Agency |
Title |
Date published |
Bid opening date |
Benton County School District |
(#051625): Procurement of iPad Computer Tablets, Laptop, & Accessories
|
To All Interested Bidders:<br />The Benton County School District is soliciting bids by reverse auction on Zoom for iPad Computer Tablets, MacBook Laptop, AND accessories from 9:00 am to 10:00am on Friday, May 16, 2025 by Zoom. The Zoom information will be posted to https://www.benton.k12.ms.us/rfps by May 10, 2025. Bids received after the deadline will not be accepted. Bid specifications and ITB document available begining April 30, 2025.
https://www.centralauctionhouse.com/rfp20656764-051625-procurement-of-ipad-computer-tablets-laptop-accessories.html
30-Apr-2025 12:00:00 PM CDT |
16-May-2025 10:00:00 AM CDT |
Biloxi Public Schools |
RFP for Walk In Freezer Cooler with Construction Components
|
ADVERTISEMENT FOR BIDS<br /> <br />The Biloxi Public School District Board of Trustees and/or their designee will receive Sealed Bids on Thursday, May 1, 2025 at 10:00 A.M. CST in the Biloxi Public School District Business Office, located at 160 St. Peter St., Biloxi, MS 39530 (Mailing: P.O. Box 168, Biloxi, MS 39533) for the following:<br /> <br />Walk-In Cooler/Freezer Including Construction Components<br /> <br />Specifications may be obtained in the Biloxi Public School District Business Office, 160 St. Peter Street, Biloxi, MS or by visiting www.biloxischools.net or www.centralbidding.com. All submissions must be sealed and clearly marked:<br /> <br />“WALK-IN COOLER/FREEZER INCLUDING CONSTRUCTION COMPONENTS”<br /> <br />Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The Board of Trustees reserves the right to reject any/all proposals submitted and to waive informalities.
https://www.centralauctionhouse.com/rfp82903101-rfp-for-walk-in-freezer-cooler-with-construction-components.html
31-Mar-2025 12:00:00 AM CDT |
01-May-2025 10:00:00 AM CDT |
Calhoun County |
25 yard High Compaction Rear Loading Garbage Truck with Tandem Axle Chassis
|
IN THE MATTER OF PUBLICATION<br />CLAIM NO. ______<br />FOR ADVERTISEMENT FOR BIDS FOR ONE NEW HIGH COMPACTION REAR LOADING 25 CUBIC YARD GARBAGE TRUCK WITH TANDEM REAR AXLE CONVENTIONAL CHASSIS FOR THE CALHOUN COUNTY SOLID WASTE DEPARTMENT.<br /> WHEREAS it is now necessary and this Board desires to advertise to receive bids through a reverse auction for one new rear loading twenty-five (25) cubic yard body with tandem rear axle chassis for the Calhoun County Solid Waste Department.<br /> It is, therefore, ordered by the Board that the Clerk of this Board publish notice of the intention of the Board to receive bids via reverse auction on Thursday, May 15th, 2025, at 9:00 A.M. at www.centralbidding.com according to specifications on file in the office of the Clerk of the Board of Supervisors and online at www.centralbidding.com. Said notice shall be published for the required time in the manner provided in the Calhoun County Journal, a newspaper having general circulation in Calhoun County, MS.<br /> Upon motion made by Supervisor Gerald Thompson, seconded by Supervisor Homer Moore, the above and foregoing resolution was put to a roll call vote the result being as follows:<br /> Charles Bobo voted __absent ___<br /> Homer Moore voted __Yes ___<br /> Gerald Thompson voted __Yes___<br /> Barney Wade voted __Yes ___<br /> Tony Morgan voted __Yes ___<br /> <br />The motion having received the unanimous approval of all members present, the President of the Board declared the motion carried and resolution adopted this the 21st day of April, 2025.<br /> <br /> <br /> ____________________________<br /> President<br />_________________________ <br /> Clerk <br /><br />LEGAL NOTICE<br /> <br /> <br /> <br />Notice is hereby given that the Calhoun County Board of Supervisors will, at www.centralbidding.com at 9:00 A.M. on May 15th , 2025, shall accept electronic bids via reverse auction at www.centralbidding.com for one or more new high compaction rear loading twenty-five (25) cubic yard body with tandem rear axle chassis for the Calhoun County Solid Waste Department according to specifications on file with the Clerk of the Board and online at www.centralbidding.com The Board reserves the right to reject any and all bids and to waive informalities.<br /> <br />Done by unanimous vote of all members present of the Board of Supervisors of Calhoun County, Mississippi, this 21st day of April 2025.<br /> <br /> _____________________ <br /> President<br /> <br />/Kathy Poyner/<br />Clerk<br /> <br />PUBLISH: April 23rd & April 30th, 2025<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp70284037-25-yard-high-compaction-rear-loading-garbage-truck-with-tandem-axle-chassis.html
24-Apr-2025 4:00:00 PM CDT |
12-May-2025 3:00:00 PM CDT |
Canton Public School District |
RFP For Food Service Management
|
PUBLIC NOTICE<br />INVITATION FOR BIDS<br />Food Service Management<br />NOTICE<br /> <br /> <br /> <br />Sealed bids will be received by the Canton Public School District up to and no later than 10:00 a.m. May 12th, 2025, at 403 Lincoln Street, Canton, MS 39046, for the procurement of Food Service Management. A copy of the Request for Proposals (RFP) can be obtained by visiting the Canton Public School District website at https://www.cantonschools.net/. If you have issues obtaining a copy of the RFP, please email Millie Rollins at
[email protected]. If a response is not received within 24 hours, it is the responsibility of the respondent to call Millie Rollins at 662-630-0118 to confirm receipt of the RFP request.<br /> <br />All interested bidders must attend a mandatory pre-bid conference on April 29th, 2025, beginning at 11:00 a.m. at 403 Lincoln Street, Canton, MS 39046. Bidders not attending the pre-bid conference will not be considered.<br /> <br />Bids will be opened at 10:00 a.m. May 12th, 2025, at 403 Lincoln Street, Canton, MS 39046. Bids must be submitted in a sealed envelope clearly marked as follows:<br /><br />ATTN: SEALED BID - DO NOT OPEN<br />“2025 Food Service Management”<br />Bid Opening: May 12th, 2025, 10:00 a.m.<br /> <br />Envelopes not so marked will not be considered.<br /><br />As an alternate submission mechanism for the procurement of Food Service Management, bids may be submitted through secure electronic submission. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br /><br />The Canton Public School District has the right to accept or reject any or all bids. <br />Publish by order of the Canton Public School District.<br /> <br />LaKesha Meeks<br />Canton Public School District<br />Publish: April 17th, 2025 and April 24th, 2025
https://www.centralauctionhouse.com/rfp73849839-rfp-for-food-service-management.html
17-Apr-2025 5:00:00 PM CDT |
12-May-2025 10:00:00 AM CDT |
City of Amory |
Amory Main Street Lighting Project
|
PUBLIC NOTICE<br />REQUEST FOR QUALIFICATIONS<br />FOR CITY OF AMORY, MS<br />Amory Main Street Lighting Project<br /> <br />The City of Amory is seeking bids for engineering services related to construction and replacement of lighting elements on Amory Main Street. <br />SEALED Bids for statements of qualifications for engineering services will be received by the Mayor and Board of Aldermen of the City of Amory at City Hall located at 109 South Front Street, Amory, Mississippi 38821 until 3:00 p.m. on Thursday, May 29, 2025, and immediately thereafter will be publicly opened and read.<br />CONTRACT DOCUMENTS:<br />The City of Amory is seeking the services of qualified engineering firms or individuals to provide engineering and related services pertaining to the replacement of outdoor, decorative street lights, sidewalk remodel with complete ADA compliance, and landscaping design. This will include drainage and working with the City of Amory utilities for water and sewer within the area. The City reserves the right to select one or more firms as necessary to best serve the interest of the City. The scope of services includes, but are not limited to, preliminary analysis of the City's needs, preliminary engineering design, final engineering design, construction observation, and project implementation in compliance with state and federal funding. The City shall evaluate each respondent on the basis of the written materials submitted and according to the following selection criteria;<br />l. Experience of the firm with this particular type of construction project(s) as described above Max 40 points<br />2. Experience of the firm with other types of federally funded construction projects - Max 10 points<br />3. Current capacity to accomplish the work - Max 25 points<br />4.Reference from other clients at­testing to firm's quality of work - Max 15 pts<br />5.Reference from other clients at­testing to firm's compliance with performance schedules - Max 10 points<br />Bid documentation may be received by contacting City Clerk Jamie Morgan or via central bidding.<br />SUBMITTAL OF SEALED BIDS: Each bid must be submitted in duplicate. The Owner reserves the right to waive irregularities and to reject any or all bids.<br />SUBMITTAL OF ELECTRONIC BIDS: Electronic bids can be submitted at
[email protected] For any questions related to the electronic bidding process, please call Jamie Morgan at 662-256- 5721 option 5. Each electronically submitted bid must be submitted in "pdf" format and shall contain the same information and forms as required for the paper bids. In the event that an electronically submitted bid has a corrupted attachment, the bid will be considered null and void.<br />The Mayor and Board of Aldermen of the City of Amory, Mississippi expressly reserve the right to reject any or all bids submitted and to waive any informalities or technicalities therein. No bidder may withdraw a bid for a period of thirty (30) days after the date set for the opening of bids.<br />All responses received will be evaluated in accordance with the selection criteria and corresponding point system. Questions should be addressed to Attn: Jamie Morgan LWCF Conversion, Architect and Engeineering, PO Drawer 457, Amory, MS 38821. Responses to this RFQ should be hand-delivered and/or mailed to City Clerk Jamie Morgan at109 South Front Street, Amory, MS 38821 (physical address). Responses to this RFQ must be received no later than May 29, 2025, at 3:00 p.m. Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin. All companies, including women, minority, and veteran owned businesses are encouraged to submit a proposal.<br />The Owner reserves the right to waive any informalities or to reject any and all bids. No Bidder may withdraw his Bid within 45 days after the actual date of the opening thereof.<br />CITY OF AMORY, MISSISSIPPI<br />BY: Jamie E. Morgan,<br />City Clerk<br />PUBLISH:<br /> <br />April 30, 2025 and May 7, 2025<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp95058985-amory-main-street-lighting-project.html
23-Apr-2025 12:00:00 AM CDT |
29-May-2025 3:00:00 PM CDT |
City of Biloxi |
Audio Visual Equipment
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the City of Biloxi, Mississippi, will receive sealed un-priced bids at the Mayor’s Office, City Hall, second floor, until 10:00am on Wednesday, the 14th of May, 2025, for the following:<br /> <br />AUDIO VISUAL EQUIPMENT<br />CITY OF BILOXI SAENGER THEATRE<br /> <br /> <br />Upon request, a copy of the full advertisement will be available at the following locations:<br />Purchasing Office, 140 Lameuse Street, Biloxi MS (228-435-6252)<br />Biloxi Public Library, 580 Howard Avenue, Biloxi MS (228-436-3095)<br />Donal Snyder Community Center, 2520 Pass Road, Biloxi MS (228-388-1340).<br /> <br />Specifications will be available online at biloxiplans.com or the Purchasing Office, 140 Lameuse Street, Biloxi, Mississippi, (228) 435-6252.<br /> <br />SEND PROOF OF PUBLICATION:<br /> <br />Publish Twice: April 25 & May 2, 2025.
https://www.centralauctionhouse.com/rfp84993973-audio-visual-equipment.html
17-Apr-2025 9:10:00 AM CDT |
14-May-2025 10:00:00 AM CDT |
City of Brandon |
CORNERSTONE WATER WELL ELECTRICAL SERVICE
|
<div style="text-align: center;">SECTION 00100<br />ADVERTISEMENT FOR BID</div> <br /><br />Separate written sealed BIDS for a General Contract for the furnishing of all labor and materials for the construction of:<br /> <div style="text-align: center;">CORNERSTONE WATER WELL ELECTRICAL SERVICE</div> <br />will be received by the Mayor and Board of Aldermen of the CITY OF BRANDON herein after called the OWNER at the office of the:<br /> <div style="text-align: center;">CITY CLERK, CITY OF BRANDON, BRANDON CITY HALL<br />1000 MUNICIPAL DRIVE<br />BRANDON, MS 39042</div> <br />Until 2:00pm local time on Friday, May 23rd, 2025, and then at said office publicly opened and read aloud for supplying all labor, equipment, and materials necessary for completion of the Cornerstone Water Well Electrical Service project.<br /> <br />Bidders must be qualified under Mississippi State Law and show Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br />Project includes but is not limited to the installation of approximately 2,500 linear feet of HDPE conduit, pull boxes, concrete pads, and all other associated work required to complete the project as shown and specified in the plans and contract documents.<br />The DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:<br />1. City of Brandon, 1000 Municipal Drive, Brandon, MS 39042<br />2 Benchmark Engineering & Surveying, LLC, 101 Highpointe Court, Suite B, Brandon, MS 39042<br /> <br />Copies of the BIDDING DOCUMENTS may be obtained at BENCHMARK ENGINEERING upon payment of One Hundred Fifty Dollars ($150) per set – none of which is refundable. No partial documents will be issued.<br /> <br />Bid Security in the amount of 5% of the bid must accompany each bid in accordance with the INTRUCTIONS TO BIDDERS. Attorneys-in-fact who sign Bid Bonds, Payment Bonds or Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney.<br /> <br />Minority and Woman Owned Business Enterprises are solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities, equipment, material and/or supply needs.<br /> <br />The City of Brandon is an Equal Opportunity Employer, and hereby notifies all bidders will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, national origin, age, disability, sexual preference, marital or veteran status, or any other legally protected status in consideration for an award.<br /> <br /> <br />No prospective CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /> <br />Each bidder shall write the Certificate of Responsibility number and Mississippi Contractors License number on the outside of the sealed envelope containing his proposal. Proposals shall be submitted in duplicate, sealed, and deposited with the City Clerk prior to the hour and date designated above. Bid Number 2025-05 should be marked in the lower left corner of the envelope.<br /> <br />The City of Brandon now offers Electronic Bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at (225)810-4814.<br /> <br /> <br />The CITY OF BRANDON reserves the right to waive any information or irregularities, to accept any bid deemed to be in the best interest of the City, or to reject any or all bids.<br /> <br />The Contract Time is Forty five (45) consecutive calendar days with liquidated damages being Five Hundred Dollars ($500) per calendar day thereafter.<br /> <br />_________________________, Butch Lee, Mayor<br /> <br />Advertise: Rankin County News<br />April 23rd, 2025<br />April 30th, 2025<br /> <div style="text-align: center;">--END OF SECTION 00100--</div>
https://www.centralauctionhouse.com/rfp43116778-cornerstone-water-well-electrical-service.html
23-Apr-2025 12:00:00 AM CDT |
23-May-2025 2:00:00 PM CDT |
City of Byram |
Request for Qualifications
|
PUBLIC NOTICE – REQUEST FOR STATEMENT OF QUALIFICATIONS FOR ENGINEERING SERVICES, The City of Byram, MS is requesting Statement of Qualifications (SOQs) for firms or individuals to provide engineering services pertaining to the Big Creek Wastewater Interceptor project, which may be partially or fully funded by Federal or State funds. <br />If interested, responses may be submitted, in accordance with this request, by mail or hand delivered to the City of Byram, MS, Attn: City Clerk, City of Byram, 5901 Terry Road, Byram, Mississippi 39272-0222, no later than 2:00 p.m. on May 6, 2025. Selection of an engineer will be based upon the criteria shown in this notice and no price or cost information should be included. <br /><br />The selected engineer will provide engineering services in support of the project and/or projects through the project(s) closeout and do so in accordance with Federal, State, and local laws and regulations. The project(s) may include, but are not limited to, the following professional services: <br /><br />1. Planning and Preliminary engineering analysis <br />2. Topographic and boundary surveys <br />3. Preliminary and final engineering design <br />4. Assistance with bidding and procurement of contractor(s) in conformance with applicable Federal, State, and local requirements. Services under this item will include assistance with: <br />a. Bid advertising <br />b. Bid opening and bid tabulation <br />c. Recommendation of award <br />d. Pre-Construction conference and Notice to Proceed <br />5. Construction Administration <br />6. On-site construction observation <br />7. Review and recommendation of payment by City <br />8. Conduct and oversee final inspection. <br /><br />Submissions should contain sufficient information reflecting the engineer’s experience and qualifications. The information submitted should include the following and will be graded based on a 100-point evaluation criteria. Experience of the firm with water and wastewater projects -40 points, Experience of the firm with Federally/State funded projects (State of Mississippi Revolving Loan Fund, State and Tribal Assistance Grants, etc.) -30 points, Qualifications of the staff available for assignment to the projects -30 points. The City of Byram is an Equal Opportunity Employer and encourages Minority Owned and Women Owned Business Enterprises (MBEs & WBEs) to submit qualifications. <br /><br />Proposals will be reviewed by the selection committee using the above selection criteria. The City reserves the right to reject any and/or all SOQs received. Five (5) bound SOQs should be included in a sealed envelope and the outside of the envelop shall be plainly titled “STATEMENT OF QUALIFICATIONS FOR ENGINEERING SERIVCES – CITY OF BYRAM, MS RFQ 25-01” addressed to the City of Byram, Attn: City Clerk, 5901 Terry Road, Byram, MS 39272-0222. The City reserves the right to reject any and/or all SOQs received. <br />
https://www.centralauctionhouse.com/rfp81511078-request-for-qualifications.html
03-Apr-2025 12:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
City of Flowood |
G Chastain Flynt Library Renovations
|
ADVERTISEMENT FOR BID<br /> <br /><br />INVITATION FOR BIDS<br /> <br />NOTICE is hereby given that the CITY OF FLOWOOD, MS (herein called the Owner) will receive bids until the hour of 10:30 AM on Friday, May 2nd for the following project:<br /> <br />CITY OF FLOWOOD CHASTAIN FLYNT LIBRARY RENOVATIONS<br /> <br />The project scope is for the Bidder to furnish all labor, materials and equipment required to accomplish the following work: removal and replacement of carpet, painting, removal and replacement of ceiling tiles and HVAC diffusers, and various other interior upgrades.<br /> <br />Official contract documents and Specifications being on file at the office of the City Clerk at Flowood City Hall located at 2101 Airport Road, Flowood, MS 39232.Copies of the Contract Documents and Specifications, may be obtained from the office of Wier Boerner Allen at 2727 Old Canton Road #200, Jackson, MS upon payment of $100 for each set, none of which is refundable, or downloaded from Central Bidding at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Bids shall be submitted in one of the following manners: <br /><br />1) Paper Form, in duplicate, to the office of the City Clerk in Flowood City Hall located at 2101 Airport Road, Flowood, MS 39232 in a sealed envelope designated as “Bid For: CITY OF FLOWOOD CHASTAIN FLYNT LIBRARY RENOVATIONS”. The outside of said envelope shall bear the Bidder’s Name, and Certificate of Responsibility Number and shall be Addressed to: The Honorable Mayor and Board of Alderman, City of Flowood, 2101 Airport Road, Flowood, MS 39232; or,<br /><br />2) Electronically at www.centralbidding.com.<br /> <br />No prospective BIDDER/CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /> <br /> <br />The CITY OF FLOWOOD reserves the right to waive any information or irregularities or to reject any or all bids.<br /> <br />BY ORDER OF CITY OF FLOWOOD, MS<br /> <br /> <br />Gary L. Rhoads<br />By:<br />Mayor<br />Published: Rankin County News<br /> Wednesday, April 2nd, 2025<br /> Wednesday, April 9th, 2025 <br /> -- END OF SECTION --<br />
https://www.centralauctionhouse.com/rfp59043892-g-chastain-flynt-library-renovations.html
09-Apr-2025 1:30:00 PM CDT |
02-May-2025 10:30:00 AM CDT |
City of Flowood |
Highway 25 Utility Relocations
|
SECTION 00100<br />ADVERTISEMENT FOR BID<br /> <br /><br />INVITATION FOR BIDS<br /> <br />NOTICE is hereby given that the CITY OF FLOWOOD, MS (herein called the Owner) will receive written, sealed bids until the hour of 10:30 AM on Wednesday, May 14, 2025 at the office of the City Clerk in Flowood City Hall located at 2101 Airport Road, Flowood, MS 39232, for the furnishing of all labor and materials and for the construction of that certain project designated as:<br /> <br />HIGHWAY 25 UTILITY RELOCATIONS<br /> <br />Drawings and Specifications being on file at the office of the City Clerk at Flowood City Hall located at 2101 Airport Road, Flowood, MS 39232.<br /> <br />The project scope includes but is not limited to the installation of approximately 2,400 linear feet of 12” C-900 water line, 700 linear feet of 12” I.D. HDPE water line directional bored, with gate valves, fire hydrants, connections to existing water lines (cold tap), as well as approximately 2,000 linear feet of 8” SDR-18 sanitary sewer force main pipe. Additional work required will include but not be limited to: clearing & grubbing, removal of utilities, erosion control, potholing, and all other work required as shown on the Construction Plans and in the Contract Documents and Specifications.<br /> <br />A Pre-Bid Conference will be conducted on Thursday, May 1, 2025 at 10:30 a.m. local time in the Board Room of the City of Flowood at the above listed address. Attendance by a principal, project manager or estimator of any prospective bidder is recommended but not required.<br /> <br />Bids shall be submitted in one of the following manners: 1) Paper Form, in duplicate, to the office of the City Clerk in Flowood City Hall located at 2101 Airport Road, Flowood, MS 39232 in a sealed envelope designated as “Bid For: HIGHWAY 25 UTILITY RELOCATIONS”. The outside of said envelope shall bear the Bidder’s Name, and Certificate of Responsibility Number and shall be Addressed to: The Honorable Mayor and Board of Alderman, City of Flowood, 2101 Airport Road, Flowood, MS 39232; or, 2) Electronically at www.centralbidding.com.<br /> <br />The total Contract Time will be 180 consecutive calendar days with liquidated damages at $500.00 per consecutive calendar day thereafter.<br /> <br />Copies of the plans and specifications, together with contract documents, may be obtained from the office of Benchmark Engineering & Surveying, LLC, 660 Katherine Dr., Suite 302 upon payment of $150 for each set, none of which is refundable.<br /> <br />Bid Security in the amount of 5% of the bid must accompany each bid in accordance with the INSTRUCTIONS TO BIDDERS.<br /> <br />No prospective CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /> <br />The CITY OF FLOWOOD reserves the right to waive any information or irregularities or to reject any or all bids.<br /> <br />Award will be made to lowest and best bidder as determined by the Owner.<br /> <br /> <br /> <br /> <br /> <br />BY ORDER OF CITY OF FLOWOOD, MS THIS THE 28TH Day of March, 2025.<br /> <br /> <br />Gary L. Rhoads<br />By:<br />Mayor<br />Published: Rankin County News<br /> April 9, 2025<br /> April 16, 2025 <br /> <br /> --END OF SECTION 00100--<br />
https://www.centralauctionhouse.com/rfp1344407-highway-25-utility-relocations.html
16-Apr-2025 12:00:00 AM CDT |
14-May-2025 10:30:00 AM CDT |
City of Greenville |
ONE (1) TANDEM AXLE JETTER TRAILER
|
<div style="text-align: center;">ONE (1) TANDEM AXLE JETTER TRAILER</div> <br />The City of Greenville, Mississippi will accept bids for one (1) Tandem Axle Jetter Trailer by 3:00 P.M., CST, Wednesday, May 14, 2025 at the Office of the ­­­­­­­­­City Clerk, City of Greenville, 340 Main Street, Greenville, Mississippi 38701 or by electronic bid submission. Electronic bid and/or reverse auction bid is the preferred method of bidding and may be submitted at www.centralauctionhouse.com. Questions relating to the electronic bidding process, may be directed to Central Bidding at (225) 810-4814.<br /> <br />Unpriced bid proposals will be accepted until 10:00 a.m., Monday, May 12, 2025 local time, by electronic bid submission to
[email protected], or in a sealed envelope at the Office of the City Clerk, City of Greenville, 340 Main Street, Greenville, MS 38701 or P. O. Box 897, Greenville, MS 38702. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic bids and/or reverse auction bids may be submitted at www.centralauctionhouse.com. Questions relating to the electronic bidding process, may be directed to Central Bidding at (225) 810-4814.<br /> <br />Bidding will be held by electronic reverse auction on Wednesday, May 14, 2025 beginning at 2:00 p.m. and ending at 3:00 p.m. local time. The City of Greenville reserves the right to use “anti-sniping” for reverse auctions. Anti-sniping is a tool that automatically extends the bid time for a reverse auction by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will also auto extend the reverse auction bid time any time a bid is placed in the last five (5) minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction ends.<br /> <br />Specifications are available at the office of the City Clerk, City of Greenville, 340 Main Street, Greenville, Mississippi, 38701, by requesting copies by telephone at (662) 378-1595 or by email at:
[email protected]. Electronic copies of the bid specifications are available from Central Bidding at www.centralauctionhouse.com for a fee. All bids must comply with the specifications provided.<br /> <br />Bids submitted by mail shall be labeled as follows: Jetter Trailer # 05142025. No bid may be withdrawn after the time and date set for the opening of the bids, and all proposals shall be firm prices and remain in effect for a period of thirty (30) days after said date for opening of bids. The City of Greenville, Mississippi, reserves the right to amend the specifications as necessary and will notify all parties having requested bid packets. The City of Greenville furthers waives any informality in any/all bids as may appear to be in the best interest of the city or to reject any/all bids. <br /> <br />/S/ Amelia D. Wicks, City Clerk<br />
https://www.centralauctionhouse.com/rfp46588186-one-1-tandem-axle-jetter-trailer.html
23-Apr-2025 8:00:00 AM CDT |
12-May-2025 10:00:00 AM CDT |
City of Hernando |
REQUEST FOR PROPOSALS FOR SPLASH PAD AND NATURE PLAY AREA AT RENASANT PARK
|
LEGAL NOTICE CITY OF HERNANDO, MISSISSIPPI REQUEST FOR QUALIFICATIONS This is a Request for Qualifications for qualified firms or individuals to provide Design Services for “Splash Pad and Nature Play Area at Renasant Park”. This project will depend entirely on the approval of a grant application submitted to the Blue Cross Blue Shield of Mississippi Foundation. If awarded, the grant will fund the construction of the splash pad and nature play area. The City will be responsible for paying design fees that shall be bid set and construction-ready documents. The Owner is an Equal Opportunity Employer. The Owner encourages Minority-owned Business Enterprises (MBEs) and Women-owned Business Enterprises (WBEs) to submit proposals. Copies of the Request for Qualifications (RFQ) may be obtained at the Office of the Hernando City Clerk from 8:00 a.m. to 5:00 p.m. or downloaded from Central Bidding at www.centralbidding.com.Qualified firms are invited to submit a statement of qualifications, in accordance with this request, to the City of Hernando, Office of the City Clerk, 475 Commerce Street, Hernando, MS 38632 no later than 11:00 a.m. local time on May 12, 2025. In addition, Electronic RFQ’s can also be submitted at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at 225-810-4814.<br />The Qualifications will be opened and reviewed by a selection committee. 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: A). Qualifications and availability of personnel and sub-consultants. B). Project Understanding, Approach, and Methodology C). Prior relevant experience with projects of similar size and complexity. D). Past record of performance with the City of Hernando. Proposals will be reviewed by the selection committee using the above selection criteria. Individuals or firms desiring consideration should submit 1 original and 2 copies of the proposal and shall be submitted in a sealed envelope by the time and date listed above. Once the Statements of Qualifications are evaluated, City staff will recommend the most qualified consultant to the Board of Aldermen for further contract negotiations on the scope of services and price. The City of Hernando reserves the right to reject any and all proposals. <br />Pam Pyle, City Clerk<br /> <br />PUBLISH: 4/10/2025 & 4/17/2025
https://www.centralauctionhouse.com/rfp78298715-request-for-proposals-for-splash-pad-and-nature-play-area-at-renasant-park.html
10-Apr-2025 8:00:00 AM CDT |
12-May-2025 11:00:00 AM CDT |
City of Hernando |
MCINGVALE ROAD AND GREEN T ROAD EAST TRAVEL CIRCLE PROJECT 2025
|
MCINGVALE ROAD AND GREEN T ROAD EAST TRAVEL CIRCLE PROJECT 2025<br /> <br />NOTICE TO BIDDERS<br /> <br />Sealed bids for the MCINGVALE ROAD AND GREEN T ROAD EAST TRAVEL CIRCLE PROJECT 2025 will be received by the City of Hernando at the City Hall (until 10:00, A M.) on Monday, May 12, 2025 at which time the bids will be opened and read aloud, (at 475 West Commerce Street,). Bidding documents may be inspected in the office of the City Engineer, Joseph F. Lauderdale, 231 West Center Street, Hernando, MS. 38632 (901-494-2484) during normal business hours.<br /> <br />Copies of the plans and contract documents may be obtained at the office of the project engineer, upon payment of $30.00 for each set of plans for each project with NO REFUND. <br />In the event the bids should run over $75,000.00, the bidder shall comply with the Mississippi State law with respect to having a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors along with a Contractor's Privilege License issued by the Mississippi State Tax Commission.<br /> <br />All bids submitted must be sealed in an envelope, clearly labeling the date the bid is to be opened, the work bid upon, the Contractor's Privilege License and Certificate of Responsibility numbers.<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can also be submitted at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at 225-810-4814.<br /> <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 />A bid bond in the amount of five percent (5%) of the bid price made payable to the City of Hernando is required for the project. In accordance with the proper section of the Mississippi Code, upon being awarded a contract for the construction of this project, the successful bidder will be required to furnish the amount of not less than 100% of the Contract Amount to ensure the completion of the project and the payment of all bills for labor, materials, and services required, therefore. If the bid awarded is less than $25,000.00, the successful bidder may choose to accept a lump sum payment on the completion of the contract. In such case the Performance Bond will not be required, but the Payment Bond will be required in any event.<br /> <br />The City of Hernando reserves the right to accept, or reject, any or all bids and waive any informalities submitted.<br /> <br />Witness my signature, this the 4th day of April, 2025<br /> <br />City Clerk, Pam Pyle Publish: April 10, 2025 and April 17, 2025
https://www.centralauctionhouse.com/rfp73259074-mcingvale-road-and-green-t-road-east-travel-circle-project-2025.html
10-Apr-2025 1:00:00 PM CDT |
12-May-2025 10:00:00 AM CDT |
City of Jackson |
STATE STREET RESURFACING PROJECT
|
ADVERTISEMENT FOR BIDS<br /> <br />CITY OF JACKSON, MISSISSIPPI<br /> <br />STATE STREET<br />Resurfacing State Street from Town Creek Bridge to 625 Feet North of Rankin Street<br />Federal Aid Project Number: STP-6928-00(020) LPA / 109284-701000<br /> <br />Sealed bids will be received by the City Council of the City of Jackson, Mississippi at the office of the City Clerk, 219 South President Street, P. O. Box 17, Jackson, Mississippi 39205 until 3:30 P.M. (Local Time), Tuesday, May 13, 2025, for supplying all labor and materials (as specified) necessary for construction of STATE STREET Resurfacing State Street, Federal Aid Project No. STP-6928-00(020) LPA / 109284-701000, at which time said bids shall be opened and read aloud.<br /> <br />The work shall consist essentially of the following items:<br /> <br />Pavement repairs, milling, leveling, overlay, striping, and sidewalk improvements on a 0.21± mile five lane section of State Street from Town Creek Bridge to 625 feet North of Rankin Street, and all other related items of work required to complete the project as shown and specified in the Contract Documents. <br /> <br />The above general outline of features of the work does not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, equipment and materials required by the specifications and the drawings referred to therein.<br /> <br />The contract time shall be 80 working 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. Liquidated Damages will be assessed in accordance with the Schedule of Deductions table in Section 108.07 of the 2017 Edition of the Mississippi Standard Specifications for Road and Bridge Construction.<br /> <br />The City of Jackson hereby notifies all Bidders that it will affirmatively ensure that in any Contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises (DBE/WBE) will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The award of this contract will be contingent upon the Bidder satisfying the DBE/WBE requirements as prescribed by the Contract Documents.<br /> <br />The attention of the bidders is directed to the Contract Documents governing selection and employment of labor. Minimum wage rates have been determined by the Secretary of Labor and are subject to Public Law 87-581, Work Hours Act of 1962, as set forth in the Contract Provisions. <br /> <br />The Proposal and Contract Documents in their entirety shall be submitted in a sealed envelope and deposited with the City Clerk, prior to the hour and date above designated. Each Bidder must also deposit with his proposal, a Bid Bond or Certified Check in an amount equal to five percent (5%) of his bid, payable to the City of Jackson as bid security. No bidder may withdraw his bid within one hundred twenty (120) days after the date of the actual bid opening, without the City of Jackson’s consent. The successful bidder shall furnish a performance and payment bond in the amount of 100% of the bid. The bidder shall also submit a current financial statement, if requested by the City.<br /> <br />The Official Bid Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic Bids may be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225-810.4814.<br /> <br />Work to be performed shall be in accordance with the “Mississippi State Highway Standard Specifications for Road and Bridge Construction, 2017”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications. The attention of Bidders is directed to the provisions of Subsection 102.07 pertaining to irregular proposals and rejection of bids.<br /> <br />Contract Drawings, Contract Specifications, and other Contract Documents are on file and open to public inspection in the office of the Engineering Division, Department of Public Works, Warren Hood Building, 4th floor, 200 S. President Street, Jackson, Mississippi. Copies of the Contract Documents, Contract Drawings and Contract Specifications may be procured at the office of the Engineer, Southern Consultants, Inc., 5740 County Cork Road, Jackson, Mississippi 39206, between the hours of 8:00 a.m. and 5:00 p.m., Local Time, Monday through Friday, upon payment of $100.00 for each set, which will not be refunded. Checks are to be made payable to the Engineer.<br /> <br />The award of a Contract, if made, will be to the lowest and responsible qualified bidder whose proposal complies with all the requirements prescribed herein and in the Contract Documents. The City of Jackson reserves the right to reject any and/or all bids and to waive any informalities or irregularities therein. <br /> <br /> <br />____________________________ <br />Louis Wright, Acting Public Works<br />Director, Department of Public<br />Works, City of Jackson <br /> <br /> <br />Publications and Publishing Dates:<br />The Clarion Ledger & Mississippi Link<br />Dates: April 10th & 17th, 2025
https://www.centralauctionhouse.com/rfp67471217-state-street-resurfacing-project.html
10-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
91265-051325 RFP Widening/ Resurfacing the Karting Track at Buddy Butts Park 3 Feet
|
For: Mississippi Link<br />For Publication: April 17, & 24, 2025<br /> <br />NOTICE TO BIDDERS<br />City of Jackson<br />Jackson, Mississippi <br /> <br />Sealed, signed bids are invited and will be received by the City of Jackson, Mississippi, until 3:30 P.M. in the City Clerk’s Office of Jackson, the bid must be stamped in by 3:30 P.M. Tuesday, May 13, 2025 at which time said bids will be publicly opened at the City Hall located at 219 South President Street (City Council Chambers) in City Hall for the following:<br /> <br />91265-051325 Request for Proposal– Widening and Resurfacing the Karting Track at Buddy Butts Park by 3 Feet<br /> <br /> <br />BIDS ARE NOW AVAILABLE AT WWW.JACKSONMS.GOV or www.centralbidding.com<br /> <br /> <br />“Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted www.centralbidding.com. For any question relating to the electronic bidding process, please call Central Bidding at 225-810-4814.”<br /> <br /> The above must comply with the City's specifications. Copies of proposal forms can be obtained from the Purchasing Division, 200 South President Street, Room 604, Hood Building, and Jackson, Mississippi 39201. Copies of Bid specifications are filed with the City Clerk for public record in accordance with House Bill No 999, 1986 Regular Session of the Mississippi Legislature.<br /> <br /> The City of Jackson is committed to the principle of non-discrimination in Public Purchasing. It is the policy of the City of Jackson to promote full and equal business opportunities for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offer shall submit a completed and signed Equal Business Opportunity (EBO) Plan Application, with each bid submission, in accordance with the provisions set forth by authority of the City of Jackson's EBO Ordinance. Failure to comply with the City's EBO Ordinance shall disqualify a contractor, bidder or offer, from being awarded an eligible contract. For more information on the City's EBO Program, please contact the Office of Economic Development at (601)960-1851. Copies of the EBO Ordinance, EBO Plan Application and a copy of the EBO Program are available with the Office of Economic Development at 218 South President Street, Second Floor, and Jackson, Mississippi.<br /> <br /> The City reserves the right to reject any and all Bids. The City also reserves the right to waive any and all informalities in respect to any Bid submitted. Bid awards will be made to the lowest and best company submitting the lowest net price in accordance with specifications. The award could be according to the lowest cost per item; or to the lowest total cost for all items; or to accept all or part of any proposal. Delivery time may be considered when evaluating the Bid proposal. In those cases, where it is known prior to advertising that the City's intention is to award according to the lowest total cost for all items, or in some variation thereof, statements to this affect will be included on the proposal form. Absence of such statement means the City will make that determination during the Bid review.<br /> <br /> Monica Oliver, Purchasing Manager<br />
[email protected]<br />Purchasing Division <br /> (601) 960-1028<br /> <br />MO.
