Agency |
Title |
Date published |
Bid opening date |
City of Brandon |
Cornerstone Water Well
|
<br /> <br />Separate written sealed BIDS for a General Contract for the furnishing of all labor and materials for the construction of:<br /> <br /> CORNERSTONE WATER WELL<br /> <br />will be received by the Mayor and Board of Aldermen of the CITY OF BRANDON herein after called the OWNER at the office of the:<br /> <br />CITY CLERK, CITY OF BRANDON, BRANDON CITY HALL 1000 MUNICIPAL DRIVE<br />BRANDON, MS 39042<br /> <br />Until 2:00pm local time on June 12, 2023 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 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 provides for two (2) phases of well construction known as Phase I – Ground Water Pilot Hole and Test Well and Phase II – Water Supply Production Well, Sitework Grading, Piping, Chlorination Building, Emergency Standby Generator, and all other associated work required to complete all as shown and specified in the plans and contract documents.<br />The DRAWINGS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:<br />1. City of Brandon, 1000 Municipal Drive, Brandon, MS 39042<br />2 Benchmark Engineering & Surveying, LLC, 101 Highpointe Court, Suite B, Brandon, MS 39042<br /> <br />Copies of the BIDDING DOCUMENTS may be obtained at BENCHMARK ENGINEERING upon payment of One Hundred Fifty Dollars ($150) per set – none of which is refundable. No partial documents will be issued.<br /> <br />The PLANS, SPECIFICATIONS and CONTRACT DOCUMENTS may be examined at the following locations:<br /> <br />1000 Municipal Drive, Brandon, Mississippi (Public Works Director's Office) <br />Benchmark Engineering & Surveying, LLC. 101 Highpointe Court, Suite B, Brandon, MS (Consulting Engineer’s Office) <br />MSDH/DWSRF 570 Woodrow Wilson Drive, Jackson, MS (Call-Harry Gong) 601-576-7518 (MS Dept. Of Health) <br />The BID SCHEDULE may be examined at the following locations:<br />Mississippi Procurement Technical Assistance Program (MPTAP) Mississippi Development Authority, Minority & Small Business Development<br />Woolfolk Building<br />501 North West Street, Suite B 01 Jackson, MS 39201<br />Contact: Secret Luckett, 601-359-2700<br /> Contract Procurement Center closest to your project area: Carlyn McGee, 601-359-3448 <br /> <br />Additional information and assistance regarding this bid opportunity, the Mississippi Procurement Technical Assistance Program and local Procurement Center may be found at www.mscpc.com. <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 />This contract will be funded in whole or in part by funds as is established in the Safe Drinking Water Act’s State Revolving Loan Funds (42 U.S.C. 300j-12); therefore, this project must comply with the use of American Iron and Steel requirements of the Act.<br /> <br />Any contract or contracts awarded under this invitation for bids are expected to be funded in whole or in part by anticipated funds from the Drinking Water Systems Improvements Revolving Loan Fund (DWSIRLF) Loan Program from the State of Mississippi. Neither the State of Mississippi, the Local Governments and Rural Water Systems Improvements Board, nor any of their employees is or will be a party to this invitation for bids or any resulting or related contracts. 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 Appendix D of the DWSIRLF Program Regulations.<br /> <br />In order to comply with Federal Procurement Regulations (24 CFR 85), Minority and Woman Owned Business Enterprises are encouraged to submit a bid for this project. The successful bidder will take all necessary affirmative steps to assure that Minority and Woman Owned Business Enterprises are used when possible as subcontractors on this project.<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 />The City of Brandon is an Equal Opportunity Employer, and hereby notifies all bidders will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, national origin, age, disability, sexual preference, marital or veteran status, or any other legally protected status in consideration for an award.<br /> <br />No prospective CONTRACTOR may withdraw his proposal within SIXTY (60) DAYS after the actual date of the opening thereof.<br /><br />Each bidder shall write the Certificate of Responsibility number and Mississippi Contractors License number on the outside of the sealed envelope containing his proposal. Proposals shall be submitted in duplicate, sealed, and deposited with the City Clerk prior to the hour and date designated above. Bid Number 2023-09 should be marked in the lower left corner of the envelope.<br /> <br />The City of Brandon now offers Electronic Bidding submissions. All documents may be downloaded from Central Bidding at www.centralbidding.com. For any questions relating to the electronic process, please call Central Bidding at (225)810-4814.<br /> <br />The CITY OF BRANDON reserves the right to waive any information or irregularities, to accept any bid deemed to be in the best interest of the City, or to reject any or all bids.<br /> <br />The Contract Time is Two Hundred Forty (240) consecutive calendar days with liquidated damages being Five Hundred Dollars ($500) per calendar day thereafter.<br /> <br />Butch Lee, Mayor<br /> <br />Advertise: May 11, 2023<br /> May 18, 2023<br /> <br />--END OF SECTION 00100--
https://www.centralauctionhouse.com/rfp38637354-cornerstone-water-well.html
11-May-2023 12:00:00 AM |
12-Jun-2023 02:00:00 PM |
City of Brookhaven |
Emergency Road and Bridge Repair Project for City of Brookhaven Project No. ERBR-43(04) N. Jackson Street Lincoln County, MS
|
SECTION 1<br /> <br /> <br />NOTICE TO CONTRACTORS<br /> <br />EMERGENCY ROAD AND BRIDGE REPAIR PROJECT FOR<br />CITY OF BROOKHAVEN<br />PROJECT NO. ERBR-43(04)<br />N. JACKSON STREET<br />LINCOLN COUNTY, MISSISSIPPI<br /> <br />Sealed bids will be received by the City of Brookhaven, Mississippi at the Lincoln County Courthouse, Brookhaven, Mississippi, until 10:00 AM local time on June 06, 2023 at Room 102 located at 301 South First Street, Brookhaven, MS 39601, and shortly thereafter will be opened and publicly read for the construction of ERBR-43(04) N. JACKSON STREET in Brookhaven, Mississippi. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call 225-810-4814.<br /> <br />This project is funded by a special fund created by the Mississippi Legislature known as the Emergency Road and Bridge Repair Fund. All documents required for bidding purposes may be obtained from the Engineer of Record, Ryan A. Holmes, P.E. at Dungan Engineering, P. A., 120 East Chickasaw Street, Brookhaven, Mississippi 39601, (601) 823-7026 or Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Contractor shall notify Dungan Engineering if bidding through central bidding. A non-refundable deposit of $100.00 is required at the time of request for Construction Drawings and Contract Documents. A copy of the Contract Drawings and Documents may be examined at the office of Dungan Engineering, P. A., 120 East Chickasaw Street, Brookhaven, Mississippi 39601 or at www.dunganeng.com/bids. Project documents are on file in the office of the City Clerk, Brookhaven, Mississippi. Project information is also on the<br /> <br />Bid preparation will be in accordance with the Instructions to Bidders bound in the Contract Documents. The City of Brookhaven reserves the right to waive irregularities and to reject any and/or all bids. The City hereby notifies all bidders that it will affirmatively ensure that minority business enterprises will be afforded full opportunity to submit bids and will not be discriminated against on the grounds of race, color, or national origin in consideration of the award.<br /> <br />A bid bond or certified check in the amount of 5% of the bid will be required. The bid bond or certified check will be returned immediately to unsuccessful bidders. Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposals will not be considered in making the award.<br /> <br /> <br /> CITY OF BROOKHAVEN, MISSISSIPPI<br /> <br />By:/s Joe C. Cox Mayor, City of Brookhaven<br />Advertise on:<br />May 03, 2023 – Daily Leader<br />May 04, 2023 – Clarion Ledger<br />May 10, 2023 – Daily Leader<br />May 11, 2023 – Clarion Ledger
https://www.centralauctionhouse.com/rfp33504262-emergency-road-and-bridge-repair-project-for-city-of-brookhaven-project-no-erbr-4304-n-jackson-street-lincoln-county-ms.html
03-May-2023 12:00:00 AM |
06-Jun-2023 10:00:00 AM |
City of Crystal Springs |
Street Sweeper
|
PUBLIC NOTICE<br />CITY OF CRYSTAL SPRINGS<br />REVERSE AUCTION<br />STREET SWEEPER<br /> <br />Specifications for the street sweeper may be obtained from Crystal Springs City Hall, 210 East Railroad Ave., Crystal Springs, MS 39059 or our reverse auction site at: <a href="http://www.centralbidding.com/">www.centralbidding.com</a>. Specification responses are to be filed with city hall or <a href="http://www.centralbidding.com/">www.centralbidding.com</a> by 2:00 p.m. local time, June 2, 2023, at which time proposals will be opened and qualified for the reverse auction. Approve bidders will then be received email notifications of eligibility. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> DO NOT INCLUDE PRICING INFORMATION WITH YOUR SPECIFICATION RESPONSE. BIDS WILL ONLY BE TAKEN ONLINE AT THE APPOINTED TIME AND DATE.<br /> <br /> Registration with Central Bidding and acceptance of the Central Bidding Agreement is not optional and is required in order to participate in this bidding event. No exceptions will be made. Bids will be received by an electronic sealed bidding process administered by Central Building at the City of Crystal Springs Board Roo, Crystal Springs, MS on June 6, 2023, commencing at10:00 a.m. and ending at 10:30 a.m. at which time bidding will begin and run until suppliers have completed entering all bids. The of Crystal Springs reserves the right to reject any and/or all bids.<br /> <br /> The city reserves the right to utilize “anti-sniping” for reverse auctions. Anti-sniping is a tool to automatically extend the bide time for reverse auction by five (5) minutes if a vendor places a bid in the final five minutes of the reverse auction. The anti-sniping effect will auto extend the reverse auction bid time any time a bid is placed in the last five (50 minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction closes.
