 2025-10 should be marked in the lower left corner of the envelope.<br /> <br />The City of Brandon now offers Electronic Bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at (225)810-4814.<br /> <br />The CITY OF BRANDON reserves the right to waive any information or irregularities, to accept any bid deemed to be in the best interest of the City, or to reject any or all bids.<br /> <br />The Contract Time is Two Hundred Ten (210) consecutive calendar days with liquidated damages being Five Hundred Dollars ($500) per calendar day thereafter.<br /> <br /> ,Butch Lee, Mayor<br /> <br />Advertise: June 11, 2025<br /> June 18, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp95584829-appleridge-lift-station-generator-replacement.html
11-Jun-2025 12:00:00 AM CDT |
15-Jul-2025 10:30:00 AM CDT |
City of Brandon |
West Sunset Drive Water Line
|
ADVERTISEMENT FOR BID<br /> <br /><br />Separate written sealed BIDS for a General Contract for the furnishing of all labor and materials for the construction of:<br /> <br />WEST SUNSET DRIVE WATER LINE<br /> <br />will be received by the Mayor and Board of Aldermen of the CITY OF BRANDON herein after called the OWNER at the office of the:<br /> <br />CITY CLERK, CITY OF BRANDON, BRANDON CITY HALL<br />1000 MUNICIPAL DRIVE<br />BRANDON, MS 39042<br /> <br />Until 10:00am local time on Tuesday, July 15th, 2025, and then at said office publicly opened and read aloud for supplying all labor, equipment, and materials necessary for completion of the West Sunset drive Water Line project.<br /> <br />Bidders must be qualified under Mississippi State Law and show Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br />Project includes but is not limited to the installation of approximately 1,000 linear feet of 10” C-900 water main, 2 gate valves, 2 fire hydrants, 2 cold taps, and all other associated work required to complete the project as shown and specified in the plans and contract documents.<br />The DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:<br />1. City of Brandon, 1000 Municipal Drive, Brandon, MS 39042<br />2. Benchmark Engineering & Surveying, LLC, 101 Highpointe Court, Suite B, Brandon, MS 39042<br /> <br />Copies of the BIDDING DOCUMENTS may be obtained at BENCHMARK ENGINEERING upon payment of One Hundred Fifty Dollars ($150) per set – none of which is refundable. No partial documents will be issued.<br /> <br />Bid Security in the amount of 5% of the bid must accompany each bid in accordance with the INTRUCTIONS TO BIDDERS. Attorneys-in-fact who sign Bid Bonds, Payment Bonds or Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<br /> <br />Minority and Woman Owned Business Enterprises are solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities, equipment, material and/or supply needs.<br /> <br />The City of Brandon is an Equal Opportunity Employer, and hereby notifies all bidders will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, national origin, age, disability, sexual preference, marital or veteran status, or any other legally protected status in consideration for an award.<br /> <br /> <br />No prospective CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /> <br />Each bidder shall write the Certificate of Responsibility number and Mississippi Contractors License number on the outside of the sealed envelope containing his proposal. Proposals shall be submitted in duplicate, sealed, and deposited with the City Clerk prior to the hour and date designated above. Bid Number 2025-09 should be marked in the lower left corner of the envelope.<br /> <br />The City of Brandon now offers Electronic Bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at (225)810-4814.<br /> <br /> <br />The CITY OF BRANDON reserves the right to waive any information or irregularities, to accept any bid deemed to be in the best interest of the City, or to reject any or all bids.<br /> <br />The Contract Time is Sixty (60) consecutive calendar days with liquidated damages being Five Hundred Dollars ($500) per calendar day thereafter.<br /> <br />_________________________, Butch Lee, Mayor<br /> <br />Advertise: Rankin County News<br />June 11th, 2025<br />June 18th, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp53571360-west-sunset-drive-water-line.html
11-Jun-2025 12:00:00 AM CDT |
15-Jul-2025 10:00:00 AM CDT |
Bolivar County |
SABP-06(01) Litton Road
|
<div style="text-align: center;">PROJECT NO. SABP-06(01)<br />BOLIVAR COUNTY</div> <br />NOTICE TO CONTRACTORS:<br /> <br />CONTRACT TIME: 120 Working Days<br /> <br />BASIS OF AWARD<br /> <br />The award, if made, will be made to the lowest qualified bidder on the basis of published quantities.<br /> <br />The Board of Supervisors hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />PLANS AND SPECIFICATIONS are on file in the Office of the Chancery Clerk of Bolivar County, the LSBP Engineer's office, and the office of the State Aid Engineer, 412 E. Woodrow Wilson Avenue., Jackson, Mississippi. This project shall be constructed in accordance with the latest edition of the Mississippi Standard Specification for State Aid Road and Bridge Construction.<br /> <br />PLANS AND PROPOSALS may be secured from Robert B. Eley, LSBP Engineer for Bolivar County, Mississippi, P. O. Box 1196, Cleveland. The Cost is fifty dollars ($50.00) for plans and fifty dollars ($50.00) for the proposal, non-refundable.<br /> <br />Certified check or bid bond for five percent (5%) of the total bid, made payable to Bolivar County and the State of Mississippi must accompany each proposal.<br /> <br />Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposal will not be considered in making the award.<br /> <br />For electronic delivery, Bids must be submitted at www.centralbidding.com. All electronic Bids must be submitted in portable electronic format (PDF) and must contain the same information, forms, and Bid Security as required for paper Bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <div style="margin-left: 720px;">Larry King, President</div><div style="margin-left: 440px;"> Bolivar County Board of Supervisors</div> <br /> <br />Published: 04/03/2024<div style="margin-left: 80px;">04/10/2024</div>
https://www.centralauctionhouse.com/rfp23783728-sabp-0601-litton-road.html
10-Jun-2025 7:00:00 PM CDT |
26-Jun-2025 10:00:00 AM CDT |
Jones County School District |
JONES COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL/QUOTES - ELA, Math & Science Assessment Program with Diagnostic, Intervention, and Supplemental Resources
|
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 quotes for a reading, math, and science diagnostic, intervention, and supplemental 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:East Jones Elementary, Glade Elementary, Moselle Elementary, North Jones Elementary, South Jones Elementary, West Jones Elementary, Northeast Jones High School, South Jones High School, and West Jones High School<br /><br />3. Service Specifications and Provisions: The program must adhere to, align with, and provide the following: <ul> <li>assesses as a diagnostic and intervention tool for grades 3rd-12th for ELA, Math, & Science</li> <li>assesses in a computer adaptive platform</li> <li>provides reports such as diagnostic and growth </li> <li>provides supplemental software enhancements to drive student instruction</li> <li>provides lesson plans/paths for individual students and student groups</li> <li>provides literature and informational texts online with correlating assessments</li> <li>provides mathematics lessons and assignments to progress at individual student’s pace</li> <li>provides ACT & ACT WorkKeys skills support</li> <li>provides professional development as needed virtual, on-demand, or in-person</li> <li>must have capability to link and sync with ClassLink and OneRoster </li></ul>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 />Additionally with one-year contract pricing, we are requesting the option to renew for two additional one-year renewal periods, ensuring the rate remains the same. This will be contingent upon (Section 5, paragraph 2) <br /> <table border="1" cellpadding="1" cellspacing="1" style="width:500px;"> <tbody> <tr> <td> </td> <td>Gr 3</td> <td>Gr 4</td> <td>Gr 5</td> <td>Gr 6</td> <td>Gr7</td> <td>Gr8</td> <td>Gr9</td> <td>Gr10</td> <td>Gr11</td> <td>Gr12</td> </tr> <tr> <td>ELA & Math</td> <td>642</td> <td>648</td> <td>669</td> <td>618</td> <td>644</td> <td>619</td> <td>649</td> <td>615</td> <td>634</td> <td>90</td> </tr> <tr> <td>Sci/Bio </td> <td> </td> <td> </td> <td>669</td> <td> </td> <td> </td> <td>619</td> <td>649</td> <td> </td> <td> </td> <td> </td> </tr> </tbody></table><br />5. The schedule of RFP events are as follows: a. RFP Released 06/10/2025 b. Proposal Due Date: 06/23/2025 c. Opening of the proposals/quotes will be on 06/24/2025 at the Jones County School District Central Office.<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, services may be extended to include services for subsequent years. <br /><br />6. RFP Submission requirements: Interested providers of these software curriculum services should submit their proposals/quotes to the school district address listed below (Section 12). Proposals/quotes will also be received electronically through www.centralauctionhouse.com <br /><br />All questions, comments and requests for clarifications must be in writing to Dr. Jennifer Lowery or Mrs. Kristy Boone. 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: 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: 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 />*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: 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 an 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 />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: A paper copy or an email copy of this document, including any addendums, may be obtained by request:<br />Curriculum Department <br />Dr. Jennifer Lowery, Director of Curriculum, Instruction and Assessment <br />or <br />Mrs. Kristy Boone, Director of K-5 Literacy<br />Jones County School District <br />5204 Hwy 11 North <br />Ellisville, MS 39437 (601)649-5201 <br />E-Mail:
[email protected] <br />E-Mail:
[email protected]<br /><br />Thank you for your time and consideration of this proposal.
https://www.centralauctionhouse.com/rfp29666060-jones-county-school-district-request-for-proposalquotes-ela-math-science-assessment-program-with-diagnostic-intervention-and-supplemental-resources.html
10-Jun-2025 5:15:00 PM CDT |
23-Jun-2025 9:00:00 AM CDT |
South Pike School District |
Request for Proposal 2025-2026 Instructional Support Services
|
South Pike School District<br />Notice of Request for Instructional Support<br />(Request for Proposal #2025-01 - SPSD Instructional Support Services)<br /> <br /> <br />The South Pike School District ("the District") through its Federal and State Programs is publishing a Sealed Request for Proposal ("RFP") soliciting vendor proposals and qualifications for contracted educational services in the area of professional development and on-site coaching for teachers in core subjects. These services may include consultation, advisement and facilitation or presentation of professional development sessions with a focus on relevant teaching and learning, culturally relevant pedagogy, content and conceptual development, in and out of classroom coaching, observation and debriefing, coherent integration of resources, materials, and technology, vertical and horizontal alignment of curriculum and in-depth of training to the level of rigor and complexity of all educational standards , classroom management and positive behavior support, Professional Learning Communities, instructional support services for administrators, teachers and all other relevant staff.<br /> <br />The complete RFP can be obtained via the district’s website at <a href="https://www.southpike.org/apps/pages/index.jsp?uREC_ID=1763449&type=d&pREC_ID=2674859">https://www.southpike.org/apps/pages/index.jsp?uREC_ID=1763449&type=d&pREC_ID=2674859</a> All responses must be submitted as set forth in the complete RFP. All interested parties are solely responsible for obtaining the full RFP before the stated deadline, and for all costs associated with preparing and submitting the response. The completed response must be either submitted electronically via https://www.centralauctionhouse.com or hand delivered to South Pike School District, 250 West Bay Street, Magnolia, MS 39652.