https://www.centralauctionhouse.com/rfp95669177-91265-051325-rfp-widening-resurfacing-the-karting-track-at-buddy-butts-park-3-feet.html
21-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
SMALLWOOD STREET BRIDGE REPLACEMENT
|
SECTION 1<br />ADVERTISEMENT<br /> <br />CITY OF JACKSON<br /> <br />SMALLWOOD STREET<br />BRIDGE REPLACEMENT<br /> <br />The City Clerk of the City of Jackson will receive bids for the replacement of bridge located on Smallwood Street, no later than 3:30 P.M., Local Prevailing Time, May 13, 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 Smallwood Street Bridge in its entirety plus related approach work.<br /> <br />The above general outline of features of the work does not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, equipment and materials required by the specifications and the drawings referred to therein. Contract time shall be 90 consecutive calendar days from the effective date shown in the Notice to Proceed. Liquidated damages will be assessed for each consecutive calendar day the Work has not achieved Final Completion. The amount of liquidated damages per day will be $500.00 plus any additional actual costs above $500.00 incurred by the Owner. These actual costs include, but are not limited to, engineering, inspection, and other construction related costs resulting from the Contractor’s failure to complete the work on schedule.<br /> <br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full an equal business opportunity for all persons doing business with the City. As a precondition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) ordinance. Failure to comply with the City’s ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact Ms. Yika Hoover (Manager) in the office of Economic Development at (601) 960-1856. Copies of the ordinance, EBO Plan Applications and a copy of the Program are available at 200 South President Street, Warren Hood Building, Second Floor, Jackson, Mississippi.<br /> <br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and/or conduct business in the City to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /> <br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, or disability in consideration for an award.<br /> <br />Bids shall be made out on the bid proposal form to be provided, sealed in an envelope and plainly marked on the outside of the envelope: “Bid for CITY OF JACKSON SMALLWOOD STREET BRIDGE REPLACEMENT”. Each bidder shall write his Certificate of Responsibility Number on the outside of the sealed envelope containing his proposal. Bids and EBO Plans shall be submitted in triplicate, sealed and deposited with the City Clerk Office, City Hall – 219 South President Street, Jackson, Mississippi prior to the hour and date hereinbefore designated. No bidder may withdraw his bid within 90 days after the actual date of the opening thereof.<br /> <br />A pre-bid conference will be held on _May 6th__ 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 ed.”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications.<br /> <br />The City of Jackson reserves the right to reject any and all bids and to waive any and all informalities.<br /> <br /> <br /> <br /> <br />______________________________ <br />Henry Chia<br />Department of Public Works<br /> <br /> <br /> <br /> <br />Publications and Publishing Dates<br />The Clarion Ledger & Mississippi Link<br />Publication Dates: April 10, 2025, and April 17, 2025<br />Pre-Bid Date: May 6, 2025<br />Bid Opening Date: May 13, 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 />
https://www.centralauctionhouse.com/rfp36435545-smallwood-street-bridge-replacement.html
10-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
MCDOWELL ROAD EXTENSION PROJECT
|
ADVERTISEMENT FOR BIDS<br />City of Jackson, Mississippi <br />Section 901<br />Hinds County, MISSISSIPPI<br /> <br />Federal Aid Project No. STP-8288-00(004) LPA/109285/701000<br /> <br />The City of Jackson, Hinds County, Mississippi, will receive bids for the Resurfacing of McDowell Road Extension from Highway 18 to Raymond Road for a total project length of 0.8070 miles, Federal Aid Project No. STP-8288-00(004)LPA/109285/701000 no later than 3:30 P.M., Local Time, 5/13/2025, at the City Clerk's Office located at 219 South President Street, Jackson, Mississippi. All bids so received will be publicly opened and read aloud.<br />The work shall consist essentially of the following items:<br />The work to be accomplished using the pay items and corresponding specifications set forth in the contract is to resurfacing McDowell Road Extension from Highway 18 to Raymond Road with milling, overlay, and striping of lanes. All other related items of work required to complete the project as shown and specified in the Contract Documents.<br /> <br />The above general outline of features of the work does not in any way limit the responsibility of the<br />contractor to perform all work and furnish all plant, labor, equipment and materials required by the specifications and the drawings referred to therein.<br /> <br />The attention of bidders is directed to the Contract Provisions governing selection and employment of labor. Minimum wage rates for Federal-Aid projects have been predetermined by the Secretary of Labor and are subject to Public Law 87-581 Work Hours Act of 1962, as set forth in the Contract Provisions.<br /> <br />The City of Jackson of Hinds County hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, disability, religion or national origin in consideration for an award.<br /> <br />The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements. <br />The contract Documents are on file and may be examined at the following locations:<br />City of Jackson Engineering Division, 200 S President Street, Suite 424, Jackson, Mississippi39201.<br />Myriad Engineering Solutions, LLC, 4780 I-55 N, Suite 100, Jackson, Mississippi 39211. <br />Each bid shall be accompanied by a Cashier’s check, Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to the City of Jackson as bid security. Bidders shall also submit a current financial statement, if requested by the County. No bidder may withdraw his bid within ninety (90) days after the date of the actual bid opening, without the City of Jackson's consent. The successful bidder will be required to furnish a Performance Bond and a Payment bond each in the amount of one hundred percent (100%) of the contract amount.<br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with the Chancery Clerk, 219 South President Street, Jackson, Mississippi prior to the hour and date above designated.<br />Bidders choosing to submit electronically are required to contact Central Bidding at 225-810-4814 for information regarding electronic bidding requirements. Contract time shall be 46 working days from the effective date shown in the Notice to Proceed.<br /> <br />Work to be performed shall be in accordance with the “Mississippi State Highway Standard Specifications for Road and Bridge Construction, 2017”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications.<br />The attention of Bidders is directed to the provisions of Subsection 102.07 pertaining to irregular proposals and rejection of bids.<br />Copies of the Contract Documents, Contract Drawings and Contract Specifications may be procured through the following:<br />All documents required for bidding purposes may be obtained from Myriad Engineering Solutions, LLC, 4780 I-55 N, Suite 100, Jackson, Mississippi 39211 uponpayment of $150.00 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 the electronic bidding process, please call Central Bidding at 225-810-4814. <br />The award of a Contract, if made, will be to the lowest and responsible qualified bidder whose proposal complies with all the requirements prescribed herein and in the Contract Documents. The City of Jackson reserves the right to reject any and all bids and to waive any informalities or irregularities therein.<br /> <br />BY<br /><br /><br />Henry Chia, Project Director <br />The City of Jackson, Hinds County<br /> <br />PUBLISH: The Clarion Ledger, 4/10/2025 and 4/17/2025<br /> The Mississippi Link, 4/10/2025 and 4/17/2025<br /><br />BID OPENING DATE: 5/13/2025
https://www.centralauctionhouse.com/rfp77674870-mcdowell-road-extension-project.html
10-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
Group B Traffic Signal Improvements, Federal Aid Project No. STP-0250-00(056)LPA/109283-701000
|
Section 901 ADVERTISEMENT<br /><br />City of Jackson<br />Hinds County, MISSISSIPPI<br /><br />Federal Aid Project No. STP-0250-00(056) LPA/109283-701000<br /> <br />The City Clerk of the City of Jackson, Hinds County, Mississippi, will receive bids for the construction of Group B Traffic Signal Improvements, Federal Aid Project No. STP-0250-00(056)LPA/109283-701000 no later than at 3:30 PM, Local Time on May 13, 2025, at the Office of the Municipal Clerk, City Hall, 219 South President Street, P.O. Box 17, Jackson, MS 39205, or can be submitted through the online plan review provider at www.centralbidding.com. All bids received will be publicly opened and read aloud.<br /> <br />The work shall consist essentially of the following items:<br /> <br />The above general outline of features of the work does not in any way limit the responsibility of the contractor to perform all work and furnish all plant, labor, equipment, and materials required by the specifications and the drawings referred to therein.<br /> <br />The attention of bidders is directed to the Contract Provisions governing selection and employment of labor. Minimum wage rates for Federal-Aid projects have been predetermined by the Secretary of Labor and are subject to Public Law 87-581 Work Hours Act of 1962, as set forth in the Contract Provisions.<br /> <br />The City of Jackson, Hinds County, hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements.<br /> <br />The contract Documents are on file and may be examined at the following locations:<br /> <br />City of Jackson, Office of the Engineering Division, Department of Public Works, and the Office of the Municipal Clerk, Jackson, MS<br />Garver, 1076 Highland Colony Pkwy #325, Ridgeland, MS 39157 <br />Each bid shall be accompanied by a Cashier’s check, Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to City of Jackson as bid security. Bidders shall also submit a current financial statement, if requested by the City of Jackson. The successful bidder will be required to furnish a Performance Bond and a Payment bond each in the amount of one hundred percent (100%) of the contract amount.<br /> <br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with the City of Jackson, Municipal Clerk, City Hall, 219 South President Street, Mississippi 39205, prior to the hour and date above designated.<br /> <br />Bid documents are being made available via original paper copy or digital file. Plan holders are required to register for an account at https://www.centralbidding.com to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents are non-refundable and must be purchased through the website. For any questions regarding website registration and online orders, please contact Central Bidding at (225) 810-4814.<br /> <br />The bid opening will be held at the City of Jackson, Office of the Municipal Clerk, City Hall, 219 South President Street, Jackson, Mississippi. Interested persons are invited to attend.<br /> <br />Work to be performed shall be in accordance with the “Mississippi State Highway Standard Specifications for Road and Bridge Construction, 2017”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications.<br /> <br />The attention of Bidders is directed to the provisions of Subsection 102.07 pertaining to irregular proposals and rejection of bids.<br /> <br /> <br />______________________________<br />HENRY CHIA<br /><br />THE CITY OF JACKSON<br />HINDS COUNTY, MISSISSIPPI<br /> <br /> <br />Publication Dates: April 17, 2025, and April 24, 2025<br /> <br />Bid Opening Date: May 13, 2025
https://www.centralauctionhouse.com/rfp13961652-group-b-traffic-signal-improvements-federal-aid-project-no-stp-0250-00056lpa109283-701000-.html
17-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
RFP-91235-052025 Resurfacing of Existing Tennis Courts and Installation of New Pickleball Courts at Grove Park Tennis Area
|
For: Mississippi Link<br />For Publication: May 01 & 8, 2025<br /> <br />NOTICE TO BIDDERS<br />City of Jackson<br />Jackson, Mississippi <br /> <br />Sealed, signed bids are invited and will be received by the City of Jackson, Mississippi, until 3:30 P.M. in the City Clerk’s Office of Jackson, the bid must be stamped in by 3:30 P.M. Tuesday, May 20, 2025, at which time said bids will be publicly opened at the City Hall located at 219 South President Street (City Council Chambers) in City Hall for the following:<br /> <br /> <br />RFP-91235-052025 Resurfacing of Existing Tennis Courts and Installation of New Pickleball Courts at Grove Park Tennis Area<br /> <br /> <br />BIDS ARE NOW AVAILABLE AT WWW.JACKSONMS.GOV & WWW.CENTRALBIDDING.COM<br /> <br /> <br />“Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted www.centralbidding.com. For any question relating to the electronic bidding process, please call Central Bidding at 225-810-4814.”<br /> <br /> The above must comply with the City's specifications. Copies of proposal forms can be obtained from the Purchasing Division, 200 South President Street, Room 604, Hood Building, and Jackson, Mississippi 39201. Copies of Bid specifications are filed with the City Clerk for public record in accordance with House Bill No 999, 1986 Regular Session of the Mississippi Legislature.<br /> <br /> The City of Jackson is committed to the principle of non-discrimination in Public Purchasing. It is the policy of the City of Jackson to promote full and equal business opportunities for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offer shall submit a completed and signed Equal Business Opportunity (EBO) Plan Application, with each bid submission, in accordance with the provisions set forth by authority of the City of Jackson's EBO Ordinance. Failure to comply with the City's EBO Ordinance shall disqualify a contractor, bidder or offer, from being awarded an eligible contract. For more information on the City's EBO Program, please contact the Office of Economic Development at (601)960-1851. Copies of the EBO Ordinance, EBO Plan Application and a copy of the EBO Program are available with the Office of Economic Development at 218 South President Street, Second Floor, and Jackson, Mississippi.<br /> <br /> The City reserves the right to reject any and all Bids. The City also reserves the right to waive any and all informalities in respect to any Bid submitted. Bid awards will be made to the lowest and best company submitting the lowest net price in accordance with specifications. The award could be according to the lowest cost per item; or to the lowest total cost for all items; or to accept all or part of any proposal. Delivery time may be considered when evaluating the Bid proposal. In those cases where it is known prior to advertising that the City's intention is to award according to the lowest total cost for all items, or in some variation thereof, statements to this affect will be included on the proposal form. Absence of such statement means the City will make that determination during the Bid review.<br /> <br /> Monica Oliver, Purchasing Manager<br /> Purchasing Division <br /> (601) 960-1025 or (601) 960-1028<br /> <br />MO <br />91235
https://www.centralauctionhouse.com/rfp75382722-rfp-91235-052025-resurfacing-of-existing-tennis-courts-and-installation-of-new-pickleball-courts-at-grove-park-tennis-area.html
01-May-2025 8:00:00 AM CDT |
20-May-2025 3:30:00 PM CDT |
City of Jackson |
75077-052025 Twenty-Four Month Supply of Clay Gravel and Wash Gravel
|
For The Mississippi Link<br />For Publication: May 01st & 08th , 2025 <br /> <br />NOTICE TO BIDDERS<br />City of Jackson<br />Jackson, Mississippi <br /> <br />Sealed, signed bids are invited and will be received by the City of Jackson, Mississippi, until 3:30 P.M. in the City Clerk’s Office of Jackson, the bid must be stamped in by 3:30 P.M. Tuesday, May 20,2025 at which time said bids will be publicly opened at the City Hall located at 219 South President Street (City Council Chambers) in City Hall for the following:<br /> <br /> <br /> 75077-052025 Twenty-Four Month Supply of Clay Gravel and Wash Gravel<br /> <br />BIDS ARE NOW AVAILABLE AT WWW.JACKSONMS.GOV<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com,bids are also available at www.centralbidding.com or for assist call 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 bid specifications are filed with the City Clerk for public record in accordance with House Bill No 999, 1986 Regular Session of the Mississippi Legislature.<br /> <br /> The City of Jackson is committed to the principle of non-discrimination in Public Purchasing. It is the policy of the City of Jackson to promote full and equal business opportunities for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offer shall submit a completed and signed Equal Business Opportunity (EBO) Plan Application, with each bid submission, in accordance with the provisions set forth by authority of the City of Jackson's EBO Ordinance. Failure to comply with the City's EBO Ordinance shall disqualify a contractor, bidder or offer, from being awarded an eligible contract. For more information on the City's EBO Program, please contact the Office of Economic Development at (601)960-1638. Copies of the EBO Ordinance, EBO Plan Application and a copy of the EBO Program are available with the Office of Economic Development at 218 South President Street, Second Floor, Jackson, Mississippi.<br /> <br /> The City reserves the right to reject any and all bids. The City also reserves the right to waive any and all informalities in respect to any bid submitted. Bid awards will be made to the lowest and best bidder quoting the lowest net price in accordance with specifications. The award could be according to the lowest cost per item; or to the lowest total cost for all items; or to accept all or part of any proposal. Delivery time may be considered when evaluating the bid proposal. In those cases, where it is known prior to advertising that the City's intention is to award according to the lowest total cost for all items, or in some variation thereof, statements to this affect will be included on the proposal form. Absence of such statement means the City will make that determination during the bid review.<br /> <br /> <br /> Monica Oliver, Acting Purchasing Manager<br /> Purchasing Division<br /> (601) 960-1028/1025<br /> <br />MO<br />75077
https://www.centralauctionhouse.com/rfp46400770-75077-052025twenty-four-month-supply-of-clay-gravel-and-wash-gravel.html
01-May-2025 8:00:00 AM CDT |
20-May-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development -Dist. 71 Project 124 Pine Lawn Pl.
|
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, May 13, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br />1. 209-59 located at 124 Pine Lawn Pl. <br /><br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and or conduct business in the City, to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /><br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full and equal business opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s Equal Business Opportunity (EBO) Ordinance. Failure to comply with the City’s Ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the Office of Economic Development at 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<br /><br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, or disability in consideration for an award.<br /><br />Contract Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________ <br />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 />April 24, 2025<br />May 1, 2025<br /> <br />The Jackson Advocate<br />April 24, 2025<br />May 1, 2025<br /> <br />Central Bidding<br />April 24, 2025<br />May 13, 2025<br /> <br />City of Jackson Bid Opportunities<br />April 24, 2025<br />May 13, 2025<br /> <br />MTAP (State Transparency Website)<br />April 24, 2025<br />May 13, 2025<br /> <br /> <br /> <br /> <br /> <br /><br /> <br />
https://www.centralauctionhouse.com/rfp52382603-city-of-jackson-planning-development-dist-71-project-124-pine-lawn-pl.html
24-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
BID FOR HEAVY DUTY HYBRID DIESEL TRANSIT BUSES CITY PROJECT NO. RFP#2025-01
|
Advertisement For Bids<br /> <br />HEAVY DUTY HYBRID DIESEL TRANSIT BUSES<br /><br />City Project No. RFP#2025-01 <br />Sealed proposal will be received by the City Clerk of the City of Jackson, Mississippi at the office of the City Clerk, City Hall, 219 South President Street, P.O. Box 17, Jackson, Mississippi 39205 until 3:30 P.M. CST, Tuesday, May 27, 2025, for Heavy Duty Hybrid Diesel Transit Buses for the public transportation system in the City of Jackson (as specified) necessary for Request for proposal (RFP)#2025-01.<br /> <br />The term of the contract will be for five (5) years. . <br /> <br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full and equal business opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provision of the City of Jackson’s Equal Business Opportunity (EBO) Executive Order. Failure to comply with the City’s Executive Order shall disqualify a contractor, bidder, or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the Division of Equal Business Opportunity at 601-960-1856. Copies of the Executive Order, EBO Plan Applications and a copy of the program are available at 200 South President Street, Suite 223, Jackson, Mississippi.<br /> <br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4, that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex, in consideration for an award.<br /> <br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and/or conduct business in the City to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /> <br />The City of Jackson ensures that the Disadvantaged Business Enterprises (DBEs), as outlined in 49 C.F.R. Part 26, as amended, have the maximum opportunity to participate in the performance of contracts. Therefore, it is imperative that you read the DBE Section and complete the necessary paperwork in its entirety. If there is any evidence or indication that two or more bidders are in collusion to restrict competition or are otherwise engaged in anti-competitive practices, the submission of all such bidders shall be rejected, and such evidence may be cause for disqualification of the participants in any future solicitation undertaken by the City of Jackson.<br /> <br />Bids shall be made out on the bid proposal forms to be provided, sealed in an envelope and plainly marked on the outside of the envelope: “Bid for HEAVY DUTY HYBRID DIESEL TRANSIT BUSES, Request for Proposal (RFP)#2025-01.” <br />Bids, EBO and DBE plans shall be submitted in triplicate (bound/stapled separately), sealed and deposited with the City Clerk, City Hall, Jackson, Mississippi prior to the hour and date hereinbefore designated. No bidder may withdraw his bid within 90 days after the actual date of the opening thereof.<br /> <br />Official Bid Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic Bids may be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Awarding public contracts to non-resident Bidders will be on the same basis as the non-resident bidder's state awards contracts to Mississippi Contractors bidding under similar circumstances. Current state law, Mississippi General Laws of 2010, Chapter 383, section 31-3-21 of the Mississippi Code of 1972, as amended, requires a non?resident bidder to attach to the bid a copy of the Bidder's resident state’s current laws pertaining to such state's treatment of nonresident contractors. Non-resident bidders must attach to their bid a copy of any bid preference law of the state, city, county, parish, province, nation or political subdivision where they are domiciled. If there is no such law where they are domiciled, all non-resident bidders shall attach a letter to their bid stating that there is no bid preference law where they are domiciled. The bid of any non-resident bidder who fails to attach to its bid a copy of its domicile’s bid preference law or a letter stating that its domicile has no such bid preference law, whichever is applicable, shall be rejected and not considered for award.<br /> <br />The City of Jackson hereby notifies all Bidders that minority and women business enterprises are solicited to bid on these contracts as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities, equipment, material and/or supply needs.<br /> <br />The City of Jackson reserves the right to reject any and all bids and to waive any informalities or irregularities therein.<br /> <br />_____________________________<br /> <br />Publishing Dates: 4/24/2025; 5/1/2025; 5/8/2025; 5/15/2025; 5/22/2025<br />Publication: Mississippi Link and Clarion Ledger<br /> <br />Electronic Publishing Dates: 4/24/2025 THRU 5/27/2025<br />Publication: www.transittalent.com; www.jacksonms.gov; www.centralbidding.com; www.ridejtran.com<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp55168689-bid-for-heavy-duty-hybrid-diesel-transit-buses-city-project-no-rfp2025-01.html
24-Apr-2025 8:00:00 AM CDT |
27-May-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development -Dist. 71 Project 264 Shady Pine Ln.