https://www.centralauctionhouse.com/rfp3994632-street-sweeper.html
17-May-2023 12:00:00 AM |
02-Jun-2023 02:00:00 PM |
City of Flowood |
Highway 471 Water and Sewer Improvements
|
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 Tuesday, June 13th, 2023 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 471 WATER AND SANITARY SEWER IMPROVEMENTS<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 8,300 linear feet of 12” water line with gate valves, fire hydrants, connection of existing meters to the new main, as well as approximately 2,230 linear feet of 8” sanitary sewer pipe. Additional work required will include but not be limited to: clearing & grubbing, removal of utilities, erosion control, removal and replacement of existing driveways, 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 Wednesday, May 31st, 2023 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 471 WATER AND SANITARY SEWER IMPROVEMENTS”. 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 1st Day of May, 2023.<br /> <br /> <br />Gary L. Rhoads<br />By:<br />Mayor<br />Published: Rankin County News<br /> May 10, 2023<br /> May 17, 2023 <br /> <br />
https://www.centralauctionhouse.com/rfp11732172-highway-471-water-and-sewer-improvements.html
10-May-2023 10:00:00 AM |
13-Jun-2023 10:30:00 AM |
City of Hernando |
ASPHALT PAVING FOR NOTTINGHILL SUBDIVISION PROJECT
|
ASPHALT PAVING FOR NOTTINGHILL SUBDIVISION PROJECT IN HERNANDO <br /> <br /> <br />NOTICE TO BIDDERS<br /> <br />Sealed bids for the ASPHALT PAVING FOR NOTTINGHILL SUBDIVISION PROJECT IN<br />HERNANDO, will be received by the City of Hernando at the City Hall (until 10:00, a.m.) on Tuesday, June 13, 2023, 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 /> <br />In the event the bids should run over $50,000.00, 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 /> <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 />City Clerk: Pam Pyle<br />Publish: May 11, 2023<br /> May 18, 2023<br />
https://www.centralauctionhouse.com/rfp72644415-asphalt-paving-for-nottinghill-subdivision-project.html
11-May-2023 08:00:00 AM |
13-Jun-2023 10:00:00 AM |
City of Hernando |
HERNANDO PARKWAY WATER PLANT IMPROVEMENTS PROJECT
|
NOTICE TO BIDDERS<br /> <br />Sealed bids for the Hernando Parkway Water Plant Improvements Project in Hernando will be received by the City of Hernando at the City Hall (until 10:00, a.m..) on Friday, June 30, 2023 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, P.E. at 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 $50.00 for each set of plans for the project with NO REFUND.<br />In the event the bids should run over $50,000.00, 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. All bids submitted must be sealed in an envelope, clearly labeling the date the bid is to be opened, and the work bid upon.<br /> <br />DBE/WBE contracting firms shown in this specification package shall be contacted concerning possible participation in this project. Letters to the contracting firms must be kept on file by the Contractor if awarded a contract for the Hernando Parkway Water Plant Improvements Project.<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. For questions related to the electronic process, please call Central Bidding at 225-810-4814.<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 />Witness my signature, this the 30th day of May, 2023<br /> <br />Pam Pyle, City Clerk<br /> <br />Published: June 1, 2023<br /> June 8, 2023
https://www.centralauctionhouse.com/rfp21324659-hernando-parkway-water-plant-improvements-project.html
01-Jun-2023 08:00:00 AM |
30-Jun-2023 10:00:00 AM |
City of Indianola |
CITY OF INDIANOLA - B.B. KING PARK BASKETBALL COURT RENOVATIONS AND IMPROVEMENTS "RE-BID", IN HOUSE NO. 48-21
|
<br /> ADVERTISEMENT FOR<br />“RE-BID”<br /> <br />Separate sealed Bids will be received by the City of Indianola, for B. B. King Park Basketball Court Renovations and Improvements, ”Re-Bid”, Project No. 48-21, until 7:00 P.M., Local Time, on Monday, June 12, 2023, at Indianola City Hall, at 101 Front Street, Indianola, MS 38751, at which time and place bids will be opened and read aloud.<br /> <br />The Notice and Instruction to Bidders, Form of Bid, Form of Contractor, Plans and Specifications, Form of Bid Bond, Performance and Payment Bond, and other Contract Documents are on file and open to public inspection at the following address:<br /> <br />Indianola City Hall, 101 Front Street, Indianola, MS 38751<br /> <br />Copies may be obtained from the office of Gardner Engineering, P.A. at the following location upon payment of $100.00, none of which is refundable.<br /> <br /> Gardner Engineering, P.A.<br /> P. O. Drawer A<br /> 216 Second Street<br /> Indianola, MS 38751<br /> Telephone 662- 887-1862<br /> <br />The Owner reserves the right to waive any informalities or to reject any and all bids,<br /> <br />Each bidder must deposit with his bid, security in the amount, for and subject to the conditions provided in the Notice and Instructions to Bidders.<br /> <br />Bidders must comply with Section 3, of the HUD ACT of 1968, the Davis-Bacon Act, the Anti-Kickback Act, the Contract Work Hours and Safety Standards Act, and the President’s Executive Order No. 11246.<br /> <br />All bids submitted in excess of $50,000 by a prime or subcontractor to do erection, building, construction, repair, maintenance, or related work, on public projects must comply with Section 31-3-21, Mississippi Code of 1972, must have a “Certificate of Responsibility” license. Where applicable, the foregoing certificate number and license number must be indicated on the exterior of the sealed bid envelope before it can be opened.<br /> <br />Certification of Non-Segregated Facilities: The Contractor must complete the Certification of Non-Segregated Facilities included in the specifications.<br /> <br /> <br /> <br /> <br /> <br /><br /> <br />CONTRACT ITEMS<br /> <br />The principal items of work under this contract are:<br /> <br /> <br /> <br /> - 150 TONS Hot Mix Asphalt (9.5 mm)<br /> - 565 TONS Crush Stone<br /> - 300 C.Y. Excess Excavation<br /> - 460 L.F. 120” Type II, Chain Link Fence, Class II<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> CITY OF INDIANOLA, MS<br /> <br /> <br />BY: /s/ Lisa Wynn, City Clerk<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />DATE: April 28, 2023<br /> <br /> <br />TO THE ENTERPRISE-TOCSIN PLEASE PUBLISH:<br /> <br /> <br />PLEASE PUBLISH: Friday, May 5, 2023, and May 12, 2023<br /> <br /> <br />PROOF OF PUBLICATION TO:<br /> <br />CITY OF INDIANOLA & RONALD CASSADA, P.E., P.L.S.<br />LISA WYNN GARDNER ENGINEERING. P.A.<br />CITY CLERK 216 SECOND STREET <br />P.O. BOX 269 P. O. DRAWER A<br />INDIANOLA, MS 38751 INDIANOLA, MS 38751<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp1047782-city-of-indianola--bb-king-park-basketball-court-renovations-and-improvements-re-bid-in-house-no-48-21.html
22-May-2023 07:00:00 PM |
12-Jun-2023 07:00:00 PM |
City of Jackson |
Planetarium Renovation, City of Jackson, MS
|
INVITATION FOR BIDS<br />PLANETARIUM RENOVATION<br />CITY OF JACKSON, MISSISSIPPIJACKSON, MISSISSIPPI<br /> <br />Sealed bids will be received by the Municipal Clerk of the City of Jackson, Mississippi, at City Hall, 219 South President Street, Jackson, MS 39201, until 3:30 PM local time on Tuesday, May 30, 2023 at which time bids will be publicly opened and read aloud for:<br /> <br />Planetarium RenovationCity of Jackson, Mississippi<br /> <br />Proposals shall be submitted on forms furnished and sealed and deposited with Municipal Clerk prior to the hour and date above designated. A copy of the construction documents (plans and/or specifications) for the construction being sought has been filed with the Municipal Clerk of Jackson, MS. 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. Questions regarding plan clarifications or requests for information should be directed to the architect as follows:<br /> <br />CDFL Architects + Engineers PA<br />601-366-3110<br />Attention: Daniel Zegel<br />Email: dzegel@cdfl.com<br /> <br />The plans and specifications for the Work are being made available via digital and original paper copy. Plan holders may register and order documents from the Jackson Blueprint Plan Room website (http://planroom.jaxblue.com). There is no charge for registration or to view the documents online. Documents are non-refundable and must be purchased through the website. All plan holders are required to have a valid email address for registration. A printed bid set is $50.00 plus $20.00 shipping and applicable sales tax, and an electronic downloadable set is $25.00 plus applicable sales tax. Bid Documents may be picked up or shipped to the person making the request. Documents will not be distributed or mailed until payment is received. For questions regarding website registration and online orders please contact Jackson Blueprint & Supply at (601)353-5803. A copy of the plans and specifications for the Work will be available for review at the office of the Municipal Clerk at City Hall, 219 South President Street, Jackson, MS 39201.<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 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 Application, with the bid submission, in accordance with the provisions 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 of the<br /><br /> <br />Division of Equal Business Opportunity at 601-960-1856. Copies of the Executive Order, EBO Plan Applications and a copy of the Program, as attached, are available at 200 South President Street, 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 />Bid preparation will be in accordance with the Instructions to Bidders bound in the project manual. The City of Jackson 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 proposal which is deemed most favorable to the City of Jackson.<br /> <br /> <br />A PRE-BID CONFERENCE WILL BE HELD – NON-MANDATORY<br /> <br />All Contractors who intend to submit bids are encouraged to attend a pre-bid conference to be held at 2:00 pm on April 24, 2023, onsite at 201 East Pascagoula Street.<br /> <br /> <br /> <br /> <br />_____________________<br />Robert Lee, P.E.<br />City Engineer & Interim Director<br /> <br />Mailing Address: Dates of Publication: <br />Municipal Clerk 1st Ad – April 13, 2023<br />City of Jackson 2nd Ad – April 20, 2023<br />Post Office Box 17 The Mississippi Link<br />Jackson, Mississippi 39205
https://www.centralauctionhouse.com/rfp51286681-planetarium-renovation-city-of-jackson-ms.html
13-Apr-2023 08:00:00 AM |
13-Jun-2023 03:30:00 PM |
City of Jackson |
Single Family Infill Development Site, Infrastructure, Associated Drainage Improvements
|
PUBLIC NOTICE<br />REQUEST FOR PROPOSALS<br />The City of Jackson ("City") is seeking to develop a single family infill project in the City of Jackson. This RFP is for the onsite and related water and sewer infrastructure improvements for the development of four pre-fabricated homes.<br />Detailed information pertaining to the submission of a response to this request for proposals may be obtained from the Department of Planning and Development, Suite 229 Warren Hood Building: 200 South President Street, Jackson, Mississippi 39201, or by contacting Chloe Dotson at 601-960-1172 or email cdotson@city.iackson.ms.us<br />Responses will be received by the City of Jackson, Office of the City Clerk at 219 South President Street, Jackson, MS 39205 until 3:30p.m., Central Standard Time June 6, 2023. Each prosper must submit a signed original six (6) printed copies and an electronic copy (thumb drive w/ pdf) of its proposal. Official proposal documents can be downloaded from Central Bidding at www.centralbidding.com . electronic responses can be submitted at www.centralbidding.com . For any questions relating to the electronic response process, please call Central Bidding at 225-810-4814.<br />The City of Jackson is committed to the principle of non-discrimination in public contracting and professional services. It is the policy of the City of Jackson to promote full and equal business opportunity for all person doing business with the City.<br /><br />Chloe Dotson, Director Department of<br />Planning and Development<br />City of Jackson, Mississippi<br />Newspaper: The Mississippi Link<br />Published May 18th 2023 and May 25th 2023 Newspaper: Clarion Ledger<br />Published May 18th 2023 and May 25th 2023 Central Bidding: May 18th - June 6th at 3:30 pm
https://www.centralauctionhouse.com/rfp19611973-single-family-infill-development-site-infrastructure-associated-drainage-improvements.html
18-May-2023 12:00:00 AM |
06-Jun-2023 03:30:00 PM |
City of Jackson |
Certified Public Accountant or Accountant Firm
|
PUBLIC NOTICE<br />REQUEST FOR QUOTES<br /> <br />The City of Jackson’s Office of Housing and Community Development is currently seeking quotes for a professional to perform the following services.<br /> <br />1. Assist the Special Projects Officer with reconciling all federal grants balances.<br />2. Correct expenditures for each project, Matching and verifying budget line items in MUNIS/CAYEHTA<br />3. Grant balances for each grant per year.<br />4. Reconcile MUNIS to IDIS<br /> <br />The quote should be based on the costs necessary to perform the duties described above. We are requesting that quote be on an hourly basis for a total of 480 hours. <br /> <br />All interested parties should submit a statement of qualifications, copy of Master’s degree, and a per-hour price quote for the above-described services to the City of Jackson, Office of the City Clerk at 219 South President Street, Jackson, MS 39205 until 3:30p.m., Central Standard Time June 6, 2023. Each prosper must submit a signed original six (6) printed copies and an electronic copy (thumb drive w/ pdf) of its proposal. Official proposal documents can be downloaded from Central Bidding at www.centralbidding.com . Electronic responses can be submitted at www.centralbidding.com . For any questions relating to the electronic response process, please call Central Bidding at 225-810-4814.<br />The City of Jackson is committed to the principle of non-discrimination in public contracting and professional services. It is the policy of the City of Jackson to promote full and equal business opportunity for all person doing business with the City.<br /> <br /> Chloe Dotson, Director<br /> Department of Planning and Development<br /> City of Jackson, Mississippi<br /> <br />Newspaper: The Mississippi Link<br />Published May 18th 2023 and May 25th 2023<br />Newspaper: Clarion Ledger<br />Published May 18th 2023 and May 25th 2023 Central Bidding: May 18th - June 6th at 3:30 pm