https://www.centralauctionhouse.com/rfp95249803-request-for-proposal-2025-2026-instructional-support-services.html
10-Jun-2025 2:00:00 AM CDT |
24-Jun-2025 3:00:00 PM CDT |
City of Jackson |
91800-070125 Northwest Industrial Park Entergy Site Certification
|
For: Mississippi Link<br />For Publication: June 05 & 12, 2025<br /> <br /> <br />NOTICE TO BIDDERS<br />City of Jackson<br />Jackson, Mississippi<br /> <br /> <br />Request for sealed, signed RFPS’ is being accepted and you are invited to participate, they will be received by the City of Jackson, Mississippi, until 3:30 P.M. in the City Clerk’s Office of Jackson, the RFP must be stamped in by 3:30 P.M. Tuesday, July 01, 2025 at which time said RFPS’ 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 /> RFP NO. 91800-070125 -Northwest Industrial Park Entergy Site Certification<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 /> <br /> The above must comply with the City's specifications. Copies of proposal forms can be obtained from the Purchasing Division, 200 South President Street, Room 604, Hood Building, Jackson, Mississippi 39201. Copies of RFP 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, Jackson, Mississippi.<br /> <br /> The City reserves the right to reject any and all RFPs. The City also reserves the right to waive any and all informalities in respect to any RFP submitted. RFP 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 RFP 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 RFP review.<br /> <br /> <br /> <br /> <br /> Monica Oliver Purchasing Manager<br /> Purchasing Division <br /> (601) 960-1025<br /> <br />MO.
https://www.centralauctionhouse.com/rfp25222898-91800-070125-northwest-industrial-park-entergy-site-certification.html
10-Jun-2025 12:00:00 AM CDT |
01-Jul-2025 3:30:00 PM CDT |
Philadelphia Public School District |
Request for Quotations for Web-based Services for Philadelphia Public School District for the 2025-26 School Year
|
Philadelphia Public School District seeks to establish a pool of approved vendors offering web-based instructional licenses that address the diverse instructional needs of students across all grade levels and subject areas. The district will select licenses that best meet its needs from among the qualified submissions.<br /><br />Vendors must provide web-based instructional licenses suitable for one or more of the following:<ul> <li>Core academics (Math, Reading, English Language Arts, Science, Social Studies)</li> <li>Special education</li> <li>English Learners and multilingual support</li> <li>Gifted and other special populations</li> <li>Diagnostic and/or Benchmark assessments, supports, and reporting tools</li> <li>Supplemental and intervention programs</li> <li>College and career readiness</li> <li>Early Childhood (PK/K)</li> <li>ACT/ACT WorkKeys</li> <li>Other instructional or enrichment content for PK–12</li> <li>Mental Health/Social Emotional Supports/Programs/Tools</li> <li>Parent Communication/Involvement Tools</li> <li>School Based Communication System</li> <li>Organizational/Productivity Services</li> <li>Professional Development/Training Platforms ?</li></ul>Licenses must:<ul> <li>Be web-based and accessible on district devices</li> <li>Align with Mississippi College- and Career-Readiness Standards</li> <li>Support district assessment and reporting requirements</li> <li>Comply with FERPA, COPPA, and cybersecurity laws</li> <li>Include technical and customer support</li></ul>The full request for quotations is attached to this page.
https://www.centralauctionhouse.com/rfp33518974-request-for-quotations-for-web-based-services-for-philadelphia-public-school-district-for-the-2025-26-school-year.html
09-Jun-2025 12:00:00 AM CDT |
22-Jun-2025 11:59:00 PM CDT |
Philadelphia Public School District |
Request for Proposals for Professional Services for Philadelphia Public School District for the 2025-26 School Year
|
Philadelphia Public School District seeks comprehensive vendor proposals to provide professional educational services aligned to Mississippi College- and Career-Readiness Standards. Requested services will support teacher development and student achievement across all academically tested areas (Math, Reading, English Language Arts, and Science) for PK–12. Proposals should address one or more of the following:<ul> <li>Teacher coaching and instructional leadership support (ELA, Math, Science, Social Studies)</li> <li>Individual and group student tutoring (ELA, Math, Science, Social Studies)</li> <li>Early childhood (Pre-Kindergarten and Kindergarten)</li> <li>Special education support</li> <li>Gifted and other special populations support</li> <li>English Learners and other special population support</li> <li>ACT/ACT WorkKeys or other transition or assessment supports</li> <li>Social emotional/Mental health/Trauma-informed training/supports</li> <li>Student transition programs/supports</li> <li>Federal program support (Title I, II, IV, V, IDEA)</li> <li>Administrator coaching and leadership development</li> <li>Professional Development/Training Platforms</li> <li>Technology</li></ul>The full Request for Proposals is attached to this page.
https://www.centralauctionhouse.com/rfp67196063-request-for-proposals-for-professional-services-for-philadelphia-public-school-district-for-the-2025-26-school-year.html
09-Jun-2025 12:00:00 AM CDT |
22-Jun-2025 11:59:00 PM CDT |
Jackson Redevelopment Authority |
RFP 25-001 Union Station District Comprehensive Marketing & Branding Package
|
<b>ADVERTISEMENT FOR PROPOSALS<br />REQUEST FOR PROPOSALS Union Station District: Comprehensive Marketing & Branding Package<br />RFP NUMBER: 25-001</b><br /> <br />The Jackson Redevelopment Authority (JRA) hereby gives notice that it is soliciting sealed proposals from qualified firms or individuals to provide a Comprehensive Branding Package, Interactive Website Development, and Promotional Materials for Union Station District. Union Station District — a historic, mixed-use district in downtown Jackson, Mississippi, with Union Station as its anchor. The goal is to position the Union Station District as a premier destination for culture, transit, dining, entertainment, and urban living.<br /> <br /><b>Submission Deadline:</b><br />Sealed proposals will be received by the Jackson Redevelopment Authority no later than <b>3:00 PM Central Time on July 9, 2025</b>.<br /> <br /><b>Proposal Submission Requirements:</b><ul> <li>Proposals may be submitted electronically via www.centralbidding.com.</li> <li>For assistance with the electronic bidding process, please contact Central Bidding at <b>225-810-4814</b>. </li></ul><b>Obtaining RFP Documents:</b><br />The official Request for Proposals (RFP) documents may be obtained from the following sources:<ol> <li>Central Bidding Website: www.centralbidding.com.</li> <li>Jackson Redevelopment Authority’s website: www.jrams.org. </li></ol><br /><b>JRA Rights Reserved:</b><br />The Jackson Redevelopment Authority reserves the right to reject any and all proposals, waive any irregularities or informalities in any proposal, and award the contract to the proposer deemed to offer the most advantageous proposal to JRA, as determined by JRA in its sole discretion.<br /> <br /><b>Contact:</b><br />Valerie Clark, Grants & Contracts Administrator<br />Jackson Redevelopment Authority<br />601-960-1815 |
[email protected]<br /> <br /><b>Publication Dates:</b><br />This advertisement will be published in accordance with Mississippi law on the following dates:<br />June 9, 2025<br />June 16, 2025
https://www.centralauctionhouse.com/rfp93196849-rfp-25-001-union-station-district-comprehensive-marketing-branding-package.html
09-Jun-2025 12:00:00 AM CDT |
09-Jul-2025 3:00:00 PM CDT |
Perry County |
20 Yard Rear Loader Garbage Truck
|
<br />New & Unused 20 Yard Rear Loader Garbage Truck with 350 HP Engine or greater with turbo exhaust brake, 1050 #/ft Torque or Greater with set back axle or equivalent, 30K Reyco single supsension (no exceptions), steel wheels, 1,776,000 RBM or greater, Minimum of 10 Gallon DEF tank (LH mount no exceptions), Delivery, 3 year Buy Back and Warranty (no exceptions) (see additional specs) ; 20 Cubic Yard Rear Loader Body (see additional specs)
https://www.centralauctionhouse.com/rfp71946691-20-yard-rear-loader-garbage-truck.html
05-Jun-2025 9:00:00 AM CDT |
30-Jun-2025 9:00:00 AM CDT |
City of Jackson |
City of Jackson Department of Public Works-Creek and Channel Clearing Project No. COJ-CC-01
|
ADVERTISEMENT FOR BIDS <br />NOTICE is hereby given that the City of Jackson will receive written sealed bids until 3:30 pm July 15, 2025, at the Municipal Clerk's office for the furnishing of all labor and materials and for the construction of that certain project designated as COJ-BCG-01.<br /> <br />Drawings and Specifications are on file at the office of the Engineering Division, Department of Public Works.<br /> <br />The project consists of the construction of: Bridge Right of Way Clearing and Grubbing) and all related appurtenances shown on the Bid Form.<br /> <br />The total Contract Time will be 270 consecutive calendar days, and the liquidated damages will be $750 per consecutive calendar day thereafter.<br /> <br />The City of Jackson hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises/woman business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />Copies of the plans and specifications, together with contract documents, may be obtained from the office of IMS Engineers located at 126 E. Amite Street upon payment of $150 for each set, none of which is refundable.<br /> <br />The award will be made to the lowest and best bidder, and the City of Jackson reserves the right to reject any and all bids.<br /> <br />PUBLIC WORKS ENGINEERING, BY ORDER OF THE _CITY OF JACKSON, THE 29TH DAY OF MAY 2025.<br /> <br />___________________<br />Henry Chia<br />Department of Public Works<br /> <br />PUBLISH: Mississippi link and Clarion Ledger<br />Publication Dates: June 5, 2025, and June 12, 2025.<br />Bid Opening Date: July 15, 2025<br /> <br />Furnish proof of publication to: <br />City of Jackson Public Works Engineering and IMS Engineers<br />
https://www.centralauctionhouse.com/rfp35682107-city-of-jackson-department-of-public-works-creek-and-channel-clearing-project-no-coj-cc-01.html
05-Jun-2025 8:00:00 AM CDT |
15-Jul-2025 3:30:00 PM CDT |
George County |
George County 2025 120 PTO Tractor
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the George County Board of Supervisors, Lucedale, Mississippi, will receive sealed bids until 10:00 am on the 25th day of June, 2025, with bids to be opened shortly thereafter, FOR PURCHASE AND/OR LEASE/PURCHASE OF ONE OR MORE 2025 OR NEWER 120 PTO HORSEPOWER, TRACTOR(S) WITH A 10-12 MONTH BUY BACK PROVISION AND EXTENDED WARRANTY AGREEMENT, 48 MONTHS/2000 HOURS.<br /> <br />Complete specifications are available at the following:<br />George County Board of Supervisors, 329 Ratliff Street, Lucedale, MS 39452<br />Central Bidding, www.centralbidding.com <br />In accordance with or equal to the Instructions to Bidders And Specifications on file in the Office of the Purchase Clerk of George County, Lucedale, Mississippi.<br /> <br />Bids should be sealed and clearly marked on the outside of the envelope as indicated:<br />FOR PURCHASE AND/OR LEASE/PURCHASE OF ONE OR MORE 2025 120 PTO HORSEPOWER, TRACTOR(S)/BID DATE Wednesday, June 25, 2025, OPENING SHORTLY AFTER 10:00 AM.<br /> <br />Published in accordance with Section 31-7-13, Mississippi Code of 1972, as amended. The Board reserves the right to reject any and all bids received. More detailed specifications may be obtained from the George County Board of Supervisors Office and online at www.centralbidding.com.<br /> <br />Publication of this noticed was approved on the June 2, 2025 Board meeting.<br /> <br /> /s/CAMMIE BRANNAN BYRD<br />Clerk of the Board of Supervisors<br />George County Courthouse<br />355 Cox Street<br />Lucedale, Mississippi 39452<br /> <br /> <br />Published for two weeks:<br />June 5, 2025<br />June 12, 2025