|
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, May 13, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br />1. 209-73 located at 264 Shady Pine Ln. <br /><br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and or conduct business in the City, to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /><br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full and equal business opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s Equal Business Opportunity (EBO) Ordinance. Failure to comply with the City’s Ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the Office of Economic Development at 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<br /><br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, or disability in consideration for an award.<br /><br />Contract Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________ <br />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 />April 24, 2025<br />May 1, 2025<br /> <br />The Jackson Advocate<br />April 24, 2025<br />May 1, 2025<br /> <br />Central Bidding<br />April 24, 2025<br />May 13, 2025<br /> <br />City of Jackson Bid Opportunities<br />April 24, 2025<br />May 13, 2025<br /> <br />MTAP (State Transparency Website)<br />April 24, 2025<br />May 13, 2025<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp68272415-city-of-jackson-planning-development-dist-71-project-264-shady-pine-ln.html
24-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development - Dist. 71 Project 2745 Pine Tree Dr.
|
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, May 13, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br />1. 209-89 located at 2745 Pine Tree Dr. <br /><br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and or conduct business in the City, to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /><br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full and equal business opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s Equal Business Opportunity (EBO) Ordinance. Failure to comply with the City’s Ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the Office of Economic Development at 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<br /><br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, or disability in consideration for an award.<br /><br />Contract Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________ <br />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 />April 24, 2025<br />May 1, 2025<br /> <br />The Jackson Advocate<br />April 24, 2025<br />May 1, 2025<br /> <br />Central Bidding<br />April 24, 2025<br />May 13, 2025<br /> <br />City of Jackson Bid Opportunities<br />April 24, 2025<br />May 13, 2025<br /> <br />MTAP (State Transparency Website)<br />April 24, 2025<br />May 13, 2025<br /> <br /> <br /> <br /> <br /> <br /><br />
https://www.centralauctionhouse.com/rfp33584727-city-of-jackson-planning-development--dist-71-project-2745-pine-tree-dr.html
24-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development -Dist. 71 Project 2733 Pine Tree Dr.
|
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, May 13, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br />1. 209-87 located at 2733 Pine Tree Dr. <br /><br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and or conduct business in the City, to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /><br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full and equal business opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s Equal Business Opportunity (EBO) Ordinance. Failure to comply with the City’s Ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the Office of Economic Development at 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<br /><br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, or disability in consideration for an award.<br /><br />Contract Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________ <br />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 />April 24, 2025<br />May 1, 2025<br /> <br />The Jackson Advocate<br />April 24, 2025<br />May 1, 2025<br /> <br />Central Bidding<br />April 24, 2025<br />May 13, 2025<br /> <br />City of Jackson Bid Opportunities<br />April 24, 2025<br />May 13, 2025<br /> <br /> <br />MTAP (State Transparency Website)<br />April 24, 2025<br />May 13, 2025<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp90741518-city-of-jackson-planning-development-dist-71-project-2733-pine-tree-dr.html
24-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development -Dist. 71 Project 2722 Pine Tree Dr.
|
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, May 13, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br />1. 209-35 located at 2722 Pine Tree Dr.<br /> <br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and or conduct business in the City, to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /><br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full and equal business opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s Equal Business Opportunity (EBO) Ordinance. Failure to comply with the City’s Ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the Office of Economic Development at 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<br /><br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, or disability in consideration for an award.<br /><br />Contract Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________ <br />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 />April 24, 2025<br />May 1, 2025<br /> <br />The Jackson Advocate<br />April 24, 2025<br />May 1, 2025<br /> <br />Central Bidding<br />April 24, 2025<br />May 13, 2025<br /> <br />City of Jackson Bid Opportunities<br />April 24, 2025<br />May 13, 2025<br /> <br />MTAP (State Transparency Website)<br />April 24, 2025<br />May 13, 2025<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp4264920-city-of-jackson-planning-development-dist-71-project-2722-pine-tree-dr.html
24-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Jackson |
City of Jackson Planning & Development -Dist. 71 Project 2719 Pine Tree Dr.
|
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, May 13, 2025, at which time they will be publicly opened and read aloud for:<br /><br />The demolition and cleaning of parcels:<br />1. 209-85 located at 2719 Pine Tree Dr. <br /><br />The City of Jackson, Mississippi (“City of Jackson”) is committed to cultivating and ensuring the quality of life of its citizens, through various programs, employment, initiatives, and assistance. The City encourages all persons, corporations, and/or entities doing business within the City, as well as those who seek to contract with the City on various projects and or conduct business in the City, to assist the City in achieving its goal by strongly considering City residents for employment opportunities.<br /><br />The City of Jackson is committed to the principle of non-discrimination in public contracting. It is the policy of the City of Jackson to promote full and equal business opportunity for all persons doing business with the City. As a pre-condition to selection, each contractor, bidder or offeror shall submit a completed and signed Equal Business Opportunity (EBO) Plan, with the bid submission, in accordance with the provisions of the City of Jackson’s Equal Business Opportunity (EBO) Ordinance. Failure to comply with the City’s Ordinance shall disqualify a contractor, bidder or offeror from being awarded an eligible contract. For more information on the City of Jackson’s Equal Business Opportunity Program, please contact the Office of Economic Development at 601-960-1055. Copies of the ordinance, EBO Plan Applications and a copy of the program are available at 200 South President Street, Room 223, Hood Building, Jackson, Mississippi.<br /><br />The City of Jackson hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, or disability in consideration for an award.<br /><br />Contract Documents may be obtained from and/or examined at the offices of the Community Improvement Division located at 200 S. President Street, Suite 331, Jackson, Mississippi 39201. Telephone 601.960.1054. Prospective bidders may obtain copies of all materials required for bidding purposes. There is NO charge for electronic or e-mail copies. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders. The City reserves the right to reject any and all bids and to waive any and all irregularities in respect to any bid submitted or to accept any bid which is deemed most favorable to the City of Jackson.<br /><br />by: _______________________________________ <br />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 />April 24, 2025<br />May 1, 2025<br /> <br />The Jackson Advocate<br />April 24, 2025<br />May 1, 2025<br /> <br />Central Bidding<br />April 24, 2025<br />May 13, 2025<br /> <br />City of Jackson Bid Opportunities<br />April 24, 2025<br />May 13, 2025<br /> <br />MTAP (State Transparency Website)<br />April 24, 2025<br />May 13, 2025<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp55384607-city-of-jackson-planning-development-dist-71-project-2719-pine-tree-dr.html
24-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:30:00 PM CDT |
City of Natchez |
Silver Street Brick Retaining Wall Rehabilitation Project (Rebid)
|
The City of Natchez, Mississippi will receive bids for the Silver Street Brick Retaining Wall Rehabilitation Project no later than 2:00 P.M. local time, Tuesday, May 27, 2025, in the office of the City Clerk, 124 South Pearl Street, Natchez, MS 39120 at which time said bids will be publicly opened, read aloud and thereafter taken under advisement until the next meeting of the Natchez Mayor and Board of Alderman.<br />The work consists essentially of brick retaining wall rehabilitation at Silver Street. Remove existing vegetation from the face of the wall, re-point existing mortar where needed, re-using some brick that has fallen to the base of the wall, adding some new brick and mortar where needed to complete the wall back to its original state.<br /><br />
https://www.centralauctionhouse.com/rfp64913448-silver-street-brick-retaining-wall-rehabilitation-project-rebid.html
25-Apr-2025 12:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
City of Natchez |
Mississippi River Aesthetic Bridge Lighting Project
|
NOTICE is hereby given that the City of Natchez, Mississippi, will receive sealed bids at the Office of the City Clerk, 124 South Pearl St., Natchez, MS 39120 (601-445-7500), for the procurement of lights as specified in the Contract Documents, for the MS River Aesthetic Bridge Lighting Project. This contract includes only the procurement of materials. Installation and/or construction activities are NOT included in this bidding. The City of Natchez will receive sealed bids until the hour of 10:00 AM local time on Tuesday, May 27, 2025, and thereafter publicly opened, read aloud, and taken under advisement until the next meeting of the Natchez Mayor and Board of Aldermen. Funding for this project is provided by House Bill 1353, 2022 Regular Legislative Session, Laws of 2022, Mississippi Legislature. A Pre-Bid meeting will NOT be held.
https://www.centralauctionhouse.com/rfp54037132-mississippi-river-aesthetic-bridge-lighting-project.html
18-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
City of Olive Branch |
AV Gas Fuel Storage - City of Olive Branch
|
<div style="text-align: center;"><b>City of Olive Branch<br />Olive Branch, Mississippi<br />AV-Gas Fuel Storage<br /><br />00 11 00 ADVERTISEMENT FOR BIDS</b><br /> </div>Sealed bids for <b>AV-Gas Fuel Storage</b>, to be constructed for <b>City of Olive Branch</b>, Olive Branch Airport, will be received at the Mayor’s Conference Room at City Hall, 9200 Pigeon Roost Road, Olive Branch, MS 38654, until<b> 2:00PM on Monday, May 12, 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 on <b>2:00PM on Thursday, April 24, 2025,</b> at the Olive Branch Airport Terminal Building, 8000 Terminal Drive, Olive Branch, Mississippi 38654 (662-895-2978). 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 installation of a new 8,000 gallon AV-gas tank and integration in existing fuel farm to provide a total storage of 20,000 gallons of AV-gas.<br /> <br />Bids will be received for a single prime contract. Bids shall be on a lump sum and unit price basis 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 and the office of Karen McNeil, Purchasing Manager; therefore, all prime bidders shall be responsible for downloading the bid documents from the Central Bidding website or receiving them directly from the City of Olive Branch in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in their bid to verify receipt.<br /> <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 will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract, issued by a Surety Company licensed to operate in the State of Mississippi and shall be named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.<br /> <br />Each Bidder shall have a Certificate of Responsibility to bid on contracts for public projects in which the bid price exceeds $50,000 and for private projects in which the bid price exceeds $100,000 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 for a public project or $100,000 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 /><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:<ul> <li>Buy American Preference (49 USC § 50101)</li> <li>Civil Rights – Title VI Assurances (78 Stat. 252, 42 USC §§ 2000d to 2000d-4)</li> <li>Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5)</li> <li>Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)</li> <li>Lobbying and Influencing Federal Employees (31 USC § 1352, 2 CFR part 200 Appendix II(J), 49 CFR part 20 Appendix A)</li> <li>Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act) </li></ul>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>8 percent </b>of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE).<br /> <br />City of Olive Branch reserves the right to reject any or all bids, to waive irregularities and informalities in the bids and bidding deemed to be in the best interests of City of Olive Branch, and to reject nonconforming, nonresponsive, or conditional bids. The City anticipates award to the lowest and best responsible and responsive bidder.<br /> <br />Bids must remain in effect for 60 days after the bid opening date. Within 60 days from the bid date, the Owner may award the contract to the lowest responsive, responsible Bidder or reject any or all Bids for the Project.<br /> <br /><b>WITNESS MY SIGNATURE THIS THE 1st DAY OF APRIL, 2025.</b><br /> <br />/s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp384822-av-gas-fuel-storage--city-of-olive-branch.html
03-Apr-2025 9:00:00 AM CDT |
12-May-2025 2:00:00 PM CDT |
City of Olive Branch |
Shared Use Path
|
<div style="text-align: center;"> ADVERTISEMENT</div> <div style="text-align: center;">City of Olive Branch</div><div style="text-align: center;">DeSoto County, MISSISSIPPI</div> <div style="text-align: center;">Federal Aid Project No. STP-0183-00(028)LPA/109386/701000</div> <br />The City of Olive Branch, Mississippi will receive bids for construction of a shared use path and bridge from Ross Road to the George M. Harrison Municipal Park Soccer Complex for a total project length of 0.874 mile, Federal Aid Project No. STP-0183-00)028) no later than 2:00 PM, local time, May 23, 2025 at City Hall, 9200 Pigeon Roost Rd, Olive Branch, MS 38654. All bids so received will be publicly opened and read aloud.<br /> <br />The work shall consist essentially of the following items:<br /> <br /> Grading, draining and paving the path, and constructing a bridge and pavilion.<br /> All other related items of work required to complete the project as shown and specified in the Contract Documents.<br /> <br />The above general outline of features of work does not in any way limit the responsibility of the contractor to perform all work and furnish all plant, labor, equipment and materials required by the specification and the drawings referred to therein.<br /> <br />The attention of bidders is directed to the Contract Provisions governing selection and employment of labor. Minimum wage rates for Federal-Aid projects have been predetermined by the Secretary of Labor and are subject to Public Law 87-581 Work Hours Act of 1962, as set forth in the Contract Provisions.<br /> <br />The City of Olive Branch hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />The award of this contact will be contingent upon the Contractor satisfying the DBE requirements.<br /> <br />Plans, Specifications and Contract Documents may be picked up at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) or via email at
[email protected].<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 prior to the hour and date above designated. Each envelope must be plainly marked on the outside as “Shared Use Path at George Harrison Soccer Complex” and must bear on the outside the date the bid is to be opened. Opened bids will be presented for consideration at a regular meeting of the Mayor and Board of Alderman of the City of Olive Branch.<br /> <br />Each bid shall be accompanied by a Cashier’s Check, Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to the City of Olive Branch as bid security. Bidders shall also submit a current financial statement, if requested by the City. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /> <br />Work to be performed shall be in accordance with the “Mississippi State Highway and Bridge Standard Provisions, 2017”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications.<br /> <br />The attention of Bidders is directed to the provisions of Subsection 102.07 pertaining to irregular proposals and rejection of bids.<br /> <br />CITY OF OLIVE BRANCH,<br />DESOTO COUTY,<br />MISSISSIPPI<br /> <br />BY<br />Kenneth Adams<br />City of Olive Branch, DeSoto County<br /> <br />PUBLISH: April 21, 2025 and April 28, 2025 <br /> <br />
https://www.centralauctionhouse.com/rfp6388570-shared-use-path.html
21-Apr-2025 9:00:00 AM CDT |
23-May-2025 2:00:00 PM CDT |
City of Olive Branch |
Olive Branch Fire Station No. 6
|
<div style="text-align: center;">LEGAL NOTICE<br /> </div>Sealed bids for Olive Branch Fire Station No. 6 will be received by the City of Olive Branch at 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 until 2:00 P.M. local time on Monday, June 9th, 2025, and thereafter will be opened and publicly read.<br /> <br />The project consists of a new one-story, 4-bay, Fire Station facility in the City of Olive Branch MS.<br /> <br />A Pre-Bid Conference will be held at City Hall at 2:00 P.M. local time on Thursday, May 8, 2025, in order to discuss the scope and schedule for the Project.<br /> <br />Plans, Specifications and Contract Documents may be picked up at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) or may be requested via email from
[email protected].<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bid must be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each envelope must be plainly marked on the outside as “Olive Branch Fire Station No. 6” and must bear on the outside the date the bid is to be opened. Opened bids will be presented for consideration at a regular meeting of the Mayor and Board of Aldermen of the City of Olive Branch.<br />Each bid shall be accompanied by a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of 5% of the total bid price, as a guarantee that if the bid is accepted, the Bidder will enter into a contract and execute the Performance and Payment bonds in the form and within the time specified.<br /> <br />The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract, issued by a Surety Company licensed to operate in the State of Mississippi and shall be named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.<br /> <br />Each Bidder shall have a Certificate of Responsibility to bid on contracts for public projects in which the bid price exceeds $50,000.00 and for private projects in which the bid price exceeds $100,000.00 as required by the laws of the State of Mississippi. Each Bidder shall show on the outside of the envelope containing his bid: his current certificate of responsibility number and expiration date or if applicable, a statement certifying that the bid enclosed does not exceed $50,000.00 for a public project or $100,000.00 for a private project. Failure to show these items on the outside of the envelope containing the bid will result in the bid being returned to Bidder unopened.<br /> <br />No Bidder may withdraw his bid for a period of sixty (60) days after date of actual bid opening, without the Owner's consent.<br /> <br />The City of Olive Branch reserves the right to reject any or all bids in whole or in part, with or without cause; and to accept the lowest bid which in its judgment will be for the best interest of the City of Olive Branch.<br /><br />WITNESS MY SIGNATURE THIS THE 15th DAY OF April, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK<br />
https://www.centralauctionhouse.com/rfp71944369-olive-branch-fire-station-no-6.html
24-Apr-2025 9:00:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
City of Olive Branch |
Gas Regulator Station at Center Hill Road & MS Highway 178
|
<div style="text-align: center;"><b>LEGAL NOTICE TO BIDDERS</b></div> <br />Sealed bids for <b>Gas Regulator Station at Center Hill Road & MS Highway 178</b> will be received by the City of Olive Branch at 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 until <b>2:00 P.M.</b> local time on <b>Monday, June 9, 2025,</b> and thereafter will be opened and publicly read.<br /> <br />The project consists of the fabrication and installation of a natural gas regulator station, complete with tie-in connections to the existing distribution system, testing, and commissioning, as set out in the project drawings and specifications.<br /> <br />Plans, Specifications and Contract Documents may be picked up at the office of Karen McNeil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) or may be requested via email from
[email protected].<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bid must be submitted in a sealed envelope, addressed to the City Clerk, City of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each envelope must be plainly marked on the outside as “<b>Gas Regulator Station at Center Hill Road & MS Highway 178” </b>and must bear on the outside the date the bid is to be opened. Opened bids will be presented for consideration at a regular meeting of the Mayor and Board of Aldermen of the City of Olive Branch.<br /> <br /><b>Bidders Must Submit along with the bid, Proof of Gas Operator Qualification Program which includes all of the Covered Tasks required for work done in this project. Bids must also include proof of drug and alcohol screening programs and welder’s certifications.</b><br /> <br />Each bid shall be accompanied by a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of 5% of the total bid price, as a guarantee that if the bid is accepted, the Bidder will enter into a contract and execute the Performance and Payment bonds in the form and within the time specified.<br /> <br />The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract, issued by a Surety Company licensed to operate in the State of Mississippi and shall be named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.<br /> <br />Each Bidder shall have a Certificate of Responsibility to bid on contracts for public projects in which the bid price exceeds $50,000.00 and for private projects in which the bid price exceeds $100,000.00 as required by the laws of the State of Mississippi. Each Bidder shall show on the outside of the envelope containing his bid: his current certificate of responsibility number and expiration date or if applicable, a statement certifying that the bid enclosed does not exceed $50,000.00 for a public project or $100,000.00 for a private project. Failure to show these items on the outside of the envelope containing the bid will result in the bid being returned to Bidder unopened.<br /> <br />No Bidder may withdraw his bid for a period of sixty (60) days after date of actual bid opening,<br />without the Owner's consent.<br /> <br />The City of Olive Branch reserves the right to reject any or all bids in whole or in part, with or without cause; and to accept the lowest bid which in its judgment will be for the best interest of the City of Olive Branch.<br /> <br />WITNESS MY SIGNATURE THIS THE 24th DAY OF April, 2025.<br /> <br />/s/ TENA STEWART, CITY CLERK
https://www.centralauctionhouse.com/rfp47186253-gas-regulator-station-at-center-hill-road-ms-highway-178-.html
01-May-2025 9:00:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
City of Ridgeland |
FY2025 THERMOPLASTIC PAVEMENT MARKINGS ON DESIGNATED CITY STREETS
|
<div>ADVERTISEMENT FOR BIDSFOR<br />PERMANENT THERMOPLASTIC PAVEMENT MARKINGS<br />CITY OF RIDGELAND, MISSISSIPPI<br />NOTICE is hereby given that the City of Ridgeland, Mississippi will receive written sealed bids until the hour of 2:00 PM, local time, on TUESDAY, MAY 20, 2025, in the Public Works Conference Room at Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157, for the furnishing of all labor and materials and for the installation of permanent thermoplastic pavement markings on the following City Streets: North Livingston Road; Post Road; McClellan Drive; Centre Street; and, Old Agency Road.<br />Bids are to be stated for the installation of permanent thermoplastic pavement markings along the aforementioned City Streets, and all other work with its related appurtenances necessary to complete the above project as shown and specified in the Contract Documents.<br />A non-mandatory pre-bid conference will be held at 2:00 PM, on MONDAY, MAY 12, 2025, in the Public Works Conference Room at Ridgeland City Hall. All plan holders are encouraged to attend.<br />The Total Contract Time will be 90 CALENDAR DAYS and the liquidated damages will be $500.00 per consecutive calendar day thereafter. <br /> Bids will only be accepted on Official Bid Documents provided by the City of Ridgeland Public Works Department. Official Bid Documents must be obtained by making an official written request to the attention of Renee Buckner, P.O. Box 217, Ridgeland, MS 39158,
[email protected]. Emails are considered an official written request. Official Bid Documents can also be downloaded from Central Bidding at www.centralbidding.com and electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process and to register, please call Central Bidding at 225-810-4814.<br /> Optional hard copies of project bid documents are also available for a nonrefundable price of $50.00 for each set. Paper copies of the Proposal and Contract Documents may be obtained from the Public Works Department of the City of Ridgeland, Mississippi, at the Ridgeland City Hall, 100 West School Street, Ridgeland, Mississippi 39157.<br />The DRAWINGS, SPECIFICATIONS AND BID SCHEDULE may also be examined at the following locations:<br /><br />Mississippi Procurement Technical Assistance Program (MPTAP)<br />501 North West Street, Suite B 01<br />Jackson, MS 39201<br />Contact: Carlyn McGee<br />601-359-3448<br /><br />City of Ridgeland<br />Public Works Department<br />Ridgeland City Hall<br />100 W. School Street<br />Ridgeland, MS 39157<br />Contact: Renee Buckner<br /> 601-853-2027<br />
[email protected]<br /><br />Central Bidding<br />www.centralbidding.com<br />225-810-4814<br /> <br /> <br /> <br /> <br /><br /> The City of Ridgeland, Mississippi hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, religion or national origin in consideration for an award. <br /> Any contract or contracts awarded under this invitation for bids are expected to be funded in whole or in part by ARPA funds and State Bond Funds. This procurement will be subject to all applicable sections of the Mississippi Code of 1972, Annotated, as they apply to local governments, in accordance with local, state, and ARPA Program Regulations.<br /> Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to the City of Ridgeland, Mississippi as bid security. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /> The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with Ridgeland City Hall, Ridgeland, Mississippi prior to the hour and date above designated. No bidder may withdraw his bid within sixty (60) days after the date of actual bid opening, without Owner’s consent. <br /> Contract award will be made to the lowest and best bidder offering the low aggregate amount for the base bid item, plus additive or deductive bid alternates applied in the order which is most beneficial to the Owner, and within funds available for the project.<br /> The Mayor and Board of Aldermen reserve the right to accept or reject any and all bids and to waive any and all informalities.<br /> BY ORDER OF THE MAYOR AND BOARD OF ALDERMEN, ON THIS THE 15TH DAY OF APRIL 2025.<br /> <br />CITY OF RIDGELAND, MISSISSIPPI<br />BY:<br />(s) Gene F. McGee, Mayor<br />Publish MONDAY, APRIL 21, 2025 and MONDAY, APRIL 28, 2025 IN THE CLARION LEDGER NEWSPAPER.</div>
https://www.centralauctionhouse.com/rfp57630304-fy2025-thermoplastic-pavement-markings-on-designated-city-streets.html
26-Apr-2025 12:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
City of Ridgeland |
Dump Truck
|
ADVERTISEMENT FOR BIDSFOR<br />NEW DUMP TRUCK<br /> CITY OF RIDGELAND, MISSISSIPPI<br /> <br />Notice is hereby given that the City of Ridgeland, Mississippi will receive bids for the following:<br /> <br />NEW DUMP TRUCK<br /> <br /> <br />UN-PRICED BID PROPOSALS will be accepted until the hour of 11:00 AM, local time, on WEDNESDAY, April 23, 2025 in sealed envelopes CLEARLY MARKED SOLICITATION FOR BID, at the Ridgeland Public Works Department main office located inside Ridgeland City Hall at 100 W. School Street, Ridgeland, MS 39157, or by electronic bid submission at www.centralbidding.com . Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids during the electronic reverse auction. <br /> <br />Bidding will be held by electronic reverse auction at:<br />10:00 AM, local time, ON WEDNESDAY, April 30, 2025 FOR THE NEW DUMP TRUCK<br /> <br />Electronic reverse auction bids can be submitted at www.centralbidding.com. Please contact Central Bidding at 225-810-4814 if you have any questions relating to the electronic bidding process.<br /> <br />The Specifications and Contract Documents may be obtained from the Ridgeland Public Works Department main office located inside Ridgeland City Hall at 100 W. School Street, Ridgeland, MS 39157, (601) 853-2027,
[email protected] .The Specifications and Contract Documents may also be downloaded at www.centralbidding.com for a fee. All bids must comply with the specifications provided. <br />The City of Ridgeland reserves the right to amend the specifications and contract documents as necessary prior to bid, and agrees to notify all having requested bid packets. The City of Ridgeland reserves the right to accept or reject any and all bids and to waive any and all informalities.<br /> <br />Contracts for purchase will be made from the lowest and/or best bids submitted, but the Mayor and Board of Aldermen reserve the right to reject any and all bids, and accept or reject any part of a bid.<br /> <br />CITY OF RIDGELAND, MISSISSIPPI <br /> <br />BY: /s/Paula Tierce <br /> Paula Tierce, City Clerk<br /> <br />Publish: Thursday, March 27, 2025 and April 3, 2025 - Madison County Journal<br /> <br />Furnish proof of publication to: Paula Tierce, City Clerk,
[email protected] (601-856-7113)<br />
[email protected] (601-853-2027)<br /> Ridgeland City Hall<br /> 100 W. School Street<br /> Ridgeland, MS 39157<br /> <br />Send invoice to: Paula Tierce, City Clerk,<br /> City of Ridgeland;<br /> P.O. Box 217<br /> Ridgeland, MS 39158<br /> (601-856-7113)<br /> <br />
https://www.centralauctionhouse.com/rfp68511185-dump-truck.html
30-Apr-2025 10:00:00 AM CDT |
30-Apr-2025 10:20:00 AM CDT |
City of Ridgeland |
Natural Gas Generators and Installation
|
ADVERTISEMENT FOR BIDS FOR<br />NEW GENERATORS FOR FIRE STATIONS 1, 2, AND 3<br /> CITY OF RIDGELAND, MISSISSIPPI<br /> <br />Notice is hereby given that the City of Ridgeland, Mississippi will receive bids for new generators at fire stations 1, 2, and 3.<br /> <br />UN-PRICED BID PROPOSALS will be accepted until the hour of 11:00 AM, local time, on TUESDAY, May 20, 2025 in sealed envelopes CLEARLY MARKED SOLICITATION FOR BID, at the Ridgeland Fire Department main office located at 456 Towne Center Blvd., Ridgeland, MS 39157, or by electronic bid submission at www.centralbidding.com . Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids during the electronic reverse auction. <br /> <br />Bidding will be held by electronic reverse auction at 10:00 AM, local time, ON TUESDAY, May 27, 2025. Electronic reverse auction bids can be submitted at www.centralbidding.com. Please contact Central Bidding at 225-810-4814 if you have any questions relating to the electronic bidding process.<br /> <br />The Specifications and Contract Documents may be obtained from the Ridgeland Fire Department main office located 456 Towne Center Blvd., Ridgeland, MS 39157, (601) 856-7004,
[email protected]. The Specifications and Contract Documents may also be downloaded at www.centralbidding.com for a fee. All bids must comply with the specifications provided. <br />The City of Ridgeland reserves the right to amend the specifications and contract documents as necessary prior to bid, and agrees to notify all having requested bid packets. The City of Ridgeland reserves the right to accept or reject any and all bids and to waive any and all informalities.<br /> <br />Contracts for purchase will be made from the lowest and/or best bids submitted, but the Mayor and Board of Aldermen reserve the right to reject any and all bids, and accept or reject any part of a bid.<br /> <br />CITY OF RIDGELAND, MISSISSIPPI <br /> <br />BY: /s/Paula Tierce <br /> Paula Tierce, City Clerk<br /> <br />Publish: Monday, April 24, 2025 and May 1, 2025 - Clarion Ledger<br /> <br />
https://www.centralauctionhouse.com/rfp92387570-natural-gas-generators-and-installation.html
24-Apr-2025 8:00:00 AM CDT |
20-May-2025 11:00:00 AM CDT |
City of Southaven |
I-55 Widening Utility Relocation (Goodman Road)
|
<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br /> <br />NOTICE is hereby given that the Mayor and Board of Aldermen of the City of Southaven, Mississippi will receive written sealed bids until the hour of ­­10 o’clock a.m. local time, on May 7th, 2025 at the office of the City Clerk of the City of Southaven, at the following address:<br /> <br />Southaven City Hall<br />8710 Northwest Drive<br />Southaven, Mississippi 38671<br /> <br />Received Bids will then be publicly read aloud in the City’s Board Room at 10:15 a.m. local time. Bids are for the furnishing of all labor, materials, and equipment necessary for the construction of that certain project designated as “I-55 Widening Utility Relocation (Goodman Road)” Project Documents are on file and can be viewed at the office of the City Clerk.<br /> <br />Bids are for all labor and materials required to relocate water and sewer mains and services along Church and Airways Road. Construction will also consist of relocating water and sewer mains, in the City of Southaven, Mississippi.<br /> <br />The total Contract Time will be 180 consecutive calendar days and the liquidated damages will be $1,500.00 per consecutive calendar day thereafter.<br /> <br />Bid information may be examined at the following:<br /> <br /> Mississippi Procurement Technical Assistance Program (MPTAP)<br /> Mississippi Development Authority, Minority & Small Business Development<br /> Woolfork Building<br /> 501 North West Street, Suite B 01<br /> Jackson, MS 39201<br /> www.mscpc.com<br /> <br />Copies of the drawings and specifications, together with contract documents, may be obtained from the City Clerk’s office, with payment of $200 reproduction costs for each set, none of which is refundable.<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. 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 City of Southaven reserves the right to reject any and all bids and to waive any information and irregularities therein, solicit new bids, award the bid to the lowest and best bidder.<br /> <br /> <br /> CITY OF SOUTHAVEN, MISSISSIPPI<br /> <br /> <br /> BY: <br /> ANDREA MULLEN, CITY CLERK<br /> <br /> <br />PUBLISH DATES: April 3, 2025 and April 10 , 2025
https://www.centralauctionhouse.com/rfp76564714-i-55-widening-utility-relocation-goodman-road.html
03-Apr-2025 8:00:00 AM CDT |
07-May-2025 10:00:00 AM CDT |
City of Southaven |
Term Contract for Annual Pavement Striping & Markings
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br /> <br />NOTICE is hereby given that the Mayor and Board of Aldermen of the City of Southaven, Mississippi will receive written sealed bids until the hour of 10 o'clock a.m. local time, on Wednesday, May 14th, 2025 at the office of the City Clerk of the City of Southaven, at the following address:<br /> <br /> Southaven City Hall<br /> 8710 Northwest Drive<br /> Southaven, Mississippi, 38671<br /> <br />Received Bids will then be publicly read aloud in the City’s Board Room at 10:30 a.m. local time. Bids are for the furnishing of all labor, equipment, and materials (as specified) necessary for the project designated as the “Term Contract for Annual Pavement Striping & Markings”. Specifications are on file and can be viewed at the office of the City Clerk.<br /> <br />Bids are for the installation of markings for the City streets. The work will generally include, but is not limited to, striping and the placement of reflective markers on existing pavement.<br /> <br />This Contract shall be for an initial period of one (1) year with an option to renew the contract for additional periods up to four (4) additional years.<br /> <br />Bid information may be examined at the following:<br /> <br /> Mississippi Procurement Technical Assistance Program (MPTAP)<br /> Mississippi Development Authority, Minority & Small Business Development<br /> Woolfork Building<br /> 501 North West Street, Suite B 01<br /> Jackson, MS 39201<br /> www.mscpc.com<br /> <br /> <br />Copies of the contract documents and specifications may be obtained from the City Clerk’s office, with payment of $50.00 for each set, none of which is refundable.<br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. 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 City of Southaven reserves the right to reject any and all bids and to waive any informalities or irregularities therein, solicit new bids, or choose that primary bid and possibly a first alternate bid which is / are deemed to be in the best interest of the City of Southaven.<br /> <br /> <br /> <br /> <br /> <br /> CITY OF SOUTHAVEN, MISSISSIPPI<br /> <br /> <br /> BY: <br /> ANDREA MULLEN, CITY CLERK<br /> <br />PUBLISH DATES: April 10, 2025 and April 17, 2025<br />
https://www.centralauctionhouse.com/rfp64777978-term-contract-for-annual-pavement-striping-markings.html
10-Apr-2025 8:00:00 AM CDT |
14-May-2025 10:00:00 AM CDT |
Coahoma Community College |
KEYLESS EXTERIOR DOOR ACCESS: Main Campus and Off-Campus Sites (BID #9882)
|
LEGAL NOTICE<br />Sealed request for proposals will be received by the Board of Trustees for Coahoma Community College, 3240 Friars Point Road, Clarksdale, MS 38614, for the following:<br />Bid # 9882<br />KEYLESS EXTERIOR DOOR ACCESS: Main Campus and Off-Campus Sites<br /> <br />Proposals, within sealed envelopes, will be accepted until 10:00 a.m., CST, May 6, 2025, at the Vivian M. Presley Administration Building, Attn: Business Office, 3240 Friars Point Road, Clarksdale, Mississippi 38614. Proposals must be clearly marked with the appropriate Proposal number.<br />Bidders for the proposal may obtain detailed specifications and additional information from the College website: http://www.coahomacc.edu/openbids/index.html and on the Mississippi’s Apex Accelerator Program at https://www.ms.gov/dfa/contract_bid_search/Bid?autoloadGrid=False.<br /> <br />Bidders for the proposal may also receive bid specifications by contacting Margaret Dixon, Special Projects, via email at
[email protected].<br /> <br />All RFPs must comply with the specifications provided.<br />The Board of Trustees for Coahoma Community College reserves the right to reject any or all bids.<br /> <br />Coahoma Community College Valmadge Towner, President<br /> <br />Publication: April 10, April 17
https://www.centralauctionhouse.com/rfp37129568-keyless-exterior-door-access-main-campus-and-off-campus-sites-bid-9882.html
10-Apr-2025 10:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
Covington County School District |
Web-Based Supplemental English Language Arts and Mathematics Diagnostic Intervention Program 2025-2026
|
NOTICE TO BIDDERS<br /> <br />The Covington County School District will accept proposals for Web-Based Supplemental English Language Arts and Mathematics Diagnostic Intervention Program for the 2025-2026 school year. All proposals must be submitted to the Office of the Superintendent of Education, at 108 Main Street, Collins, MS 39428 no later than 11:00 a.m. CST, Thursday, May 1, 2025.<br /> <br />BID #: 252601<br />Description: Web-Based Supplemental English Language Arts and Mathematics Diagnostic Intervention Program 2025-2026<br /> <br />Official proposal documents can be downloaded from Central Bidding at www.centralbidding.com,, or by visiting www.covingtoncountyschools.org. Electronic proposals can be submitted at www.centralbidding.com. However, hardcopy bids will also be accepted. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814.<br /> <br />All hardcopy submissions must be sealed and clearly marked as stated below.<br /> <br />BID #: 252601<br />Description: Web-Based Supplemental English Language Arts and Mathematics<br /> Diagnostic Intervention Program 2025-2026<br /> <br />No proposal will be accepted via email. Submitting via email will disqualify the vendor from selection.<br /> <br />The Covington County School District reserves the right to reject any or all bids submitted and to waive any informalities.<br /> <br />All bids are subject to federal/state appropriation and the ability of the district’s Comprehensive Federal Program Application to accommodate this expense.