https://www.centralauctionhouse.com/rfp65302926-certified-public-accountant-or-accountant-firm.html
18-May-2023 12:00:00 AM |
06-Jun-2023 03:30:00 PM |
City of Madison |
Notice to Contractors: Reconstruct North Apron, Bruce Campbell Field
|
https://www.centralauctionhouse.com/rfp20536057-notice-to-contractors-reconstruct-north-apron-bruce-campbell-field.html
25-May-2023 08:00:00 AM |
23-Jun-2023 02:00:00 PM |
City of Madison |
Notice to Contractors: Rehabilitate Runway Markings, Bruce Campbell Field
|
https://www.centralauctionhouse.com/rfp72226019-notice-to-contractors-rehabilitate-runway-markings-bruce-campbell-field.html
25-May-2023 08:00:00 AM |
23-Jun-2023 02:00:00 PM |
City of McComb |
one Truck Mounted 3-yard Combination Vacuum and Jetter Sewer Cleaner none CDL
|
ADVERTISEMENT FOR BIDS<br /> Bid # MC 05-23-002<br /> <br /> <br />Notice is hereby given that the City of McComb, City shall receive sealed bids for the purchase of one (1) one Truck Mounted 3-yard Combination Vacuum and Jetter Sewer Cleaner none CDL in accords with or equal to the instructions to Bidder and Specifications on file with the Purchasing Department and online at www.centralbidding.com.<br /> <br />Un-priced bid proposals will be accepted until 4:45 p.m. June 13, 2023 in sealed envelopes at the City of McComb, City Hall, 115 Third Street, P O Box 667, McComb Mississippi, 39649, or by electronic bid submission at www.centralbidding.com. Submission will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids.<br /> <br />Bidding will be held by ELECTRONIC REVERSE AUCTION on June 14, 2023, commencing at 10:00 a.m. and ending at 10:45 a.m. local time.<br /> <br />Bidders may download official documents from Central Bidding at www.centralbidding.com. Any questions regarding this bid should be directed to Doug Forbes by email at dforbes@mccomb-ms.gov not less than seven (7) days prior to the due date. Questions relating to reverse auction process should be directed to Central Bidding at 1-225-810-4814.<br /> <br />The Board of Mayor and Selectmen 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 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 />All bids submitted must be honored for a minimum of 90 days after the reverse auction date to allow proper time for the Board to evaluate the proposals, make an award decision, and initiate the Purchase Order process.<br /> <br />Upon delivery and acceptance of the equipment by Pike County, and upon receipt of an invoice, Pike County shall remit payment in full within 45 days.<br /> <br /> <br />Advertise Date:<br /> <br />May 26, 2023<br />June 1, 2023<br /><br />
https://www.centralauctionhouse.com/rfp5121312--one-truck-mounted-3-yard-combination-vacuum-and-jetter-sewer-cleaner-none-cdl.html
26-May-2023 12:00:00 AM |
13-Jun-2023 04:45:00 PM |
City of Meridian |
SOUTH WASTEWATER TREATMENT PLANT- PHASE 1A IMPROVEMENTS
|
ADVERTISEMENT FOR BIDS<br /> <br />The City of Meridian will accept competitive sealed bids until 11:00 AM, Friday, June 2, 2023, at City Hall Purchasing, 601 23rd Avenue, Meridian, Mississippi 39301 for the purpose of:<br /> <br />SOUTH WWTP IMPROVEMENTS – PHASE 1A<br />BID # 23-16<br /> <br />Specifications may be obtained by contacting Brandon Bridges, Purchasing Agent at 601-485-1940, brandonbridges@meridianms.org, Bid specifications can also be downloaded from Central Bidding at www.centralbidding.com or from the address above.<br /> <br />A pre-bid meeting will be held on Thursday, May 11, 2023, at 1:30 P.M., local time, in the Public Works Conference Room, 311 27th Ave, Meridian, MS, 39301 (1st floor of Public Works Complex). Immediately following the meeting, a site walk-through will be conducted at the South WWTP, 2404 Highway 11 South, Meridian, MS, 39307. The site walk-through will conclude no later than 3:30 PM, local time.<br /> <br />The City of Meridian is an equal opportunity employer and hereby notifies all bidders that it will affirmatively insure that, in any contract entered unto pursuant to this advertisement, minority 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, age, disability or national origin in consideration for an award.<br /> <br />The City of Meridian reserves the right to reject any and or all bids, waive technicalities, informalities or irregularities in the bids received, solicit new bids or to choose that bid which is deemed to be in the best interest of the City of Meridian.<br /> <br /> <br /> Brandon Bridges<br /> Purchasing Agent<br />Publishing Dates: 04/20/2023<br /> 04/27/2023<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp30895446-south-wastewater-treatment-plant-phase-1a-improvements.html
20-Apr-2023 10:00:00 AM |
02-Jun-2023 11:00:00 AM |
City of Meridian |
AUTOMATIC LICENSE PLATE READER CAMERA
|
ADVERTISEMENT<br />FOR STATEMENTS OF<br />QUALIFICATIONS AND EXPERIENCE<br /> <br /> <br />The City of Meridian will accept sealed Request for Proposals from interested professional firms until 11:00 am May 18, 2023 at City Hall Purchasing, 601 23RD Avenue, Meridian, Mississippi 39301 to provide:<br /> <br />Automatic License Plate Recognition Camera<br />23-18<br /> <br />Request for Proposal information may be obtained by contacting Brandon Bridges, Purchasing Agent at 601-485-1940, brandonbridges@meridianms.org. Bid specifications can also be downloaded from Central Bidding at www.centralbidding.com or from the address above.<br /> <br />The City of Meridian is an equal opportunity employer and hereby notifies all submitters that it will affirmatively insure that, in any contract entered unto pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit statements in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, disability or national origin in consideration for an award.<br /> <br />The City of Meridian reserves the right to reject any and or all statements, waive technicalities, informalities or irregularities in the statements received, solicit new statements or to choose that statement which is deemed to be in the best interest of the City of Meridian.<br /> <br /> Brandon Bridges<br /> Purchasing Agent<br /> <br /> <br />Publishing Dates: 4/20/2023<br /> 4/27/2023<br />
https://www.centralauctionhouse.com/rfp30936989-automatic-license-plate-reader-camera.html
20-Apr-2023 10:00:00 AM |
06-Jun-2023 11:00:00 AM |
City of Meridian |
SOUTH WWTP EQUALIZATION BASINS CLEANOUT
|
ADVERTISEMENT REQUEST FOR PROPOSALS<br /> <br />The City of Meridian will accept proposals until 11:30 AM, Friday, June 2, 2023, at City Hall Purchasing, 601 23rd Avenue, Meridian, Mississippi 39301 for the purpose of:<br /> <br />RFP- South WWTP EQUALIZATION BASINS CLEANOUT<br />BID # 23-19<br /> <br />Specifications may be obtained by contacting Brandon Bridges, Purchasing Agent at 601-485-1940, brandonbridges@meridianms.org, Bid specifications can also be downloaded from Central Bidding at www.centralbidding.com or from the address above.<br /> <br />A mandatory pre-proposal meeting will be held on Thursday, May 11, 2023, at 10:00 A.M., local time, in the Public Works Conference Room, 311 27th Ave, Meridian, MS, 39301 (1st floor of Public Works Complex). Immediately following the meeting, a site walk-through will be conducted at the South WWTP, 2404 Highway 11 South, Meridian, MS, 39307. The site walk-through will conclude no later than 1:00 PM, local time. Prospective Proposers are required to attend the meeting.<br /> <br />The City of Meridian is an equal opportunity employer and hereby notifies all bidders that it will affirmatively insure that, in any contract entered unto pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, disability or national origin in consideration for an award.<br /> <br />The City of Meridian reserves the right to reject any and or all proposals, waive technicalities, informalities or irregularities in the proposals received, solicit new proposals or to choose that proposal which is deemed to be in the best interest of the City of Meridian.<br /> <br /> <br /> Brandon Bridges<br /> Purchasing Agent<br />Publishing Dates: 04/20/2023
https://www.centralauctionhouse.com/rfp17171133-south-wwtp-equalization-basins-cleanout.html
20-Apr-2023 10:00:00 AM |
02-Jun-2023 11:30:00 AM |
City of Natchez |
City of Natchez Auburn Canteen Building Renovation
|
ADVERTISEMENT FOR BID<br /><br />The City of Natchez will receive sealed bids for the Auburn Canteen Renovation in the Office of the City Clerk, 124 South Pearl Street, Natchez, MS 39120, until 2:00 p.m. CST on June 1, 2023, with bids then publicly opened, read aloud, and thereafter taken under advisement until the next meeting of the Natchez Mayor and Board of Alderman.<br />The funding for the Auburn Canteen is a 2022 Capital Improvements General Obligation Bond Issue. No state and/or federal funds will be used for this renovation project.<br /> Contract documents may be obtained in person from the Architect, Waycaster & Associates Architect, 112 Main Street, Suite A, Natchez, MS 39120, or requested by mail at PO Box 824, Natchez, MS 39121, email at Danielle@WaycasterArch.com or requested by telephone: 601-442-3649 voice, 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 support@centralbidding.com. <br /><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 /><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 /><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 /><br />The Owner reserves the right to reject any and all bids, to waive any informalities, to negotiate with the lowest and best bidder to reduce the bid price to come within the funds allocated for the work, to reduce the job in order to stay within available funding or as desirable in the discretion of the Natchez Mayor and Board of Alderman, and to accept bids by classes and/or groups, if applicable, all as set forth and in accordance with applicable<br /> <br />Dan M. Gibson, Mayor<br />City of Natchez<br /> <br />Publish Dates:<br />April 28, 2023<br />May 5, 2023<br />
https://www.centralauctionhouse.com/rfp57728965-city-of-natchez-auburn-canteen-building-renovation.html
28-Apr-2023 12:00:00 AM |
01-Jun-2023 02:00:00 PM |
City of Natchez |
City of Natchez (MS) Overlay of Select City Streets-2022 (Revised 3.1)
|
NOTICE is hereby given that the City of Natchez, Mississippi, will receive written sealed bids at the Office of the City Clerk, 124 South Pearl St., Natchez, MS 39120 (601-445-7507), for the furnishing of all labor and materials and performing all activities specified in the Contract Documents, for the rehabilitation of roadway related city streets to include cold milling, asphalt pavement overlay, curb & gutter repair, traffic striping, and related improvements on public rights-of-way located within the City of Natchez. All other related items of work required to complete the project as shown and specified in the Contract Documents, until the hour of <b>10:00 AM local time on Tuesday, June 13, 2023,</b> and thereafter publicly opened, read aloud, and taken under advisement until the next meeting of the Natchez Mayor and Board of Aldermen.<br /><br />A Pre-Bid meeting will be conducted at 10:00 a.m., Local Time, on Thursday May 25, 2023, in the downstairs conference room of the Natchez City Hall located at 124 S. Pearl Street, Natchez, Mississippi 39120.<br />
https://www.centralauctionhouse.com/rfp3919035-city-of-natchez-ms-overlay-of-select-city-streets-2022-revised-31.html
14-May-2023 12:00:00 AM |
13-Jun-2023 10:00:00 AM |
City of New Albany |
4x4 Articulated Bucket Truck
|
Advertisement for Bids<br />4 x 4 Articulated Bucket Truck<br /><br />The City of New Albany will be accepting bids for a 4 x 4 Articulated Bucket Truck through Reverse Auction. This equipment will be procured through a multi-step procurement process, including a Reverse Auction. In the first phase, unpriced Technical Proposals will be evaluated for potential acceptability based upon the City of New Albany’s requirements. In the second phase, only those bidders whose Technical Proposals have been determined to be acceptable by the City of New Albany shall be invited to provide priced Proposals for consideration. <br /><br />Notice is hereby given that the City of New Albany will receive unpriced Technical Proposals for a 4 x 4 Articulated Bucket Truck until 10:00 a.m. local time on Friday, June 23rd, 2023. Proposals can be submitted electronically or in sealed envelopes plainly marked on the outside as “TECHNICAL PROPOSAL ENCLOSED”.<br /> <br />Proposals submitted electronically shall be submitted online, through the below website:<br />www.centralbidding.com<br />Proposals sent by mail must be submitted in a sealed envelope addressed to:<br />City Clerk<br />City of New Albany<br />P.O. Box 56<br />New Albany, Mississippi 38652<br /><br />Proposals that are sent by parcel delivery service must be submitted in a sealed envelope addressed to:<br />City Clerk<br />City of New Albany<br />101 West Bankhead Street<br />New Albany, Mississippi 38652<br /><br />Unpriced Technical Proposals, whether provided electronically or on paper by sealed envelope submission, will be evaluated, and vendors submitting acceptable offers will be invited to take part in the electronic Reverse Auction process at 10:00 A.M. local time on Friday, June 30th, 2023.<br /> <br />A copy of the technical specifications and bidding documents (i.e. Bid Packet), may be obtained by visiting www.centralbidding.com. Only electronic copies of the Bid Packet shall be provided to prospective bidders, which shall be downloaded at the website designated above.<br /><br />All questions regarding bid documents or specifications shall be submitted in writing, via e-mail, to William Denton, NALGW Representative, at the e-mail address wdenton@nalgw.com, before 5:00 PM on Monday January 24th, 2022. Any questions submitted after the above established deadline will not be answered. For any questions relating to the electronic bidding process, please call Central Bidding support at (225) 810-4814. The City of New Albany reserves the right to amend the specifications as necessary and agrees to notify all parties having requested bid packets.<br /><br />The Mayor and Board of Alderman of the City of New Albany, Mississippi reserve the right to reject any and/or all Proposals or to waive any informality in the bidding. Proposals may be held by the Mayor and Board of Alderman of the City of New Albany, Mississippi for a period not to exceed 45 days from the date of the opening of Proposals for the purpose of reviewing the Proposals.<br /><br />Dates of Advertisement:<br />May 25th, 2023<br />June 1st, 2023<br />Daily Journal