https://www.centralauctionhouse.com/rfp91880337-george-county-2025-120-pto-tractor.html
05-Jun-2025 12:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
George County |
George County 2025 105 PTO Tractor
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the George County Board of Supervisors, Lucedale, Mississippi, will receive sealed bids until 10:00 am on the 25th day of June, 2025, with bids to be opened shortly thereafter, FOR PURCHASE AND/OR LEASE/PURCHASE OF ONE OR MORE 2025 OR NEWER 105 PTO HORSEPOWER, TRACTOR(S) WITH A 10-12 MONTH BUY BACK PROVISION AND EXTENDED WARRANTY AGREEMENT, 48 MONTHS/2000 HOURS.<br /> <br />Complete specifications are available at the following:<br />George County Board of Supervisors, 329 Ratliff Street, Lucedale, MS 39452<br />Central Bidding, www.centralbidding.com <br />In accordance with or equal to the Instructions to Bidders And Specifications on file in the Office of the Purchase Clerk of George County, Lucedale, Mississippi.<br /> <br />Bids should be sealed and clearly marked on the outside of the envelope as indicated:<br />FOR PURCHASE AND/OR LEASE/PURCHASE OF ONE OR MORE 2025 105 PTO HORSEPOWER, TRACTOR(S)/BID DATE Wednesday, June 25, 2025 OPENING SHORTLY AFTER 10:00 AM.<br /> <br />Published in accordance with Section 31-7-13, Mississippi Code of 1972, as amended. The Board reserves the right to reject any and all bids received. More detailed specifications may be obtained from the George County Board of Supervisors Office and online at www.centralbidding.com.<br /> <br />Publication of this noticed was approved on the June 2, 2025 Board meeting.<br /> <br /> /s/CAMMIE BRANNAN BYRD<br />Clerk of the Board of Supervisors<br />George County Courthouse<br />355 Cox Street<br />Lucedale, Mississippi 39452<br /> <br /> <br />Published for two weeks:<br />June 5, 2025<br />June 12, 2025
https://www.centralauctionhouse.com/rfp91829988-george-county-2025-105-pto-tractor.html
05-Jun-2025 12:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
George County |
George County 2025 75 PTO Tractor
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the George County Board of Supervisors, Lucedale, Mississippi, will receive sealed bids until 10:00 am on the 25th day of June, 2025, with bids to be opened shortly thereafter, FOR PURCHASE AND/OR LEASE/PURCHASE OF ONE OR MORE 2025 OR NEWER 75 PTO HORSEPOWER, TRACTOR(S) WITH A 10-12 MONTH BUY BACK PROVISION AND EXTENDED WARRANTY AGREEMENT, 48 MONTHS/2000 HOURS.<br /> <br />Complete specifications are available at the following:<br />George County Board of Supervisors, 329 Ratliff Street, Lucedale, MS 39452<br />Central Bidding, www.centralbidding.com <br />In accordance with or equal to the Instructions to Bidders And Specifications on file in the Office of the Purchase Clerk of George County, Lucedale, Mississippi.<br /> <br />Bids should be sealed and clearly marked on the outside of the envelope as indicated:<br />FOR PURCHASE AND/OR LEASE/PURCHASE OF ONE OR MORE 2025 75 PTO HORSEPOWER, TRACTOR(S)/BID DATE WEDNESDAY, JUNE 25, 2025 OPENING SHORTLY AFTER 10:00 AM.<br /> <br />Published in accordance with Section 31-7-13, Mississippi Code of 1972, as amended. The Board reserves the right to reject any and all bids received. More detailed specifications may be obtained from the George County Board of Supervisors Office and online at www.centralbidding.com.<br /> <br />Publication of this noticed was approved on the June 2, 2025 Board meeting.<br /> <br /> /s/CAMMIE BRANNAN BYRD<br />Clerk of the Board of Supervisors<br />George County Courthouse<br />355 Cox Street<br />Lucedale, Mississippi 39452<br /> <br /> <br />Published for two weeks:<br />June 5, 2025<br />June 12, 2025
https://www.centralauctionhouse.com/rfp96435233-george-county-2025-75-pto-tractor-.html
05-Jun-2025 12:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
Lauderdale County School District |
BID NUMBER 26-1451 - LP (PROPANE) GAS
|
<b>LEGAL NOTICE </b><br />The Lauderdale County Board of Education will receive sealed competitive bid proposals at the office of the County Superintendent of Education, 301 46th Court, Meridian, MS 39305 or P.O. Box 5498, Meridian, MS 39302 or by electronic bid at Central Bidding www.centralbidding.com until <b>10:00 a.m. on Wednesday, June 25, 2025</b> for the following:<br /> <br /> <b> Bid Number 26-1451 – LP (PROPANE) GAS</b><br /> <br />Specifications may be obtained from the Office of the Lauderdale County Superintendent of Education, 301 46th Court Meridian, MS 39305 or by calling (601) 693-1683. Official documents can also be downloaded from Central Bidding at www.centralbidding.com . Bid Proposals may be submitted via mail or in person at the above noted address or electronically at www.centralbidding.com. For questions related to the electronic bid process call Central Bidding at 225-810-4814. All other questions should be directed to the Assistant Business Manager, Miranda Bishop, by emailing
[email protected].<br /> <br />The Lauderdale County Board of Education reserves the right to accept/reject any and all proposals and waives informalities. No Proposal may be withdrawn for a period of sixty days after scheduled opening.<br /> <br /> <br />John-Mark Cain, Ph.D., Superintendent<br />Lauderdale County School District<br /> <br /> <br />Advertise: Wednesday, June 4, 2025 <br /> Wednesday, June 11, 2025
https://www.centralauctionhouse.com/rfp52183587-bid-number-26-1451--lp-propane-gas.html
04-Jun-2025 9:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
Lauderdale County School District |
BID NUMBER 26-1450 - GARBAGE PICK-UP SERVICE
|
LEGAL NOTICE <br />The Lauderdale County Board of Education will receive sealed competitive bid proposals at the office of the County Superintendent of Education, 301 46th Court, Meridian, MS 39305 or P.O. Box 5498, Meridian, MS 39302 or by Electronic Bid at Central Bidding www.centralbidding.com until 11:00 a.m. on Wednesday, June 25, 2025 for the following:<br /> <br />Bid Number 26-1450 – Garbage Pick-up Service<br /> <br />Specifications may be obtained from the Office of the Lauderdale County Superintendent of Education, 301 46th Court Meridian, MS 39305 or by calling (601) 693-1683. Official documents can also be downloaded from Central Bidding at www.centralbidding.com . Bid Proposals may be submitted via mail or in person at the above noted address or electronically at www.centralbidding.com. For questions related to the electronic bid process call Central Bidding at 225-810-4814. All other questions should be directed to the Assistant Business Manager, Miranda Bishop by emailing
[email protected].<br /> <br />The Lauderdale County Board of Education reserves the right to accept/reject any and all proposals and waives informalities. No Proposal may be withdrawn for a period of sixty days after scheduled opening.<br /> <br /> <br />John-Mark Cain, Ph.D., Superintendent<br />Lauderdale County School District<br /> <br /> <br />Advertise: Wednesday, June 4, 2025<br /> Wednesday, June 11, 2025
https://www.centralauctionhouse.com/rfp30026277-bid-number-26-1450--garbage-pick-up-service.html
04-Jun-2025 9:00:00 AM CDT |
25-Jun-2025 11:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470
|
<br /><br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp44756167-rfp-2025-19-jpsd-cyber-2025-nac-cbr420250470.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469
|
<br /><br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp11259300-rfp-2025-18-jpsd-cyber-2025-disaster-recovery-cbr420250469.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-17 RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468
|
<br /><br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp71623184-rfp-2025-17-rfp-2025-17-jpsd-cyber-2025-end-point-protection-cbr420250468.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-16 RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462
|
<br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />MS Link:<br />Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Date/Time<br />Monday, July 21, 2025 @10:00 A.M.<br /> <br />See below for all RFP’s for advertisement<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for<br /> <br />RFP 2025-16 JPSD CYBER 2025 ASM CBR420250462<br />RFP 2025-17 JPSD CYBER 2025 End-Point Protection CBR420250468<br />RFP 2025-18 JPSD CYBER 2025 Disaster Recovery CBR420250469<br />RFP 2025-19 JPSD CYBER 2025 NAC CBR420250470 <br /> <br />NOTICE TO VENDORS<br /> <br />Notice is hereby given that the following RFP will be accepted by Jackson Public Schools (128645) Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time), Monday, July 21, 2025, at which time and place they will be publicly opened and read aloud.<br /> <br />The Board of Trustees reserves the right to reject all RFPs, waive informalities, and withhold the acceptance of any RFP if approved forty-five calendar days from the date RFPs are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at www.centralbidding.com for a small fee of $49.99 or visit JPSD website at www.jackson.k12.ms.us and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />All hand-delivered proposals must be delivered before the opening time (local prevailing time) and the date the bid is scheduled to open. These deliveries are to be made to the Business Services Office at 662 South President Street, Jackson, MS 39201.<br /> <br />Performance Dates:<br />1st Advertise: 03 June 2025 (Clarion); 05 June 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 10 June 2025 (Clarion); 12 June 2025 (Jackson Advocate, MS Link)<br />Final Date for Questions: 16 June 2025<br />The link to the questions is listed on the proposal<br /><br /> Bid Opening Day: 21 July 2025 10:00 AM Local Time<br /> Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion-Ledger Tuesday June 03, 2025 & Tuesday, June 10, 2025<br />Jackson Advocate Thursday, June 05, 2025 & Thursday, June 12, 2025<br />Mississippi Link Thursday, June 05, 2025 & Thursday, June 12, 2025<br />
https://www.centralauctionhouse.com/rfp20508970-rfp-2025-16-rfp-2025-16-jpsd-cyber-2025-asm-cbr420250462.html
03-Jun-2025 7:00:00 PM CDT |
21-Jul-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFQ 2025-02 Insurance/Risk Management Consultant Services
|
<br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Monday, June 02, 2025 & Monday, June 09, 2025<br />Jackson Advocate<br /> <br />MS Link:<br /> <br />Opening Date/Time<br />Friday, June 20, 2025 @ 10:00 A.M.<br />RFQ 2025-02<br />Insurance/Risk Management Consultant Services <br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br /> <br />RFQ 2025-02<br />Insurance/Risk Management Consultant Services <br /> <br />Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, 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 Via Zoom (see below for link) on Tuesday, June 10, 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 Zoom:<br /> <br />Meeting ID: 810 2103 8584<br />Passcode: OzVC4C<br />https://jackson-k12-ms.zoom.us/j/81021038584?pwd=J3O9RWA8L4oPboLB9NiRTVyakap2w4.1<br /> <br /> <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: June 02, 2025 (Clarion)<br />2nd Advertise: June 09, 2025 (Clarion)<br />Pre-bid Conference: 10 June 2025 (Zoom)<br />Final Date for Questions: 13 June 2025 by 5:00 P.M. (central)<br />Answers to Questions: 16 June 2025<br />Bid Opening Day: 20 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, June 02, 2025 & Monday, June 09, 2025