https://www.centralauctionhouse.com/rfp1516185-web-based-supplemental-english-language-arts-and-mathematics-diagnostic-intervention-program-2025-2026.html
10-Apr-2025 12:00:00 AM CDT |
01-May-2025 11:00:00 AM CDT |
Desoto County Board of Supervisors |
25-341-002 Annual Bid to Supply and Haul Dirt for DeSoto County Environmental Services
|
<br />NOTICE TO BIDDERS<br /><br />Sealed bids will be received by the Board of Supervisors of DeSoto County, Mississippi, until 10:00 a.m. on Wednesday, April 30, 2025, at the Office of Procurement, 365 Losher Street, Suite 340, Hernando, Mississippi, for the annual bid to supply and haul dirt for DeSoto County under the jurisdiction of the Board of Supervisors at which time they will be publicly opened and read aloud. The bid period is one year with the option to renew for an additional two years upon agreement of all parties.<br />BID FILE NO: 25-341-002 Annual Bid to Supply and Haul Dirt for DeSoto County Environmental Services<br />Specifications are on file in the Office of Procurement, DeSoto County Administration Building, 365 Losher Street, Suite 340, Hernando, Mississippi, during normal business hours. Information concerning this bid can also be found on the Procurement Page @desotocountyms.gov or from Central Bidding at www.centralbidding.com for a fee. All bids must comply with the specifications provided. DeSoto County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement.<br />All bids submitted must be sealed and clearly labeled on the outside of the bid envelopes as instructed in the bid package and delivered to the Office of Procurement at the above address or electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding submission, please call Central Bidding at 225-810-4814.<br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br />WITNESS MY SIGNATURE, this the 7th day of April, 2025.<br /><br />________________________ 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, April 10, 2025<br />Thursday, April 17, 2025<br /><br />PROOF OF PUBLICATION TO: DeSoto County Administrator Office<br />DeSoto County Administration Building<br />365 Losher Street, Suite 300<br />Hernando, MS 38632<br /> Phone: 662-469-8180<br /><br />
https://www.centralauctionhouse.com/rfp22234838-25-341-002-annual-bid-to-supply-and-haul-dirt-for-desoto-county-environmental-services.html
10-Apr-2025 8:00:00 AM CDT |
30-Apr-2025 10:00:00 AM CDT |
Desoto County Board of Supervisors |
Project WEI.101.2400078.000 Agri-Education Center Highway 51 Access Drive
|
Section 901<br /> <br />ADVERTISEMENT<br />DeSoto County, Mississippi<br /> <br />Agri-Education Center Highway 51 Access Drive<br /> <br />The Board of Supervisors of DeSoto County, Mississippi, will receive bids for the construction of the Agri-Education Center Highway 51 Access Drive no later than 10:00 a.m., Local Time, Monday, May 12th, 2025, at the DeSoto County Administration Building, located at 365 Losher Street, Suite 340, Hernando, MS 38632. All bids so received will be publicly opened and read aloud.<br /> <br />The work shall consist essentially of the following items:<br /> <br />The construction of approximately 0.5 miles of new 2-lane roadway and all associated grading and drainage work.<br /> <br />The above general outline of features of the work does not in any way limit the responsibility of the contractor to perform all work and furnish all plant, labor, equipment, and materials required by the specifications and the drawings referred to therein.<br /> <br />The attention of bidders is directed to the Contract Provisions governing selection and employment of labor.<br /> <br />The Board of Supervisors of DeSoto County hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />Specifications and the drawings referenced to therein are on file in the Office of Procurement during normal business hours. Specifications and drawings may also be viewed at Waggoner Engineering, Inc.’s office located at 2540 Highway 51 South, Hernando, Mississippi. Information concerning this bid can also be found on the Procurement Page at desotocountyms.gov at no cost or from Central Bidding at www.centralbidding.com for a fee. All bids must comply with the specifications provided. DeSoto County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement.<br /> <br />Hard copies of the bid documents may be purchased from Waggoner Engineering, Inc. for a non-refundable fee of $100.00. All checks should be made payable to Waggoner Engineering, Inc.<br />Any questions that bidders might have should be directed to Waggoner Engineering, Inc., 2540 Highway 51 South, Hernando, MS 38632, Phone (662) 429-2100 to the attention of Mitchell Ward or
[email protected].<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 or subcontractor 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 when applicable. When bids are submitted electronically, the requirement for including a certificate of responsibility, or a statement that the bid enclosed does not exceed Fifty Thousand Dollars ($50,000.00) on the exterior of the envelope shall be deemed in compliance by including the same information as an attachment with the electronic bid submittal.<br /> <br />In accordance with Miss. Code Ann. Section 31-3-21(3), preference shall be given to resident contractors. Nonresident contractors submitting a bid shall attach thereto a copy of this resident state’s current preference law, if any, pertaining to such state’s treatment of nonresident contractors. Any bid submitted by a nonresident contractor which does not include the nonresident contractors current state law pertaining to such state’s treatment of nonresident contractors, shall be rejected and not considered for award. If no such law exists in the nonresident contractor’s state, the nonresident contractor may provide a statement to that effect. Electronically submitted bids shall include a copy of the nonresident Contractor’s state preference law or statement regarding nonexistence of state’s preference law as an attachment with the electronic bid submittal.<br /> <br />Each bid shall be accompanied by a Cashier’s Check, Certified Check on a solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, payable to DeSoto County as bid security. Electronic submissions will require the bidder to include an electronic copy of their Certified Check or Bid Bond but a hard copy must be furnished to the DeSoto County Office of Procurement upon bid award. Bidders shall also submit a current financial statement, if requested by the County. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /> <br />Except as otherwise provided in this paragraph, the proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with the DeSoto County Office of Procurement, 365 Losher Street, Suite 340, Hernando, MS 38632 prior to the hour and date above designated. In lieu of sealed bids, you may submit your bid electronically which shall include the proposal and contract documents in its entirety. Electronic bid submissions can be submitted at www.centralbidding.com. For any questions relating to the electronic submission process, please call Central Bidding at 225-810-4814. Complete Bid Books must be submitted with both the sealed bids and electronic bids. No stripped bids will be accepted.<br /> <br />Work to be performed shall be in accordance with the “Mississippi Standard Specifications for Road and Bridge Construction, 2017”, together with all amendments and/or special provisions and/or addenda to the standards duly approved and adopted, unless otherwise noted in these specifications.<br /> <br />The attention of Bidders is directed to the provisions of Subsection 102.07 pertaining to irregular proposals and rejection of bids.<br /> <br />THE BOARD OF SUPERVISORS, DESOTO COUNTY, MISSISSIPPI<br /> <br />WITNESS MY SIGNATURE, this the 7th day of April, 2025<br /> <br /> <br />BY <br /> <br />Mark Gardner, President Misty Heffner, Chancery Clerk<br /> <br />DeSoto County Board of Supervisors<br /> <br />PUBLISHED: DeSoto Times: April 10, 2025 and April 17, 2025
https://www.centralauctionhouse.com/rfp52818673-project-wei1012400078000-agri-education-center-highway-51-access-drive.html
10-Apr-2025 8:00:00 AM CDT |
12-May-2025 10:00:00 AM CDT |
Desoto County School District |
Desktop Computers Bid Packet 349-DESK-DCS25
|
The DeSoto County School District will receive bids for Desktops and Monitors for the 2025/2026 school year in the following manner: <br />Bid #349-DESK-DCS25.<br /> <br />Unpriced bid proposals will be accepted until 9:00 am, CST, Tuesday, April, 29, 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 Wednesday, May 2, 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/rfp81972325-desktop-computers-bid-packet-349-desk-dcs25.html
02-May-2025 9:00:00 AM CDT |
02-May-2025 9:30:00 AM CDT |
Desoto County School District |
Solid Waste Collection and Disposal Services for DeSoto County Schools
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive sealed bids for Solid Waste Collection and Disposal Services in the following manner: Bid #353-WS-DCS26<br /> <br />Sealed Bids will be accepted until 9:30 am, CST, Thursday, May 1, 2025, at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Electronic 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 />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/rfp38916372-solid-waste-collection-and-disposal-services-for-desoto-county-schools.html
10-Apr-2025 12:00:00 AM CDT |
01-May-2025 9:30:00 AM CDT |
Desoto County School District |
Copy Paper 351-PAPER-DCS26
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for Copy Paper for the 2025-2026 school year in the following manner: Bid #351-PAPER-DCS26<br /> <br />Unpriced bid proposals will be accepted until 9:00 am, CST, April 28, 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 May 2nd, 2024, 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/rfp30584154-copy-paper-351-paper-dcs26.html
02-May-2025 9:00:00 AM CDT |
02-May-2025 10:00:00 AM CDT |
Desoto County School District |
63597 - DCS LIGHTING PHASE 3
|
<br />Notice is hereby given that sealed bids will be received for the project named below by the Desoto County School District, 5 East South Street, Hernando, Mississippi 38632, until May 20, 2025 at 2:00 p.m.<br /> <br />Location for Receipt of Bids:<br /> <br />Superintendent’s Office<br />Desoto County School District<br />5 East South Street<br />Hernando, MS 38632<br /> <br />The project consists of partial lighting replacement at the following schools:<br /> <br />CENTER HILL HIGH SCHOOL<br />CENTER HILL MIDDLE SCHOOL<br />CHICKASAW ELEMENTARY SCHOOL<br />OLIVE BRANCH ELEMENTARY SCHOOL<br />OLIVE BRANCH MIDDLE SCHOOL<br />OLIVE BRANCH HIGH SCHOOL<br />OVERPARK ELEMENTARY SCHOOL<br />PLEASANT HILL ELEMENTARY SCHOOL<br /> <br />Project Location: Desoto County Mississippi<br />Owner: Desoto County School District, 5 East South Street, Hernando, MS 38632.<br /> <br />Plans and Specifications Entitled:<br /> <br />DCS Lighting Replacement – Phase 3<br />Desoto County Schools<br /> <br />May be viewed and purchased from our online plan room: www.allenhoshallplanroom.com<br /> <br />a. Copy of plans and specifications will be available for purchase, download, and/or print from our online plan room. See web address above.<br /> <br />b. Partial Sets will not be issued.<br /> <br />c. Copies of plans and specifications will be placed in plan rooms in major cities within the area, locally, and elsewhere as bona fide requests are received.<br /> <br />Official bid documents can also be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Proposals shall be submitted on proposal forms provided with the specifications and must be accompanied by Proposal Security in the form of Certified Check or acceptable Bid Bond in the amount equal to at least five percent (5%) of the Base Bid: such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the proposal, execute contract and post Performance Bond in the form and amount within the time specified. The Bid Bond, if used, shall be payable to the Owner.<br /> <br />Bids on the Project must be received on or before the period scheduled for the project and no bid withdrawn after the scheduled closing time for the project for a period of forty-five (45) days.<br /> <br />All bids submitted in excess of $50,000.00 by a Prime or Subcontractor to do any erection, building, construction, repair, maintenance, or related work must comply with the Mississippi Contractors Act of 1985, by securing a Certificate of Responsibility from the State Board of Contractors.<br /> <br /> <br />PRE-BID CONFERENCE<br /> <br />A. A pre-bid conference has been scheduled on May 1st, 2025 at 9:30 a.m at the Desoto County Schools Physical plant located at 5 East South Street Hernando MS 38632<br /> <br /> B. All general contract/major subcontract Bidders and Suppliers are urged to attend.<br /> <br /> C. All Bidders are expected to have familiarized themselves with conditions relating to the work prior to the pre-bid conference.<br /> <br />The Owner reserves the right to reject any and all bids on any or all projects and to waive informalities.<br /> <br />OWNER:<br /> <br />Desoto County School District<br />5 East South Street<br />Hernando, MS 38632<br /> <br />ARCHITECT:<br /> <br />Allen & Hoshall, PLLC<br />1661 International Drive, Suite 100<br />Memphis, Tennessee 38120<br />PH: 901-820-0820<br />FX: 901-683-1001<br />
https://www.centralauctionhouse.com/rfp63734010-63597--dcs-lighting-phase-3.html
17-Apr-2025 7:00:00 PM CDT |
20-May-2025 2:00:00 PM CDT |
Desoto County School District |
63596 - DCS CONTROL ACCESS PROJECT
|
<br />Notice is hereby given that sealed bids will be received for the project named below by the Desoto County School District, 5 East South Street, Hernando, Mississippi 38632, until May 20th, 2025 at 2:30 p.m.<br /> <br />Location for Receipt of Bids:<br /> <br />Superintendent’s Office<br />Desoto County School District<br />5 East South Street<br />Hernando, MS 38632<br /> <br />The project consists of: THE OWNER INTENDS TO INSTALL ACCESS CONTROL TO EXISTING DOORS AT THE FOLLOWING SCHOOLS: HORN LAKE ELEMENTARY SCHOOL, HORN LAKE MIDDLE SCHOOL, HORN LAKE INTERMEDIATE SCHOOL, SHADOW OAKS ELEMENTARY SCHOOL, SOUTHAVEN ELEMENTARY SCHOOL, HOPE SULLIVAN ELEMENTARY SCHOOL, DESOTO COUNTY ALTERNATIVE CENTER, OLIVE BRANCH MIDDLE SCHOOL, OLIVE BRANCH INTERMEDIATE SCHOOL, AND OVERPARK ELEMENTARY SCHOOL.<br /> <br />Project Location: Desoto County Mississippi<br />Owner: Desoto County School District, 5 East South Street, Hernando, MS 38632.<br /> <br />Plans and Specifications Entitled:<br /> <br />DCS Door Access Control Project<br />Desoto County Schools<br /> <br />May be viewed and purchased from our online plan room: www.allenhoshallplanroom.com<br /> <br />a. Copy of plans and specifications will be available for purchase, download, and/or print from our online plan room. See web address above.<br /> <br />b. Partial Sets will not be issued.<br /> <br />c. Copies of plans and specifications will be placed in plan rooms in major cities within the area, locally, and elsewhere as bona fide requests are received.<br /> <br />Official bid documents can also be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Proposals shall be submitted on proposal forms provided with the specifications and must be accompanied by Proposal Security in the form of Certified Check or acceptable Bid Bond in the amount equal to at least five percent (5%) of the Base Bid: such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the proposal, execute contract and post Performance Bond in the form and amount within the time specified. The Bid Bond, if used, shall be payable to the Owner.<br /> <br />Bids on the Project must be received on or before the period scheduled for the project and no bid withdrawn after the scheduled closing time for the project for a period of forty-five (45) days.<br /> <br />All bids submitted in excess of $50,000.00 by a Prime or Subcontractor to do any erection, building, construction, repair, maintenance, or related work must comply with the Mississippi Contractors Act of 1985, by securing a Certificate of Responsibility from the State Board of Contractors.<br /> <br /> <br />PRE-BID CONFERENCE<br /> <br />A. A pre-bid conference has been scheduled on May 1st, 2025 at 10:00 a.m at the Desoto County Schools Physical plant located at 5 East South Street Hernando MS 38632<br /> <br /> B. All general contract/major subcontract Bidders and Suppliers are urged to attend.<br /> <br /> C. All Bidders are expected to have familiarized themselves with conditions relating to the work prior to the pre-bid conference.<br /> <br />The Owner reserves the right to reject any and all bids on any or all projects and to waive informalities.<br /> <br />OWNER:<br /> <br />Desoto County School District<br />5 East South Street<br />Hernando, MS 38632<br /> <br />ARCHITECT:<br /> <br />Allen & Hoshall, PLLC<br />1661 International Drive, Suite 100<br />Memphis, Tennessee 38120<br />PH: 901-820-0820<br />FX: 901-683-1001
https://www.centralauctionhouse.com/rfp13494599-63596--dcs-control-access-project.html
21-Apr-2025 12:00:00 AM CDT |
20-May-2025 2:30:00 PM CDT |
Desoto County School District |
Child Nutrition Substitute Staffing Services 352-CAFE-DCS25
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive Request for Proposals (RFPs) for Child Nutrition Substitute Staffing Services in the following manner: RFP #352-CAFE-DCS25.<br /> <br />Sealed Request for Proposals (RFPs) will be accepted until 12:00 pm, CST, May 12, 2025, at the DeSoto County Schools Central Services Office, Purchasing Department, located at 5 East South Street, Hernando, Mississippi, 38632, or by electronic bid submission. Electronic RFPs 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 />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 submitted Request for Proposals 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 RFP bid packets.<br /> <br />The contract will be awarded to the most responsible bidder whose proposal is determined after evaluation by the DeSoto County School District to be the best value to the DeSoto County School District. The DeSoto County School District reserves the right to waive any informalities and to reject any or all bids.<br /> <br /><br /><br /><br />/s/ Cory Uselton<br />Superintendent of Education<br /> <br /> <br /> <br />To be published: April 10, 2025<br /> April 17, 2025<br />
https://www.centralauctionhouse.com/rfp96125494-child-nutrition-substitute-staffing-services-352-cafe-dcs25.html
10-Apr-2025 9:00:00 AM CDT |
12-May-2025 12:00:00 PM CDT |
Desoto County School District |
Interactive Panels Bid Packet 354-PANEL-DCS26
|
The DeSoto County School District will receive bids for Interactive Panels for the 2025-2026 school year in the following manner: Bid #354-PANEL-DCS26<br /> <br />Unpriced bid proposals will be accepted until 9:30 am, CST, May 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 May 16, 2025, at 9:30 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/rfp17283404-interactive-panels-bid-packet-354-panel-dcs26.html
24-Apr-2025 12:00:00 AM CDT |
13-May-2025 9:30:00 AM CDT |
Desoto County School District |
APPLE FOR EDUCATION 356-APPLE-DCS26
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive sealed bids for Educational Apple Branded Products in the following manner: Bid# 356-APPLE-DCS26<br /> <br />Sealed Bids will be accepted until 9:00 am, CST, May 16, 2025, at the DeSoto County Schools Central Services Office, Purchasing Department, 5 East South Street, Hernando, MS 38632, or by electronic bid submission. Electronic 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 />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/rfp73185166-apple-for-education-356-apple-dcs26.html
16-May-2025 9:00:00 AM CDT |
16-May-2025 9:30:00 AM CDT |
Desoto County School District |
Interactive Projectors Bid Packet 355-IPROJ-DCS26
|
NOTICE TO BIDDERS<br /> <br /> <br />The DeSoto County School District will receive bids for Interactive Projectors for the 2025-2026 school year in the following manner: Bid #355-IPROJ-DCS26<br /> <br />Unpriced bid proposals will be accepted until 10:00 am, CST, May 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 May 16, 2025, at 10:00 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.<br />
https://www.centralauctionhouse.com/rfp64684885-interactive-projectors-bid-packet-355-iproj-dcs26.html
24-Apr-2025 1:00:00 PM CDT |
13-May-2025 10:00:00 AM CDT |
George County |
George County Scrub Seal Laid-In-Place
|
<br />NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the George County Board of Supervisors, Lucedale, Mississippi, will receive sealed/electronic bids until 10:00 a.m. on Tuesday the 13th day of May, 2025 for the period of May 13, 2025 through December 31, 2025 for the following commodities:<br /> <br />Sealed or Electronic Bidding:<br /> <br />Scrub Seal – Laid in Place per Square Foot <br /> <br />Published in accordance with Mississippi Code Annotated, Section 31-7-13(1), include a price adjustment clause with relation to the changing cost of petroleum products. Specifications may be obtained from the George County Board of Supervisors Office. The Board reserves the right to reject any and all bids received. Electronic Bids must be submitted at www.centralbidding.com. Any questions relating to the electronic process, please contact Central Bidding at (225) 810-4814. Sealed bids “must” be clearly marked with vendors name and the appropriate item number you are submitting. Bids should be addressed to: George County Chancery Clerk, 355 Cox Street, Lucedale, MS 39452. Please call 601-947-7506 with questions.<br /> <br />Given under my hand and seal of office, this the 21st day of April 2025.<br /> <br />/s/Cammie Brannan Byrd<br />Clerk of the Board of Supervisors George County Courthouse<br />355 Cox Street<br />Lucedale, Mississippi 39452<br /> <br /> <br />Publish 2 times:<br />April 24, 2025<br />May 1, 2025
https://www.centralauctionhouse.com/rfp72280976-george-county-scrub-seal-laid-in-place.html
24-Apr-2025 12:00:00 AM CDT |
13-May-2025 10:00:00 AM CDT |
George County |
George County 2025 or Newer Garbage Truck, Class 8 Tandem Axle Refuse Chassis Complete Assembly
|
NOTICE TO BIDDERS<br />Notice is hereby given that the George County Board of Supervisors, Lucedale, Mississippi, will receive reverse auction bids until 10:00 a.m. on the 20th day of May, 2025 with bids to be read shortly thereafter, for the purchase of the following items:<br /><br />One or more 2025 or Newer Garbage Trucks, Class 8 Tandem Axle Refuse Chassis Assembly (chassis and hopper baskets)<br /><br />One or more 2025 or Newer 25 Cubic Yard High Compaction Rear Loading Refuse Collection TruckIn 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 />Bidders need to submit their reverse auction bid(s) electronically through www.centralbidding.com. Original bid(s) needs to be submitted by mail within 2 days after opening date addressed to the Purchase Clerk; 329 Ratliff Street, Lucedale MS 39452.<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, 329 Ratliff Street, Lucedale MS<br />Given under my hand and seal of office, this the 7th day of April, 2025.<br />/s/CAMMIE BRANNAN BYRD Clerk of the Board of Supervisors George County Courthouse<br />355 Cox Street<br />Lucedale, Mississippi 39452<br /> <br /> <br />Please publish 2 weeks:<br />April 24, 2025<br />May 1, 2025
https://www.centralauctionhouse.com/rfp94251489-george-county-2025-or-newer-garbage-truck-class-8-tandem-axle-refuse-chassis-complete-assembly.html
24-Apr-2025 12:00:00 AM CDT |
20-May-2025 10:00:00 AM CDT |
George County |
George County 2025 or Newer Wheel Loader Maximum 32,000 lb
|
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 am on the 1st day of May 2025, with bids to be opened shortly thereafter, FOR PURCHASE OF ONE OR MORE 2025 or Newer Wheel Loaders of Varying Sizes for use by George County Road Departments. Full bid specs for each desired size wheel loader will be available on Central Bidding at www.centralbidding.com and at the George County Board of Supervisors Office, 329 Ratliff Street, Lucedale, MS 39452.<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.<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. <br /> <br />Publication of this notice was approved on the 7th day of April 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 />April 10, 2025<br />April 17, 2025
https://www.centralauctionhouse.com/rfp56094756-george-county-2025-or-newer-wheel-loader-maximum-32000-lb.html
10-Apr-2025 12:00:00 AM CDT |
01-May-2025 10:00:00 AM CDT |
George County |
George County 2025 or Newer Wheel Loader Minimum 34,000 lbs
|
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 am on the 1st day of May 2025, with bids to be opened shortly thereafter, FOR PURCHASE OF ONE OR MORE 2025 or Newer Wheel Loaders of Varying Sizes for use by George County Road Departments. Full bid specs for each desired size wheel loader will be available on Central Bidding at www.centralbidding.com and at the George County Board of Supervisors Office, 329 Ratliff Street, Lucedale, MS 39452.<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.<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. <br /> <br />Publication of this notice was approved on the 7th day of April 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 />April 10, 2025<br />April 17, 2025
https://www.centralauctionhouse.com/rfp25037343-george-county-2025-or-newer-wheel-loader-minimum-34000-lbs.html
10-Apr-2025 12:00:00 AM CDT |
01-May-2025 10:00:00 AM CDT |
George County |
REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES - CRENSHAW RD
|
REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES <br /> <br />This is a Request for Qualifications (RFQ) to provide Engineering Services for the George County Board of Supervisors-Crenshaw Road Stormwater Drainage Improvement Project (2024 Senate Bill 2468). This state appropriation, along with County Road Funds, will be utilized for improvements on approximately three (3) miles of total roadway on Crenshaw Road. <br />Interested individuals or firms may submit a RFQ to the George County Chancery Clerks Office, 355 Cox Street, Lucedale, MS 39452; no later than 2 p.m. CST on Tuesday, May 13, 2025. Those desiring consideration should submit one original RFQ letter and four copies. <br />Applicants also have the option of submitting their RFQ electronically through www.centralbidding.com. When submitting electronically, the RFQ must be in a “PDF” format, contain the same information as required for the signed written/paper RFQ, and the authorized signature may be hand-written or be an electronic signature. <br />The RFQ packets will be reviewed at the next regularly scheduled Board of Supervisors meeting. <br />The contract will be awarded to the candidate or firm whose RFQ packet is written within a competitive range and determined to be the most advantageous to the County. <br />Major factors for consideration will be engineering experience on stormwater management, roadside drainage improvements, ditch reshaping and stabilization, culvert resizing and installation, road elevation increase, asphalt paving overlay, and drivers’ safety measures. <br />The candidate or firm will also have a full understanding of requirements from the Mississippi Department of Finance and Administration (DFA) as related to the County. <br />Factors to be considered in evaluating RFQ and their relative importance are set forth below. The engineer shall perform all necessary services to properly carry out the activities of the project in accordance with all state appropriation requirements through the DFA. The project includes the following activities: <br />A. Prepare final plans and specifications for the project; <br />B. Prepare and distribute construction bid packets (ensuring that all DFA, State, and Federal requirements are met in contract preparation); <br />C. Assist in bid opening and prepare bid tabulation to meet DFA requirements; <br />D. Conduct pre-construction conference with contractor(s) and County and State representatives, documenting files with minutes of meeting; <br />E. Conduct work-in-progress inspections giving quarterly reports to the Board and DFA approving any and all partial payment requests. <br /> Those individuals or firms desiring consideration should submit RFQ by the time and date stated above and must include the following: <br />1. Qualifications - List of qualifications of each staff person to be assigned to the project. <br />2. Experience - Information regarding the experience of the firm. Information shall include types of project activities undertaken. <br />3. Capacity for Performance - Identify the numbers and titles of staff available to be assigned to provide services. Also include an estimated time required to accomplish each phase of the project. <br />The RFQ will be reviewed by a Selection Committee appointed by the Board of Supervisors using the above criteria. This committee will make a recommendation to the full Board. All proposals will be rated on the following system to determine the best respondent: Qualifications-30, Experience-30, Capacity-40, Total: 100 Points. <br />Negotiations will be conducted to determine a mutually satisfactory contract first with the offeror receiving the highest number of points. Contractual awards will be made to the qualified offeror whose proposal is most advantageous to George County. <br />The George County Board of Supervisors reserves the right to reject any and all proposals. George County is an Equal Opportunity Employer. <br /> <br />Post: April 10, 2025- Central Bidding <br />Publish: April 10, 2025 & April 17, 2025- GC Times