https://www.centralauctionhouse.com/rfp81869414-4x4-articulated-bucket-truck.html
25-May-2023 08:00:00 AM |
23-Jun-2023 10:00:00 AM |
City of Olive Branch |
City of Olive Branch - Runway and Taxiway Lights and Signs Replacement
|
<div style="text-align: center;">City of Olive Branch<br />Olive Branch, Mississippi<br />Runway and Taxiway Lights and Signs Replacement<br /><br />00 11 00 ADVERTISEMENT FOR BIDS<br /> </div>Sealed bids for Runway and Taxiway Lights and Signs Replacement, to be constructed for City of Olive Branch, Olive Branch Airport, will be received at the office of the Mayor’s Conference Room at City Hall, 9200 Pigeon Roost, Olive Branch, MS 38654, until 2:00PM on Friday, May 26, 2023 at which time the bids shall be publicly opened and read aloud. Sealed bids submitted prior to the bid opening should be sent to the City Clerk’s Office at City Hall, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 (662-892-9211).<br /> <br />For this project, electronic bids will also be accepted through www.centralbidding.com. All electronic bids must be signed by an individual authorized to bind the bidder. All electronic bids must be regular in every respect and no interlineations, exclusions, or special conditions shall be made or included in the bid. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />A Pre-Bid Conference will be held at 2:00PM on Thursday, May 18, 2023 at the Olive Branch Airport Terminal Building, 8000 Terminal Drive, Olive Branch, MS 38654. Information regarding the virtual meeting will be sent out to all plan holders one week prior to the meeting time. Potential bidders not on the plan holder list may request access to the pre-bid conference by contacting Karen McNeil (karen.mcneil@obms.us). Each bidder shall be limited to three personnel per organization.<br /> <br />The Project consists of removal and installation of Runway and Taxiway lights, signs, and associated equipment; install new cans, conduit, cable and transformers; remove and install REILS, and perform vault modifications and homerun circuit installation.<br /> <br />Bids will be received for a single prime contract. Bids shall be on a lump sum and unit price basis with additive alternate bid items as indicated in the Bid Form.<br /> <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). <br /> <br />In addition, official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids are due the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />Addendums to the bid package will be issued through Central Bidding or the office of Karen McNeil, Purchasing Manager; therefore, all prime bidders shall be responsible for downloading the bid documents from the Central Bidding website or receiving them directly from the City of Olive Branch in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in their bid to verify receipt.<br /> <br />Bids shall be accompanied by a Bidder’s Bond issued by a reliable surety company licensed to operate in the state of Mississippi in an amount not less than five percent (5%) of the total maximum bid price, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds within ten (10) days after notice of award of Contract. Such bid guarantee shall be made payable to CITY OF OLIVE BRANCH.<br /> <br />The successful bidder must furnish a performance and payment bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Mississippi to act as surety, or other surety or sureties acceptable to the Owner.<br /> <br />Subject to applicable Federal law, Bidders must be qualified under Mississippi law and show a current Certificate of Responsibility issued by the Mississippi Board of Public Contractors establishing classification as to the value and type of construction work on which he/she is authorized to bid.<br /> <br />Certain mandatory federal requirements apply to this solicitation and will be made a part of any contract awarded:<br /> <br />1. Buy American Preferences (Title 49 U.S.C. Chapter 501)<br />2. Foreign Trade Restrictions (49 CFR 30.17)<br />3. Davis Bacon Labor Provisions (29 CFR Parts 1, 3, and 5)<br />4. Requirement for Affirmative Action (41 CFR Part 60-4)<br />5. Debarment, Suspension, Ineligibility, and Voluntary Exclusion<br />6. Requirements for a Drug-Free Workplace <br /><br />Davis Bacon Act wage rules shall apply. The Department of Labor provides all pertinent information related to compliance with labor standards, including prevailing wage rates and instructions for reporting. For more information, please refer to www.dol.gov.<br /> <br />All bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of 10.23 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE).<br /> <br />City of Olive Branch reserves the right to reject any or all bids, to waive irregularities and informalities in the bids and bidding deemed to be in the best interests of City of Olive Branch, and to reject nonconforming, nonresponsive, or conditional bids. The City anticipates award to the lowest and best responsible and responsive bidder.<br /> <br />Bids must remain in effect for 60 days after the bid opening date.<br /> <br />City of Olive Branch<br />
https://www.centralauctionhouse.com/rfp59203349-city-of-olive-branch--runway-and-taxiway-lights-and-signs-replacement.html
27-Apr-2023 01:00:00 PM |
02-Jun-2023 02:00:00 PM |
City of Oxford |
Solicitation for Water Supplies for City of Oxford
|
SOLICITATION OF BIDS<br /> <br />FOR<br />WATER SUPPLIES<br />___________________<br />PUBLIC WORKS DEPARTMENT<br />OXFORD, MISSISSIPPI 38655<br /> <br />MAYOR<br />ROBYN TANNEHILL<br /> <br />BOARD OF ALDERMEN<br />RICK ADDY, WARD I<br />MARK HUELSE, WARD II<br />BRIAN HYNEMAN, WARD III<br />KESHA ATKINSON HOWELL, WARD IV<br />PRESTON TAYLOR, WARD V<br />JASON BAILEY, MAYOR PROTEM, WARD VI<br />JOHN MORGAN, ALDERMAN AT LARGE<br /> <br />CHIEF OPERATING OFFICER BART ROBINSON, P.E.<br /> <br /> CITY ENGINEER<br /> REANNA MAYORAL, P.E.<br /> <br /> <br /> <br /> <br /> <br /> <br />PREPARED BY:<br /> <br />CITY OF OXFORD<br />ENGINEERING DEPARTMENT<br />OXFORD, MS 38655<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />NOTICE TO BIDDERS<br /> <br /> Notice is hereby given that the Mayor and Board of Aldermen for the City of Oxford, Mississippi will receive written sealed bids for the purchase of supplies and materials for the City of Oxford. until the hour of 10:00a.m., Wednesday, July 5, 2023, at the City Clerk’s office at City Hall, 107 Courthouse Square, Oxford, Mississippi 38655.<br /> <br /> Bid documents of all such supplies and materials may be obtained upon request from the Engineering Dept. at City Hall, 107 Courthouse Square, Oxford, MS. Bids should be submitted on the forms provided and prices quoted should be binding for the period from July 1, 2023 through September 30, 2023. Bids must be in a sealed envelope and plainly marked. Contracts for purchase will be made from the lowest and/or best bids submitted. Also, 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 /> <br />The Mayor and Board of Aldermen reserve the right to reject any/or all bids, and accept or reject any part of a bid. <br /> <br /> City of Oxford, Mississippi<br /> <br /> s/s Robyn Tannehill, Mayor<br /> s/s Ashley Atkinson, City Clerk<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />INSTRUCTIONS TO BIDDERS<br /> <br />Preparation of Proposal: Only proposals submitted on the appropriate letterhead or Bid Proposal form will be considered. Each proposal shall be legibly written, printed in ink or typed. In case of conflict, words shall govern over figures. Proposals shall clearly indicate the name or names of those persons or firms submitting such proposal and the failure to sign a proposal will disqualify the same.<br /> <br />ALL proposals shall be submitted and addressed to: <br /> <br />City of Oxford<br /> Attn: Ashley Atkinson<br /> 107 Courthouse Square<br /> Oxford, Mississippi 38655<br /> <br />The outside of the envelope shall be clearly identified as SEALED BID and marked BID FOR WATER SUPPLIES FOR THE ENGINEERING DEPARTMENT, along with the bidder’s name and address.<br /> <br />Rejection of Proposal: Proposals may be rejected in the case of any omission, alteration of forms, additions, or conditions not called for, unauthorized alternate bids, incomplete bids, erasures or irregularities of any kind.<br /> <br />Acceptance and/or Rejection of Bids: Proposals will be compared on the basis of Total Base Bid or Line Item Bid, as is appropriate. The City will consider factors such as delivery time, past performance of the bidder in doing business with the City.<br /> <br />The City reserves the right to reject any and all bids and to waive minor irregularities and technicalities, which do not detract from the best interests of the City.<br /><br />General Information: Bidders shall inform themselves with all pertinent city regulations and ordinances, state and federal laws, licenses and tax liability, which may in any manner, affect their bids and their fulfillment of the contract. Prices quoted shall not increase during the contract period, unless otherwise noted, and any price decrease shall be credited to the City. Price quoted shall include all delivery and shipping costs for receipt of materials and/or services at the delivery point or as noted on the bid form. The quantities specified are NOT necessarily actual quantities proposed for immediate purchase, but are simply estimated, based on prior annual purchases by the city. Unit prices are requested for all items listed; even though a zero (0) quantity may show that there have been no recent purchases.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /><br />BID FORM<br /> <br />To: Mayor and Board of Aldermen<br /> City of Oxford<br /> Oxford, Mississippi 38655<br /> <br />From: _______________________________<br /> (Name)<br /> _______________________________<br /> (Address)<br /> _______________________________<br /> <br /> <br /> In accordance with the published Bid Notice, the undersigned does hereby agree to furnish materials, supplies, and services to the City of Oxford, Mississippi, for the prices as shown on the attached listing. Unless otherwise specified, prices will be F.O.B. Oxford.<br /> <br />Prices submitted will be good and valid from July 1, 2023 through September 30, 2023.<br /> <br /> Acceptance by the Mayor and Board of Aldermen shall be sufficient to constitute a valid contract.<br /> <br /> This, the ________ day of ________________, 20 _____.<br /> <br /> <br /> <br /> By: _____________________________<br /> (Bidder)<br /> <br /> ______________________________<br /> (Title)<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /><br />To: Equipment/Services/ Material Suppliers<br /> <br />From: City of Oxford, Engineering Department<br /> <br /> <br />The City of Oxford, Mississippi, will be receiving bids until 10:00 a.m., Wednesday, July 5, 2023 at which time bids will be publicly opened at City Hall for various materials and services which include the following:<br /> <br /> <br /> <br />ITEM NO. DESCRIPTION<br /> <br /> II Water Supplies<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp99235568-solicitation-for-water-supplies-for-city-of-oxford.html
04-Jun-2023 12:00:00 AM |
05-Jul-2023 09:00:00 AM |
City of Oxford |
Solicitation for Water Treatment Supplies and Materials for City of Oxford
|