https://www.centralauctionhouse.com/rfp31988621-rfq-2025-02-insurancerisk-management-consultant-services.html
02-Jun-2025 12:00:00 AM CDT |
20-Jun-2025 10:00:00 AM CDT |
Walthall County |
CONSTRUCTION FOR DISTRICT FIVE MAINTENANCE BARN
|
NOTICE OF INVITATION TO BID<br />Notice is hereby given that sealed or electronic bid proposals will be received by the Board<br />of Supervisors of Walthall County, Mississippi for the purpose of constructing a building for the<br />District Five Maintenance Barn.<br />Bid proposals (no prices) will be accepted until 10:00 am. on Wednesday, June 25, 2025.<br />Bid specifications and procedures may be obtained by contacting the Walthall County<br />Purchase Clerk, 200 Ball Avenue, Tylertown, Mississippi on Monday through Friday between the<br />hours of 8:00 AM and 5:00 PM. Bid proposals may be submitted by sealed envelope at the Walthall<br />County Chancery Clerk's Office, 200 Ball Avenue, Tylertown, Mississippi, or by electronic<br />submission at www.centralbidding.com.<br />All sealed bid proposals must be on file with the Walthall County Chancery Clerk prior to<br />or by the acceptance date and time as stated above. Said bid proposals must be sealed and clearly<br />marked on the outside of the envelope as indicated: DISTRICT FIVE MAINTENANCE BARN /BID<br />PROPOSAL DATE: WEDNESDAY, JUNE 25, 2025. Submissions not so marked are submitted at<br />the risk of the prospective bidder and the County assumes no responsibility for the premature<br />opening of same by any County employee. Bid proposals sent through the U.S. Mail or delivered in<br />person are done so at the risk of the prospective bidder and should be addressed and/or delivered to<br />the Walthall County Board of Supervisors, in care of the Walthall County Chancery Clerk, 200 Ball<br />Avenue, Tylertown, Mississippi 39667. The County is not responsible for submissions that are<br />delivered in person or arrive in the mail after the designated opening time.<br />All electronic bid specifications and procedures may be obtained electronically at<br />www.centralbidding.com. For questions relating to electronic downloads, please call Central<br />Bidding at 225-810-4814.<br />Bid proposals will be evaluated and vendors submitting acceptable proposals will be invited<br />by no later than 5:00 p.m. on Friday, June 27, 2025 to submit priced bids. Final bidding will be held<br />by electronic reverse auction on Monday, June 30, 2025 at www.centralbidding.com beginning at<br />10:00 AM and ending at 11:00 AM (unless extended by anti-sniping).<br />Electronic bids and/or reverse auctions bids may be submitted at www.centralbidding.com.<br />For any questions related to the electronic bidding process, please call Central Bidding at<br />225-810-4814. Bids may also be submitted in the regular meeting room of the Walthall County<br />Board of Supervisors, 200 Ball Avenue, Tylertown, Mississippi 39667, on Monday, June 30, 2025,<br />beginning at 10:00 AM and ending at 11:00 AM (unless extended by anti-sniping) and will be<br />included in the “live” reverse auction. However, anyone wishing to submit bids in that manner will<br />need to register with Central Bidding prior to said date. After careful consideration, the Walthall<br />County Board of Supervisors will officially award the bid at the next scheduled Board meeting on<br />Monday, July 7, 2025, or as soon thereafter as reasonably possible.<br />If the agency is closed for any unforeseen reason which prevents the acceptance and/or<br />opening of sealed or electronic bids, or prevents the live reverse auction at the advertised date and<br />time, all bids shall be publicly opened and read aloud on the next business day that the agency shall<br />be open and at the previously advertised time. All reverse auctions shall begin on the next business<br />day that the agency shall be open and at the previously advertised time. The agency shall not be held<br />responsible for the receipt of any bids for which the delivery was attempted and failed due to the<br />unforeseen closure of the agency. Each vendor/contractor shall be required to ensure the delivery and<br />receipt of its sealed and/or electronic bid by the agency prior to the new date and time of the bid<br />opening.<br />The Board expressly reserves the right to accept or reject any or all bids, or any part of any<br />or all bids based on a lowest and best bid determination in the best interest of the County. The Board<br />of Supervisors may consider the following factors in determining the award: date of delivery,<br />service, previous performance and experience of bidder, buy back options, transportation costs, costs<br />of operating, quality, maintenance and warranty. The Board reserves the right to waive informalities.<br />Please take notice pursuant to Section 19-13-17, Mississippi Code of 1972, Amended, that<br />the Board of Supervisors intends to pay for such equipment in installments or cash. Payment will be<br />made after first Monday of month following delivery, provided delivery is made on or before 25th<br />of such month.<br />The County reserves the right to utilize "anti-sniping" for reverse auctions. Anti-sniping is<br />a tool that automatically extends the bid time for reverse auctions by five (5) minutes if a vendor<br />places a bid in the final five (5) minutes of the reverse suction. The anti-sniping effect will<br />automatically extend the reverse auction bid time any time a bid is placed in the last five (5) minutes<br />of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the<br />reverse auction ends.<br />SO RESOLVED, on this the 21st day of May, 2025.<br />WALTHALL COUNTY, MISSISSIPPI<br />BOARD OF SUPERVISORS
https://www.centralauctionhouse.com/rfp15847563-construction-for-district-five-maintenance-barn.html
02-Jun-2025 12:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
Walthall County |
CONSTRUCTION FOR DISTRICT FOUR FIRE DEPARTMENT/VOTING PLACE
|
Notice is hereby given that sealed or electronic bid proposals will be received by the Board<br />of Supervisors of Walthall County, Mississippi for the purpose of constructing a building for the<br />District Four Fire Station/Voting Place which was destroyed by the tornado which occurred on<br />March 15, 2025.<br />Bid proposals (no prices) will be accepted until 10:00 am. on Wednesday, June 25, 2025.<br />Bid specifications and procedures may be obtained by contacting the Walthall County<br />Purchase Clerk, 200 Ball Avenue, Tylertown, Mississippi on Monday through Friday between the<br />hours of 8:00 AM and 5:00 PM. Bid proposals may be submitted by sealed envelope at the Walthall<br />County Chancery Clerk's Office, 200 Ball Avenue, Tylertown, Mississippi, or by electronic<br />submission at www.centralbidding.com.<br />All sealed bid proposals must be on file with the Walthall County Chancery Clerk prior to<br />or by the acceptance date and time as stated above. Said bid proposals must be sealed and clearly<br />marked on the outside of the envelope as indicated: DISTRICT FOUR FIRE STATION/VOTING<br />PLACE /BID PROPOSAL DATE: WEDNESDAY, JUNE 25, 2025. Submissions not so marked are<br />submitted at the risk of the prospective bidder and the County assumes no responsibility for the<br />premature opening of same by any County employee. Bid proposals sent through the U.S. Mail or<br />delivered in person are done so at the risk of the prospective bidder and should be addressed and/or<br />delivered to the Walthall County Board of Supervisors, in care of the Walthall County Chancery<br />Clerk, 200 Ball Avenue, Tylertown, Mississippi 39667. The County is not responsible for<br />submissions that are delivered in person or arrive in the mail after the designated opening time.<br />All electronic bid specifications and procedures may be obtained electronically at<br />www.centralbidding.com. For questions relating to electronic downloads, please call Central<br />Bidding at 225-810-4814.<br />Bid proposals will be evaluated and vendors submitting acceptable proposals will be invited<br />by no later than 5:00 p.m. on Friday, June 27, 2025 to submit priced bids. Final bidding will be held<br />by electronic reverse auction on Monday, June 30, 2025 at www.centralbidding.com beginning at<br />10:00 AM and ending at 11:00 AM (unless extended by anti-sniping).<br />Electronic bids and/or reverse auctions bids may be submitted at www.centralbidding.com.<br />For any questions related to the electronic bidding process, please call Central Bidding at<br />225-810-4814. Bids may also be submitted in the regular meeting room of the Walthall County<br />Board of Supervisors, 200 Ball Avenue, Tylertown, Mississippi 39667, on Monday, June 30, 2025,<br />beginning at 10:00 AM and ending at 11:00 AM (unless extended by anti-sniping) and will be<br />included in the “live” reverse auction. However, anyone wishing to submit bids in that manner will<br />need to register with Central Bidding prior to said date. After careful consideration, the Walthall<br />County Board of Supervisors will officially award the bid at the next scheduled Board meeting on<br />Monday, July 7, 2025, or as soon thereafter as reasonably possible.<br />If the agency is closed for any unforeseen reason which prevents the acceptance and/or<br />opening of sealed or electronic bids, or prevents the live reverse auction at the advertised date and<br />time, all bids shall be publicly opened and read aloud on the next business day that the agency shall<br />be open and at the previously advertised time. All reverse auctions shall begin on the next business<br />day that the agency shall be open and at the previously advertised time. The agency shall not be held<br />responsible for the receipt of any bids for which the delivery was attempted and failed due to the<br />unforeseen closure of the agency. Each vendor/contractor shall be required to ensure the delivery and<br />receipt of its sealed and/or electronic bid by the agency prior to the new date and time of the bid<br />opening.<br />The Board expressly reserves the right to accept or reject any or all bids, or any part of any<br />or all bids based on a lowest and best bid determination in the best interest of the County. The Board<br />of Supervisors may consider the following factors in determining the award: date of delivery,<br />service, previous performance and experience of bidder, buy back options, transportation costs, costs<br />of operating, quality, maintenance and warranty. The Board reserves the right to waive informalities.<br />Please take notice pursuant to Section 19-13-17, Mississippi Code of 1972, Amended, that<br />the Board of Supervisors intends to pay for such equipment in installments or cash. Payment will be<br />made after first Monday of month following delivery, provided delivery is made on or before 25th<br />of such month.<br />The County reserves the right to utilize "anti-sniping" for reverse auctions. Anti-sniping is<br />a tool that automatically extends the bid time for reverse auctions by five (5) minutes if a vendor<br />places a bid in the final five (5) minutes of the reverse suction. The anti-sniping effect will<br />automatically extend the reverse auction bid time any time a bid is placed in the last five (5) minutes<br />of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the<br />reverse auction ends.<br />SO RESOLVED, on this the 21st day of May, 2025.<br />WALTHALL COUNTY, MISSISSIPPI<br />BOARD OF SUPERVISORS
https://www.centralauctionhouse.com/rfp21146140-construction-for-district-four-fire-departmentvoting-place.html