https://www.centralauctionhouse.com/rfp95399777-request-for-qualifications-for-engineering-services--crenshaw-rd.html
10-Apr-2025 12:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
George County School District |
Solid Waste Collection and Disposal
|
<br />The George County School District will accept sealed proposals until 9:00 a.m. CST, Tuesday, May 13, 2025, at the Office of the Superintendent of Education, 494 Cowart Street, Lucedale, MS 39452 for the purpose of purchasing the following:<br /> <br />RFP #: 2025-02<br />Description: Solid Waste Collection and Disposal<br /> <br />Official proposal documents can be downloaded at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /> <br />Specifications and instruction forms may also be obtained from the GCSD Business Office, 494 Cowart Street, Lucedale MS, 39452.<br /> <br />Amandia Williams<br />Purchasing Agent<br />Ph: (601) 947-6993<br />Email:
[email protected]<br /><br />Run Dates: April 17, 24, and May1, 2025
https://www.centralauctionhouse.com/rfp75517116-solid-waste-collection-and-disposal.html
17-Apr-2025 12:00:00 AM CDT |
13-May-2025 9:00:00 AM CDT |
Highland Hills Medical Center |
Highland Hills Medical Center - HVAC, Re-Roofing & Electrical Upgrades
|
SECTION 001113 - ADVERTISEMENT FOR BIDS<br /> <div>Advertisement for Bids</div> <br />Tate County Hospital dba: Highland Hills Medical Center will receive sealed or electronic bids in their Board Room located at 401 Getwell Drive – Senatobia, MS until 11:00 a.m. CST on Thursday May 1, 2025 for the following:<br /> <br />Bid Number 24-5021 <br />Highland Hills Medical Center<br />HVAC, Re-Roofing & Electrical Upgrades | Senatobia, MS<br /> <br />Bid Packages:<br />Roofing<br />HVAC and Plumbing<br />Electrical<br />General Trades<br /> <br />Project specific questions shall be directed to LPK Architects, P.A., 821 22nd Avenue, Meridian, MS 39301, (601) 693-9990.<br /> <br />Construction Documents can be obtained from www.lpkplanroom.com in hard copy or digital format. Bidders can contact PH Bidding for any questions at 662-407-0193. Digital documents can also be purchased from Central Bidding at www.centralbidding.com or may be viewed at Highland Hills Medical Center.<br /> <br />Electronic bids can be submitted at www.centralbidding.com. Note that all Bids submitted electronically shall be submitted in a reasonable amount of time prior to the bid opening to ensure proper and timely processing. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />At stated time, bids shall be opened publicly and read aloud. 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 are based on conditions stated in the Instructions to Bidders, Specifications, & indicated on Drawings.<br /> <br />Bids shall be submitted in duplicate on proposal form provided and accompanied by a Bid Bond or Security 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 Bonds as required within the time specified.<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 private projects where said bid is in excess of $50,000 shall contain on the outside of the envelope the “Contractor’s current Certificate of Responsibility Number”. No bid shall be opened unless such certificate number appears on the envelope or unless there appears a statement on the outside of the envelope to the effect that bid enclosed therewith did not exceed $50,000. The Certificate of Responsibility Number or Statement as thus noted; the Bid Name (Highland Hills Medical Center / HVAC, Re-Roofing & Electrical Upgrades); and the bidder’s name and address must be clearly indicated on the outside of the sealed bid envelope or said bid will not be opened and/or considered.<br />No bid may be withdrawn after opening of bids for a period of sixty (60) days. Owner reserves the right to reject any or all bids and to waive informalities.<br /> <br />A Pre-Bid Conference is scheduled for: Thursday, April 17, 2025 at 10:30 a.m. CST at Highland Hills Medical Center Board Room located at 401 Getwell Drive – Senatobia, MS<br /> <br />Advertise: April 2, 2025<br /> April 9, 2025 <br />
https://www.centralauctionhouse.com/rfp28015109-highland-hills-medical-center--hvac-re-roofing-electrical-upgrades.html
02-Apr-2025 12:00:00 AM CDT |
01-May-2025 11:00:00 AM CDT |
Hinds County |
HINDS COUNTY - HUD BEAUTIFICATION – EDWARDS, MS
|
ADVERTISEMENT FOR BIDS<br />HINDS COUNTY, MISSISSIPPI<br />HUD BEAUTIFICATION – EDWARDS, MS<br /> <br />General Notice<br />Hinds County, Mississippi (Owner) is requesting Bids for the construction of the following Project:<br /> <br />HUD BEAUTIFICATION – EDWARDS, MS – 72464-E<br /> <br />Bids for the construction of the Project will be received at the Hinds County Chancery Clerk Office at 316 South President Street, Jackson, MS, 39201 until May 28, 2025, at 10:00 AM local time. At that time the Bids received will be publicly opened and read allowed in the Board Meeting Room, located at 316 South President Street.<br /> <br />The Project includes the following Work: SIDEWALK, LIGHTING, BUILDING IMPROVEMENTS and related items. Bids will be received for a base bid and three add alternate bids.<br /> <br />Bids are requested for the following Contract:<br /> <br />HUD BEAUTIFICATION – EDWARDS, MS and related items.<br /> <br />The Project has an expected duration of 150 days.<br /> <br />Information and Bidding Documents for the Project can be found at the following designated websites:<br /> <br />https://www.allenhoshallplanroom.com<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any technical questions relating to the electronic bidding process, please contact Central Bidding at
[email protected] or by calling 225-810-4814.<br /> <br />Bidding Documents may be downloaded from the designated website. Prospective Bidders are urged to register with the designated website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.<br /> <br />A copy of the plans and specifications may be examined at: the office of the Engineer, Allen & Hoshall, PLLC, 1675 Lakeland Drive, Suite 207, Jackson, Mississippi, 39216 and at the Hinds County Chancery Clerks Office, 316 South President Street, Jackson, MS 39201.<br /> <br />Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder's Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of 5% of the total bid price, as a guarantee that if the bid is accepted, the Bidder will enter into a contract and execute the Performance and Payment Bonds in the form and within the time specified.<br /> <br />The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract, issued by a Surety Company licensed to operate in the State and shall be named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.<br /> <br />Each Bidder shall have a Certificate of Responsibility to bid on contracts for public projects in which the bid price exceeds $50,000.00 and for private projects in which the bid price exceeds $100,000.00 as required by the laws of the State of Mississippi. Each Bidder shall show on the outside of the envelope containing his bid: his current certificate of responsibility number and expiration date or if applicable, a statement certifying that the bid enclosed does not exceed $50,000.00 for a public project or $100,000.00 for a private project. Failure to show these items on the outside of the envelope containing the bid will result in the bid being returned to Bidder unopened.<br />No Bidder may withdraw his bid for a period of sixty (60) days after the date of actual bid opening, without Owner's consent.<br /> <br />Funding for the project is through a HUD Grant. The contractor shall conform to the grant requirements.<br /> <br />The construction bid will be awarded on June 2, 2025, at the regularly scheduled meeting of the Hinds County Board of Supervisors. The meeting will begin at 9:00 a.m.<br /> <br />Hinds County, Mississippi reserves the right to reject any or all proposals received, to waive any informalities in the bids received, and to accept any proposal which is deemed most favorable to Hinds County, Mississippi.<br /> <br />This Advertisement is issued by:<br />Owner: Hinds County, Mississippi<br />Board of Supervisors<br />PUBLICATION INFORMATION<br /> <br />Publish in the legal section of the Clarion Ledger and Jackson Advocate on:<br /> <br />Thursday, April 17, 2025 and Thursday, April 24, 2025<br />
https://www.centralauctionhouse.com/rfp15671929-hinds-county--hud-beautification-edwards-ms-.html
17-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Hinds County |
HINDS COUNTY - HUD BEAUTIFICATION – UTICA, MS
|
ADVERTISEMENT FOR BIDS<br />HINDS COUNTY, MISSISSIPPI<br />HUD BEAUTIFICATION – UTICA, MS<br /> <br />General Notice<br />Hinds County, Mississippi (Owner) is requesting Bids for the construction of the following Project:<br /> <br />HUD BEAUTIFICATION – UTICA, MS – 72464-U<br /> <br />Bids for the construction of the Project will be received at the Hinds County Chancery Clerk Office at 316 South President Street, Jackson, MS, 39201 until May 28, 2025, at 10:00 AM local time. At that time the Bids received will be publicly opened and read allowed in the Board Meeting Room, located at 316 South President Street.<br /> <br />The Project includes the following Work: asphalt paving and related items.<br /> <br />Bids are requested for the following Contract:<br /> <br />HUD BEAUTIFICATION – UTICA, MS and related items.<br /> <br />The Project has an expected duration of 60 days.<br /> <br />Information and Bidding Documents for the Project can be found at the following designated websites:<br /> <br />https://www.allenhoshallplanroom.com<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any technical questions relating to the electronic bidding process, please contact Central Bidding at
[email protected] or by calling 225-810-4814.<br /> <br />Bidding Documents may be downloaded from the designated website. Prospective Bidders are urged to register with the designated website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.<br /> <br />A copy of the plans and specifications may be examined at: the office of the Engineer, Allen & Hoshall, 1675 Lakeland Drive, Suite 207, Jackson, Mississippi, 39216 and at the Hinds County Chancery Clerks Office, 316 South President Street, Jackson, MS 39201.<br /> <br />Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder's Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of 5% of the total bid price, as a guarantee that if the bid is accepted, the Bidder will enter into a contract and execute the Performance and Payment Bonds in the form and within the time specified.<br /> <br />The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract, issued by a Surety Company licensed to operate in the State and shall be named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.<br /> <br />Each Bidder shall have a Certificate of Responsibility to bid on contracts for public projects in which the bid price exceeds $50,000.00 and for private projects in which the bid price exceeds $100,000.00 as required by the laws of the State of Mississippi. Each Bidder shall show on the outside of the envelope containing his bid: his current certificate of responsibility number and expiration date or if applicable, a statement certifying that the bid enclosed does not exceed $50,000.00 for a public project or $100,000.00 for a private project. Failure to show these items on the outside of the envelope containing the bid will result in the bid being returned to Bidder unopened.<br /> <br />No Bidder may withdraw his bid for a period of sixty (60) days after the date of actual bid opening, without Owner's consent.<br /> <br />Funding for the project is through a HUD Grant. The contractor shall conform to the grant requirements.<br /> <br />The construction bid will be awarded on Monday, June 2, 2025, at the regularly scheduled meeting of the Hinds County Board of Supervisors. The meeting will begin at 9:00 a.m.<br /> <br />Hinds County, Mississippi reserves the right to reject any or all proposals received, to waive any informalities in the bids received, and to accept any proposal which is deemed most favorable to Hinds County, Mississippi.<br /> <br />Hinds County, Mississippi reserves the right to reject any or all proposals received, to waive any informalities in the bids received, and to accept any proposal which is deemed most favorable to Hinds County, Mississippi.<br /> <br />This Advertisement is issued by:<br />Owner: Hinds County, Mississippi<br />Board of Supervisors<br />PUBLICATION INFORMATION<br />Publish in the legal section of the Clarion Ledger and Jackson Advocate on:<br /> <br />Thursday, April 17, 2025 and Thursday, April 24, 2025
https://www.centralauctionhouse.com/rfp3914633-hinds-county--hud-beautification-utica-ms.html
17-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Hinds County Human Resource Agency |
A Playground Renovation at HCHRA Oak Forest Head Start Center
|
<br /> <br />SECTION 00100 – ADVERTISEMENT FOR BIDS<br /> <br />ADVERTISEMENT FOR BIDS<br />HINDS COUNTY HUMAN RESOURCE AGENCY<br />OAK FOREST HEAD START PLAYGROUND EQUIPMENT<br />3023 RIDGELAND DRIVE<br />JACKSON, MISSISSIPPI 39212<br />BID #<br /> <br />Notice is hereby given that sealed bids will be received by the Hinds County Human Resource Agency until 2:00 p.m., local time, on May 13, 2025, at the Fiscal Department of Hinds County Human Resource Agency, Attn: Shirley Gibbs, 258 Maddox Road, Jackson, Mississippi 39212 for supplying all labor and materials necessary for performing the services for the Design, Procurement, and Installation of New Playground Equipment, Shade Structures & Surfacing at OAK FOREST HEAD START, 3023 RIDGELAND DRIVE, JACKSON, MISSISSIPPI 39212. Hinds County Human Resource Agency will publicly open and read aloud all bids at 2:00 p.m., local time, on May 13, 2025, at the Hinds County Human Resource Agency.<br /> <br />Bidders must be qualified under Mississippi Law and have a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors.<br /> <br />Each bid must be accompanied by a certified check of the bidder, or a certified bid bond, duly executed by the Bidder as principal and having as surety thereon a surety company licensed by the State of Mississippi and signed by an agent resident in Mississippi, in the amount of five percent (5%) of the base bid amount.<br /> <br />Bid documents are available via electronic copy and can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids may be submitted at www.centralbidding.com. For any questions related to the electronic bid process, please call Central Bidding at 225-810-4814.<br /> <br />A complete copy of the Plans and Specifications may be inspected at the office of the Architect: Mc3lroy Architecture, PLLC, William L. McElroy AIA, NCARB, 4880 McWillie Circle, Jackson, MS 39206, 601-981-1227.<br /> <br />All Bidders are encouraged to attend the pre-bid conference to be held at The Hinds County Human Resource Center, located at 258 Maddox Road, Jackson, Mississippi 39212 on April 29, 2025 at 2:00 p.m., local time. <br /> <br />Bidders shall comply with the President’s Executive Order Numbers 11246 and 11375 which prohibit discrimination in employment regarding race, creed, color, sex, or national origin.<br /> <br />Bidders shall comply with Title VI of the Civil Rights Act of 1964, the Anti-Kickback Act and the Davis Bacon Act.<br /> <br />Bidders shall furnish a certification of prior work under Executive Order 11246 (Equal Employment Opportunity).<br /> <br />Contract award will be made to the lowest and best bidder and Hinds County Human Resource Agency reserves the right to reject any and all bids.<br /> <br />Run Date: <br />April 15, 2025<br />April 22, 2025
https://www.centralauctionhouse.com/rfp45201443-a-playground-renovation-at-hchra-oak-forest-head-start-center.html
15-Apr-2025 9:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Itawamba County School District |
Managed Detection and Response Service
|
LEGAL NOTICE Request for Proposals - Managed Detection and Response Service To be published: April 17, 2025 and April 24, 2025 The Itawamba County School District is requesting proposals from qualified vendors for a Managed Detection and Response (MDR) service. The selected vendor will be responsible for 24/7 monitoring, real-time threat detection and response, and proactive cybersecurity measures for the district's endpoints. Proposals must include: - Company background and relevant experience - Detailed service description and technical specifications - Service Level Agreements (SLAs) - Pricing structure - Three (3) client references Proposals must be submitted by 12:30 PM on May 2, 2025, via email, hand delivery, or by posting on www.centralauctionhouse.com. Late submissions will not be considered. For a full copy of the RFP or to submit questions, contact: Chris Johnson, Technology Coordinator Itawamba County School District 605 South Cummings Street, Fulton, MS 38843 Phone: 662-862-2159 Email:
[email protected]
https://www.centralauctionhouse.com/rfp13481772-managed-detection-and-response-service.html
17-Apr-2025 12:00:00 AM CDT |
02-May-2025 12:30:00 PM CDT |
Jackson County Utility Authority |
Miscellaneous Utility Boring - Unit Price Project
|
<br />Jackson County Utility Authority<br />Unit Price Project for Miscellaneous Utility Borings <br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed Bids for the Unit Price Project for Miscellaneous Utility Borings will be received by Jackson County Utility Authority at the office of the Jackson County Utility Authority, 1225 Jackson Avenue, Pascagoula MS 35967 until 10:00 A.M., local time on May 20, 2025, at which time the Bids received will be publicly opened and read aloud.<br /> <br />Scope of Work: The Jackson County Utility Authority has the need for water and sewer utility borings resulting from emergency conditions, maintenance of existing water and sewer systems, and expansion of existing water and sewer systems. To accommodate this need, the Jackson County Utility Authority is seeking to contract with multiple companies that have sufficient experience, personnel, and equipment to accomplish these types of construction services.<br /> <br />This Issuing Office for the Bidding Documents is Brown, Mitchell & Alexander, Inc., 131 Rue Magnolia, Biloxi, MS 39530, (228) 436-7612. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Monday through Thursday (between the hours of 7:30 A.M. and 5:30 P.M.) and Friday (between the hours of 8:00 A.M. and Noon). Copies of the Bidding Documents may be obtained from the Issuing Office as described below.<br /> <br />Official Bid Documents can be downloaded at www.centralbidding.com. Electronic Bids can be submitted at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 225-810-4814 or
[email protected].<br /> <br />Additionally, bidding documents are being made available via paper copy or PDF for a charge of $75.00 (hard copy) or $50.00 (CD). Plan holders are required to log-in or register for an account at www.bmaprojects.com to view and order Bidding Documents. All plan holders are required to have a valid email address for registration. The cost for the bidding documents is non-refundable and must be purchased through the website. For questions regarding website registration and online orders please contact Plan House Printing at (228) 248-0181.<br /> <br />The date that the Bidding Documents are transmitted by the Issuing Office will be considered the prospective Bidder’s date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda, if any, obtained from sources other than the Issuing Office.<br /> <br />Bid security shall be furnished in accordance with the Instructions to Bidders.<br /> <br />For bids exceeding $50,000.00, Bidder must indicate his Certificate of Responsibility Number on the outside of sealed proposal as required by Mississippi Law. Effective July 1, 2010; Per MS Code 31-3- 21(3); any bid submitted by a nonresident contractor which does not include the nonresident contractor’s current state law pertaining to such state’s treatment of nonresident contractors, shall be rejected and not considered for award. If no such law exists in the non-resident contractor’s state, then the non-resident contractor may provide a statement to that effect.<br /> <br />All contracts awarded under this Advertisement will be funded in part by anticipated funds from the Mississippi Department of Environmental Quality (MDEQ) through the Mississippi Municipality and County Water Infrastructure Grant (MCWI) Program. The successful Bidder will be required to comply with all MCWI Program regulations and requirements.<br /> <br />The BID SCHEDULE may be viewed utilizing the Mississippi Procurement Technical Assistance Program (MPTAP) website at https://mscpc.com/[mscpc.com].<br /><br />Any contract awarded under this Invitation for Bids may be paid for in whole or in part with grant funding from the RESTORE Council and the Mississippi Department of Environmental Quality (“MDEQ”) under the Resources and Ecosystems Sustainability, Tourist Opportunities, and Revived Economies of the Gulf Coast States Act of 2012 (RESTORE Act).<br /> <br />Minority and women’s business enterprises are solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities and equipment, material and/or supply needs. All bidders must make positive efforts to use small and minority owned business and women business enterprises as subcontractors and/or suppliers, as applicable<br /> <br />No bidder may withdraw his bid within 90 days after the actual date of the opening thereof. The Owner reserves the right to waive any informalities or to reject any or all bids.<br />Published by order of the (Owner); this the 14th of April, 2025.<br /> <br />Publish Dates: April 20, 2025 & April 27, 2025 (SunHerald
https://www.centralauctionhouse.com/rfp91277007-miscellaneous-utility-boring--unit-price-project.html
20-Apr-2025 12:00:00 AM CDT |
20-May-2025 10:00:00 AM CDT |
Jackson County Utility Authority |
Hwy 90 Force Main Relocation
|
ADVERTISEMENT FOR BIDS<br />JACKSON COUNTY UTILITY AUTHORITY<br />JCUA HIGHWAY 90 FORCE MAIN RELOCATION<br />General Notice:<br />The Jackson County Utility Authority (Owner) is requesting Bids for the construction of the following Project:<br />JCUA HIGHWAY 90 FORCE MAIN RELOCATION<br />Bids for the construction of the Project will be received at the Office of the Jackson County Utility Authority located at 1225 Jackson Avenue, Pascagoula, MS 39567, until Thursday, May 22, 2025 at 10 a.m. local time. At that time the Bids received will be publicly opened and read.<br />The Project includes the following Work:<br />Relocation of existing sanitary sewer force main along Highway 90 in Ocean Springs, MS.<br />Bids are requested for the following Contract: JCUA HIGHWAY 90 FORCE MAIN RELOCATION<br />Obtaining the Bidding Documents:<br />Information and Bidding Documents for the Project can be found at the following designated website:<br />www.neel-schafferplans.com<br />Bidding Documents may be downloaded from the designated website. Prospective Bidders must register with the designated website as a plan holder. All plan holders are required to have a valid email address for registration. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. All bid documents must be purchased through the website. The cost of bid documents is non-refundable. Questions regarding website registration and online orders shall be directed to Plan House Printing at 601-336-6378.<br />Official Bid Documents can be downloaded at www.centralbidding.com. Electronic Bids can be submitted at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 225-810-4814 or
[email protected].<br />“Mississippi Standard Specifications for Road and Bridge Construction, 2017 Edition” as referred to herein may be purchased from the Mississippi Department of Transportation.<br />A Pre-Bid Conference will not be held.<br />Instructions to Bidders.<br />For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.<br />EJCDC® C-111, Advertisement for Bids for Construction Contract.<br />Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies,<br />and American Society of Civil Engineers. All rights reserved.<br />Page 2 of 2<br />This Advertisement is issued by:<br />Owner: Jackson County Utility Authority<br />By: Eric Page<br />Title: Executive Director<br />Dates of Advertisement:<br />April 23, 2025<br />April 30, 2025
https://www.centralauctionhouse.com/rfp45730334-hwy-90-force-main-relocation.html
23-Apr-2025 12:00:00 AM CDT |
22-May-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-09 Student Identification - Badge Sysytem
|
<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, April 15, 2025 & Tuesday, April 22, 2025<br />Jackson Advocate<br />Thursday, April 17, 2025 & Thursday, April 24, 2025<br />MS Link:<br />Thursday April 17, 2025 & Thursday, April 24, 2025<br />Opening Date/Time<br />Monday, May 05, 2025 @ 10:00 A.M.<br />RFP 2025-09<br />Student Identification – Badge System<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br />RFP 2025-09 Student Identification – Badge System<br /> <br /> <br />Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time) on the following dates and times associated with each RFP proposal which time and place they will be publicly opened and read aloud<br /> <br /> <br />A Pre-Bid Conference concerning all listed projects will be held at Via TEAMS (see below for link) Wednesday, April 23, 2025, at 10:00 a.m. Attendance at the pre-bid conferences is non-mandatory but strongly encouraged. Please see the link below.<br /> <br /> <br />Join Via Zoom:<br />https://jackson-k12-ms.zoom.us/j/85991442601?pwd=4U9rtFfnEvWBYCNXgGKZdgyIn6Qogg.1<br />Meeting ID: 859 9144 2601<br />Passcode: f3RSAg<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: 15 April 2025 (Clarion); 17 April 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 22 April 2025 (Clarion); 24 April 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 23 April 2025 (ZOOM)<br />Final Date for Questions: 28 April 2025<br />Answers to Questions: 30 April 2025<br />Bid Opening Day: 05 May 2025 @ 10:00 A.M.<br />Vendors may be notified of the Board Review and Potential Award after the Bid Date. <br /> <br />Clarion Ledger Tuesday, April 15, 2025 & Tuesday, April 22, 2025<br />Jackson Advocate Thursday April 17, 2025 & Thursday, April 24, 2025<br />Mississippi Link Thursday April 17, 2025 & Thursday, April 24, 2025<br />
https://www.centralauctionhouse.com/rfp73839705-rfp-2025-09-student-identification--badge-sysytem.html
15-Apr-2025 12:00:00 AM CDT |
05-May-2025 10:00:00 AM CDT |
Jackson Public Schools |
RFP 2025-05 SY25-26 Professional Development and Coaching Support for Teachers
|