SOLICITATION OF BIDS<br /> <br />FOR<br />WATER & WASTEWATER<br />TREATMENT CHEMICALS<br />___________________<br />PUBLIC WORKS DEPARTMENT<br />OXFORD, MISSISSIPPI 38655<br /> <br />MAYOR<br />ROBYN TANNEHILL<br /> <br />BOARD OF ALDERMEN<br />RICK ADDY, WARD I<br />MARK HUELSE, WARD II<br />BRIAN HYNEMAN, WARD III<br />KESHA ATKINSON HOWELL, WARD IV<br />PRESTON TAYLOR, WARD V<br />JASON BAILEY, MAYOR PROTEM, WARD VI<br />JOHN MORGAN, ALDERMAN AT LARGE<br /> <br />CHIEF OPERATING OFFICER BART ROBINSON, P.E.<br /> <br /> CITY ENGINEER<br /> REANNA MAYORAL, P.E.<br /> <br /> <br /> <br /> <br /> <br /> <br />PREPARED BY:<br /> <br />CITY OF OXFORD<br />ENGINEERING DEPARTMENT<br />OXFORD, MS 38655<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />NOTICE TO BIDDERS<br /> <br /> Notice is hereby given that the Mayor and Board of Aldermen for the City of Oxford, Mississippi will receive written sealed bids for the purchase of supplies and materials for the City of Oxford. until the hour of 10:00 a.m., Wednesday, July 5, 2023, at the City Clerk’s office at City Hall, 107 Courthouse Square, Oxford, Mississippi 38655.<br /> <br /> Bid documents of all such supplies and materials may be obtained upon request from the Engineering Dept. at City Hall, 107 Courthouse Square, Oxford, MS. Bids should be submitted on the forms provided and prices quoted should be binding for the period from July 1, 2023 through September 30, 2023. Bids must be in a sealed envelope and plainly marked. Contracts for purchase will be made from the lowest and/or best bids submitted. Also, 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 /> <br />The Mayor and Board of Aldermen reserve the right to reject any/or all bids, and accept or reject any part of a bid. <br /> <br /> City of Oxford, Mississippi<br /> <br /> s/s Robyn Tannehill, Mayor<br /> s/s Ashley Atkinson, City Clerk<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />INSTRUCTIONS TO BIDDERS<br /> <br />Preparation of Proposal: Only proposals submitted on the appropriate letterhead or Bid Proposal form will be considered. Each proposal shall be legibly written, printed in ink or typed. In case of conflict, words shall govern over figures. Proposals shall clearly indicate the name or names of those persons or firms submitting such proposal and the failure to sign a proposal will disqualify the same.<br /> <br />ALL proposals shall be submitted and addressed to: <br /> <br />City of Oxford<br /> Attn: Ashley Atkinson<br /> 107 Courthouse Square<br /> Oxford, Mississippi 38655<br /> <br />The outside of the envelope shall be clearly identified as SEALED BID and marked BID FOR WATER & WASTEWATER TREATMENT CHEMICALS FOR THE ENGINEERING DEPARTMENT, along with the bidder’s name and address.<br /> <br />Rejection of Proposal: Proposals may be rejected in the case of any omission, alteration of forms, additions, or conditions not called for, unauthorized alternate bids, incomplete bids, erasures or irregularities of any kind.<br /> <br />Acceptance and/or Rejection of Bids: Proposals will be compared on the basis of Total Base Bid or Line Item Bid, as is appropriate. The City will consider factors such as delivery time, past performance of the bidder in doing business with the City.<br /> <br />The City reserves the right to reject any and all bids and to waive minor irregularities and technicalities, which do not detract from the best interests of the City.<br /><br />General Information: Bidders shall inform themselves with all pertinent city regulations and ordinances, state and federal laws, licenses and tax liability, which may in any manner, affect their bids and their fulfillment of the contract. Prices quoted shall not increase during the contract period, unless otherwise noted, and any price decrease shall be credited to the City. Price quoted shall include all delivery and shipping costs for receipt of materials and/or services at the delivery point or as noted on the bid form. The quantities specified are NOT necessarily actual quantities proposed for immediate purchase, but are simply estimated, based on prior annual purchases by the city. Unit prices are requested for all items listed; even though a zero (0) quantity may show that there have been no recent purchases.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /><br />BID FORM<br /> <br />To: Mayor and Board of Aldermen<br /> City of Oxford<br /> Oxford, Mississippi 38655<br /> <br />From: _______________________________<br /> (Name)<br /> _______________________________<br /> (Address)<br /> _______________________________<br /> <br /> <br /> In accordance with the published Bid Notice, the undersigned does hereby agree to furnish materials, supplies, and services to the City of Oxford, Mississippi, for the prices as shown on the attached listing. Unless otherwise specified, prices will be F.O.B. Oxford.<br /> <br />Prices submitted will be good and valid from July 1, 2023 through September 30, 2023.<br /> <br /> Acceptance by the Mayor and Board of Aldermen shall be sufficient to constitute a valid contract.<br /> <br /> This, the ________ day of ________________, 20 _____.<br /> <br /> <br /> <br /> By: _____________________________<br /> (Bidder)<br /> <br /> ______________________________<br /> (Title)<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /><br />To: Equipment/Services/ Material Suppliers<br /> <br />From: City of Oxford, Engineering Department<br /> <br /> <br />The City of Oxford, Mississippi, will be receiving bids until 10:00 a.m., Wednesday, July 5, 2023 at which time bids will be publicly opened at City Hall for various materials and services which include the following:<br /> <br /> <br /> <br />ITEM NO. DESCRIPTION<br /> <br /> I Water & Wastewater Treatment Chemicals<br /><br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp25734121-solicitation-for-water-treatment-supplies-and-materials-for-city-of-oxford.html
04-Jun-2023 12:00:00 AM |
05-Jul-2023 09:00:00 AM |
City of Pass Christian |
City of Pass Christian - Small Craft Harbor - Phase I - Hurricane Ida Repairs
|
ADVERTISEMENT FOR BIDS<br /> <br />City of Pass Christian, Mississippi<br />The City of Pass Christian, Mississippi, will receive electronic or sealed bids for the construction of the:<br /> <br />City of Pass Christian<br />Small Craft Harbor<br />Phase I - Hurricane Ida Repairs<br /> <br /> <br />at the Office of the City Clerk, City Hall, 200 West Scenic Drive, Pass Christian, Mississippi, during normal office hours at any time prior to the designated bid date, but not later than 3:30 p.m. on the date of the bid opening. Bids will be publicly opened and read aloud at a regular meeting of the Board of Aldermen at 6:00 P.M., July 5, 2023. The meeting will be held in the Board Room at the City Hall Complex located at 200 West Scenic Drive.<br /> <br />All bids must be addressed to the City of Pass Christian marked “SEALED BID TO BE OPENED AT 6:00 P.M., 5th DAY, JULY, 2023”, and specify the name of the bid item. If a bid is submitted by mail, the address of City of Pass Christian is “200 West Scenic Drive, Pass Christian, MS 39571”. If a bid is hand-delivered, the street address is the same as the mailing address.<br /> <br />When bids are submitted electronically, the same requirements for submitting sealed bids shall apply. Electronic bids shall include a document representing the cover of the envelope containing the aforementioned criteria.<br /> <br /> <br />The work involves furnishing of materials, equipment, labor, and incidentals necessary to perform services including but not limited to: removal and replacement of damaged water tubing on the pier as well as irrigation piping in the East Small Craft Harbor; concrete repairs to and resetting dislodged concrete utility chase panels on Pier C-3 in the West Small Craft Harbor; and, an alternate bid item to replace the concrete utility chase panels with Fiberglass Reinforced Polymer (FRP) grating on Pier C-3.<br /> <br /> <br />Contract Documents, including Drawings and Technical Specifications, are on file for review at the Office of City Clerk, at City Hall, Pass Christian, Mississippi. Official bid documents can also be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic Central Bidding process, please call Central Bidding at 225-810-4814. <br /> <br />The City is NOT responsible for bids which are mailed to the wrong address or which arrive in the mail after the designated bid opening time. Bids may be delivered in person to the Office of the City Clerk prior to the bid opening at the time, date and location listed above.<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.<br /> <br />All bidders must make positive efforts to use small and minority owned business and women business enterprises.<br />Sealed paper bids may be submitted to the City of Pass Christian, 200 West Scenic Drive, Pass Christian, MS. Official bid documents should be downloaded from Central Bidding at www.centralbidding.com. <br /> <br /> A certified check or bank draft payable to the order of City of Pass Christian, Mississippi, negotiable U.S. Government bonds (at par value), or a satisfactory Bid Bond executed by the Bidder and an acceptable surety licensed under the laws of the State of Mississippi, in an amount equal to five percent (5%) of the total bid for “City of Pass Christian, Small Craft Harbor, Hurricane Ida Repairs, shall be submitted with each bid. <br /> <br />Direct contact with any City employee, including Administration and Board of Alderpersons, on the subject of this proposal is strictly forbidden. Violation of this paragraph can result in disqualification of your submission.<br /> <br /> The Bidder must indicate his Certificate of Responsibility Number on outside of sealed proposal as required by Mississippi Law. For the purposes of submitting a bid, the Bidder shall possess a current commercial contractor’s license from the Mississippi State Board of Contractors. The license shall be in the correct classification of licensure that will allow the perspective bidder to perform the work described in the bid documents.<br /> <br />The City of Pass Christian, Mississippi, reserves the right to consider the following relevant factors in addition to the contract price in determining the lowest and best bid: bidder's skill and business judgment, his experience and his facilities for carrying out the contract, his previous conduct under other contracts and the quality of previous work, as well as his pecuniary ability, honesty, and integrity. The City also reserves the right to reject any or all bids or to waive any informalities in the bidding. <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. In order to ensure that Mississippi’s so-called Golden Rule is followed, state law requires a non-resident bidder 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 /> Bids may be held by the City of Pass Christian, Mississippi, for a period not to exceed ninety (90) days from the date of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to awarding of the Contract.<br /> <br /> Authorized by order of the Mayor and Board of Aldermen, May 16, 2023.<br /> <br /> City of Pass Christian, Mississippi<br /> <br /> By Ron Duckworth <br /> <br /> Title CITY CLERK <br /> <br />Publish June 2, and 9, 2023
https://www.centralauctionhouse.com/rfp21326052-city-of-pass-christian--small-craft-harbor--phase-i--hurricane-ida-repairs.html
02-Jun-2023 12:00:00 AM |
05-Jul-2023 03:30:00 PM |
City of Pearl |
Overlays on two sections of Old Brandon Road, Foxhall Road, Cross Park Drive and Weems Street (FEDERAL AID PROJECT NO. STP-0191-00(027)LPA / 109203-701000)
|
SECTION 901<br /> <br />ADVERTISEMENT<br /> <br />City of Pearl<br />Rankin County, Mississippi<br /> <br />Federal Aid Project No. STP-0191-00(027)LPA / 109203-701000<br /> <br />The City of Pearl will receive bids for Overlays on two sections of Old Brandon Road, Foxhall Road, Cross Park Drive and Weems Street, Federal Aid Project No. STP-0191-00(027)LPA / 109203-701000 no later than 2:00 p.m. (CDT), Local Time, Thursday, June 1, at Pearl City Hall, located at 2420 Old Brandon Road, Pearl, 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 />Asphalt pavement overlays on two sections of Old Brandon Road, Foxhall Road, Cross Park Drive and Weems 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 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 Pearl hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, disability, religion or national origin in consideration for an award.<br /> <br />The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements.<br /> <br />The Contract Documents are on file and may be examined at the following locations:<br /> <br />Pearl City Hall, 2420 Old Brandon Road, Pearl, Mississippi 39208<br />Pickering Firm, Inc., 2001 Airport Road, Suite 201, Flowood, Mississippi 39232 <br />All documents required for bidding purposes may be obtained from Pickering Firm, Inc. located at 2001 Airport Road, Suite 201, Flowood, Mississippi 39232 upon payment of $100.00 for each set, which will not be refunded. These documents can also be downloaded from Central Bidding at www.centralbidding.com.<br /> <br />Each bid shall be accompanied by a Cashier’s check, Certified Check on a solvent bank or a Bidder’s<br />Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five<br />percent (5%) of the total bid price, payable to the City of Pearl as bid security. Bidders shall also submit a current financial statement, if requested by the City. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /> <br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with the City Clerk, 2420 Old Brandon Road, Pearl, Mississippi, or shall be submitted at www.centralbidding.com prior to the hour and date above designated. For any questions regarding the electronic bidding process, please contact 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.<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 />Published by order of the Pearl City Council.<br /> <br /> <br /> <br /> <br /> <br />____________________________________________<br />Jake Windham, Mayor<br />City of Pearl<br /> <br /> <br />PUBLISH: May 9, 2023, and May 16, 2023<br />
https://www.centralauctionhouse.com/rfp41853769-overlays-on-two-sections-of-old-brandon-road-foxhall-road-cross-park-drive-and-weems-street-federal-aid-project-no-stp-0191-00027lpa-109203-701000.html
09-May-2023 07:00:00 AM |
01-Jun-2023 02:00:00 PM |
City of Pearl |
Signal Modifications to Hwy 468/U.S. Hwy 49 at U.S. Hwy 80 and Hwy 468 at Phillips Lane, Federal Aid Project No. STP-0191-00(028)LPA / 109204-701000
|