02-Jun-2025 12:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
Mississippi Gulf Coast Community College |
STEM Classroom Equipment
|
<div style="text-align: center;"><b>Advertisement for Bids</b></div><div>It is the intention of the Board of Trustees of the Mississippi Gulf Coast Community College to receive Sealed Bid Specifications and Procedures on the following item until 3:00 p.m., Wednesday, June 18, 2025. District Office in Harrison Hall, Perkinston Campus, Perkinston, Mississippi 39573. </div><div style="text-align: center;"><b>1. STEM Classroom Equipment , Bid# 25-06-011</b></div><div>For specifications of this item contact Kortney Woodard, Director of Administrative Services, Mississippi Gulf Coast Community College, Perkinston, Mississippi 39573, at 601-928-6672, and/or email to:
[email protected]. It is necessary that bids be marked as such on the envelope and specifications of item being bid on. The Board reserves the right to reject any and all bids.</div>
https://www.centralauctionhouse.com/rfp78366138-stem-classroom-equipment.html
01-Jun-2025 12:00:00 AM CDT |
18-Jun-2025 3:00:00 PM CDT |
City of Vicksburg |
Vicksburg - Gas Line Extension from Wisconsin Blvd to Gay Blvd
|
SEALED PROPOSALS<br /> <br />The Board of Mayor and Aldermen of the City of Vicksburg, Mississippi, will receive sealed proposals for the Gas Line Extension from Wisconsin Blvd to Gay Blvd until 9 o'clock a.m. local time on Monday, July 7, 2025, at the office of the City Clerk, City Hall, 1401 Walnut Street, Post Office Drawer 150, Vicksburg, Mississippi 39180. All proposals will be publicly opened and read aloud by the Board of Mayor and Aldermen of Aldermen of the City of Vicksburg, Mississippi in Board meeting at 10 o'clock a.m. on Monday, July 7, 2025.<br /> <br />Bidders are cautioned that the City Clerk does not receive the Daily U.S. Mail on or before 9:00 a.m. Bids will be time-stamped upon receipt according to City Clerk's time clock.<br /> <br />The work in this project consists generally of new 8” steel gas line from Wisconsin Blvd to Gay Blvd via open cut and boring methods for construction.<br /> <br />All documents required for bidding purposes, including plans and specifications, may be obtained from Allen & Hoshall, Engineers Architects Surveyors , https://www.allenhoshallplanroom.com. Bidder must register for an account to access files.<br /> <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 for free at www.centralbidding.com and download plans. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call 225-810-4814.<br /> <br />A copy of the plans and specifications may be examined at: the Office of the Architect/Engineer, 1675 Lakeland Drive, Suite 207, Jackson, MS; City Hall, Vicksburg, Mississippi.<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, 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 percent of the Contract, issued by a Surety Company licensed to operate in the State of Mississippi.<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, or if applicable, a statement certifying that the bid enclosed does not exceed $50,000.00 for a public project or $100,000 for a private project; his name; and the name of the Contract for which the bid is submitted. Failure to show these items on the outside of the envelope containing the bid will result in the bid being returned to the Bidder unopened. Public funds are involved in this project.<br /> <br />No Bidder may withdraw his bid for a period of sixty (60) days after date of actual bid opening, without Owner's consent.<br /> <br />Nonresident bidder shall comply with Mississippi State Board of Contractors Rules and Regulations Section 31-3-21. Contractor shall provide all documentation and their state’s non-resident bidder law requirements with the bid. <br /> <br />Contractor is required to comply with the Mississippi Employment Act, sec 71-11-1 of the Mississippi Code of 1972, as amended, by registering with and utilizing the status verification system operated by the US Department of Homeland Security known as the E-Verify Program. Contractor must provide proof of compliance.<br /> <br />The City of Vicksburg, Mississippi reserves the right to reject any or all bids received, to waive any informalities or irregularities in the bids received, and to accept any bid which is deemed most favorable to the City.<br /> <br />THE BOARD OF MAYOR AND ALDERMEN<br />THE CITY OF VICKSBURG, MISSISSIPPI<br /> <br />/s/ Deborah Kaiser-Nickson.<br />By: Deborah Kaiser-Nickson, City Clerk<br /> <br />Publish: May 30, 2025<br />June 6, 2025
https://www.centralauctionhouse.com/rfp15269163-vicksburg--gas-line-extension-from-wisconsin-blvd-to-gay-blvd.html
30-May-2025 1:00:00 PM CDT |
07-Jul-2025 9:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-15 RELOCATABLE CLASSROOMS FOR KIRKSEY MIDDLE 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 />Friday, May 30, 2025 & Friday, June 06, 2025<br />Jackson Advocate<br />Thursday, May 29, 2025 & Thursday, June 05, 2025<br />MS Link:<br />Thursday, May 29, 2025 & Thursday, June 05, 2025<br />Opening Date/Time<br />Thursday, June 19, 2025 @ 10:00 A.M.<br />RFP 2025-15<br />Relocatable Classrooms at Kirksey Middle School<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br /> <br />RFP 2025-15<br />Relocatable Classrooms at Kirksey Middle School<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 in person at Enochs Administrative Complex, 101 Dr. Dennis Holloway Drive and Via TEAMS (see below for link) on Monday, June 09, 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_NGZmZTM2OWEtNjhmYi00N2UyLTkxZDgtNDAzOTgxN2VkZDIx%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: 30 May 2025 (Clarion); 29 May 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 06 May 2025 (Clarion); 05 May 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 09 June 2025 (TEAMS)<br />Final Date for Questions: 11 June 2025<br />Answers to Questions: 13 June 2025<br />Bid Opening Day: 19 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 Friday, May 30, 2025 & Friday, June 06, 2025<br />Jackson Advocate Thursday, May 29, 2025 & Thursday, June 05, 2025<br />Mississippi Link Thursday, May 29, 2025 & Thursday, June 05, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp59804872-rfp-2025-15-relocatable-classrooms-for-kirksey-middle-school.html
30-May-2025 12:00:00 AM CDT |
19-Jun-2025 10:00:00 AM CDT |
Desoto County Board of Supervisors |
Landers Convention Center Expansion BP 03 Structural Foundations and Steel
|
SECTION 00 1113<br />ADVERTISEMENT FOR BIDS<br />FROM:<br />1.01 THE OWNERS (HEREINAFTER REFERRED TO AS OWNERS):<br />A. Desoto County Board of Supervisors<br />Administration Building<br />365 Losher Street<br />Hernando, MS 38632<br />B. (Operations): Desoto County Convention and Visitor's Bureau<br />4560 Venture Drive<br />Southaven, Mississippi 38671<br />1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS ARCHITECT):<br />A. AERC, PLLC<br />342 West Valley Street<br />Hernando, MS 38632<br />ON BEHALF OF:<br />1.03 THE CONSTRUCTION MANAGER (HEREINAFTER REFERRED TO AS CONSTRUCTION MANAGER)<br />A. Montgomery Martin Contractors, LLC<br />8245 Tournament Drive, Suite 300<br />Memphis, TN 38125<br />FOR:<br />1.04 PROJECT<br />A. Landers Center Convention Center Expansion, Bid Package 03 – Structural Foundations and Site<br />Demolition, Pre-faced Concrete Unit Masonry, Structural Steel, and Site Utilities, located at:<br />Landers Center<br />4560 Venture Drive<br />Southaven, MS 38671<br />1.05 BID NOTICE<br />A. Notice is hereby given that sealed Bids will be received by Montgomery Martin Contractors,<br />LLC on behalf of the Desoto County Board of Supervisors and Desoto County Convention and<br />Visitor's Bureau for the Landers Center Convention Center Expansion Bid Package 03 –<br />Structural Foundations and Site Demolition, Pre-faced Concrete Unit Masonry, Structural Steel, and<br />Site Utilities, located at 4560 Venture Drive, Southaven, MS 38671 until 4:00 PM local time on<br />the 1st day of July, 2025.<br />B. Location for Receipt of Bids:<br />Desoto County Board of Supervisors Administration Building<br />365 Losher Street, Suite 340 (Office of Procurement)<br />Hernando, MS 38632<br />C. Pre-Bid Meeting to be held on site: 2:00 PM, June 9, 2025<br />D. Deadline for any Requests for Information (RFIs): June 23, 2025<br />E. Deadline for any Requests for Substitutions: June 20, 2025<br />Landers Center Expansion<br />Bid Package 03 – Structural<br />Foundations and Site Demolition, Prefaced Concrete Unit Masonry, Structural<br />Steel, and Site Utilities<br />00 1113 - 2 Advertisement for Bids<br />F. Bids must be accompanied by a security deposit, as follows:<br />1. Bid Bond of a sum no less than five percent (5%) of the total of the amount bid with<br />Construction Manager, Montgomery Martin Contractors, LLC., as Obligee, or<br />2. Certified Check for no less than five percent (5%) of the Bid Amount, made payable to<br />the Construction Manager, Montgomery Martin Contractors, LLC.<br />3. Security Deposit (either Bid Bond or Certified Check) must be submitted to the Desoto<br />County Procurement Office PRIOR to the time of Bid Due Date (It is recommended at<br />least thirty (30) minutes prior).<br />G. The Owner reserves the right to waive any irregularities, the right to reject one or all bids and<br />the option to postpone action and final decision for a period of up to sixty (60) calendar days.<br />TO:<br />1.06 POTENTIAL BIDDERS<br />A. Official bid documents may be downloaded from the Desoto County Procurement Website at<br />www.desotocountyms.gov/bids.aspx, or from Central Bidding at www.centralbidding.com.<br />Electronic bids can also be submitted at www.centralbidding.com. For any questions relating<br />to the electronic bidding procedures, please call Central Bidding at 225-810-4814.<br />B. Partial Sets will not be issued.<br />C. Refer to other bidding requirements described in Section 00 2113 - Instructions to Bidders and<br />Section 00 3100 - Available Project Information.<br />D. Submit your offer on the Bid Form provided.<br />E. Submit your Bid in Duplicate and include a flash drive (with bid documents saved to it). The<br />requirement to submit your Bid in Duplicate with accompanying flash drive applies to handdelivered bid packages only.<br />F. Your offer will be required to be submitted under a condition of irrevocability for a period of<br />sixty (60) calendar days after submission.<br />G. The bid will be awarded to the lowest responsive responsible and qualified bidder. The Owner<br />reserves the right to waive any irregularities, the right to reject one or all bids and the option<br />to postpone action and final decision for a period of up to forty-five (45) calendar days.<br />H. Bidders must be properly licensed at the time of the bid and provide evidence of compliance<br />with the applicable provisions of Section 31-3-21 (or latest revision) of Mississippi Code before<br />such bid may be considered.<br />I. All bids submitted in excess of $50,000 by a prime or subcontractor to do any erection,<br />building, construction, repair, maintenance or related work must comply with the Mississippi<br />Contractors Act of 1985 by securing a Certificate of Responsibility from the State Board of<br />Contractors. The Prime Bidder's Certificate Number must be placed on the outside of the<br />sealed envelope or the bid will not be opened. Subcontractors requiring a Certificate of<br />Responsibility must be listed, including their Certificate of Responsibility Number, on the SubContractor List with the Bid.<br />Landers Center Expansion<br />Bid Package 03 – Structural<br />Foundations and Site Demolition, Prefaced Concrete Unit Masonry, Structural<br />Steel, and Site Utilities<br />00 1113 - 3 Advertisement for Bids<br />J. Out of State Contractors/Bidders must include a copy of their State’s Bid Preference Law with<br />their bid.<br />WITNESS MY SIGNATURE, THIS THE ____ DAY OF _____, 2025<br />________________________________________________<br />MISTY HEFFNER, CHANCERY CLERK<br />DESOTO COUNTY BOARD OF SUPERVISORS<br />SEAL<br />SUBMITTED TO: DESOTO TIMES TRIBUNE<br />FOR PUBLICATION ON:<br />MAY 29, 2025<br />JUNE 5, 2025<br />PROOF OF PUBLICATION TO:<br />DESOTO COUNTY ADMINISTRATOR OFFICE<br />365 LOSHER STREET, SUITE 300<br />HERNANDO, MS 38362<br />END OF ADVERTISEMENT FOR BIDS