<br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Wednesday, March 26, 2025 & Wednesday, April 02, 2025<br />Jackson Advocate<br />Thursday April 27, 2025 & Thursday, April 3, 2025<br />MS Link:<br />Thursday April 27, 2025 & Thursday, April 3, 2025<br />Opening Date/Time<br />See Proposed Times Below<br />RFP 2025-04<br />Professional Development and Coaching Support for School and/or District Leaders and Administrators<br />RFP 2025-05<br />SY25-26 Professional Development and Coaching Support for Teachers<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br /> <br />RFP 2025-04 Professional Development and Coaching Support for School and/or District Leaders and Administrators<br /> <br />RFP 2025-05 SY25-26 Professional Development and Coaching Support for Teachers<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 /> <br />RFP 2025-04 Professional Development and Coaching Support for School and/or District Leaders and Administrators – Monday, April 28, 2025, until 10:00 A.M.<br /> <br />RFP 2025-05 SY25-26 Professional Development and Coaching Support for Teachers – Wednesday, April 30, 2025, until 10:00 A.M.<br /> <br /> <br />A Pre-Bid Conference concerning all listed projects will be held at Via TEAMS (see below for link) Friday, April 11, 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<br />https://teams.microsoft.com/l/meetup-join/19%3ameeting_YTJhODJhM2QtZDNkMC00MTUyLWFjODktMWFhNmU0OWQ4NjAy%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 />Advertise: 26 March 2025 (Clarion); 27 March 2025 (Jackson Advocate, MS Link)<br />Advertise: 02 April 2025 (Clarion); 03 April 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 11 April 2025 (TEAMS)<br />Final Date for Questions: 21 April 2025<br />Bid Opening Day:<br /><br />RFP 2025-04 Professional Development and Coaching Support for School and/or District Leaders and Administrators – Monday, April 28, 2025, until 10:00 A.M.<br />RFP 2025-05 SY25-26 Professional Development and Coaching Support for Teachers – Wednesday, April 30, 2025, until 10:00 A.M.<br /><br />Vendors may be notified of Board Review and Potential Award after the Bid Date <br /> <br />Clarion Ledger Wednesday, March 26, 2025 & Wednesday, April 02, 2025<br />Jackson Advocate: Thursday March 27, 2025 & Thursday, April 3, 2025<br />Mississippi Link Thursday March 2025 & Thursday, April 3, 2025<br />
https://www.centralauctionhouse.com/rfp15649740-rfp-2025-05-sy25-26-professional-development-and-coaching-support-for-teachers.html
26-Mar-2025 12:00:00 AM CDT |
30-Apr-2025 10:00:00 AM CDT |
Jackson Public Schools |
2025-11 Environmental Learning Center (ELC) Tree Removal
|
<br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <br /> Name: Company: Fax No.<br /> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302 Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> <br /> <br />P. O. 570225 - The Clarion-Ledger<br />Acct. 1011620<br />P. O. 570226 - Jackson Advocate<br />P. O. 570227 - Mississippi Link<br />Notice: Please Email Invoices electronically for Payments to Michele Mays at
[email protected] or Tequia Odom at
[email protected] Proof of Publications are to be mailed to JPSD Attention: Michele Mays or Tequia Odom<br /> <br />Clarion Ledger<br />Thursday, April 17, 2025 & Thursday, April 24, 2025<br />Jackson Advocate<br />Thursday, April 17, 2025 & Thursday, April 24, 2025<br />MS Link:<br />Thursday April 17, 2025 & Thursday, April 24, 2025<br />Opening Date/Time<br />Monday, May 12, 2025 @ 10:00 A.M.<br />RFP 2025-11<br />Environmental Learning Center (ELC) Tree Removal Services<br /> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: ___________________________________________ Date: _________________________<br /> <br />Advertisement for:<br />RFP 2025-11 Environmental Learning Center (ELC) Tree Removal Services<br /> <br /> <br />Electronic RFP proposals for the above RFP will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi, until 10:00 A.M. (Local Prevailing Time) on the following dates and times associated with each RFP proposal which time and place they will be publicly opened and read aloud<br /> <br /> <br />A Pre-Bid Conference concerning all listed projects will be held at Via TEAMS (see below for link) Tuesday, April 29, 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:<br />https://teams.microsoft.com/l/meetup-join/19%3ameeting_NmU2NmE4ZDktZDAzNS00OGY4LWIxYTItZWEzOWMzYWI1MGIx%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 /> <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: 17 April 2025 (Clarion); 17 April 2025 (Jackson Advocate, MS Link)<br />2nd Advertise: 24 April 2025 (Clarion); 24 April 2025 (Jackson Advocate, MS Link)<br />Pre-bid Conference: 29 April 2025 (TEAMS)<br />Final Date for Questions: 05 May 2025<br />Answers to Questions: 07 May 2025<br />Bid Opening Day: 12 May 2025 @ 10:00 A.M.<br />Vendors may be notified of the Board Review and Potential Award after the Bid Date. <br /> <br />Clarion Ledger Thursday, April 17, 2025 & Thursday, April 24, 2025<br />Jackson Advocate Thursday April 17, 2025 & Thursday, April 24, 2025<br />Mississippi Link Thursday April 17, 2025 & Thursday, April 24, 2025<br />
https://www.centralauctionhouse.com/rfp8215231-2025-11-environmental-learning-center-elc-tree-removal.html
17-Apr-2025 12:00:00 AM CDT |
12-May-2025 10:00:00 AM CDT |
Jackson Redevelopment Authority |
BID 25-002: Jackson Planetarium Improvements
|
<b>INVITATION FOR BIDS<br />BID 25-002: JACKSON PLANETARIUM IMPROVEMENTS<br />JACKSON REDEVELOPMENT AUTHORITY<br />JACKSON, MISSISSIPPI</b><br /><br />Sealed bids will be received by the Jackson Redevelopment Authority, Jackson, Mississippi until <b>2:00 PM local time on </b><s>March 11, 2025</s>, <b>May 15, 2025</b>, at which time bids will be publicly opened and read aloud for:<br /><br /><b>Jackson Planetarium Improvements<br />Jackson Redevelopment Authority<br />Jackson, Mississippi</b><br /><br />Proposals may be submitted electronically via www.centralbidding.com. For assistance with the electronic bidding process, please contact Central Bidding at 225-810-4814.<br /><br />Bids may also be sent or delivered to:<br />Jackson Redevelopment Authority<br />Attention: Christopher Pike<br />218 South President Street<br />Jackson, MS 39201<br /><br />Obtaining RFP Documents: The official bid documents may be obtained from the following sources:<br />1. Central Bidding Website: www.centralbidding.com<br />2. Jackson Redevelopment Authority's website: www.jrams.org<br /><br />Questions regarding plan clarifications or requests for information should be directed to the architect as follows:<br />CDFL Architects + Engineers PA<br />601-366-3110 ext. 240<br />Attention: Daniel Zegel<br />Email:
[email protected]<br /><br />Jackson Redevelopment Authority hereby notifies all bidders that in compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.<br /><br />JRA is committed to the principle of non-discrimination in public contracting. It is the policy of the JRA to promote full and equal business opportunity for all persons doing business with the City.<br /><br />Bid preparation will be in accordance with the Instructions to Bidders bound in the project manual. 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>Dates of Publication:</b><br />1st Ad – February 11, 2025<br />2nd Ad – February 18, 2025
https://www.centralauctionhouse.com/rfp2473533-bid-25-002-jackson-planetarium-improvements.html
11-Feb-2025 12:00:00 AM CST |
15-May-2025 2:00:00 PM CDT |
Jackson Redevelopment Authority |
BID 25-003 Jackson Planetarium Exhibit Fabrication (REBID)
|
https://www.centralauctionhouse.com/rfp40806389-bid-25-003-jackson-planetarium-exhibit-fabrication-rebid.html
21-Apr-2025 7:00:00 PM CDT |
20-May-2025 2:00:00 PM CDT |
Jones County School District |
JONES COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL-Student Services - English Language Arts & Math for JCJDC
|
<br />Overview<br />Jones County School District (JCSD) is partnering with Laurel School District to facilitate the instruction for juvenile delinquent students at the Jones County Juvenile Detention Center.<br /> <br />Goal and Purpose of RFP: [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]The Jones County School District is requesting quotes for ELA and Math services for students participating in the Jones County Juvenile Detention Center summer program. This would include guidance and support to grades 5th-12th. This will include approximately 22-25 students.<br /> <br />Proposal Requirements and Project Scope for: Jones County Juvenile Detention Center summer program <br /><br />Service Specifications and Provisions:The program must adhere to, align with, and provide the following:<br /> * Develop and implement lesson plans to impact differentiated instruction for all learners to further implement the Multi-Tiered System of Supports approach in English Language Arts instruction & Math driven by the CCRS standards.<br /> *Provide differentiated instruction and scaffolding while utilizing HQIM, strategies and resources<br />for students participating in the summer program.<br /> *Assist the classroom teachers in assessing students' learning strengths and gaps using data from a variety of sources to include state, school, district data, or other sources to create a baseline for learning. Administering a pre-test and post-test is an integral component of this specification in assessing student growth over a period of time.<br /> *Develop and submit daily reports to the JCSD administration and/or district contact following<br />student instruction/tutoring services.<br /> *Help to facilitate data meetings with the classroom teachers to assess, monitor, and adjust students' learning based on the students' identified strengths and weaknesses.<br /><br />Pricing/quotes/specifications: These services shall be provided to the Jones County Juvenile Detention Center summer program during the summer term of June and July 2025. Services will begin on June 2 and end on July 11. It is requested that services be for a total of 20 days (10 days for ELA and 10 days for Math instruction) not to exceed 20 days over a 6 week period. <br />Quotes are requested for full day rates for student services.<br /> <br />Schedule of RFP events are as follows: a. RFP Released 04/15/2025 b. Proposal Due Date: 05/02/2025 c: Team Selection 5/05/2025 (Tentative) <br /><br />These services shall be provided to the Jones County Juvenile Detention Center summer program during the summer term of June and July 2025.<br />RFP Submission requirements: Interested providers of these 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.comAll questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification.<br /> <br />Email a copy of the RFP response by 05/02/2025 1:00 p.m. to the following address:
[email protected] Dr. Missy Bufkin, Director of Federal Programs<br /> <br />Minimum Eligibility Requirements for Contract Award<br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of www.sam.gov and agree to the terms/agreement and any addendum set forth by the school district's school board attorney.<br /> <br />Acceptance of Proposals<br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /> <br />*address each specifications as stated in the Service Specifications section (These will be reviewed with a rubric and rated by the district leadership team to determine the awarding vendor.)<br />*a cost amount must be submitted by the vendor in a firm fixed price<br />*the proposal must be signed<br /> <br />Rejection of Proposals<br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to award if it is determined to be in the best interest of the JCSD.<br /> <br />Disposition of Proposals<br />All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br /><br />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 />Contact Information<br />A paper copy or an email copy of this document, including any addendums, may be obtained by request: Dr. Missy Bufkin, Director of Federal Programs<br />Jones County School District 5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail:
[email protected]<br /> <br />Thank you for your time and consideration of this proposal.<br />
https://www.centralauctionhouse.com/rfp72771259-jones-county-school-district-request-for-proposal-student-services--english-language-arts-math-for-jcjdc-.html
15-Apr-2025 5:00:00 PM CDT |
02-May-2025 1:00:00 PM CDT |
Lamar County School District |
Vacuum Grease Traps
|
All questions can be emailed to
[email protected]
https://www.centralauctionhouse.com/rfp84740614-vacuum-grease-traps.html
17-Apr-2025 11:45:00 AM CDT |
02-May-2025 3:00:00 PM CDT |
Lamar County School District |
RA 25-108 Student Chromebooks
|
NOTICE TO BIDDERS<br /> <br /> <br />The Lamar County Board of Education, Lamar County, Mississippi, hereby gives Public Notice, in compliance with the requirements of Section 31-7-13 Mississippi Code of 1972, Annotated, as amended, that the Board shall receive sealed proposals for Student Chromebooks.<br /> <br />Bid Proposals will be accepted until 2:00pm (CST) on Wednesday, April 23, 2025, in sealed envelopes at the Office of Superintendent at 424 Martin Luther King Drive (P.O. Box 609) Purvis, MS, 39475 or by electronic submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited electronically to submit price bids during the Notification of Invitation to Bid (based upon acceptance of Proposals) on Tuesday, May 14, 2024.<br /> <br />Bidding will be held by electronic reverse auction at 2:00pm (CST) on Wednesday, April 30, 2025. The electronic reverse auction will last thirty (30) minutes and is scheduled to end at 2:30pm (CST) on Wednesday, April 30, 2025. <br /> <br />Specifications and bid forms may be obtained by contacting the Office of Superintendent at (601) 794-1030 or emailing
[email protected]. Bidders should request such specifications and bid forms by designating the Bid Number as shown below.<br /> <br />Lamar County School District now offers electronic bidding. Official documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic RFPs, bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions related to the electronic bidding process please call Central Bidding at (225) 810-4814.<br /> <br />The Lamar County Board of Education reserves the right to reject any and/or all bids so received and also the right to waive irregularities not in violation of the law.<br /> <br />The following is hereby submitted for receipt of bids as specified herein:<br /> <br /> Reverse Auction 25-108 Student Chromebooks<br /> <br /> Witness my hand and official seal on this the _____ day of ____________, 2024.<br /> <br />LAMAR COUNTY BOARD OF EDUCATION<br /> <br />BY _______________________________________<br />Dr. Steven Hampton, Superintendent/Purchasing Agent<br /> <br />PUBLISH ON: 4/3/2025 and 4/10/2025
https://www.centralauctionhouse.com/rfp77293203-ra-25-108-student-chromebooks.html
30-Apr-2025 2:00:00 PM CDT |
30-Apr-2025 2:30:00 PM CDT |
Lamar County School District |
Classroom Management Training and Coaching
|
All questions can be emailed to
[email protected]
https://www.centralauctionhouse.com/rfp11904305-classroom-management-training-and-coaching.html
28-Apr-2025 1:30:00 PM CDT |
02-May-2025 10:00:00 AM CDT |
Lamar County School District |
Football Helmets
|
Please email questions to
[email protected]
https://www.centralauctionhouse.com/rfp74148109-football-helmets.html
22-Apr-2025 9:45:00 AM CDT |
30-Apr-2025 2:00:00 PM CDT |
Lauderdale County School District |
BID# 25-1448 -- Term Contract for Apple Computing Devices & Accessories
|
<b>LEGAL NOTICE</b><br /><br />The Lauderdale County Board of Education will receive sealed competitive Request for<br />Qualifications with regard to a term contract for the purchase of Apple computing devices &<br />accessories at the Office of the Superintendent of Education, 301 46 th Court, Meridian, MS<br />39305 or via mail at PO Box 5498, Meridian, MS 39302 or by Electronic Bid at Central Bidding<br />www.centralbidding.com until <b>10:00 A.M., on May 14, 2025</b> for the following:<br /><br /><b>Bid Number BID# 25-1448 -- Term Contract for Apple Computing Devices & Accessories</b><br /><br />Specifications may be obtained from the Office of the Lauderdale County Superintendent of<br />Education, 301 46 th Court Meridian, MS 39305 or by calling (601) 693-1683. Official<br />documents can also be downloaded from Central Bidding at www.centralbidding.com . Sealed<br />competitive Request for Qualifications may be submitted via mail or in person at the above noted<br />address or electronically at www.centralbidding.com. For questions related to the electronic bid<br />process call Central Bidding at 225-810-4814. Other inquiries regarding the bid should be<br />directed to the Finance Director, Tracy Luke by emailing
[email protected]. Inquires<br />regarding the specifications should be directed to the Technology Director, Trent Airhart by<br />emailing
[email protected] with the RFQ title noted in the subject line.<br /><br />The Lauderdale County Board of Education reserves the right to accept/reject any and all request<br />proposals and waives informalities. No Proposal may be withdrawn for a period of ninety days<br />after scheduled opening.<br /><br />John-Mark Cain, Ph.D., Superintendent<br />Lauderdale County School District<br /><br />Advertise:<b> April 23, 2025<br /> April 30, 2025</b>
https://www.centralauctionhouse.com/rfp4325996--bid-25-1448--term-contract-for-apple-computing-devices-accessories.html
23-Apr-2025 9:00:00 AM CDT |
14-May-2025 10:00:00 AM CDT |
Lawrence County Board of Supervisors |
Renovations to Lawrence County Library
|
ADVERTISEMENT FOR BID<br /> <br />The Lawrence County Board of Supervisors will receive sealed bids for the Renovations to Lawrence County Library in the Board Room of the Board of Supervisors Office, located at 517 East Broad Street, Monticello, Mississippi 39654, until 10:00 a.m. CST on Monday May 5, 2025, with bids then publicly opened and read aloud. <br />Contract documents may be obtained in person from the Architect, Waycaster-Dungan Architect & Engineers, PLLC, 101 South Shields Lane, Natchez, MS 39120, or requested by mail at PO Box 824, Natchez, MS 39121, email at
[email protected] or requested by telephone: 601-442-3649, upon deposit of $100.00 per set. The first two sets are refundable, additional sets are nonrefundable. Sets remain the property of the Architect with deposit(s) refundable to general contractors submitting bona fide bids, one half of deposit amount is refundable to all others, provided documents are returned in good condition within 10 working days of bid date. Official bid documents can be downloaded at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 225-810-4814 or
[email protected]. <br />Bid preparation and submittal will be in accordance with Section 00 21 13 Instructions to Bidders bound in the Project Manual. Bid Bond Security/Guarantee in the amount of 5% of total bid will be required in Contracts exceeding $25,000. 100% Performance and Payment Bond will be required. Licensing and other certification of qualifications will be required as specified in the contract documents. Where applicable, the foregoing certificate number must be indicated on the exterior of the sealed bid envelope before it will be opened. <br />Bids for this work will be accepted only under the name of the Bidder to whom the Contract Documents and Addenda, if any, have been issued by the Architect. Bids received by bidders to whom the Contract Documents were not issued by the Architect will be returned unopened.<br />State law requires a non-resident bidder to attach/include a copy of his resident state’s current law pertaining to such state’s treatment of non-resident contractors with their bid. Any bid submitted by a non-resident contractor which does not include the non-resident contractor’s current state law shall be rejected and not considered for award.<br />All bids submitted must comply with Section 31-3-21 of the Mississippi Code of 1972.<br />Bids may be withheld by the Owner for a period not to exceed forty-five (45) days from the date of the opening of the bids for the purpose of bid review and investigation of the bidder's qualifications, prior to award of the contract.<br />The Owner reserves the right to reject any and/or all bids and to waive any irregularities in the bidding procedure without obligation to or notification of any bidders.<br /> <br />Johnny Waycaster<br />Waycaster-Dungan Architect & Engineers, PLLC<br /> <br />Publish Dates:<br />3/26/25<br />4/2/25<br /> <br />
https://www.centralauctionhouse.com/rfp34497933-renovations-to-lawrence-county-library-.html
26-Mar-2025 7:00:00 PM CDT |
05-May-2025 10:00:00 AM CDT |
Lowndes County |
Full Body X-Ray Security Scanner System
|
ADVERTISEMENT FOR REQUEST FOR PROPOSAL (RFP)<br />LOWNDES COUNTY, MISSISSIPPI<br />X-RAY FULL BODY SECURITY SCANNER SYSTEM<br /> <br />Notice is hereby given that the Board of Supervisors of Lowndes County, Mississippi (the “County”), will receive sealed proposals for X-Ray Full Body Security Scanner for the Lowndes County, Mississippi Adult Detention Center.<br /> <br />Un-priced bid proposals will be accepted until 10:30 a.m. local time on April 29th, 2025, in sealed envelopes at the Office of the Chancery Clerk of Lowndes County, Mississippi, at 505 2nd Avenue North, Columbus, MS, 39701 or at P.O. Box 684, Columbus, MS 39703, or by electronic proposal submission. Submission will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Bidding will be held by ELECTRONIC REVERSE AUCTION on May 6th, 2025, commencing at 10:30 a.m. and ending at 11:00 a.m. local time. Bidders may come to the Office of the Chancery Clerk of Lowndes County, Mississippi, with a paper bid and receive technical assistance in entering their bid in the reverse auction. Lowndes County, Mississippi reserves the right to utilize “anti-sniping” for reverse auctions. Anti-sniping is a tool that automatically extends the bid time for a reverse auction by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will also auto extend the reverse auction bid time any time a bid is placed in the last five (5) minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction ends.<br />Specifications are available by contacting the Lowndes County Purchasing Office at 662-329-5877 in order to obtain the bid documents between the hours of 8:00 am and 5:00 pm local time. Electronic copies of the bid specifications are available by contacting Central Bidding at www.centralbidding.com for a fee. All bids must comply with the specifications provided. Lowndes County, Mississippi reserves the right to amend the specifications as necessary and agrees to notify all parties having requested bid packets. Lowndes County, Mississippi, reserves the right to extend the auction date if necessary to complete the bid proposal pre-qualification process.<br /> <br />Questions – All questions regarding this bid should be directed to Carrie Stephenson, Lowndes County Purchasing Office, in writing by email at
[email protected] , not less than seven (7) days prior to the bid due date. All questions must be submitted in writing; telephonic inquires will not be considered. The County is NOT responsible for bids which are mailed to the wrong address or which arrive in the mail after the designated bid opening time.<br />The contract will be awarded to the lowest and best bidder. However, the Board reserves the right to accept or reject any or all bids received or to waive any informality.<br /> <br /> <br /> <br /> <br />Published by order of the Board of Supervisors of Lowndes County, Mississippi.<br /> <br />CINDY EGGER GOODE<br />Clerk of the Lowndes County Board of Supervisors<br /> <br />Witness my signature on this ___7th____day of April, 2025.<br /> <br /> <br />________________________________________<br />Carrie Stephenson, Deputy Clerk<br /> <br /> <br /> <br /> <br />Publish Dates:<br />4/09/2025<br />4/16/2025<br /> <br /> <br /> <br />(S E A L)<br />My commission expires January 2, 2028.
https://www.centralauctionhouse.com/rfp28442800-full-body-x-ray-security-scanner-system.html
06-May-2025 10:30:00 AM CDT |
06-May-2025 11:00:00 AM CDT |
Madison County School District |
Germantown Middle School Classroom Addition
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that bids will be received for the project named below by the Madison County School District until 2:00 PM on May 27, 2025 and then publicly opened and read aloud. Single stipulated sum bids will be received for all work required by the contract documents in accordance with the Instructions to Bidders.<br /> <br />Bids may be submitted by either of the following methods:<br />Electronic Bids will be accepted by electronic submission as a PDF file at http://www.centralbidding.com. Each bidder submitting a bid electronically shall include its Certificate of Responsibility Number and a signed copy bid sheet as part of its PDF bid submittal. Any electronic PDF bid that does not include the bidder's Certificate of Responsibility Number shall not be considered.<br />Sealed bids will be received at the Madison County Schools Central Office, 476 Highland Colony Parkway, Ridgeland, Mississippi, 39157. All sealed bids submitted shall be marked on the outside face of the envelope "Bid Enclosed: Germantown Middle School Classroom Addition” and shall have the bidder's Certificate of Responsibility Number written on the outside of the envelope. If any envelope is not so marked, said bid shall not be opened or considered. <br />Contract Documents consisting of Plans and Specifications Entitled:<br />Germantown Middle School Classroom Addition<br />Madison County School District<br /> <br />Bid information will be listed at http://www.centralbidding.com.<br /> <br />Bid documents are being made available via paper copy or digital pdf. Plan holders are required to register online at http://www.centralbidding.com or at http://www.jhharchitectsplans.com. All plan holders are required to have a valid email address for registration. No partial set of Documents will be issued. For any questions relating to the electronic submission process, please contact Central Bidding at 225-810-4814.<br /> <br />A Pre-Bid conference will be held at the Madison County Schools Central Office, 476 Highland Colony Parkway, Ridgeland, Mississippi, 39157 at 10:00 AM on May 07, 2025.<br /> <br />Bids shall be submitted only upon the blank bid forms provided with the Specifications and must be accompanied by Bid Security in the form of Certified Check or acceptable Bid Bond in the amount equal to at least five percent (5%) of the Base Bid; such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the bid, execute a contract and post-Performance and Payment Bonds in the form and amount within the time specified. The Bid Bond, if used, shall be payable to the Owner.<br /> <br />Bids must be received on or before the scheduled time for opening of bids.<br /> <br />All bids submitted in excess of $50,000 by a Prime or Subcontractor to do any erection, building, construction, repair, maintenance, or related work must be in compliance with and subject to Sections 31-3-15 and 31-3-21 of the Mississippi Code of 1972 as annotated and amended, and in all case law pertaining thereto.<br /> <br />The Owner reserves the right to waive any irregularities or reject any or all bids.<br /> <br />BY: <br />Ted Poore, Superintendent<br /> <br />OWNER:<br />Madison County School District<br />476 Highland Colony Parkway<br />Ridgeland, Mississippi 39157<br /> <br />ARCHITECT:<br />JH&H Architects, Planners, Interiors PA<br />1047 Flowood Drive<br />Flowood, Mississippi 39232-9533<br />Phone: 601-948-4601<br />Fax: 601-355-6200<br />email:
[email protected]<br /> <br />DATES OF PUBLICATION:<br />April 24, 2025<br />May 01, 2025
https://www.centralauctionhouse.com/rfp62696137-germantown-middle-school-classroom-addition.html
24-Apr-2025 12:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
Magnolia Regional Health Center |
MAGNOLIA SURGICAL RENOVATION PROJECT BID ANNOUNCEMENT
|
Magnolia Surgical Bid announcement<br /> <br />Magnolia Regional Health Center, is announcing a bid opportunity for renovation of an existing surgical department, of approximately 12,815 square feet of interior construction. The new work consists of (4) Operating Rooms, (1) Endoscopy Room, (1) Procedure Room, a Central Sterile Processing Department, and additional support spaces. There is also an add-alternate within the project to renovate an existing lobby and waiting area approximately 3,219 square feet and some new exterior storefront.” Bidders shall have prior experience building or renovating healthcare spaces. Interested bidders should email
[email protected] to request a link to download the Instructions for Bidders, Construction Documents, and Specifications.” All bids must be submitted to:
[email protected], bids deadline is 2:00 P.M. CST on 5/20/25 , so they can be reviewed. “Commencement of construction for the project shall occur between 7/1/2025 and 7/25/2025<br />By the order of James Hobson, CEO this 14th day of March, 2025.