City of Pearl<br />Rankin County, Mississippi<br /> <br />Federal Aid Project No. STP-0191-00(028)LPA / 109204-701000<br /> <br />The City of Pearl will receive bids for Signal Modifications to Hwy 468/U.S. Hwy 49 at U.S. Hwy 80 and Hwy 468 at Phillips Lane, Federal Aid Project No. STP-0191-00(028)LPA / 109204-701000 no later than 2:00 p.m. (CDT), Local Time, Thursday, June 22, 2023 at Pearl City Hall, located at 2420 Old Brandon Road, Pearl, 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 />Upgrade traffic signals at two intersections: U.S. Hwy. 80 at Hwy. 468/U.S. Hwy. 49 and<br />Hwy. 468 at Phillips Lane, 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 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 Pearl hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, disability, religion or national origin in consideration for an award.<br /> <br />The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements.<br /> <br />The Contract Documents are on file and may be examined at the following locations:<br /> <br />Pearl City Hall, 2420 Old Brandon Road, Pearl, Mississippi 39208<br />Pickering Firm, Inc., 2001 Airport Road, Suite 201, Flowood, Mississippi 39232 <br />All documents required for bidding purposes may be obtained from Pickering Firm, Inc. located at 2001 Airport Road, Suite 201, Flowood, Mississippi 39232 upon payment of $100.00 for each set, which will not be refunded. These documents can also be downloaded from Central Bidding at www.centralbidding.com.<br /> <br />Each bid shall be accompanied by a Cashier’s check, Certified Check on a solvent bank or a Bidder’s<br />Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five<br />percent (5%) of the total bid price, payable to the City of Pearl as bid security. Bidders shall also submit a current financial statement, if requested by the City. The successful bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of one hundred percent (100%) of the contract amount.<br /> <br />The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with the City Clerk, 2420 Old Brandon Road, Pearl, Mississippi, or shall be submitted at www.centralbidding.com prior to the hour and date above designated. For any questions regarding the electronic bidding process, please contact 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.<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 />Published by order of the Pearl City Council.<br /> <br /> <br /> <br /> <br /> <br />____________________________________________<br />Jake Windham, Mayor<br />City of Pearl<br /> <br /> <br />PUBLISH: May 31, 2023, and June 7, 2023<br />
https://www.centralauctionhouse.com/rfp71706916-signal-modifications-to-hwy-468us-hwy-49-at-us-hwy-80-and-hwy-468-at-phillips-lane-federal-aid-project-no-stp-0191-00028lpa-109204-701000.html
31-May-2023 06:00:00 AM |
22-Jun-2023 02:00:00 PM |
City of Picayune |
City of Picayune, City Parks Splash Pads Project, Pearl River County, MS
|
NOTICE TO BIDDERS<br /><br />CITY OF PICAYUNE<br />CITY PARKS SPLASH PADS PROJECT<br />PEARL RIVER COUNTY, MISSISSIPPI<br /> <br />Sealed bids subject to the conditions and provisions presented herein will be received until 10:00 a.m. Local Time, on June 6, 2023, and then publicly opened and read at Picayune City Hall, 203 Goodyear Boulevard, Picayune, MS 39466, for furnishing all labor, materials and equipment and performing all work necessary to complete: City Parks Splash Pads Project. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call 225-810-4814.<br /> <br />The work under this contract shall consist of the installation of new concrete splash pads with in-ground features and related piping, power, and controls, including all related work as described in the Construction Drawings and Contract Documents. Work shall be done in accordance with the Plans and Contract Documents. All documents required for bidding purposes, including plans and specifications, may be obtained from Dungan Engineering, P.A., 925 Goodyear Blvd, Picayune, MS 39466. A non-refundable deposit of $100.00 is required at the time of the request for Plans and Specifications or official bid documents can be downloaded from Central Bidding at www.centralbidding.com. A copy of the plans and specifications may be examined at the office of Dungan Engineering, P.A., 925 Goodyear Blvd, Picayune, MS 39466 or viewed on Dungan’s website located at www.dunganeng.com.<br /> <br />A Pre-Bid Conference will be held on May 24, 2023, at 10:00 a.m. local time at the office of Dungan Engineering, P.A., 925 Goodyear Blvd., Picayune, Mississippi, 39466. All interested parties are urged to attend this conference.<br /> <br />Bid preparation will be in accordance with the Instructions to Bidders bound in the Documents. The City of Picayune reserves the right to waive irregularities and to reject any and/or all bids.<br /> <br />Additional information and assistance regarding this bid opportunity, the MS Procurement Technical Assistance Program, and local contract procurement center may be found at www.mscpc.com<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.<br /> <br />Any contract or contracts awarded under this invitation for bids are expected to be funded in whole by the City of Picayune. This procurement will be subject to all applicable sections of the Mississippi Code of 1972, Annotated.<br /> By: City of Picayune, MS<br />Advertise on:<br />Saturday, May 6, 2023<br />Saturday, May 13, 2023
https://www.centralauctionhouse.com/rfp16744192-city-of-picayune-city-parks-splash-pads-project-pearl-river-county-ms.html
06-May-2023 12:00:00 AM |
06-Jun-2023 10:00:00 AM |
City of Vicksburg |
Iowa Avenue Headwall Replacement
|
NOTICE TO BIDDERS SEALED PROPOSALS<br />The Board of Mayor and Aldermen of the City of Vicksburg, Mississippi, will receive sealed proposals for the Iowa Avenue Headwall Replacement until 9 o'clock a.m. local time on Tuesday, June 5, 2023, at the office of the City Clerk, City Hall, 1401 Walnut Street, Post Office Drawer 150, Vicksburg, Mississippi 39180. All proposals will be publicly opened and read aloud by the Board of Mayor and Aldermen of the City of Vicksburg, Mississippi in Board meeting at 10 o'clock a.m. on Tuesday, June 5, 2023.<br /><br />Bidders are cautioned that the City Clerk does not receive the Daily U.S. Mail on or before 9:00 a.m. Bids will be time-stamped upon receipt according to City Clerk's time clock. <br /><br />The work in this project consists generally of earthwork, removal of existing concrete headwall, wingwalls and apron, removal of corrugated metal pipe, new corrugated metal pipe, new concrete headwall, wingwalls and apron, and site grading.<br /><br />All documents required for bidding purposes, including plans and specifications, may be obtained from TRC Engineers Inc., 4545 Sherwood Common Blvd., Bldg. 3, Suite A, Baton Rouge, LA 70816, 225.372.1172. All questions concerning the plans shall be submitted via e-mail and addressed to Mr. Donald Clayton at dclayton@trccompanies.com. Questions submitted within a period of 72 hours prior to the advertised time for opening of bids, excluding Saturdays, Sundays, and any other legal holidays, may not be answered prior to bidding.<br /><br />Electronic bids can be submitted at www.centralbidding.com. Official bid documents can be downloaded from Central Bidding. Electronic bids are due at the same time and date as sealed bids. For any questions relating to the electronic bidding process, please call 225-810-4814.<br /><br />A copy of the plans and specifications may be examined at: the Office of the Engineer, 4545 Sherwood Common Blvd. Bldg. 3, Suite A, Baton Rouge LA 70816; City Hall, Vicksburg, Mississippi; Associated General Contractors Plan Room in Jackson, Mississippi; Associated Builders and Contractors Plan Room in Jackson, Mississippi.<br /><br />Each bid shall be accompanied by a Certified Check on a solvent bank or a Bidder's Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five percent (5%) of the total bid price, as a guarantee that if the bid is accepted, the Bidder will enter into a contract and execute the Performance and Payment Bonds in the form and within the time specified.<br /><br />The successful Bidder will be required to execute a Performance Bond and a Payment Bond, each in the amount of 100 percent of the Contract, issued by a Surety Company licensed to operate in the State of Mississippi.<br /><br />Each Bidder shall have a Certificate of Responsibility to bid on contracts for public projects in which the bid price exceeds $50,000.00 and for private projects in which the bid price exceeds $100,000.00 as required by the laws of the State of Mississippi. Each Bidder shall show on the outside of the envelope containing his bid; his current Certificate of Responsibility number, or if applicable, a statement certifying that the bid enclosed does not exceed $50,000.00 for a public project or $100,000 for a private project; his name; and the name of the Contract for which the bid is submitted. Failure to show these items on the outside of the envelope containing the bid will result in the bid being returned to the Bidder unopened. Public funds are involved in this project.<br /><br />No Bidder may withdraw his bid for a period of sixty (60) days after date of actual bid opening, without Owner's consent.<br /><br />Nonresident bidder shall comply with Mississippi State Board of Contractors Rules and Regulations Section 31-3-21. Contractor shall provide all documentation and their state’s non-resident bidder law requirements with the bid.<br /><br />Contractor is required to comply with the Mississippi Employment Act, sec 71-11-1 of the Mississippi Code of 1972, as amended, by registering with and utilizing the status verification system operated by the US Department of Homeland Security known as the E-Verify Program. Contractor must provide proof of<br />compliance.<br /><br />Additional information and assistance regarding this bid opportunity, the MS Procurement Technical Assistance Program, and local contract procurement center may be found at www.mscpc.com<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.<br /><br />The lowest qualified BIDDER must submit to the OWNER within 10 days after BID opening, proof of compliance with the Contract Provisions including required documentation regarding the use of minority and women’s businesses. (See Supplemental General Condition, Attachment No. 3).<br /><br />The City of Vicksburg, Mississippi reserves the right to reject any or all bids received, to waive any informalities or irregularities in the bids received, and to accept any bid which is deemed most favorable to the City.<br /><br />THE BOARD OF MAYOR AND ALDERMEN THE CITY OF VICKSBURG, MISSISSIPPI<br /><br />/s/ Walter W. Osborne, Jr.<br />By: Walter W. Osborne, Jr., City Clerk<br /><br />Publish: Friday, April 28, 2023<br /> Friday, May 5, 2023
https://www.centralauctionhouse.com/rfp91207770-iowa-avenue-headwall-replacement.html
28-Apr-2023 08:00:00 AM |
05-Jun-2023 09:00:00 AM |
City of Vicksburg |
Washington Street Rehabilitation
|
ADVERTISEMENT FOR BIDS<br />FOR CONSTRUCTION WORK OF<br />WASHINGTON STREET REHABILITATION<br />CITY OF VICKSBURG, MS<br />Separate sealed bids for the following project: " WASHINGTON STREET REHABILITATION, CITY OF VICKSBURG, MISSISSIPPI" will be received by the City Clerk, at the City Hall, Vicksburg, Mississippi until 9:00 A.M., on Monday, July 3, 2023, and then publicly opened and read aloud at a bid opening of the Mayor and Board of Aldermen in the Robert M. Walker Board Room located in the City Hall Annex, Vicksburg, Mississippi.<br />Plans and specifications are on file in the City Clerk's Office in Vicksburg, Mississippi, and copies of the proposals and contract documents may be obtained from the office of EJES Inc., 405 Briarwood Drive Suite 110, Jackson, Mississippi 39206, Telephone 601-691-1060, upon payment of $50.00, non-refundable. Bidders are cautioned that the City Clerk does not receive the daily U.S. Mail on or before 9:00a.m. Proposals will be time-stamped upon receipt according to the City Clerk’s time clock.<br />The Plans, Specifications and Contract documents may be examined at the following locations:<br />Vicksburg City Hall, 1401 Walnut Street Vicksburg, MS 39180<br />EJES Inc., 405 Briarwood Drive, Ste. 110, Jackson, MS 39206Each bidder must deposit with his bid, security in the amount of 5% of bid. A 100% Performance and Payment Bond will be required for the faithful performance of the Contract.<br />All contractors bidding on this project must hold a Certificate of Responsibility issued by the Mississippi State Board of Public Contractors as required by Mississippi Law and must be current.<br />No bidder may withdraw his bid within 60 days after the actual date of the opening thereof. The City of Vicksburg reserves the right to waive any informalities or to reject any or all bids.<br />THE CITY OF VICKSBURG IS AN EQUAL OPPORTUNITY EMPLOYER<br />GIVEN under my hand and the official seal of the City of Vicksburg, MS this 25th day of May 2023<br />Publish: May 31, 2023<br /> June 7, 2023<br />SEAL<br />/s/Walter W. Osborne, Jr.<br /> <br /> <br />City Clerk<br />
https://www.centralauctionhouse.com/rfp51056312-washington-street-rehabilitation.html
31-May-2023 08:00:00 AM |
03-Jul-2023 09:00:00 AM |
Covington County Board of Supervisors |
1 or more 2024 Single Axle Refuse Chassis 20CY
|
Notice is hereby given that electronic bid proposals will be Given by the Board of Supervisors of Covington County, State of Mississippi, for the purpose of purchasing one (1) or more, New 2024 Model Year Single Axle Refuse Chassis 20CY Rear Loader Truck(s).<br />All electronic bid specifications and procedures may be obtained electronically at www.centralbidding.com. For questions relating to electronic downloads, please call Central Bidding at 225-810-4814.<br />Bid proposals (no prices) will be accepted until 10:00 am on Friday, May 26, 2023.<br />Final bidding will be held by electronic reverse auction on Friday, June 2, 2023 at www.centralbidding.com Beginning at 10:00 am and ending at 11:00 am (unless extended by anti-sniping).<br />Electronic bids and/or reverse auction bids may be submitted at www.centralbidding.com.<br />The Board reserves the right to reject any and all bids. The Board also reserves the right to waive all formalities. The County reserves the right to utilize “anti-sniping” for reverse Auctions. Anti-sniping is a tool that automatically extends the bid time for reverse auctions by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse<br />auction. The anti-sniping effect will automatically extend<br />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 />SO RESOLVED, on this the 1st day of May, 2023.<br />Sterling Craft, President, Covington County Board of Supervisors<br />Guy Easterling, Chancery Clerk and Clerk of The Board of Supervisors<br />Publish: May 10th & May 17th, 2023.