https://www.centralauctionhouse.com/rfp77770583-landers-convention-center-expansion-bp-03-structural-foundations-and-steel-.html
29-May-2025 8:00:00 AM CDT |
01-Jul-2025 4:00:00 PM CDT |
Walthall County |
One or More New Compact Loaders
|
Notice is hereby given that sealed or electronic bid proposals will be received by the Board<br />of Supervisors of Walthall County, Mississippi for the purpose of lease purchasing one or more new<br />compact track loaders.<br />Bid proposals (no prices) will be accepted until 10:00 am. on Wednesday, June 18, 2025.<br />Bid specifications and procedures may be obtained by contacting the Walthall County<br />Purchase Clerk, 200 Ball Avenue, Tylertown, Mississippi on Monday through Friday between the<br />hours of 8:00 AM and 5:00 PM. Bid proposals may be submitted by sealed envelope at the Walthall<br />County Chancery Clerk's Office, 200 Ball Avenue, Tylertown, Mississippi, or by electronic<br />submission at www.centralbidding.com.<br />All sealed bid proposals must be on file with the Walthall County Chancery Clerk prior to<br />or by the acceptance date and time as stated above. Said bid proposals must be sealed and clearly<br />marked on the outside of the envelope as indicated: ONE OR MORE NEW COMPACT TRACK<br />LOADERS /BID PROPOSAL DATE: WEDNESDAY, JUNE 18, 2025. Submissions not so marked<br />are submitted at the risk of the prospective bidder and the County assumes no responsibility for the<br />premature opening of same by any County employee. Bid proposals sent through the U.S. Mail or<br />delivered in person are done so at the risk of the prospective bidder and should be addressed and/or<br />delivered to the Walthall County Board of Supervisors, in care of the Walthall County Chancery<br />Clerk, 200 Ball Avenue, Tylertown, Mississippi 39667. The County is not responsible for<br />submissions that are delivered in person or arrive in the mail after the designated opening time.<br />All electronic bid specifications and procedures may be obtained electronically at<br />www.centralbidding.com. For questions relating to electronic downloads, please call Central<br />Bidding at 225-810-4814.<br />Bid proposals will be evaluated and vendors submitting acceptable proposals will be invited<br />by no later than 5:00 p.m. on Friday, June 20, 2025 to submit priced bids. Final bidding will be held<br />by electronic reverse auction on Monday, June 23, 2025 at www.centralbidding.com beginning at<br />10:00 AM and ending at 11:00 AM (unless extended by anti-sniping).<br />Electronic bids and/or reverse auctions bids may be submitted at www.centralbidding.com.<br />For any questions related to the electronic bidding process, please call Central Bidding at<br />225-810-4814. Bids may also be submitted in the regular meeting room of the Walthall County<br />Board of Supervisors, 200 Ball Avenue, Tylertown, Mississippi 39667, on Monday, June 23, 2025,<br />beginning at 10:00 AM and ending at 11:00 AM (unless extended by anti-sniping) and will be<br />included in the “live” reverse auction. However, anyone wishing to submit bids in that manner will<br />need to register with Central Bidding prior to said date. After careful consideration, the Walthall<br />County Board of Supervisors will officially award the bid at the next scheduled Board meeting on<br />Monday, July 7, 2025, or as soon thereafter as reasonably possible.<br />If the agency is closed for any unforeseen reason which prevents the acceptance and/or<br />opening of sealed or electronic bids, or prevents the live reverse auction at the advertised date and<br />time, all bids shall be publicly opened and read aloud on the next business day that the agency shall<br />be open and at the previously advertised time. All reverse auctions shall begin on the next business<br />day that the agency shall be open and at the previously advertised time. The agency shall not be held<br />responsible for the receipt of any bids for which the delivery was attempted and failed due to the<br />unforeseen closure of the agency. Each vendor/contractor shall be required to ensure the delivery and<br />receipt of its sealed and/or electronic bid by the agency prior to the new date and time of the bid<br />opening.<br />The Board expressly reserves the right to accept or reject any or all bids, or any part of any<br />or all bids based on a lowest and best bid determination in the best interest of the County. The Board<br />of Supervisors may consider the following factors in determining the award: date of delivery,<br />service, previous performance and experience of bidder, buy back options, transportation costs, costs<br />of operating, quality, maintenance and warranty. The Board reserves the right to waive informalities.<br />Please take notice pursuant to Section 19-13-17, Mississippi Code of 1972, Amended, that<br />the Board of Supervisors intends to pay for such equipment in installments or cash. Payment will be<br />made after first Monday of month following delivery, provided delivery is made on or before 25th<br />of such month.<br />The County reserves the right to utilize "anti-sniping" for reverse auctions. Anti-sniping is<br />a tool that automatically extends the bid time for reverse auctions by five (5) minutes if a vendor<br />places a bid in the final five (5) minutes of the reverse suction. The anti-sniping effect will<br />automatically extend the reverse auction bid time any time a bid is placed in the last five (5) minutes<br />of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the<br />reverse auction ends.<br />SO RESOLVED, on this the 7th day of May, 2025.
https://www.centralauctionhouse.com/rfp62322256-one-or-more-new-compact-loaders.html
29-May-2025 12:00:00 AM CDT |
18-Jun-2025 10:00:00 AM CDT |
Brookhaven School District |
Safety and Security Upgrades
|
The Brookhaven School District is accepting sealed bids for Security Laminate upgrades to windows and doors. All interested parties may pick up a bid packet detailing the scope of work at the Brookhaven Schools District Office, 326 E. Court St. Brookhaven, MS or download from www.brookhavenschools.org.<br /> <br />Notice will be advertised on May 28 and June 4, 2025. All bids must be received by the district office by noon CST on June 26, 2025. The winning bid will be presented to the School Board for approval at the EOY Board Meeting on June 30, 2025.<br /> <br />
https://www.centralauctionhouse.com/rfp67791153-safety-and-security-upgrades.html
28-May-2025 12:00:00 PM CDT |
26-Jun-2025 12:00:00 PM CDT |
Brookhaven School District |
Weapons Detection Systems
|
The Brookhaven School District is soliciting Requests for Proposals (RFPs) from qualified vendors through competitive reverse bidding procedures to provide approximately six (6) weapons detection systems for use throughout the district. Proposals will be received at 326 E. Court Street, Brookhaven, MS 39601 and electronically at centralbidding.com on or before 10:00 AM CST on Monday, June 16, 2025. Proposals and specifications responses will be opened and reviewed, and those vendors meeting the requirements of the bid will be invited to participate in the reverse auction process, which will take place at 2:00 PM CST on Monday, June 16, 2025.<br /> <br />Copies of this RFP and, if any, subsequent addenda as well as detailed specifications, communications, updates, and other relevant information can be found on the district website:<br />https://www.brookhavenschools.org under the heading, Public Bid/RFP Information.
https://www.centralauctionhouse.com/rfp89885810-weapons-detection-systems.html
28-May-2025 10:00:00 AM CDT |
16-Jun-2025 10:00:00 AM CDT |
South Panola School District |
Request for Proposals for Baseball Turf
|
Notice is hereby given that South Panola School District shall receive sealed proposals for “Request for Proposals for Baseball Turf.” Said proposals shall be received no later than 9:00 a.m., June 26, 2025, at Central Office Administration, 209 Boothe Street; Batesville, MS 38606 or online through Central Auction House portal.<br /><br />RFP specifications are available by emailing
[email protected], calling 662.563.9361 or download at www.centralauctionhouse.com. The Board of Trustees reserves the right to reject any and all proposals and waive any informalities. <br /><br />Dr. Del Phillips<br />Superintendent of Education<br />South Panola School District<br /><br /><br />
https://www.centralauctionhouse.com/rfp93309745-request-for-proposals-for-baseball-turf.html
28-May-2025 6:00:00 AM CDT |
26-Jun-2025 9:00:00 AM CDT |
Lauderdale County |
RFP NO. LC040-2025:LAUDERDALE COUNTY ARMED SECURITY GUARD SERVICES
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed proposals until 9:00 a.m. on Tuesday, June 24, 2025, for the following:<br /> <br />LAUDERDALE COUNTY ARMED SECURITY GUARDS SERVICES <br />The above shall be proposed per detailed specification on file in the Office of the Purchase Clerk, 2600 Courthouse Blvd, 2nd Floor, Meridian, MS 39301, (601) 482-9746, which may be obtained upon request or by visiting either the website of Lauderdale County Board of Supervisors at www.lauderdalecounty.org or Central Bidding at www.centralbidding.com.<br /> <br />Electronic Proposals can be submitted via Central Bidding at www.centralbidding.com. <br /> <br />Sealed Proposals can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Purchasing Department, 2600 Courthouse Blvd, 2nd Floor, Meridian, MS 39301, Monday thru Friday between the hours of 8:00 a.m. to 5:00 p.m. Envelopes must be received by the acceptance date and time listed above.<br /> <br />Each proposal must be received in a sealed envelope which is marked in the lower left-hand corner with the words “PROPOSAL FOR LAUDERDALE COUNTY ARMED SECURITY GUARDS SERVICES”, “RFP #LC040-2025”, and the “DATE OF THE PROPOSAL OPENING”. Adherence to the proposal specifications is strongly recommended, as alternate proposals will not be considered.
https://www.centralauctionhouse.com/rfp61005600-rfp-no-lc040-2025lauderdale-county-armed-security-guard-services.html
28-May-2025 12:01:00 AM CDT |
24-Jun-2025 9:00:00 AM CDT |
Jackson County Port Authority |
JCPA Caustic Soda
|
The Jackson County Port Authority is seeking a Request for Quotes Formal (RFQF) for the purchase of Caustic Soda. The purpose of the RFQF is to advertise this competitive procurement for solicitation of formal quotes from potential bidders to participate in a Reverse Auction. All bidders must be registered with Central Auction House. For the RFQF packet containing complete information and specifications, visit the Central Bidding website at https://www.centralauctionhouse.com/Category/10336/JacksonCountyPortAuthority-MS or the JCPA Office, 3033 Pascagoula Street, Pascagoula, MS 39567 or call 228-762-4041. Responses may be received electronically at https://www.centralauctionhouse.com or via sealed paper bid at the JCPA office until 2:00 P.M, Wednesday, June 18, 2025. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.