https://www.centralauctionhouse.com/rfp58927612-magnolia-surgical-renovation-project-bid-announcement.html
14-Mar-2025 12:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
Marion County Board of Supervisors |
TRI-AXLE Dump Trucks
|
Tri Axle Dump Trucks Advertisement
https://www.centralauctionhouse.com/rfp96387080-tri-axle-dump-trucks.html
24-Apr-2025 4:00:00 PM CDT |
02-Jun-2025 10:00:00 AM CDT |
Marshall County |
RFP for Tornado Debris Removal Monitoring
|
<br />REQUEST FOR PROPOSAL FOR<br />TORNADO DEBRIS REMOVAL MONITORING SERVICES RELATED TO THE APRIL 2-6, 2025 SEVERE STORMS AND TORNADOS<br /><br /><br /> <br />INTRODUCTION AND GENERAL TERMSMarshall County, Mississippi has experienced damages due to an EF-3 Tornado and severe weather event occurring between April 2, 2025 and April 6, 2025, and resulting in widespread public services damage. The vegetation and other debris resulting from this devastating tornado overwhelms the existing resources of the County. The event has been declared a local emergency and requested to be designated as a disaster by FEMA and MEMA. Accordingly, the County is seeking a qualified Contractor to perform the scope of work addressed in this Emergency Request for Proposal (RFP). All proposals must be properly certified by the entity bidding for the work and signed by an officer, director or owner that has authority to bind and commit the Company to perform said work and services.<br /> <br />Notice is hereby given that the Board of Supervisors of Marshall County, Mississippi, will at the Board of Supervisors Board Room in the City of Holly Springs, Mississippi, at 10:00 o’clock a.m., on the 2nd day of June, 2025, accept sealed proposals from vendors interested in furnishing Tornado Debris Removal Services to Marshall County, Mississippi related to the Severe Storms and Tornados that occurred on April 2-6, 2025.<br /> <br />Printed copies of this RFP are available at The Marshall County Board of Supervisors Office located at 111 South Market Street, Holly Springs, MS 38635.<br /> <br />Electronic copies may be obtained by calling (662) 252-7903.<br /> <br />One copy of your proposal must be provided to the Board in a sealed envelope that is clearly marked with the title “APRIL 2-6, 2025 STORMS” and due date on the outside of the envelope. Proposals shall be submitted to the Marshall County Administrators office located at 111 South Market Street, Holly Springs, MS 38635. Alternatively, bids may be submitted electronically at www.centralbidding.com on or before the deadline. All proposals are due by 10:00 a.m., June 2, 2025. Offers by telephone or telegram shall not be accepted.<br />A list of references shall also be included in the completed proposal.<br /> <br />Respondents are cautioned that they are responsible for delivery to the specific location cited herein above. Therefore, if your proposal is delivered by express mail carrier or by any other means, it is your responsibility to insure delivery to the specified address before the deadline. Late deliveries will be rejected as nonresponsive regardless of the reason for delay.<br /><br />All costs of preparation of a response to this request for proposals are solely those of the proposers. The County assumes no responsibility whatsoever for any such costs incurred by a proposer. The proposer also agrees that the County bears no responsibility for any costs associated with any administrative or judicial proceedings resulting from the solicitation process. The County reserves the right to accept or reject any or all proposals, with or without cause, to waive technicalities, or to accept the proposal which, in its sole judgment, best serves the interest of the County, or to award a contract to the next most qualified proposers if a successful proposer does not execute a contract within ten (10) days after approval of the selection of the County.<br />The County reserves the right, to cancel a solicitation at any time prior to approval of the award by the County. The County reserves the right to request clarification of information submitted and to request additional information of one or more applicants.<br /> <br />Packets containing scope of services, proposal requirements and evaluation criteria can be obtained from the County Administrator’s office (662.252.7903) located at 111 S. Market St., Holly Springs, MS 38635.<br /> <br /> <br /> <br />Tim PowellMarshall County Administrator
https://www.centralauctionhouse.com/rfp63465726-rfp-for-tornado-debris-removal-monitoring.html
01-May-2025 12:00:00 AM CDT |
02-Jun-2025 10:00:00 AM CDT |
Marshall County |
RFP for Tornado Debris Removal and Disposal
|
REQUEST FOR PROPOSAL<br />FOR<br />TORNADO DEBRIS REMOVAL AND DISPOSAL SERVICES RELATED TO THE APRIL 2-6, 2025 SEVERE STORMS AND TORNADOS<br />____________________________________________________________________________<br />INTRODUCTION AND GENERAL TERMS<br /> <br />Marshall County, Mississippi has experienced damages due to an EF-3 Tornado and severe weather event occurring April 2, 2025 – April 6, 2025, and resulting in widespread public services damage. The vegetation and other debris resulting from this devastating tornado and storms overwhelms the existing resources of the County. The event has been declared a local emergency and requested to be designated as a disaster by FEMA and MEMA. Accordingly, the County is seeking a qualified Contractor to perform the scope of work addressed in this Emergency Request for Proposal (RFP). All proposals must be properly certified by the entity bidding for the work and signed by an officer, director or owner that has authority to bind and commit the Company to perform said work and services.<br /> <br />Notice is hereby given that the Board of Supervisors of Marshall County, Mississippi, will at the Board of Supervisors Board Room in the City of Holly Springs, Mississippi, at 10:00 o’clock a.m., on the 2nd day of June, 2025, accept sealed proposals from vendors interested in furnishing Tornado Debris Removal Services to Marshall County, Mississippi related to the Severe Storms/Tornados.<br />Printed copies of this RFP are available at The Marshall County Board of Supervisors Office located at 111 South Market Street, Holly Springs, MS 38635.<br />Electronic copies may be obtained by calling (662) 252-7903.<br />One copy of your proposal must be provided to the Board in a sealed envelope that is clearly marked with the title “APRIL 2-6, 2025 STORMS” and due date on the outside of the envelope. Proposals shall be submitted to the Marshall County Administrators office located at 111 South Market Street, Holly Springs, MS 38635. Alternatively, bids may be submitted electronically at www.centralbidding.com on or before the deadline. All proposals are due by 10:00 a.m., June 2, 2025. Offers by telephone or telegram shall not be accepted.<br />A list of references shall also be included in the completed proposal.<br />Respondents are cautioned that they are responsible for delivery to the specific location cited herein above. Therefore, if your proposal is delivered by express mail carrier or by any other means, it is your responsibility to insure delivery to the specified address before the deadline. Late deliveries will be rejected as nonresponsive regardless of the reason for delay.<br /> <br />All costs of preparation of a response to this request for proposals are solely those of the proposers. The County assumes no responsibility whatsoever for any such costs incurred by a proposer. The proposer also agrees that the County bears no responsibility for any costs associated with any administrative or judicial proceedings resulting from the solicitation process.<br />The County reserves the right to accept or reject any or all proposals, with or without cause, to waive technicalities, or to accept the proposal which, in its sole judgment, best serves the interest of the County, or to award a contract to the next most qualified proposers if a successful proposer does not execute a contract within ten (10) days after approval of the selection of the County. The County reserves the right, to cancel a solicitation at any time prior to approval of the award by the County. The County reserves the right to request clarification of information submitted and to request additional information of one or more applicants.<br />Packets containing scope of services, proposal requirements and evaluation criteria can be obtained from the County Administrator’s office (662.252.7903) located at 111 S. Market St., Holly Springs, MS 38635.<br /> <br />Tim Powell<br />Marshall County Administrator
https://www.centralauctionhouse.com/rfp38072605-rfp-for-tornado-debris-removal-and-disposal.html
01-May-2025 12:00:00 AM CDT |
02-Jun-2025 10:00:00 AM CDT |
Marshall County |
Notice of Sale of Surplus Property
|
STATE OF MISSISSIPPI<br /> <br />COUNTY OF MARSHALL<br /> <br /> Notice of Sale of Surplus Property by Order of the Marshall County Board of Supervisors<br /> <br />By authority of order dated March 17, 2025, the Marshall County Board of Supervisors will on the 5th day of May, 2025 at 10:00 a.m. sell the below described surplus property to the highest bidder. The Board will conduct the sale by taking sealed bids that must be submitted to the Marshall County Administrator’s Office located at 111 South Market Street, Holly Springs, MS 38635 on or before 10 a.m. on the morning of Monday, May 5, 2025. The envelope must bear on the outside the name of the Proposer, be marked as “sealed bid” and its address or bids may be submitted electronically at www.centralbidding.com. Marshall County will accept the highest bid if the Board determines that the bid is reasonable and represents the fair market value of the property. The highest bidder will be required to post a ten percent (10%) deposit with the remaining balance due at closing. Marshall County Board of Supervisors reserves the right to reject or accept any bid. The sale of this property is not final until confirmed by the Board. Bidders deposit shall be refunded if the sale is rejected. Confirmation or rejection is set for the Marshall County Board of Supervisors meeting on the 5th day of May, 2025 or at the following meeting. Closing shall occur within 20 days of the confirmation. The subject property is described as follows:<br /> <br />A tract of land located in the City of Holly Springs in the Northwest Quarter of Section 31, Township 3 South, Range 2 West, Marshall County, Mississippi and being more particularly described as follows; To Wit:<br /> <br />Commence at a 3” iron pipe found at the Northwest Corner of Section 31, Township 3 South, Range 2 West, Marshall County, Mississippi; run thence SOUTH 1104.84 feet to a point; run thence EAST 1449.71 feet to a ½” rebar found; said point being the POINT OF BEGINNING; run thence North 00 degrees 00 minutes, 35 seconds West passing through a ½” rebar found online at 308.91 feet for a distance of 325.58 feet to a ½” rebar set under a 6 foot cyclone fence; run thence along said 6 foot cyclone fence the following calls; South 44 degrees, 38 minutes, 04 seconds East 10.54 feet to a 2” galvanized pipe fence corner; South 46 degrees 55 minutes 05 seconds East 228.32 feet to a 3” galvanized pipe fence corner; South 65 degrees 20 minutes 06 seconds East 170.05 feet to a 1.5” galvanized pipe fence post; South 65 degrees 21 minutes 51 seconds East 393.04 feet to a 1.5” galvanized pipe fence post; South 65 degrees 21 minutes 27 seconds East 317.82 feet to a 3” galvanized pipe fence corner: South 55 degrees 06 minutes 02 seconds East 141.82 feet to a ½ “ rebar set under a 6 foot cyclone fence on the west right-of-way of Highway #7 (SAP No 7-1240 B (1); run thence along said right-of-way the following calls; South 08 degrees 30 minutes 41 seconds East 842.67 feet to a ½” rebar set; South 85 degrees 07 minutes 46 seconds East 41.67 feet to a ¾” iron pipe found: South 08 degrees 40 minutes, 16 seconds East 20.87 feet to a mag nail found; run thence North 82 degrees 16 minutes 08 seconds West leaving said right-of-way for a distance of 122.89 feet to a ½” rebar set; run thence North 82 degrees 12 minutes 36 seconds West 336.68 feet to a ½” rebar set; run thence North 04 degrees 11 minutes 47 seconds West 233.00 feet to a ½” rebar set; run thence South 86 degrees 32 minutes 48 seconds West 100.00 feet to a 8” elm tree at a fence corner; run thence along said fence the following calls South 00 degrees 22 minutes 01 seconds West 64.66 feet to a ¾” iron pipe found at a fence corner; North 64 degrees 43 minutes 17 seconds West 327.98 feet to a ¾” iron pipe found at a fence corner on the east side of the Brick and Tile Road; run thence along said east side of the road the following calls; North 13 degrees 00 minutes 19 seconds East 75.62 feet to a 2” galvanized pipe fence corner; North 13 degrees 17 minutes 01 seconds East 9.01 feet to a 3” galvanized pipe fence corner; run thence North 83 degrees 19 minutes 21 seconds West leaving said east side of road and said fence for a distance of 43.07 feet to a ½” rebar set on the west side of Brick and Tile Road ; run thence North 02 degrees 09 minutes 33 seconds East 15.76 feet to a ¾” iron pipe found; run thence North 00 degrees 03 minutes 42 seconds West 675.64 feet to a ½ rebar set; run thence North 89 degrees 49 minutes 28 seconds West 367.45 feet to the POINT OF BEGINNING.<br /> <br />Said tract containing 16.87 acres more or less.<br /> <br />Subject to the City of Holly Springs Zoning and Subdivision Regulations.<br />Subject to all road and utility right-of-ways and easements.<br />Reference bearing base on G.P.S. observation (geodetic)<br /> <br /> <br /> Address: Hwy 7 N, Holly Springs, MS 38635<br /> <br /> Parcel # 089M-31-004.09
https://www.centralauctionhouse.com/rfp77455736-notice-of-sale-of-surplus-property.html
10-Apr-2025 12:00:00 AM CDT |
05-May-2025 10:00:00 AM CDT |
Marshall County |
Notice to Bidders for culvert
|
STATE OF MISSISSIPPI<br />COUNTY OF MARSHALL<br /> <br /> <br /> <br />NOTICE TO BIDDERS<br /> <br /> <br /> <br />The Marshall County Board of Supervisors will receive sealed and marked bids in the office of the County Administrator, Post Office Box 219, 111 South Market Street, Holly Springs, Mississippi 38635, or bids may be submitted electronically at www.centralbidding.com until 10:00 a.m. Monday, May 19, 2025 and thereafter will publicly be opened for Two (2) Culverts 10 feet diameter x 50 feet long, steel pipe, minimum thickness – ½”<br /> <br />All bidders shall be precisely clear as to the specifications of their product. <br /> <br />Envelopes containing bids must be sealed and marked on the outside lower left hand corner: Bid for Marshall County Road and Bridge Culverts, May 19, 2025 at 10:00 a.m.<br />The Board reserves the right to reject any and all bids and to waive any and all formalities in the best interest of the County.<br /> <br />This the 7th day of April, 2025.<br /> <br /> <br />Tim Powell<br />County Administrator
https://www.centralauctionhouse.com/rfp91204579-notice-to-bidders-for-culvert.html
17-Apr-2025 12:00:00 AM CDT |
19-May-2025 10:00:00 AM CDT |
Marshall County |
Notice of Sale of Surplus Property (Old Jail)
|
STATE OF MISSISSIPPI<br /> <br />COUNTY OF MARSHALL<br /> <br /> Notice of Sale of Surplus Property by Order of the Marshall County Board of Supervisors<br /> <br />By authority of order dated March 17, 2025, the Marshall County Board of Supervisors will on the 5th day of May, 2025 at 10:00 a.m. sell the below described surplus property to the highest bidder. The Board will conduct the sale by taking sealed bids that must be submitted to the Marshall County Administrator’s Office located at 111 South Market Street, Holly Springs, MS 38635 on or before 10 a.m. on the morning of Monday, May 5, 2025. The envelope must bear on the outside the name of the Proposer, be marked as “sealed bid” and its address or bids may be submitted electronically at www.centralbidding.com. Marshall County will accept the highest bid if the Board determines that the bid is reasonable and represents the fair market value of the property. The highest bidder will be required to post a ten percent (10%) deposit with the remaining balance due at closing. Marshall County Board of Supervisors reserves the right to reject or accept any bid. The sale of this property is not final until confirmed by the Board. Bidders deposit shall be refunded if the sale is rejected. Confirmation or rejection is set for the Marshall County Board of Supervisors meeting on the 5th day of May, 2025 or at the following meeting. Closing shall occur within 20 days of the confirmation. The subject property is described as follows:<br /> <br />A lot 175’ x 275’ in the NE part of Lot 259 and the South part of Lot 260 located in the City of Holly Springs in Section 6, Township 4 South, Range 2 West, Marshall County, Mississippi and all improvements thereon (also known as The Old Marshall County Jail):<br /> <br />Subject to the City of Holly Springs Zoning and Subdivision Regulations.<br />Subject to all road and utility right-of-ways and easements.<br /> <br /> Address: 136 Alderson Street, Holly Springs, MS<br /> <br /> Parcel # 093D-06-135.00
https://www.centralauctionhouse.com/rfp25543731-notice-of-sale-of-surplus-property-old-jail.html
10-Apr-2025 12:00:00 AM CDT |
05-May-2025 10:00:00 AM CDT |
Mississippi Coast Coliseum & Convention Center |
MS Coast Coliseum - ELASTO-KOOL WHITE (10-YEAR) ELASTOMERIC ROOF COATING APPLICATION – 60,000 SF BUILDING.
|
<div style="text-align: center;">MISSISSIPPI COAST COLISEUM COMMISSION: ADVERTISEMENT - REQUEST FOR BIDS</div><div style="text-align: center;">Sealed BIDS will be received by the Mississippi Coast Coliseum COMMISSION’S Executive Director Matt McDonnell at 2350 Beach Biloxi, MS, 39531, until _2:00 PM_, on __May 1_, 2025 for:<br /> <br /><b>Elasto-Kool White (10-Year) Elastomeric Roof Coating application – 60,000 sf building.</b></div> <br />At such time stated above, said Bids will be opened, read out loud, and recorded. On the outside of the sealed Bid envelope, the Contractor’s Certificate of Responsibility number or DUNS# must be displayed. Any Bids received after said date and time shall be returned to the Bidder unopened.<br /> <br />The selected company shall provide a new roof recoat that meets specified requirements or equivalent, repair damaged areas, and apply an elastomeric roof coating in accordance with the scope of work described.<br /><b>INFORMATION PACKET</b> (Bidding Documents) are available at: <b>https://www.mscoastcoliseum.com/p/about/bidrequests.</b><br />Electronic copy requests must be submitted via email to:
[email protected]. <br /><br /><b>SITE VISIT</b><br />Site visits must be prescheduled with MS Coast Coliseum COMMISSION’S Assistant Executive Director: Michelle Menningmann at 228-594-3718 at least three (3) business days prior to any onsite activity. Last day for site visit is 4/25/25.<br /><br />Proposers must submit the name of the Contracting Officer’s Representative (COR) or DUNS# on the BID form as the person within the company who shall be the Owner’s contact and party primarily responsible for rendering services, if selected.<br /><br />BIDDERS interested in submitting bids electronically in place of a sealed bid may do so only through https://www.centralauctionhouse.com/rfpc10487-mississippi-coast-coliseum-convention-center.html. Questions regarding website registration, online orders or electronic bidding, please contact Central Bidding Support at 225-810-4814 or @
[email protected].<br /><br />If you have any questions concerning the Request for BIDS, please call Mississippi Coast Coliseum COMMISSION, Assistant Executive Director: Michelle Menningmann at 228-594-3718.
https://www.centralauctionhouse.com/rfp33850426-ms-coast-coliseum--elasto-kool-white-10-year-elastomeric-roof-coating-application-60000-sf-building.html
03-Apr-2025 12:00:00 AM CDT |
01-May-2025 1:59:00 PM CDT |
Mississippi Gulf Coast Community College |
MGCCC West Harrison County Campus Drainage Improvements
|
Advertisement for Bids<br /> <br />WEST HARRISON COUNTY CENTER DRAINAGE IMPROVEMENTS<br /> <br /> Mississippi Gulf Coast Community College<br /> <br /> <br />The Mississippi Gulf Coast Community College, hereafter referred to as Owner, will receive sealed bids for the drainage improvements project for the West Harrison County Center located at 21500 B. Street, Long Beach, Mississippi, until 10:00 A.M., Local Time, May 6, 2025, for supplying all labor, equipment, and materials (as specified) necessary for the construction of the above referenced project. All the bids received will be publicly opened and read aloud in the conference room of the Administration Building of the West Harrison County Center. The work shall consist of installing a trench drain, polyethylene pipe and end section, and a junction box. Other work items include the removal of planters and concrete pavers, relocating a HVAC unit, and the removal and replacement of some concrete sidewalks.<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 labor, equipment and materials required by the specifications and the drawings referred to therein.<br /> <br />Bidder must be qualified under Mississippi Law and show current Certificate of Responsibility issued by the Mississippi State Board of Public Contractors establishing his classification as to the value and type of construction on which he is authorized to bid.<br /> <br />Each Bidder shall write his Certificate of Responsibility Number on the outside of the sealed envelope containing his proposal.<br /> <br />Proposals shall be sealed and deposited with the Owner prior to the time and date hereinbefore designated.<br /> <br />Awarding public contracts to non-resident Bidders will be on the same basis as the non-resident bidder's state awards contracts to Mississippi Contractors bidding under similar circumstances. To ensure that Mississippi's so-called Golden Rule is followed state law requires a non-resident bidder is to attach to his bid a copy of his resident state's current laws pertaining to such state's treatment of non-resident contractors.<br /> <br />Each Bidder must deposit with his proposal, a Bid Bond or Certified Check in an amount equal to five percent of his bid, payable to the Owner, as bid security. Bidders shall also submit a current financial statement, if requested, by the Owner. The successful bidder will be required to furnish a Payment Bond and Performance Bond each in the amount of 100 percent of the contract amount.<br /> <br />Bid documents are being made available via digital copy through Central Bidding at www.centralbidding.com or Plan House Printing at www.mgcccprojects.com . Interested bidders should log-in or register for an account to view and/or order Bid Documents. All plan holders are required to have a valid email address for registration. The cost of bid documents is non-refundable and must be purchased through the website (digital only). Bids may be submitted electronically or in hard copy form. If anyone prefers to submit their bid electronically instead of in a sealed envelope, they can do so through the Central Bidding or Plan House website. Questions regarding website registration and online orders are directed to Central Bidding at (225) 810-4814 and Plan House Printing at 228-248-0181. <br /> <br />Any questions that bidders might have should be directed to
[email protected]. The question period will end one week prior to the bid opening date.<br /> <br />No bidder may withdraw their bid within one hundred twenty (120) days after the actual date of the opening thereof and each bidder shall hold their bid prices for one hundred twenty (120) days after the actual date of the opening thereof.<br /> <br />Mississippi Gulf Coast Community College reserves the right to reject any and all bids and to waive any informalities, technicalities, or irregularities therein.<br /> <br /> <br /> <br /> <br /> <br />BOARD OF TRUSTEES<br />MISSISSIPPI GULF COAST COMMUNITY COLLEGE<br /> <br /> <br /> <br />Publish Dates:<br /> <br />April 7, 2025<br />April 14, 2025<br />
https://www.centralauctionhouse.com/rfp89728852-mgccc-west-harrison-county-campus-drainage-improvements.html
07-Apr-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
Mississippi Gulf Coast Community College |
MGCCC Pedestrian Safety & Fence Improvements - Harrison Co. Campus
|
The work shall consist essentially of the following items:<br />Brick Columns, decorative fencing, and gates. All other related items of work required to complete the project as shown and specified in the Contract Documents. 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.
https://www.centralauctionhouse.com/rfp13987210-mgccc-pedestrian-safety-fence-improvements--harrison-co-campus-.html
13-Apr-2025 12:00:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
Mississippi Gulf Coast Community College |
MGCCC - Renovations to Student Union & LRC
|
00 11 13 – ADVERTISEMENT TO BID<br /> <br />You are hereby invited to submit a sealed bid for “Renovations to Student Union & LRC” located at the Perkinston Campus of Mississippi Gulf Coast Community College, Perkinston, Mississippi. Bids will be received from contractors at the Maintenance, Transportation and Technology Services Center on the Perkinston Campus, Mississippi Gulf Coast Community College until 2:00 P.M., Tuesday, May 13th, 2025, and then publicly opened and read aloud.<br /> <br />Single stipulated sum bids will be received for all work required by the Contract Documents in accordance with the Instructions to Bidders.<br /> <br />Instructions to Bidders, Form of Bid, Form of Contract, Form of Contract Bond, Drawings, Specifications and other Contract Documents may be examined at the following locations:<br /> <br />Office of the Architect, Eley Guild Hardy Architects, P.A., 1091 Tommy Munro Drive, Biloxi, Mississippi 39532.<br />ABC Plan Room, Jackson, Mississippi.<br />AGC Plan Room, Jackson, Mississippi. <br />Bid documents are being made available via hard copy or digital copy at www.eleyguildhardyprojects.com or digital copies at www.centralbidding.com. Interested bidders should log-in or register for a free account to view and/or order Bid Documents. All plan holders are required to have a valid email address for registration. The cost of the bid documents is non-refundable and must be purchased through the website (digital and hard copies). Questions regarding website registration and online orders please contact Plan House at (662) 407-0193 or Central Bidding at (225) 810-4814.<br /> <br />All proposals must be on file with the College prior to the opening time as stated above. All proposals must be sealed and clearly marked on the outside of the envelope as indicated “Renovations to Student Union & LRC” to be opened on “--- Insert Date---”. Envelopes not so marked are submitted at the risk of the Bidder and the College assumes no responsibility for the premature opening of same by any College employee.<br /> <br />At the Bidder’s option, in lieu of submitting a physical sealed Bid, electronic bids may be submitted at www.centralbidding.com. Bids shall be received electronically until the date/time as stated above. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of Bids is not required.<br /> <br />The Owner reserves the right to waive any informalities and to reject any or all bids.<br /> <br />Each bidder must deposit with his bid (or upload at Bidders Option), security in the amount, form and subject to the conditions provided in the Instructions to Bidders. Performance and Payment Bonds will be required from the successful bidder. Bidders shall comply with laws of the State of Mississippi requiring Certificate of Responsibility.<br /> <br />Resident contractors shall, in accordance with laws of the State of Mississippi, be granted preference over non-residents in the award of this contract in the same manner and to the same extent as provided by the laws of the state of domicile of the non-resident. A non-resident contractor shall attach to his proposal a copy of his resident state's current law pertaining to such state's treatment of non-resident contractors.<br /> <br /><br />No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof.<br /> <br />BOARD OF TRUSTEES<br /> MISSISSIPPI GULF COAST COMMUNITY COLLEGE <br /> <br />Run: Tuesday, April 15, 2025<br /> Tuesday, April 22, 2024<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp66692967-mgccc--renovations-to-student-union-lrc.html
23-Apr-2025 7:00:00 PM CDT |
13-May-2025 2:00:00 PM CDT |
Mississippi State Port Authority |
26-EX-06 Enterprise Resource Planning Source - Software
|
The Mississippi State Port Authority at Gulfport (MSPA) is seeking proposals for designation as the Port Authority’s Enterprise Resource Planning Solution (ERP) Software. You may access all proposal documents at www.centralauctionhouse.com only. All proposals must be submitted electronically at www.centralauctionhouse.com only. All bids are due by 5:00 PM Central Time on May 27, 2025.<br />
https://www.centralauctionhouse.com/rfp4365898-26-ex-06-enterprise-resource-planning-source--software.html
23-Apr-2025 12:00:00 AM CDT |
27-May-2025 5:00:00 PM CDT |
Mississippi State Port Authority |
26-OP-02 Security Compliance
|
The Mississippi State Port Authority at Gulfport (MSPA) is seeking proposals for designation as the Port Authority’s Security Compliance Consultant. All inquiries, including the Request for Proposals referenced herein, shall be in writing and directed to Angela Shortt, Purchasing Administrator, 2510 14th Street, Suite 1450, Gulfport, Mississippi, 39501, or via email
[email protected]. You may also access all proposal documents at www.centralauctionhouse.com or www.shipmspaprojects.com. Upon written request for consideration of your firm, a Request for Proposal and Qualifications packet will be forwarded, which will provide the additional information required. All proposals must be received by 3:00 PM Central Time on May 9, 2025.
https://www.centralauctionhouse.com/rfp6504197-26-op-02-security-compliance.html
09-Apr-2025 12:00:00 AM CDT |
09-May-2025 3:00:00 PM CDT |
Mississippi State Port Authority |
26-FD-03 Auditor of Financial Statements
|
The Mississippi State Port Authority at Gulfport (MSPA) is seeking proposals for designation as the Port Authority’s Auditor of Financial Statements. All inquiries, including the Request for Proposals referenced herein, shall be in writing and directed to Angela Shortt, Purchasing Administrator, 2510 14th Street, Suite 1450, Gulfport, Mississippi, 39501 or via email
[email protected]. You may also access all proposal documents at www.centralauctionhouse.com and www.shipmspaprojects.com. Upon written request for consideration of your firm, a Request for Proposal and Qualifications packet will be forwarded that will provide additional information required. All proposals must be received by 3:00 PM Central Time on May 9, 2025.
https://www.centralauctionhouse.com/rfp4234320-26-fd-03-auditor-of-financial-statements.html
09-Apr-2025 12:00:00 AM CDT |
09-May-2025 3:00:00 PM CDT |
Mississippi State Port Authority |
26-OP-04 Landscape Maintenance
|
<br />The Mississippi State Port Authority at Gulfport (MSPA) is seeking proposals for designation as the Port Authority’s Landscape Maintenance Contractor. All inquiries, including the Request for Proposals referenced herein, shall be in writing and directed to Angela Shortt, Purchasing Administrator, 2510 14th Street, Suite 1450, Gulfport, Mississippi, 39501, or via email
[email protected]. You may also access all proposal documents at www.centralauctionhouse.com and www.shipmspaprojects.com. Upon written request for consideration of your firm, a Request for Proposal and Qualifications packet will be forwarded that will provide additional information required. All proposals must be received by 3:00 PM Central Time on May 9, 2025.