https://www.centralauctionhouse.com/rfp33522750-1-or-more-2024-single-axle-refuse-chassis-20cy.html
02-Jun-2023 10:00:00 AM |
02-Jun-2023 11:00:00 AM |
Desoto County Board of Supervisors |
001-223-001 Juvenile Detention Renovations
|
DOCUMENT 00 11 13<br />ADVERTISEMENT FOR BIDS<br />NOTICE TO BIDDERS<br /> <br />Juvenile Detention Renovations<br />for the<br />Desoto County Board of Supervisors <br />Notice is hereby given that Sealed Bids will be received by the DeSoto County Board of Supervisors by the Director of Procurement, Angie Irving, at 365 Losher Street, Suite 340, Hernando, MS on Tuesday June 13, 2023 at 2:00 p.m., at which time and place Bids will be opened and publicly read. Contractor's company name and a current Certificate of Responsibility Number (or "bid under $50,000") shall be written on the outside of the sealed envelope.<br /> <br />BID FILE: Juvenile Detention Renovations<br /> <br />BID FILE NUMBER: 001-223-001<br /> <br />Location for the Receipt of Bids:<br /> <br />Bid for the “Juvenile Detention Renovations”<br />Director of Procurement (Lynn Ford)<br />365 Losher Street, Suite 340<br />Hernando, MS 38632<br />Office Hours: 8am – 5pm<br /> <br />Bid Submittal Options:<br /> <br />Bids may be submitted via sealed envelope addressed to the Office of Procurement, 365 Losher Street, Suite 340, Hernando, Mississippi 38632 Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bid process, please call Central Bidding at 225.810.4814.<br /> <br /> <br />Plans and Specifications Entitled:<br /> <br />“Juvenile Detention Renovations”<br /> <br />Bid Documents: Official bid documents may be viewed or downloaded free from the DeSoto County Procurement website at: https://www.desotocountyms.gov/Bids.aspx.<br /> <br />Plan Holders: To ensure that general contractors and all subcontractors get issued addenda or any other information issued to the bidder, participants are encouraged to register at either www.desotocountyms.gov/bids.aspx or www.centralbidding.com to be on the official plan holders list.<br /> <br />Plans and Specifications are also on file in the Office of Procurement, DeSoto County Administration Building, 365 Losher Street, Suite 340, Hernando, MS 38632, during normal business hours. Information concerning this bid can also be found on the Procurement Page at www.desotocountyms.gov. All bids must comply with the plans and specifications provided. DeSoto County reserves the right to amend the plans and specifications, as necessary, and agrees to notify all having requested bid packets from the DeSoto County Office of Procurement and Central Bidding.<br /> <br />Bid proposals must be submitted, in duplicate, on copies of the “General Construction Bid Form” included in the specifications and must be accompanied by a Bid Bond, Certified Check, or cash in the amount of 5% of the Base Bid (100%). The Bid Bond, if used, shall be payable to the Owner. Performance and Payment Bond will be required from the successful bidder. Bids are requested for a Lump Sum Base Bid with any Alternates and/or Unit Costs requested. In the event that an electronic bid is submitted, a copy of the bid bond must be included with the submission. If submitting electronically, a hard copy of all bid documents must be provided within 3 business days if requested after the bid opening.<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 Sub-Contractor 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 Public Contracts. If a bidder submits a bid not exceeding $50,000, no Certificate of Responsibility number is required; however, a notation stating that the bid does not exceed $50,000 must appear on the face of the envelope, or a Certificate of Responsibility number. Each bidder submitting a bid in excess of $50,000 must show its Certificate of Responsibility number on the face of the envelope containing the bid. If submitting electronically, please include this information on a cover page with your bid submission.<br /> <br />Out of state bidders submitting proposals exceeding $50,000 must provide a copy of their state’s preference law. <br /> <br />Bond requirements for this project will include Performance and Payment Bonds. <br /> <br />The Board of Supervisors reserves the right to reject any and all bids and waive any informalities.<br /> <br /> <br />PRE-BID CONFERENCE<br /> <br />Pre-Bid Conference – TBD. <br />Interested Bidders will be able to visit the project site immediately following the pre-bid conference. <br /> <br />WITNESS MY SIGNATURE, this the 11th day of May, 2023.<br /> <br />/s/__________________________________<br />Misty Heffner, CHANCERY CLERK<br />(SEAL) DeSoto County Board of Supervisors<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />SUBMITTED TO: DESOTO TIMES TRIBUNE<br /> <br />FOR PUBLICATION ON: Thursday, May 11, 2023<br /> Thursday, May 18, 2023<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 /> <br /> <br />END OF DOCUMENT
https://www.centralauctionhouse.com/rfp92198359-001-223-001-juvenile-detention-renovations.html
12-May-2023 08:00:00 AM |
13-Jun-2023 02:00:00 PM |
Desoto County School District |
117-GPS-DCS23
|
The Desoto County School District is requesting written proposals from potential sources to provide a GPS Time and Attendance program along with leased equipment for our student transportation department.<br />The purpose of the RFP is to solicit complete proposals in accordance with the Proposal Response format listed in the RFP, from agencies with expertise in providing high-quality GPS mapping/time tracking and a program that can work with our payroll software in MUNIS.
https://www.centralauctionhouse.com/rfp13163997-117-gps-dcs23.html
04-May-2023 08:00:00 AM |
06-Jun-2023 12:00:00 PM |
Desoto County School District |
63328 - DCS OAK GROVE CENTRAL ELEMENTARY SCHOOL REROOF
|
<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 June 13, 2023 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 removing and replacing approximately 6,000 sf of existing single-ply roofing and all associated flashing, gutters, downspouts, and related work. <br />Project Location: 893 West Oak Grove Rd., Hernando, MS 38632<br /> <br />Owner: 5 East South Street, Hernando, MS 38632<br /> <br />Plans and Specifications Entitled:<br /> <br />Oak Grove Central Elementary Reroof<br />Desoto County Schools<br />Hernando, MS<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 planroom. 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 /> <br /> <br />PRE-BID CONFERENCE<br /> <br />A. A pre-bid conference has been scheduled on May 31, 2023 at 10:30 a.m. at the project location, meet in the school lobby.<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 /> <br /> <br />
https://www.centralauctionhouse.com/rfp78333886-63328--dcs-oak-grove-central-elementary-school-reroof.html
12-May-2023 12:00:00 PM |
13-Jun-2023 02:30:00 PM |
Desoto County School District |
202-PANELS-DCS24 Interactive Panels
|
The DeSoto County School District will conduct a rebid for Interactive Panels for the 2023-2024 school year in the following manner: Bid #202-PANELS-DCS24<br /> <br />Unpriced bid proposals will be accepted until 9:00 am, CST, June 8th, 2023, 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 June 20th, 2023, 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: dcs.purchasing@dcsms.org. 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/rfp18438326-202-panels-dcs24--interactive-panels.html
18-May-2023 09:00:00 AM |
08-Jun-2023 09:00:00 AM |
Desoto County School District |
63343 - DCS CENTER HILL HIGH SCHOOL CLASSROOM ADDITION
|
<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 June 13, 2023 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 constructing a new 8 classroom attached school building addition at the existing Center Hill School Campus located at 13250 Kirk Rd. Olive Branch, 38654. Four of the eight classrooms will be designed to meet the storm shelter requirements of ICC 500. The new facilities will include all associated site work which includes grading, paving, drainage, utilities, and other related work as shown on the drawings and/or described in the specifications.<br /> <br />Project Location: 13250 Kirk Road, Olive Branch, MS 38654<br /> <br />Owner: Desoto County School District, 5 East South Street, Hernando, MS 38632<br /> <br />Plans and Specifications Entitled:<br /> <br />Center Hill High School Classroom Addition<br />Desoto County Schools<br />Olive Branch, MS<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 planroom. 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 />PRE-BID CONFERENCE<br /> <br />A. A pre-bid conference has been scheduled on May 31, 2023 at 9:00 a.m. at Project location, meet in the school lobby.<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/rfp61949394-63343--dcs-center-hill-high-school-classroom-addition.html
18-May-2023 03:00:00 PM |
13-Jun-2023 02:00:00 PM |
Desoto County School District |
63329 - DCS SOUTHAVEN MIDDLE SCHOOL IMPROVEMENTS
|
<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 June 19th, 2023 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 installing a new entrance canopy at the main office entry location and installing smaller pedestrian canopies at other locations on campus. The work also includes associated site work and electrical work. <br />Project Location: 899 Rasco Road W, Southaven, MS 38671<br /> <br />Owner: Desoto County School District, 5 East South Street, Hernando, MS 38632<br /> <br />Plans and Specifications Entitled:<br /> <br />DCS Southaven Middle School Improvements<br />Desoto County Schools<br />Southaven, MS<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 planroom. 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 /> <br /> <br />PRE-BID CONFERENCE<br /> <br />A. A pre-bid conference has been scheduled on June 8th, 2023 at 8:30 a.m. at the project location, meet in the lobby.<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/rfp45996919-63329--dcs-southaven-middle-school-improvements.html
25-May-2023 02:00:00 PM |
19-Jun-2023 02:00:00 PM |
East Mississippi Community College |
LP Gas - Scooba Campus
|
Advertisement for Reverse Auctions <br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus) and<br />LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br /> <br />Scooba Campus<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or thunt@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />Golden Triangle/Lion Hills Campuses<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Administration Office, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or dmordecai@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br /> <br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br /> <br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following person has been designated to handle inquiries regarding the non-discrimination policies: Theresa Harpole, Director of Human Resources, P.O. Box 158, Scooba, MS 39358, Telephone: (662)-476-5274, E-mail: tharpole@eastms.edu.
https://www.centralauctionhouse.com/rfp58399062-lp-gas--scooba-campus.html
01-Jun-2023 09:00:00 AM |
01-Jun-2023 09:10:00 AM |
East Mississippi Community College |
Diesel Fuel - Scooba Campus
|
Advertisement for Reverse Auctions <br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus) and<br />LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br /> <br />Scooba Campus<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or thunt@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />Golden Triangle/Lion Hills Campuses<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Administration Office, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or dmordecai@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br /> <br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br /> <br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following person has been designated to handle inquiries regarding the non-discrimination policies: Theresa Harpole, Director of Human Resources, P.O. Box 158, Scooba, MS 39358, Telephone: (662)-476-5274, E-mail: tharpole@eastms.edu.
https://www.centralauctionhouse.com/rfp89110081-diesel-fuel--scooba-campus.html
01-Jun-2023 09:15:00 AM |
01-Jun-2023 09:25:00 AM |
East Mississippi Community College |
Unleaded Non-Ethanol Gasoline - Scooba Campus
|
Advertisement for Reverse Auctions <br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus) and<br />LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br /> <br />Scooba Campus<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or thunt@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />Golden Triangle/Lion Hills Campuses<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Administration Office, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or dmordecai@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br /> <br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br /> <br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following person has been designated to handle inquiries regarding the non-discrimination policies: Theresa Harpole, Director of Human Resources, P.O. Box 158, Scooba, MS 39358, Telephone: (662)-476-5274, E-mail: tharpole@eastms.edu.
https://www.centralauctionhouse.com/rfp38949922-unleaded-non-ethanol-gasoline--scooba-campus.html
01-Jun-2023 09:30:00 AM |
01-Jun-2023 09:40:00 AM |
East Mississippi Community College |
LP Gas - Golden Triangle/Lion Hills Campuses
|
Advertisement for Reverse Auctions <br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus) and<br />LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br /> <br />Scooba Campus<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or thunt@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />Golden Triangle/Lion Hills Campuses<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Administration Office, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or dmordecai@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br /> <br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br /> <br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following person has been designated to handle inquiries regarding the non-discrimination policies: Theresa Harpole, Director of Human Resources, P.O. Box 158, Scooba, MS 39358, Telephone: (662)-476-5274, E-mail: tharpole@eastms.edu.
https://www.centralauctionhouse.com/rfp38921624-lp-gas--golden-trianglelion-hills-campuses.html
01-Jun-2023 10:00:00 AM |
01-Jun-2023 10:10:00 AM |
East Mississippi Community College |
Diesel Fuel - Golden Triangle/Lion Hills Campuses
|
Advertisement for Reverse Auctions <br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus) and<br />LP Gas & Fuel (Golden Triangle/Lion Hills Campuses)<br /> <br />Scooba Campus<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or thunt@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />Golden Triangle/Lion Hills Campuses<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Administration Office, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or dmordecai@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br /> <br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br /> <br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following person has been designated to handle inquiries regarding the non-discrimination policies: Theresa Harpole, Director of Human Resources, P.O. Box 158, Scooba, MS 39358, Telephone: (662)-476-5274, E-mail: tharpole@eastms.edu.
https://www.centralauctionhouse.com/rfp54202182-diesel-fuel--golden-trianglelion-hills-campuses.html
01-Jun-2023 10:15:00 AM |
01-Jun-2023 10:25:00 AM |
East Mississippi Community College |
Unleaded Non-Ethanol Gasoline - Golden Triangle/Lion Hills Campuses
|
Advertisement for Reverse Auctions <br />East Mississippi Community College Board of Trustees is receiving un-priced solicitations for the following: LP Gas & Fuel (Scooba Campus) and<br />LP Gas & Fuel (Golden TriangleT/Lion Hills Campuses)<br /> <br />Scooba Campus<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Business Office, P.O. Box 158, HR/Police Dept Bldg., Scooba, MS 39358 (Attn: Tonya Hunt) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from the EMCC Business Office at 662-476-5077 or thunt@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />Golden Triangle/Lion Hills Campuses<br />Solicitations will be received until 12:00 p.m. on Wednesday, May 31, 2023, at the Administration Office, P.O. Box 100, Mayhew, MS, 39753 (Attn: Dana Mordecai) or by electronic submission at www.centralauctionhouse.com. Submissions will be evaluated, and vendors submitting acceptable proposals will be invited to participate in the Electronic Reverse Auction to be held on Thursday, June 1, 2023, at www.centralauctionhouse.com.<br /> <br />Information about the specific items in the reverse auction may be obtained by contacting Kyle Younger at (662) 243-1975 or kyounger@eastms.edu. Solicitation information may be obtained from Dana Mordecai at 662-243-1956 or dmordecai@eastms.edu. This information will also be made available online by visiting our website at http://www.eastms.edu/bids or www.centralbidding.com.<br /> <br />For questions relating to the reverse auction process, please contact Central Bidding at 225-810-4814.<br /> <br />The East Mississippi Community College Board of Trustees reserves the right to reject any or all bids and to negotiate with the lowest/best bidder. EMCC reserves the right to award the bid as a whole or by individual line item.<br /> <br />East Mississippi Community College is committed to assuring that the College and its programs are free from discrimination and harassment based upon race, color, ethnicity, sex, pregnancy, religion, national origin, disability, age, sexual orientation, gender identity, genetic information, status as a U.S. veteran, or any other status protected by state or federal law. The following person has been designated to handle inquiries regarding the non-discrimination policies: Theresa Harpole, Director of Human Resources, P.O. Box 158, Scooba, MS 39358, Telephone: (662)-476-5274, E-mail: tharpole@eastms.edu.