https://www.centralauctionhouse.com/rfp92387051-jcpa-caustic-soda.html
28-May-2025 12:00:00 AM CDT |
18-Jun-2025 2:00:00 PM CDT |
Mississippi Gulf Coast Community College |
City Line Equipment
|
<div style="text-align: center;"><b>Advertisement for Bids</b></div><div>It is the intention of the Board of Trustees of the Mississippi Gulf Coast Community College to receive Sealed Bid Specifications and Procedures on the following item until 2:00 p.m., Tuesday, June 17, 2025. District Office in Harrison Hall, Perkinston Campus, Perkinston, Mississippi 39573. <b> </b></div><div style="text-align: center;"><br /><b>1. City Line Equipment , Bid# 25-05-010</b></div><div>For specifications of this item contact Kortney Woodard, Director of Administrative Services, Mississippi Gulf Coast Community College, Perkinston, Mississippi 39573, at 601-928-6672, and/or email to:
[email protected]. It is necessary that bids be marked as such on the envelope and specifications of item being bid on. The Board reserves the right to reject any and all bids.</div>
https://www.centralauctionhouse.com/rfp51718112-city-line-equipment.html
28-May-2025 12:00:00 AM CDT |
17-Jun-2025 2:00:00 PM CDT |
Oxford School District |
Athletics Building AV System 2025
|
NOTICE TO BIDDERS: REQUEST FOR PROPOSALS<br /><br />RFP: #061925-1<br />The Oxford School District is accepting proposals for the Athletics Building AV System until 9:00 am, on June 19th, 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 28, 2025<br /><br />June 4, 2025<br />Bids Close at 9 am on June 19, 2025. Approved vendors will be invited to participate in the reverse auction process on June 20th.
https://www.centralauctionhouse.com/rfp64382967-athletics-building-av-system-2025.html
28-May-2025 12:00:00 AM CDT |
19-Jun-2025 9:00:00 AM CDT |
Oxford School District |
Capital Assets Assessment Services 2025
|
? NOTICE TO BIDDERS: REQUEST FOR PROPOSALS?<br /><br />? RFP: #012825?<br /><br />? The Oxford School District is accepting proposals for Capital Assets Assessment Services until?<br /><br />? 10:00 am, on June 19th, 2025. Bid documents are available online at?<br /><br />? https://www.oxfordsd.org/rfps?? and?? www.centralbidding.com?? ? The Oxford School District complies with all applicable laws regarding equal opportunity in all its?<br /><br />? activities and programs and does not discriminate against anyone protected by law because of?<br /><br />? age, creed, color, national origin, race, religion, sex, handicap, veteran , or other status.?<br /><br />? Publish Dates:?<br /><br />? May 28, 2025?<br /><br />? June 4, 2025?<br /><br />? June 11, 2025?<br /><br />? June 18, 2025?<br /><br />.?<br /><br />? Bids Close at 10 am on June 19, 2025.?
https://www.centralauctionhouse.com/rfp65442782-capital-assets-assessment-services-2025.html
28-May-2025 12:00:00 AM CDT |
19-Jun-2025 10:00:00 AM CDT |
Walthall County School District |
RFQ FOR FUEL BID 25-26
|
https://www.centralauctionhouse.com/rfp63675702-rfq-for-fuel-bid-25-26.html
27-May-2025 3:00:00 PM CDT |
18-Jun-2025 10:00:00 AM CDT |
Itawamba Community College |
Benefit Plan Administrator
|
Itawamba Community College (ICC) is requesting proposals for a licensed agent to serve as its Benefits Plan Administrator. ICC’s intent is to have one benefits plan administrator who provides various voluntary insurance products and conducts the administration, including the compliance of the Section 125 Cafeteria plan. ICC is a public entity that employs approximately 415 full-time employees.
https://www.centralauctionhouse.com/rfp63595321-benefit-plan-administrator.html
27-May-2025 8:00:00 AM CDT |
26-Jun-2025 2:00:00 PM CDT |
City of Brandon |
HWY 18/DISOTELL BLVD TURN LANE EXTENSION
|
<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:<div style="text-align: center;"> <br />HIGHWAY 18/DISOTELL BOULEVARD TURN LANE EXTENSION</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<br /> </div>Until 2:00pm local time on July 1, 2025, and then at said office publicly opened and read aloud for supplying all labor, equipment and materials necessary for completion of the Highway 18/Disotell Boulevard Turn Lane Extension project.<br /> <br />Bidders must be qualified under Mississippi State Law and show Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br /> <br />Project scope includes, but is not limited to, grading, erosion control, and asphalt paving/striping for the approximately 360 L.F. extension of the left turn lane at the Highway 18/Disotell Boulevard intersection, along with any associated work required to complete all items as shown and specified in the plans and contract documents.<br />The DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:<br />1. City of Brandon, 1000 Municipal Drive, Brandon, MS 39042<br />2 Benchmark Engineering & Surveying, LLC, 101 Highpointe Court, Suite B, Brandon, MS 39042<br /> <br />Copies of the BIDDING DOCUMENTS may be obtained at BENCHMARK ENGINEERING & SURVEYING, LLC upon payment of One Hundred Fifty Dollars ($150) per set – none of which is refundable. No partial documents will be issued.<br /> <br />Bid Security in the amount of 5% of the bid must accompany each bid in accordance with the INTRUCTIONS TO BIDDERS. Attorneys-in-fact who sign Bid Bonds, Payment Bonds or Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<br /> <br />Minority and Woman Owned Business Enterprises are solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities, equipment, material and/or supply needs.<br /> <br /> <br />The City of Brandon is an Equal Opportunity Employer, and hereby notifies all bidders will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, national origin, age, disability, sexual preference, marital or veteran status, or any other legally protected status in consideration for an award.<br /> <br />No prospective CONTRACTOR may withdraw his proposal within NINETY (90) 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 2025-08 should be marked in the lower left corner of the envelope.<br /> <br />The City of Brandon now offers Electronic Bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at (225)810-4814.<br /> <br />The CITY OF BRANDON reserves the right to waive any information or irregularities, to accept any bid deemed to be in the best interest of the City, or to reject any or all bids.<br /> <br />The Contract Time is Thirty (30) consecutive calendar days with liquidated damages being Five Hundred Dollars ($500) per calendar day thereafter.<br /> <br />Butch Lee, Mayor<br /> <br />Advertise: May 28, 2025<br /> June 4, 2025<br /> <br /> --END OF SECTION 00100--
https://www.centralauctionhouse.com/rfp39269471-hwy-18disotell-blvd-turn-lane-extension-.html
27-May-2025 12:00:00 AM CDT |
01-Jul-2025 2:00:00 PM CDT |
Hinds County |
HINDS COUNTY - HUD BEAUTIFICATION – BOLTON, MS
|
ADVERTISEMENT FOR BIDS<br />HINDS COUNTY, MS - HUD BEAUTIFICATION – BOLTON, MS<br /> <br />General Notice<br />Hinds County, Mississippi (Owner) is requesting Bids for the construction of the following Project:<br /> <br />HUD BEAUTIFICATION – BOLTON, MS – 72464-B<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 June 25, 2025, until Wednesday, June 25, 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, lighting, and related items.<br /> <br />Bids are requested for the following Contract:<br /> <br />HUD BEAUTIFICATION – BOLTON, 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, July 7, 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 /> <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, May 23, 2025 and Thursday, May 29, 2025
https://www.centralauctionhouse.com/rfp37930540-hinds-county--hud-beautification-bolton-ms-.html
25-May-2025 8:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
Ocean Springs School District |
RFP School-Based Speech Language Pathology Services SY26
|
Run in the Sun Herald newspaper on Sunday, May 25, 2025, and again on Sunday, June 1, 2025, the following:<br /> <br /> <br />NOTICE FOR REQUESTS FOR PROPOSALS<br /> <br /> <br />Sealed submissions will be received until and opened by the Ocean Springs School District Board of Trustees and/or their designee on Thursday, June 12, 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 PROPOSALS<br /> <br />Ready-To-Eat Pizza with Pizza Delivery Service SY26<br /> <br />School-Based Speech Language Pathology Services SY26<br /> <br /> <br />Specifications may be obtained in the School Business Office, 2300 Government Street, Ocean Springs, Mississippi, 39564, or by visiting www.ossdms.org. Official bid documents may be downloaded, and electronic bids may be submitted at www.centralauctionhouse.com. Submissions shall be received electronically until the date/time stated above or via mail carrier of choice. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of the proposal is not required but strongly encouraged.<br />All submissions must be sealed and marked, depending on your submission:<br />Ready-To-Eat Pizza with Pizza Delivery Service SY26<br /> <br /><b>School-Based Speech Language Pathology Services SY26</b><br /> <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/rfp98198162-rfp-school-based-speech-language-pathology-services-sy26.html
25-May-2025 12:00:00 AM CDT |
12-Jun-2025 2:00:00 PM CDT |
Ocean Springs School District |
RFP Ready to Eat Pizza w/ Delivery Services SY26
|
Run in the Sun Herald newspaper on Sunday, May 25, 2025, and again on Sunday, June 1, 2025, the following:<br /> <br /> <br />NOTICE FOR REQUESTS FOR PROPOSALS<br /> <br /> <br />Sealed submissions will be received until and opened by the Ocean Springs School District Board of Trustees and/or their designee on Thursday, June 12, 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 PROPOSALS<br /> <br /><b>Ready-To-Eat Pizza with Pizza Delivery Service SY26</b><br /> <br />School-Based Speech Language Pathology Services SY26<br /> <br /> <br />Specifications may be obtained in the School Business Office, 2300 Government Street, Ocean Springs, Mississippi, 39564, or by visiting www.ossdms.org. Official bid documents may be downloaded, and electronic bids may be submitted at www.centralauctionhouse.com. Submissions shall be received electronically until the date/time stated above or via mail carrier of choice. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of the proposal is not required but strongly encouraged.<br />All submissions must be sealed and marked, depending on your submission:<br />Ready-To-Eat Pizza with Pizza Delivery Service SY26<br /> <br />School-Based Speech Language Pathology Services SY26<br /> <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/rfp70279303-rfp-ready-to-eat-pizza-w-delivery-services-sy26.html
25-May-2025 12:00:00 AM CDT |
12-Jun-2025 2:00:00 PM CDT |
Madison County School District |
NURSING AGENCY FOR COMPLEX, MEDICALLY FRAGILE STUDENTS WITH DISABILITIES
|
<br />REQUEST FOR PROPOSAL LEGAL NOTICE<br /> <br /> <br />The Madison County School District will accept sealed Bids until 2:00 p.m., CST, June 12, 2025, at the Office of the Superintendent of Education, 476 Highland Colony Parkway, Ridgeland, MS 39157 for the purpose of purchasing the following:<br /> <br />RFP #: 12-2026<br />Description: Nursing Agency for Complex, Medically Fragile Students with Disabilities<br /> <br /> <br />Official bid documents can be downloaded from www.centralbidding.com. Electronic bids can be submitted free of charge at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 225-810-4814 or email
[email protected].<br /> <br />In addition, RFP specifications and instruction forms may be obtained from the MCSD Department of Finance, 476 Highland Colony Parkway, Ridgeland, MS by emailing the purchasing agent. <br /> <br /> <br />Anne Scott Brown<br />Purchasing Agent<br />Certified Public Purchasing Office<br />Ph: (601) 499-0728<br />Email:
[email protected]<br /> <br />Superintendent: Ted Poore<br /> <br />Advertisement Dates: May 22 & May 29, 2025<br />
https://www.centralauctionhouse.com/rfp10151293-nursing-agency-for-complex-medically-fragile-students-with-disabilities.html
22-May-2025 4:00:00 PM CDT |
24-Jun-2025 2:00:00 PM CDT |
Marshall County |
Project Poppy Phase 5B Paving
|