https://www.centralauctionhouse.com/rfp53340356-26-op-04-landscape-maintenance.html
09-Apr-2025 12:00:00 AM CDT |
09-May-2025 3:00:00 PM CDT |
Natchez-Adams School District |
TERM CONTRACT FOR EDUCATIONAL APPLE BRAND PRODUCTS
|
ADVERTISEMENT FOR BID<br /> <br />The Natchez-Adams School District will accept sealed bids and/or electronic bid submissions until 4:00 p.m. on Tuesday, May 20, 2025 at the Administrative Office building of the Natchez-Adams School District, Purchasing Department, 10 Homochitto Street, Natchez, MS 39120. The bids will be publicly opened and/or read aloud and taken under advisement at 4:00 p.m. for the following item(s):<br />“TERM CONTRACT FOR EDUCATIONAL APPLE BRAND PRODUCTS”<br />Specifications may be obtained by contacting Delanea’ S. Young via email:
[email protected] or by visiting www.centralbidding.com.<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 />All submissions must be sealed and plainly addressed to the Board of Trustees and clearly marked “Term Contract for Educational Apple Brand Product Bid” on the front by the due date and time. Bids received after the specified date and time are considered late and will not be opened.<br />The Board of Trustees reserves the right to reject any and all bids and to waive any informalities.<br />The Natchez-Adams School District seeks to maintain this term contract for three years (36 months).<br /> <br />Board of Trustees<br />Natchez-Adams School District<br /> <br />By:<br />Timothy J. Byrd<br />Business Manager<br /> <br />Publication Dates: Wednesday, April 9, 2025<br /> Wednesday, April 16, 2025
https://www.centralauctionhouse.com/rfp28953444-term-contract-for-educational-apple-brand-products.html
09-Apr-2025 12:00:00 AM CDT |
20-May-2025 4:00:00 PM CDT |
Ocean Springs School District |
Oak Park Elementary School Additions and Improvements
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received by the Board of Trustees of the Ocean Springs School District, in the Board Room at the Central Office, 2300 Government Street, Ocean Springs, Mississippi, until 2:00 pm, local time, on Thursday May 22, 2025, and then publicly opened and read for the following project:<br /> <br />Oak Park Elementary School<br />Additions and Improvements<br />Ocean Springs School District<br />Ocean Springs, Mississippi<br /> <br />in accordance with plans and specifications prepared by:<br /> <br />Allred Stolarski Architects, P.A.<br />711 Church Street<br />Ocean Springs, Mississippi 39564<br /> <br />Bid documents are being made available via paper copy. Bidders are required to log-in or register for an account at www.asaplans.com to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents must be purchased through the website.<br /> <br />At the Bidders option in lieu of procuring a CD of the Bid Documents and submitting a physical sealed Bid, Official Bid Documents may be downloaded, and electronic bids may be submitted at www.centralbidding.com. Bids shall be received electronically until the date/time as stated above. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of Bids is not required.<br /> <br />Proposals shall be submitted on the blank bid form furnished with each specification and must be accompanied by bid security in the form of Certified Check, Cashier's Check or acceptable Bid Bond, payable to Ocean Springs School District, in amount equal to at least five percent (5%) of the base bid; such security to be forfeited as liquidated damages, not penalty, by any bidder who may be awarded the contract but who fails to carry out the terms of the proposal, execute the contract and post-performance bond in the form and amount within the time specified.<br /> <br /><br />All bids submitted in excess of $50,000.00 by a prime or subcontractor to do any erection, building, construction, repair, maintenance or related work, must comply with Section 31-3-21, Mississippi Code of 1972, by having a current Certificate of Responsibility from the State Board of Public Contractors. The current Certificate of Responsibility Number shall be indicated on the exterior of the sealed bid envelope before it can be opened. In the letting of public contracts in the State of Mississippi, preference shall be given to resident contractors, and a non-resident bidder domiciled in a state having laws granting preference to local contractors shall be awarded Mississippi public contracts only on the same basis as the non-resident bidder's state awards contracts to Mississippi contractors bidding under similar circumstances; and resident contractors actually domiciled in Mississippi, be they corporate, individuals, or partnerships, are to be granted preference over non-residents in awarding of contracts in the same manner and to the same extent as provided by the laws of the state of domicile of the non-resident. When a non-resident contractor submits a bid for a public project, he shall attach thereto a copy of his resident state's current law pertaining to such state's treatment of non-resident contractors.<br /> <br />No bid may be withdrawn after the scheduled closing time for a period of forty-five (45) days. The Ocean Springs School District reserves the right to reject any or all bids and to waive informalities.<br /> <br />BY ORDER OF:<br /> <br />BOARD OF TRUSTEES<br />OCEAN SPRINGS SCHOOL DISTRICT<br />OCEAN SPRINGS, MISSISSIPPI<br /> <br />Dr. Vickie Tiblier, President<br />Dates of Publication:<br />April 23, 2025<br />April 30, 2025<br />
https://www.centralauctionhouse.com/rfp57204730-oak-park-elementary-school-additions-and-improvements.html
25-Apr-2025 10:32:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
Ocean Springs School District |
Pecan Park Elementary School Additions and Improvements
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received by the Board of Trustees of the Ocean Springs School District, in the Board Room at the Central Office, 2300 Government Street, Ocean Springs, Mississippi, until 2:00 pm, local time, on Thursday May 22, 2025, and then publicly opened and read for the following project:<br /> <br />Pecan Park Elementary School<br />Additions and Improvements<br />Ocean Springs School District<br />Ocean Springs, Mississippi<br /> <br />in accordance with plans and specifications prepared by:<br /> <br />Allred Stolarski Architects, P.A.<br />711 Church Street<br />Ocean Springs, Mississippi 39564<br /> <br />Bid documents are being made available via paper copy. Bidders are required to log-in or register for an account at www.asaplans.com to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents must be purchased through the website.<br /> <br />At the Bidders option in lieu of procuring a CD of the Bid Documents and submitting a physical sealed Bid, Official Bid Documents may be downloaded, and electronic bids may be submitted at www.centralbidding.com. Bids shall be received electronically until the date/time as stated above. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Electronic submittal of Bids is not required.<br /> <br />Proposals shall be submitted on the blank bid form furnished with each specification and must be accompanied by bid security in the form of Certified Check, Cashier's Check or acceptable Bid Bond, payable to Ocean Springs School District, in amount equal to at least five percent (5%) of the base bid; such security to be forfeited as liquidated damages, not penalty, by any bidder who may be awarded the contract but who fails to carry out the terms of the proposal, execute the contract and post-performance bond in the form and amount within the time specified.<br /> <br /><br />All bids submitted in excess of $50,000.00 by a prime or subcontractor to do any erection, building, construction, repair, maintenance or related work, must comply with Section 31-3-21, Mississippi Code of 1972, by having a current Certificate of Responsibility from the State Board of Public Contractors. The current Certificate of Responsibility Number shall be indicated on the exterior of the sealed bid envelope before it can be opened. In the letting of public contracts in the State of Mississippi, preference shall be given to resident contractors, and a non-resident bidder domiciled in a state having laws granting preference to local contractors shall be awarded Mississippi public contracts only on the same basis as the non-resident bidder's state awards contracts to Mississippi contractors bidding under similar circumstances; and resident contractors actually domiciled in Mississippi, be they corporate, individuals, or partnerships, are to be granted preference over non-residents in awarding of contracts in the same manner and to the same extent as provided by the laws of the state of domicile of the non-resident. When a non-resident contractor submits a bid for a public project, he shall attach thereto a copy of his resident state's current law pertaining to such state's treatment of non-resident contractors.<br /> <br />No bid may be withdrawn after the scheduled closing time for a period of forty-five (45) days. The Ocean Springs School District reserves the right to reject any or all bids and to waive informalities.<br /> <br />BY ORDER OF:<br /> <br />BOARD OF TRUSTEES<br />OCEAN SPRINGS SCHOOL DISTRICT<br />OCEAN SPRINGS, MISSISSIPPI<br /> <br />Dr. Vickie Tiblier, President<br /> <br />Dates of Publication:<br />April 23, 2025<br />April 30, 2025<br />
https://www.centralauctionhouse.com/rfp84338905-pecan-park-elementary-school-additions-and-improvements.html
25-Apr-2025 10:37:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
Panola County |
Purchase of One or More Garbage Trucks Attachment
|
1 or more hydraulically actuated packer body with a mechanical lifting device capable of handling 30-110 gallon refuse containers. The bodies shall be capable o fcompacting and transporting refuse to a landfill or transfer station and dispensing the load by means of hydraulically ejecting the load from the body. <br /><br />1 or more hydraulically actuated partial pack front loader and chassis with a container hoisting device capable of handling 1-10 cubic yard containers with side pockets. The body shall be capable of compacting and transporting refuse to a landfill or transfer station and sipensing the load by means of hydraulically ejecting teh load from the body. <br /><br />1 or more hydraulically actuated rolloff truck
https://www.centralauctionhouse.com/rfp95643495--purchase-of-one-or-more-garbage-trucks-attachment.html
25-Apr-2025 8:00:00 AM CDT |
08-May-2025 9:00:00 AM CDT |
Panola County |
REBID - Site Work Package for Panola County NWCC School of Aeronautics
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS<br /> </div>Sealed Bids for construction of the Site Work Package for the Panola County/Northwest Community College School of Aeronautics, Panola County, Mississippi, will be received by the Board of Supervisors of Panola County, MS, at the Panola County Court House, 151 Public Square, Batesville, MS 38606, until 10:00 AM, local time on May 9, 2025, at which time the Bids received will be publicly opened and read aloud.<br /> <br />The project consists of construction of site clearing, site grading, reinforced concrete arch pipe, combination curb and gutter, crushed stone base, asphalt pavement, concrete pavement, loose rip rap, erosion and sedimentation control and other miscellaneous work.<br /> <br />Bidding Documents may be examined free of charge at the office of the Engineer, Eley|McPherson Engineering, PA, 306 Third Street, Cleveland, Mississippi, 38732, Tel. 662-846-0180; at the office of the Panola County, MS Courthouse, 151 Public Square, Batesville, MS 38606; or at participating plan rooms. Bidding Documents may be purchased online at www.centralbidding.com upon payment of the printing charge established by the plan room, which is not refundable. Plan holders will be required to have a valid email address and must purchase the Bidding Documents to be eligible to submit a Bid.<br /> <br />Bids may be submitted in person, by mail or electronically. For delivery in person or by mail, the Bid must be enclosed in a sealed envelope and plainly marked on the outside of the envelope with the following: Bid for the Site Work Package for the Panola County, Northwest Community College, School of Aeronautics, Board of Supervisors of Panola County, MS, to be opened on May 9, 2025 and addressed to the Board of Supervisors of Panola County, MS , 151 Public Square, Batesville, MS 38606, Attn: Sara Russo, County Administrator. In addition, the envelope shall list the bidders Company Name, Company Address, and the Bidder’s Mississippi State Contractor’s License number. The Owner and Engineer assume no responsibility for the premature opening of any bid envelope which is not properly marked. For electronic delivery, Bids must be submitted at www.centralbidding.com. All electronic Bids must be submitted in portable electronic format (PDF) and must contain the same information, forms and Bid Security as required for paper Bids.<br /> <br />Bid Security in the amount of five (5) percent of the maximum total bid amount is required. No bidder may withdraw his bid within 60 calendar days after the actual date of opening.<br /> <br />The Owner reserves the right to waive any informality or to reject any and all bids. <br /> <br /> <br />Publication Dates: April 9, 2025<br /> April 16, 2025
https://www.centralauctionhouse.com/rfp65623193-rebid--site-work-package-for-panola-county-nwcc-school-of-aeronautics.html
16-Apr-2025 7:00:00 PM CDT |
09-May-2025 10:00:00 AM CDT |
Pass Christian Public School District |
TELEPHONE SYSTEM (MANAGED SERVICE)
|
The Pass Christian Public School District is seeking to replace the current telecommunications system, currently Cisco CallManager, with a new Managed contract for Fortinet Unified Communications solution, or approved equivalent. The district will purchase the equipment. Well-qualified organizations who employ engineers with Cisco CCIE and Fortinet NSE8 certifications will be given preference when evaluating the bids.<br /><br />For support with Central Bidding, please email
[email protected]
https://www.centralauctionhouse.com/rfp4243811-telephone-system-managed-service.html
30-Apr-2025 10:30:00 AM CDT |
30-Apr-2025 11:30:00 AM CDT |
Pearl River Valley Water Supply District |
Slope Mowing Services - Barnett Reservoir Main Dam
|
PEARL RIVER VALLEY WATER SUPPLY DISTRICT<br />REQUEST FOR BIDS<br />SLOPE MOWING SERVICES<br />BARNETT RESERVOIR MAIN DAM<br />PRV# 25-600-28-99<br /> <br />Sealed and electronic bids will be received by the Pearl River Valley Water Supply District (District) for Slope Mowing Services, Barnett Reservoir Main Dam until 11:00 o'clock A.M., Local Time, on 22 May 2025, at the DISTRICT’S Office, 115 Madison Landing Circle, Ridgeland, Mississippi 39157, at which time and place bids will be opened and read aloud. Bids forwarded by mail should be addressed to the District at P. O. Box 2180, Ridgeland, Mississippi 39158. The contract period will be 12 months. A total of 12 cuttings are anticipated. <br /> <br />The Advertisement for Bids, Instructions to Bidders, Form of Bid, Form of Contract, Plans, Specifications, and other Contract Documents may be examined at the following locations:<br /> PRVWSD District Office, 115 Madison Landing Circle, Ridgeland, Mississippi 39157<br /> <br />Official Bid Documents, including the Contract Documents, can be downloaded from Central Bidding at www.centralbidding.com. They can also be obtained by visiting the PRVWSD District Office or by e-mail request to
[email protected]. Electronic Bids may be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225.810.4814. Bids may also be submitted by in-person delivery or by mail. Bids will not be accepted by e-mail or fax.<br /> <br />Bids shall be submitted on the bid proposal form provided in the Bid Documents. Except for those submitted electronically, bids shall be sealed in an envelope, and plainly marked on the outside of the envelope: Bid for Slope Mowing Services, Barnett Reservoir Main Dam. Bidders must be qualified under Mississippi Law and show evidence of registration with the Mississippi Secretary of State’s Office to perform the type of work included in this solicitation. Each bidder shall write their Mississippi Business Identification Number on the outside of the sealed envelope containing its proposal. <br /> <br />The work shall consist of, but not be limited to, the following: 1) mobilize equipment and personnel to the site, 2) mowing slopes on the back side of the earthen dam (approximately 25 acres), 3) trimming in selected areas, 4) removal of mowing debris and clippings. The Contractor will be required to use specialized slope mowing equipment. The project is on District property in Rankin, Madison, and Hinds Counties, in Mississippi.<br /> <br />Bidder must be qualified to perform the work. Qualifications and experience shall be documented in accordance with the Contract Documents and must be submitted with the bid. <br /> <br />The DISTRICT reserves the right to reject any or all bids and to waive any informalities or irregularities therein. No Bidder may withdraw its bid within sixty (60) calendar days after the actual date of the opening thereof.<br /> <br /> PEARL RIVER VALLEY WATER SUPPLY DISTRICT<br /> <br /> BY: Adam Choate<br /> Executive Director<br /> <br />Publication: Clarion Ledger <br />Adv. Dates: 4/22/2025 & 4/29/2025<br />Bid Opening: 5/22/2025<br /> <br />
https://www.centralauctionhouse.com/rfp53668489-slope-mowing-services--barnett-reservoir-main-dam.html
22-Apr-2025 12:00:00 AM CDT |
22-May-2025 11:00:00 AM CDT |
Pontotoc County |
20 Yard Rear Loading Garbage Truck with Conventional Chassis
|
IN THE MATTER OF PUBLICATION<br />CLAIM NO.__________<br />ADVERTISEMENT FOR BIDS FOR (1) ONE 20 YARD SINGLE REAR AXLE REAR LOADING GARBAGE TRUCKS WITH CONVENTIONAL CHASSIS FOR THE PONTOTOC COUNTY SOLID WASTE DEPARTMENT.<br /> WHEREAS, it is now necessary and this Board desires to advertise to receive bids through a reverse auction for (1) one 20-yard single rear axle rear loading garbage trucks with a conventional chassis.<br /> It is, therefore, ordered by the Board that the Clerk of this Board publish notice of the intention of the Board to receive bids via reverse auction on Wednesday, May 21st, 2025, at 10:00 A.M. at www.centralbidding.com according to specifications on file in the office of the clerk of the Board of Supervisors and online at www.centralbidding.com. Said notice shall be published for the time in the manner provided in the Pontotoc Progress, a newspaper having general circulation in Pontotoc County, MS.<br /> Upon motion made by Supervisor Gary Washington, seconded by Supervisor Ernie Wright, the above and foregoing resolution was put to a roll call vote the result being as follows:<br /> Benny Moorman voted "Yea"<br /> Mike McGregor voted "Yea"<br /> Gary Washington voted "Yea"<br /> Ernie Wright voted "Yea"<br /> Randy Ray voted "Yea "<br /> <br />The motion having received the unanimous affirmation of all members present, the President of the Board declared the motion carried and resolution adopted this the 15th day of April 2025.<br /> <br /> <br /> LEGAL NOTICE<br /> <br /> <br /> <br />Notice is hereby given that the Pontotoc County Board of Supervisors, at www.centralbidding.com at 10:00 a.m. on Wednesday May 21st 2025, shall accept electronic bids through a reverse auction for (1) one 20-yard single rear axle rear loading garbage truck with a conventional chassis for the Pontotoc County Solid Waste Department according to specifications on file with the Clerk of the Board and online at www.centralbidding.com. The Board reserves the right to reject all bids and to waive informalities. Bidders may download official documents from Central Bidding at www.centralbidding.com . Reverse Auction bids can be submitted though Central Bidding at www.centralbidding.com. Any questions regarding the reverse auction process should be directed to Central Bidding at 1- 225-810-4814<br /> <br />Done by unanimous vote of the Board of Supervisors of Pontotoc County, Mississippi, this the 15th day of April 2025.<br /> <br />_____________________ _____________________<br />President Clerk<br /> <br />PUBLISH: _April 23rd & 30th, _2025<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp23775151-20-yard-rear-loading-garbage-truck-with-conventional-chassis.html
23-Apr-2025 3:00:00 PM CDT |
14-May-2025 3:00:00 PM CDT |
Simpson County |
INVITATION TO SUBMIT SEALED BIDS FOR THE PURCHASE OF ONE 2025 OR NEWER, NEW AND UNUSED HYDRUALIC EXCAVATOR WITH GUARNATEED BUYBACK
|
INVITATION TO SUBMIT SEALED BIDS FOR THE PURCHASE OF ONE (1) HYDRAULIC EXCAVATOR<br /><br />Buyer - Simpson County Board of Supervisors<br /><br />Sealed Bid Due Date: Tuesday, May 13, 2025 at 09:00 a.m.<br />Sealed bids may be submitted electronically at www.centralbidding.com or delivered to the Simpson County Board of Supervisors Office, 111 W Pine Avenue, Mendenhall, MS 39114. Bids shall be sealed and the outside envelope shall be clearly marked “Hydraulic Excavator and Guaranteed Buyback,” as appropriate, along with the date and time of the bid opening. All bids must be received no later than 9:00 a.m. on Tuesday, May 13, 2025. <br /><br />Final Bid Approval Date: Thursday, May 15, 2025, at the Simpson County Board of Supervisors Meeting at 9:00 a.m. at the Board of Supervisors Board Room at 111 West Pine Ave., Mendenhall, MS.<br /><br />SEALED BIDS WILL BE ACCEPTED FOR:<br /><br />One (1), 2025 or newer, new and unused, Hydraulic Excavator<br />with Guaranteed Buyback.<br /><br />All bid specifications and bid forms may be obtained electronically at www.centralbidding.com. For questions related to electronic bid processes, please contact Central Bidding at 225.810.4814. Specifications may also be obtained by contacting Simpson County Board of Supervisors Purchase Clerk Regina Evans at
[email protected] or 601.847.7005. <br />The officials of the county reserve the right to accept the bid they deem is in the lowest and best interest of the county. The buyer will be the final authority in determining compliance with the specifications. The award will be made to the lowest and best responsible bidder meeting the requirements of the specifications in accordance with Section 31-7-13, Miss. Code of 1972, annotated. The buyer will not be responsible for bids opened in error, which are incorrectly or inadequately marked. The buyer reserves the right to reject any and all bids with or without cause. All bids must comply with the specifications provided. Simpson County reserves the right to amend the specifications, as necessary, and agrees to notify all having requested bid packets from Central Bidding or Simpson County Board of Supervisors.<br /><br />No bid may be withdrawn for a period of thirty (30) days. Bid price shall be valid for 6 months after bid acceptance. All documents and bid forms required by the specifications shall be submitted in the original bids. No additions or modifications will be allowed after the bids are opened.<br />Specifications are on file at www.centralbidding.com and in the Offices of the Simpson County Chancery Clerk and Simpson County Purchase Clerk.<br /><br /><br />(Publish 2 times: April 24, 2025 and May 1, 2025)<br /><br />
https://www.centralauctionhouse.com/rfp48448862-invitation-to-submit-sealed-bids-for-the-purchase-of-one-2025-or-newer-new-and-unused-hydrualic-excavator-with-guarnateed-buyback.html
25-Apr-2025 11:00:00 AM CDT |
13-May-2025 9:00:00 AM CDT |
South Panola School District |
RFP for Athletic Apparel, Uniforms, Equipment and Accessory Products
|
Notice is hereby given that South Panola School District shall receive sealed proposals for “Request for Proposals for Athletic Apparel, Uniforms, Equipment and Accessory Products.” Said proposals shall be received no later than 2:00 p.m., May 12, 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
https://www.centralauctionhouse.com/rfp87907098-rfp-for-athletic-apparel-uniforms-equipment-and-accessory-products.html
23-Apr-2025 6:00:00 AM CDT |
12-May-2025 2:00:00 PM CDT |
Tate County |
TWO (2) OR MORE, 2025 OR NEWER DODGE 1500 BIGHORN/LONESTAR CREW 4X4 TRUCKS
|
PUBLIC NOTICE<br /> Notice is hereby given that sealed or electronic bids will be received by the Board of Supervisors of Tate County, Mississippi for the purpose of purchasing TWO (2) OR MORE, 2025 OR NEWER DODGE 1500 BIGHORN/LONESTAR CREW 4X4 TRUCKS.<br /> Unpriced bid proposals will be accepted until 4:00 P.M. on Monday, May 12, 2025, at the office of the Tate County Administrator, 910 E. F. Hale Drive, Senatobia, MS 38668, or by electronic bid submission at www.centralbidding.com. Proposals should be sealed and clearly marked on the outside of the envelope as indicated: TWO (2) OR MORE, 2025 OR NEWER DODGE 1500 BIGHORN/LONESTAR CREW 4X4 TRUCKS DATE: May 12, 2025.<br /> Bid Specifications and Procedures may be obtained by contacting the Tate County Purchase Clerk at 662-562-4647, located in the Administration Building, 910 E. F. Hale Drive, Senatobia, MS, 38668 Monday through Friday between the hours of 7:00 a.m. and 4:00 p.m. or may be obtained at www.centralbidding.com.<br /> For any questions relating to electronic downloads and submittals and/or the bidding process, please, call Central Bidding at 225-810-4814.<br /> Submitted proposals will be evaluated and vendors submitting acceptable bids/proposals will be invited to submit PRICED BIDS.<br /> FINAL BIDDING WILL BE HELD BY ELECTRONIC REVERSE AUCTION, BEGINNING AT 9:00 A.M. AND ENDING AT 9:30 A.M., Thursday, May 15, 2025, AT www.centralbidding.com. Sealed paper bids may be submitted in the Office of the County Administrator at the Tate County Administration Office, 910 E. F. Hale Drive, Senatobia, Mississippi, on Thursday, May 15, 2025, no later than thirty minutes prior to the start time of the reverse auction and receive technical assistance in entering their bid in the reverse auction.<br /> The Board expressly reserves the right to accept or reject any or all bids, or any part of any or all bids based on the lowest and best bid determination in the best interest of the County. The Board reserves the right to waive informalities. <br />WITNESS my signature this the 7th day of April 2025.<br /> <br /> <br /> /s/Tim Hale<br /> TIM HALE<br /> Chancery Clerk and<br /> Clerk of the Board<br /> Of Supervisors<br />
https://www.centralauctionhouse.com/rfp98961829-two-2-or-more-2025-or-newer-dodge-1500-bighornlonestar-crew-4x4-trucks.html
23-Apr-2025 12:00:00 AM CDT |
12-May-2025 4:00:00 PM 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, May 5, 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 may agree to 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 /> <br /> The list of supplies to be purchased being, as follows, to-wit:<br /> <br />(1) Crushed stone (limestone) # 7<br />(2) Crushed stone (limestone) #89<br />(3) Crushed stone (limestone) #67<br />(4) Crushed stone (limestone) #6<br />(5) Crushed stone (limestone) #57<br />(6) Crushed stone (limestone) #5<br />(7) Crushed stone (limestone) #4<br />(8) Crushed stone (limestone) #2<br />(9) Asphalt and necessary ingredients (CRS2, CRS2P, Cold Mix Emulsion, Cold Mix Asphalt, Soil Cement and Hot Mix Asphalt)for patching and repairing of roads.<br />(10) Clay gravel<br />(11) Surge<br />(12) DGB/CR<br />(13) Wash rock<br />(14) Rip rap<br /> <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 and 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 7th day of April, 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 /> <br /> <br />
https://www.centralauctionhouse.com/rfp96738614-materials-and-supplies.html
23-Apr-2025 8:00:00 AM CDT |
05-May-2025 10:00:00 AM CDT |
Tishomingo County |
PURCHASE OF 1 (ONE) 2026 OR NEWER TANDEM AXLE CLASS 8 TRUCK WITH 16 FOOT ELLIPTICAL DUMP BODY
|
NOTICE OF INVITATION TO BID<br /> Notice is hereby given that sealed or electronic bids will be received by the Board<br />of Supervisors of Tishomingo County, Mississippi, for the purpose of purchasing one (1)<br />NEW tandem axle class 8 truck with a 16-foot elliptical dump body.<br /> Unpriced bid proposals will be accepted until 5:00 p.m. on Monday, May 12th, 2025, at the office of the Tishomingo County Chancery Clerk located in the Tishomingo County Courthouse, 1008 Battleground Drive, Iuka, MS 38852, or by electronic bid submission at www.centralbidding.com. Proposals should be sealed and clearly marked on the outside of the envelope as indicated: one (1) NEW tandem axle class 8 truck with a 16-foot elliptical dump body/BID DATE: WEDNESDAY, MAY 12th, 2025.<br /> Bid specifications and procedures may be obtained by contacting the Tishomingo County Purchasing Department at 662-423-7032, located at 1008 Battleground Drive, Iuka, MS 38852 Monday through Friday between the hours of 8:00 a.m. and 5:00 p.m. or may be obtained at www.centralbidding.com.<br /> For any questions relating to electronic downloads and submittals and/or the bidding process, please call Central Bidding at 225-810-4814.<br /> Submitted proposals will be evaluated and vendors submitting acceptable bids/proposals will be invited to submit PRICED BIDS.<br /> FINAL BIDDING WILL BE HELD BY ELECTRONIC REVERSE AUCTION ON WEDNESDAY, MAY 14th, 2025 AT www.centralbidding.com between 9:30 a.m. and 10:00 a.m., unless extended by anti-bid sniping. Sealed paper bids may be submitted in the office of the Tishomingo County Chancery Clerk, 1008 Battleground Drive, Iuka, MS 38852, on TUESDAY, MAY 13th, 2025 to receive technical assistance in entering their bid in the reverse auction.<br /> The Board expressly reserves the right to accept or reject any or all bids, or any part of any or all bids based on the lowest and best bid determination in the best interest of the County. The Board reserves the right the waive informalities.<br /> <br /> WITNESS MY SIGNATURE THIS THE 22nd DAY OF APRIL, 2025.<br /> Peyton Cummings_________________<br /> PEYTON CUMMINGS, CHANCERY CLERK<br /> <br /> SO ORDERED this the 22nd day of APRIL, 2025. <br /> Michael Busby________________ <br /> MICHAEL BUSBY, BOARD PRESIDENT<br /> <br /> <br />PLEASE PUBLISH on Thursday, April 24th, 2025 AND Thursday, May 1st, 2025.<br /> <br />
https://www.centralauctionhouse.com/rfp77237842-purchase-of-1-one-2026-or-newer-tandem-axle-class-8-truck-with-16-foot-elliptical-dump-body-.html
24-Apr-2025 12:00:00 AM CDT |
12-May-2025 5:00:00 PM CDT |
Warren County |
Retaining Wall Repairs-Phase I Old Warren County Courthouse
|
ADVERTISEMENT FOR BIDS – NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that the Warren County Board of Supervisors will receive sealed bids from qualified bidders for the project identified as Retaining Wall Repairs – Phase I, Old Warren County Courthouse. The project includes the installation of soil nails, masonry and stucco stabilization and installation of storm drainage structures at the site of the Old Warren County Courthouse as indicated in the drawings, specifications, and other contract documents. The above general outline of features of work does not in any way limit the responsibility of the Contractor to perform all work and furnish all parts, labor, equipment, and materials required by the specifications and the drawings referred to therein.<br />The contract time for the work included in this contract is One Hundred Eighty (180) Calendar Days. The Contract will be subject to liquidated damages of three hundred dollars ($300) per calendar day for each day in default after the stipulated completion date. The contract time will begin on the date specified in the written Notice to Proceed.<br />Deadline for receipt of Bids is 10:00 a.m. local time on May 28, 2025. Bids will be received at the Warren County Purchasing Department, 913 Jackson Street, Vicksburg, MS 39183. Bidders are cautioned that the Purchasing Department does not receive the daily U.S. Mail on or before 10:00 a.m. Bids will be time-stamped upon receipt according to Purchasing Department’s time clock. Bids received after the stated deadline will not be considered. All bids properly received will be publicly opened and read aloud.<br />Electronic bids can be submitted at www.centralbidding.com. Official bid documents can be downloaded from Central Bidding. Interested contractors can register as a vendor at www.centralbidding.com and download plans. Electronic bids are due at the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />Bidders must be qualified under Mississippi State law and possess a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors in the classification of Building Construction. This Project is expected to exceed $50,000, therefore the Certificate of Responsibility Number shall be written on the outside of the sealed bid envelope. For electronic bids, the COR information must be submitted as the first page of the PDF attachment with the electronic bid submittal. For bids less than $50,000, a Certificate of Responsibility number is not required. Bidder shall note on the outside of the envelope containing the bid that the “bid is less than $50,000, CR No. not required”.<br />Mississippi has a reciprocal preference law. Mississippi Code 31-3-21 requires that a copy of any non-resident bidder’s current state law pertaining to its treatment of non-resident contractors be submitted at the time the bid is submitted, or that bid shall not be considered further.<br />Each bidder must deposit with his proposal a Bid Bond or Certified Check in an amount equal to five percent (5%) of the total bid payable to Warren County as bid security. The successful bidder shall furnish a Performance Bond and a Payment Bond each in the amount of 100% of the contract amount awarded. Bidders shall also submit a current financial statement if requested by Warren County. Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Performance Bonds must file with each bond a certified and effective dated copy of their power of attorney.<br />WFT Architects, P.A. is the Architect for this project. Plans, Specifications, and Contract Documents are on file and open to public inspection at the Jackson office of WFT Architects at 770 North State Street, Jackson, MS and at the Warren County Purchasing Department, 913 Jackson Street, Vicksburg, MS 39183. Contractors may request digital copies of bid documents by visiting www.centralbidding.com and following the site instructions for registration and download. Printed copies of Bid Documents may be obtained by request to WFT Architects, P.A for a deposit of $50.00, refundable with return of Documents. Questions may be addressed to Wes Harp, Project Architect, via
[email protected].<br />The Warren County Board of Supervisors reserves the right to determine responsible bidders, responsive bids, the lowest and best bid, reject any and all bids, award to the bidder believed most advantageous to Warren County, and to waive any informalities in the bids and bidding process. Published pursuant to Board Order dated the 15th day of July 2024.<br /> <br />The Warren County Board of Supervisors<br />By: Victoria Bell, Purchasing Agent<br />PUBLICATION DATES:<br /> <br />April 27, 2025<br />May 04, 2025
https://www.centralauctionhouse.com/rfp12553484-retaining-wall-repairs-phase-i-old-warren-county-courthouse.html
27-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Yazoo County |
CLOSED CIRCUIT TV SYSTEM
|
Closed Circuit TV System
https://www.centralauctionhouse.com/rfp1131094-closed-circuit-tv-system.html
07-May-2025 8:00:00 AM CDT |
07-May-2025 5:00:00 PM CDT |