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 11:00 A.M. local time, the 12th day of June, 2025 and shortly thereafter publicly opened and read for:<br /> <br />PROJECT POPPY, PHASE 5B<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 />The work consists of 3” Hot Mix Asphalt Base for five lanes for approximately 1,710 LF on the section at road known as Project Poppy Phase 5A.<br /> <br />Contract time will be completed within 45 Working Days. Contractor shall commence work on or before a date to be stipulated in the Notice to Proceed.<br /> <br />Contract Documents, including Drawings and Specifications, are on file at the office of Elliott & Britt Engineering, 823 North Lamar Boulevard, Oxford, Mississippi 38655 and may be reviewed.<br /> <br />Copies of the Contract Documents may be obtained by depositing $105.00 with Elliott & Britt Engineering, P.O. Box 308, Oxford, Mississippi 38655, telephone (662) 234-1763 for each set of documents so obtained. This deposit is nonrefundable.<br /> <br />Official bid documents can be downloaded at www.centralbidding.com. Electronic bids may be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The contract will be awarded to the lowest and/or best bid from a responsive responsible and qualified Bidder. Should no award be made within 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<br />
https://www.centralauctionhouse.com/rfp3270305-project-poppy-phase-5b-paving.html
22-May-2025 8:00:00 AM CDT |
12-Jun-2025 11:00:00 AM CDT |
Marshall County |
Project Poppy Phase 3A Road
|
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 10:00 A.M. local time, the 12th day of June, 2025 and shortly thereafter publicly opened and read for:<br /> <br />PROJECT POPPY, PHASE 3A<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 />The work consists of all clearing and grubbing, unclassified excavation, limestone granular material (base), hot mix asphalt base and surface. drainage improvements, rip rap, erosion control and grassing for approximately 1,715 linear feet of construction access road.<br /> <br />Contract time will be completed within 75 Working Days. Contractor shall commence work on or before a date to be stipulated in the Notice to Proceed<br /> <br />Contract Documents, including Drawings and Specifications, are on file at the office of Elliott & Britt Engineering, 823 North Lamar Boulevard, Oxford, Mississippi 38655 and may be reviewed.<br /> <br />Copies of the Contract Documents may be obtained by depositing $105.00 with Elliott & Britt Engineering, P.O. Box 308, Oxford, Mississippi 38655, telephone (662) 234-1763 for each set of documents so obtained. This deposit is nonrefundable.<br /> <br />Official bid documents can be downloaded at www.centralbidding.com. Electronic bids may be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The contract will be awarded to the lowest and/or best bid from a responsive responsible and qualified Bidder. Should no award be made within 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/rfp54072395-project-poppy-phase-3a-road.html
22-May-2025 8:00:00 AM CDT |
12-Jun-2025 10:00:00 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 |
Desoto County School District |
DESKTOP COMPUTERS & MONITORS 360-DESK-DCS26
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for Desktops and Monitors for the 2025/2026 school year in the following manner: <br />Bid #360-DESK-DCS26.<br /> <br />Unpriced bid proposals will be accepted until 9:00 am, CST, Friday, June, 13, 2025, in sealed envelopes at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic Unpriced bid proposals and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /> <br />Bids will be received by an electronic reverse auction process administered by Central Bidding on Thursday, June 19, 2025, at 9:00 am, CST at which time bidding will begin and run until bid completion.<br /> <br />Official bid documents are on file at the office of the Superintendent. To receive a copy of the specifications please contact the Purchasing Department via email:
[email protected]. Specifications may also be downloaded at www.centralbidding.com, for a fee. All bids must comply with the specifications provided. The DeSoto County School District reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets.<br /> <br />The contract will be awarded to the lowest responsible bidder. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.
https://www.centralauctionhouse.com/rfp52474595-desktop-computers-monitors-360-desk-dcs26.html
22-May-2025 7:30:00 AM CDT |
24-Jun-2025 9:00:00 AM CDT |
City of Biloxi |
Diesel Bypass Pump
|
ADVERTISEMENT FOR BIDS <br />Notice is hereby given that the City of Biloxi, Mississippi, will receive sealed, un-priced bids at said City Hall, 140 Lameuse Street, Biloxi MS 39530, Second floor, Mayor's Office, until 10:00AM on the 18th day of June, 2025, for the following:<br /> <br /> <br />DIESEL BYPASS PUMP PUBLIC WORKS DEPARTMENT CITY OF BILOXI <br /> <br />Submissions will be evaluated. Vendors submitting acceptable bids will be invited to submit priced bids. Bidding will be held by ELECTRONIC REVERSE AUCTION on June 23, at 10:00AM. Reverse auction bids may be submitted at<br />www.centralbidding.com. For any reverse auction bidding question, call Central Bidding (225-810-4814).<br /> <br />(Specifications will be available in the Purchasing Office, City Hall, 140 Lameuse Street, Biloxi, Mississippi (228-435-6252.)<br /> <br />BIDS SHALL BE DELIVERED TO THE MAYOR'S OFFICE, SECOND FLOOR, CITY HALL, 140 LAMEUSE STREET, BILOXI, MISSISSIPPI 39530.<br /> <br />Bids shall be in letter form with the envelope and bid plainly marked PUMP and shall be addressed to the Mayor's Office, P.O. Box 429, Biloxi, Mississippi 39533, 140 Lameuse Street, Biloxi MS 39530, or electronically submitted at www.centralbidding.com. The envelope should list all applicable state and local license numbers.<br /> <br />The City reserves the right to reject any and all bids and to waive any informality in the proposal accepted.<br /> <br />Published by the order of the Municipal Clerk, this the 21st day of May 2025.<br /> <br /> <br />(SEAL)<br /> <br /> <br /> <br />SEND PROOF OF PUBLICATION.<br /> <br />Publish: Twice: May 28 & June 4, 2025.
https://www.centralauctionhouse.com/rfp27031316-diesel-bypass-pump.html
21-May-2025 3:00:00 PM CDT |
18-Jun-2025 10:00:00 AM CDT |
Tippah County |
Materials and Supplies
|
LEGAL NOTICE<br />NOTICE TO BIDDERS<br /> <br />Notice is hereby given, pursuant to § 31-7-13 of the Mississippi Code of 1972, as amended, and other applicable laws, that the Board of Supervisors of Tippah County, Mississippi, will accept bids until 10:00 o'clock a.m. on Monday, June 16, 2025, and award contracts to the lowest and best bidders for the purchase of supplies and equipment required for public works, public buildings, and public construction through June 30, 2026. Bidders shall bid the price at which the various articles, materials, and equipment and supplies will be furnished, same to be requisitioned and purchased by the Board of Supervisors if it elects and the Board not being required to purchase any specific maximum amount of any such article, supplies, equipment, or materials. Additionally, any bid that is affected by fuel may submit their bid with fuel surcharges wherein Tippah County will reimburse the actual cost of fuel above the stated value of gasoline or diesel per US gallon. The bidder shall state the value above which the surcharge will be paid.<br /> The list of supplies to be purchased being, as follows, to-wit:<br /> <br />Clay Gravel <br />The Board would suggest that all bids for the materials or supplies be submitted on the pre-printed bid form sheet which can be obtained by contacting the County’s Purchasing Clerk at (662) 837-3655. Tippah County Board of Supervisors reserves the right to reject any and all bids submitted and to waive formalities. The right is reserved if two bids are identical, to award a portion of the contract to more than one bidder. The Board may also select two bidders if both bids are the lowest and best bids although not identical. The Board further reserves the right, if it elects to do so, to advertise and award new contracts for any portion of the materials and supplies listed above at the end of any three-month period, and if such new contract is made, it will supersede the contract for those particular items awarded as a result of this advertisement. Also, the Board reserves the right to extend the bid for an additional year through June 30, 2027. Also, the Board reserves the right to commence the bid for asphalt and necessary ingredients immediately upon acceptance. 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 />THIS, the 5th day of May, 2025.<br /> <br /> /s/ Jimmy Gunn <br /> JIMMY GUNN, President<br /> Tippah County Board of Supervisors <br />ATTEST:<br /> <br />/s/ Shana Lowry <br />SHANA LOWRY, Clerk<br />Tippah County Board of Supervisors<br />
https://www.centralauctionhouse.com/rfp5333130-materials-and-supplies.html
21-May-2025 8:00:00 AM CDT |
16-Jun-2025 10:00:00 AM CDT |
Lawrence County School District |
Educational Consulting Services
|
EducationalConsulting Services<br />The Lawrence County School District is now accepting Requests for Proposals for "Educational Consulting Services" . The Request for Proposal in its entirety is available at http://www.lawcosd.org or by calling 601-587-2506 extension 2039.<br />Responses to this Request for Proposal must be received at the Lawrence County School District Administrative Office, 346 Thomas E. Jolly Drive, Monticello, MS 39654, as "Request for Proposal' no later than 11:00 am on Monday, June 23, 2025.
https://www.centralauctionhouse.com/rfp46454747-educational-consulting-services.html
21-May-2025 12:00:00 AM CDT |
23-Jun-2025 11:00:00 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 |
Mississippi Gulf Coast Community College |
MGCCC - AMTC Canopy Addition (Rebid)
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids (or at the Bidder’s option, electronically submitted Bids) will be received by the Mississippi Gulf Coast Community College, in the Conference Room of the AMTC Campus, 10298 Express Dr, Gulfport, MS 39503, until 2:00 pm, local time, on Thursday, June 12th, 2025, and then and there publicly opened and read for the following project:<br /> <br /> AMTC Canopy Addition (Rebid)<br /> Advanced Manufacturing & Technology Center - Gulfport, Mississippi<br /> Mississippi Gulf Coast Community College<br /> <br />In accordance with plans and specifications prepared by:<br /> <br /> Allred Stolarski Architects, PA<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 ($100.00 per set). All plan holders are required to have a valid email address for registration. Bid documents must be purchased through the website.<br /> <br />Proposals shall be submitted on the blank Bid Form furnished with the specifications and must be accompanied by bid security in the form of Certified Check, Cashier's Check or acceptable Bid Bond, payable to Mississippi Gulf Coast Community College, 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 />At the Bidders option in lieu of procuring hardcopies of the Bid Documents and submitting a physical sealed Bid, Official Bid Documents may be downloaded, and electronic bids may be submitted at https://www.mgcccprojects.com/. Bids shall be received electronically until the date/time as stated above. For any questions relating to the electronic bidding process, please call 228-248-0181. Electronic submittal of Bids is not required.<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. If the bid is not in excess of $50,000, "THIS BID SHALL NOT EXCEED $50,000", shall be indicated on the sealed bid envelope before it can be opened.<br /> <br />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 their 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 Ninety (90) days. The Mississippi Gulf Coast Community College reserves the right to reject any or all bids on any or all projects and to waive any informalities.<br /> <br /> <br /> Board of Trustees<br /> Mississippi Gulf Coast Community College<br /> <br /> <br />Dates of Publication:<br />5/15/2025<br />5/20/2025
https://www.centralauctionhouse.com/rfp85733441-mgccc--amtc-canopy-addition-rebid.html
15-May-2025 8:00:00 AM CDT |
12-Jun-2025 2:00:00 PM 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 |
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 |
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 |
24-Jun-2025 3:30:00 PM CDT |