https://www.centralauctionhouse.com/rfp5078149-unleaded-non-ethanol-gasoline--golden-trianglelion-hills-campuses.html
01-Jun-2023 10:30:00 AM |
01-Jun-2023 10:40:00 AM |
Forest Municipal School District |
Bid No. 23-12 English Learner Program Management and Teaching Tools (K-12)
|
English Learner Program Management and Teaching Tools K-12:<br /><br />Forest Municipal School District is requesting proposals for English Learner (EL) Program Management and Teaching Tools for K-12th grade. The program management application must be conducive to the Mississippi Department of Education’s EL record requirements, such as management of Language Service Plans, LAS Links data storage, monitoring instruments, and other required MDE EL record requirements. Also, the program must provide a tool kit that can be accessible by teachers of K-12 English Learners. The tool kit should consist of training materials, accommodation tools, resources, and other related materials that would provide language acquisition instructional resources. The RFP can be viewed and downloaded by copying and pasting the following link into a web browser. https://drive.google.com/file/d/1w5IMiqEJSfbYgPCxz_z5umhC6pQTI3FB/view?usp=share_link<br /><quillbot-extension-portal></quillbot-extension-portal>
https://www.centralauctionhouse.com/rfp24855166-bid-no-23-12-english-learner-program-management-and-teaching-tools-k-12.html
17-May-2023 12:00:00 AM |
01-Jun-2023 03:00:00 PM |
Forest Municipal School District |
Bid No. 23-13 English Learner Integrated Supplemental Assessment
|
English Learner Integrated Supplemental Assessment:<br /><br />Forest Municipal School District is requesting proposals for an English Learner Integrated Supplemental Assessment platform that is aligned with the Mississippi English Language Proficiency Standards. The assessment platform must provide assessments in the areas of reading, writing, listening, and speaking for English Learners. Also, the platform should provide a hand scoring option for the writing assessment. The proposal should include a total of three benchmarks per English Learner and three hand-scored writing assessments for FY 2024. The RFP can be viewed and downloaded by copying and pasting the following link in a web browser. https://drive.google.com/file/d/14Fb6MDdTfXhmNve5dD6_gTZx41ETOztX/view?usp=share_link<br /><quillbot-extension-portal></quillbot-extension-portal>
https://www.centralauctionhouse.com/rfp20574531-bid-no-23-13-english-learner-integrated-supplemental-assessment.html
17-May-2023 12:00:00 AM |
01-Jun-2023 03:00:00 PM |
Forest Municipal School District |
Bid No. 23-14 K-12 Grade Formative Assessment Platform (Language Arts, Mathematics, U.S. History, & Science)
|
K-12 Grade Formative Assessment Platform (Language Arts, Mathematics, U.S. History, and Science):<br /><br />Forest Municipal School District is requesting proposals for a K-12 Formative Assessment Platform for the subject areas of Language Arts, Mathematics, United States History, and Science. The formative assessment platform must include test bank items for teachers to create their own assessments and must provide three formative benchmark assessments for the subject areas of Language Arts (Reading and Writing), Mathematics, Social Studies, and Science for grades K-12. All test bank items and benchmark assessments must be aligned to the Mississippi College and Career Readiness Standards, and benchmark assessments must be designed following the MAAP assessment blueprint for each subject area. The assessment platform must provide standards tracking and data reports. The RFP can be viewed and downloaded by copying and pasting the following link into a web browser. https://drive.google.com/file/d/1it3XZCCVH4FFA7u9RlcpB_vLVVdYXYxX/view?usp=share_link<br /><quillbot-extension-portal></quillbot-extension-portal><quillbot-extension-portal></quillbot-extension-portal>
https://www.centralauctionhouse.com/rfp57238220-bid-no-23-14-k-12-grade-formative-assessment-platform-language-arts-mathematics-us-history-science.html
17-May-2023 12:00:00 AM |
01-Jun-2023 03:00:00 PM |
Forest Municipal School District |
Bid No. 23-15 K-9th Grade Integrated Supplemental Assessment and Instruction Solutions
|
K-9th Grade Integrated Supplemental Assessment and Instruction Solutions:<br /><br />Forest Municipal School District is seeking bids for an integrated supplemental assessment and instruction solution specifically designed and developed to address the Mississippi Department of Education’s College and Career Readiness Standards and/or the state standards in reading and mathematics. The blended-learning solution should include a web-based, adaptive diagnostic assessment and comprehensive reporting suite for grades K–8, plus interim growth monitoring, differentiated online instruction, and downloadable lesson plans to guide teacher-led instruction for students performing below grade level 9. The RFP can be viewed and downloaded by copying and pasting the following link into a web browser. https://drive.google.com/file/d/1V0IhGNHh1ahN_hs9aDckQgPxkKrzwDhF/view?usp=share_link<br /><quillbot-extension-portal></quillbot-extension-portal>
https://www.centralauctionhouse.com/rfp81430657-bid-no-23-15-k-9th-grade-integrated-supplemental-assessment-and-instruction-solutions.html
17-May-2023 12:00:00 AM |
01-Jun-2023 03:00:00 PM |
Grenada County |
SIX (6) NEW OUTDOOR WARNING SIRENS
|
SEE ATTACHMENT!!!
https://www.centralauctionhouse.com/rfp99689813-six-6-new-outdoor-warning-sirens.html
10-May-2023 12:00:00 AM |
12-Jun-2023 10:00:00 AM |
Grenada County |
GRENADA COUNTY 2023 ROAD IMPROVEMENTS (ROADS A-C)
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />Grenada County Board of Supervisors <br />Owner <br /> <br />P.O. Box 1208, Grenada, MS 38902 <br />Address<br /> <br />sealed BIDS for 2023 ROAD IMPROVEMENTS (ROADS A-C) will be received by the Grenada County Board of Supervisors in the office of the Chancery Clerk in Grenada, MS until JUNE 5, 2023 @ 9:00 AM , and then at said office publicly opened and read aloud.<br /> <br />The CONTRACT DOCUMENTS, consisting of the Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Agreement, Payment Bonds, Performance Bond, Notice of Award, Notice to Proceed, Change Order, General Conditions, Supplemental General Conditions, Drawings, Specifications and Addenda may be examined at the following locations.<br /> <br />(1) Willis Engineering, Inc. 133 South Mound Street, Grenada, MS, 38901 <br /> <br />(2) Plan House Printing Tupelo, 605 West Main Street, Tupelo, MS 38804 <br /> <br />(3) Plan House Printing Hattiesburg, 1A Churchill Street, Hattiesburg, MS 39402 <br /> <br />(4) Plan House Printing Gulfport, 14231 Seaway Road, Ste E-7, Gulfport, MS 39503 <br /> <br />Bid documents are being made available via paper or digital copy. Plan holders are required to log-in or register for an account at www.weiplanroom.com or www.centralbidding.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 these websites. Questions regarding website registration and online orders please contact Plan House Printing at (662) 407-0193 or Central Bidding at (225)810-4814. Electronic bids can be submitted only at www.centralbidding.com. For any questions to the electronic bidding process contact Central Bidding at (225)810-4814.<br /> <br /> <br /> Michael Lott<br /> President
https://www.centralauctionhouse.com/rfp96132832-grenada-county-2023-road-improvements-roads-a-c.html
17-May-2023 12:00:00 AM |
05-Jun-2023 09:00:00 AM |
Hancock County School District |
HCSD 2023 Tablet Devices RFP Reverse Auction
|
See attachment/RFP for detailed specifications.
https://www.centralauctionhouse.com/rfp21306640-hcsd-2023-tablet-devices-rfp-reverse-auction.html
30-May-2023 07:00:00 PM |
26-Jun-2023 08:00:00 AM |
Hancock County School District |
2023 - HCSD Weapon Detection System RFP Reverse Auction
|
See attached RFP for details.
https://www.centralauctionhouse.com/rfp21257377-2023--hcsd-weapon-detection-system-rfp-reverse-auction.html
30-May-2023 07:00:00 PM |
26-Jun-2023 09:00:00 AM |
Harrison County |
REMOVAL OF UNDERGROUND STORAGE TANKS (UST) AT 17413 LANDON ROAD, GULFPORT, MS
|
<h1 style="text-align: center;"><b>NOTICE OF INVITATION FOR BID</b></h1> <h2><b>Notice is hereby given that Harrison County, Mississippi, will receive sealed bids at the BOARD CONFERENCE ROOM, FIRST JUDICIAL COURTHOUSE, 1801 23rd AVE, GULFPORT, MISSISSIPPI, until 9:30 A.M. (CDT) on FRIDAY, April 7, 2023 and then publicly read aloud for the following:</b></h2><h1 style="text-align: center;"><b>Removal of Underground Storage Tanks at<br />17413 Landon Road, Gulfport, MS</b></h1> <br />All Bids must be accompanied by a certified check or bank draft payable to the order of Harrison County, Mississippi, negotiable U.S. Government bonds (at par value), or a satisfactory Bid bond executed by the Contractor and an acceptable surety, must be submitted in an amount equal to five percent (5%) of the total bid. Bids not accompanied by this will be considered unresponsive and disqualified from consideration.<br /> <br />Bid documents are being made available via digital or paper copy. All Prospective Contractors and Plan Holders may obtain the bid documents at no charge by contacting the Harrison County Purchasing Department, 1801 23rd Ave., Gulfport, MS 39501, (228) 865-4028 during regular business hours (8:00 a.m. – 5:00 p.m., Monday – Friday). Bid Documents may also be viewed or downloaded at www.centralbidding.com. Charges apply to non-members for documents download. There is NO CHARGE for registration and bid submittal. For any questions relating to registration to bid at www.centralbidding.com call Central Bidding at 225-810-4814. Electronic bidding for this project shall be hosted by Central Bidding at www.centralbidding.com ONLY. Bid documents may be viewed or downloaded at www.harrisoncountybids.com and www.planhouse.com (charges may apply).<br /> <br />Bids may be submitted via sealed envelope or electronically at www.centralbidding.com until the time specified. Bids received after the specified time will be returned unopened. Bids submitted by sealed envelope must be addressed to Harrison County Chancery Clerk’s Office in the First Judicial District Courthouse 1801 23rd Ave, Gulfport, Mississippi 39501 and designated as Bid for:<br /> <br />Removal of Underground Storage Tanks at<br />17413 Landon Road, Gulfport, MS<br /> <br />The current Certificate of Responsibility Number shall be indicated on the exterior of the sealed bid envelope in order to be opened. All Bids submitted for $50,000 or less shall be so marked on the exterior of the sealed bid envelope.<br /> <br />Bids sent through the U.S. Mail are done so at the risk of the Prospective Vendor/Contractor and should be addressed to Harrison County, Mississippi, in care of the Chancery Clerk’s Office, Post Office Drawer CC Gulfport, Mississippi 39502. The County is NOT responsible for bids that arrive in the mail after the designated opening time. Bids may be delivered in person to the Harrison County Chancery Clerk’s Office in the First Judicial District Courthouse located at 1801 23rd Ave, Gulfport, Mississippi until 5:00 p.m. on Thursday, April 6, 2023 or the Board of Supervisor’s conference room at the First Judicial District Courthouse in Gulfport, Mississippi on Friday, April 7, 2023, prior to the opening time as listed above.<br /> <br />If the agency is closed for any reason, including but not limited to: acts of God, strikes, lockouts, riots, acts of war, epidemics, governmental regulations superimposed after the fact, fire, earthquakes, floods, or other natural disasters (the “Force Majeure Events”), which closure prevents the opening of bids at the advertised date and time, all bids received shall be publicly opened and read aloud on the next business day that the agency shall be open and at the previously advertised time. The new date and time of the bid opening, as determined in accordance with this paragraph, shall not be advertised, and all Vendors/Contractors, upon submission of a bid, shall be deemed to have knowledge of and shall have agreed to the provisions of this paragraph. Bids shall be received by the agency until the new date and time of the bid opening as set forth herein. The agency shall not be held responsible for the receipt of any bids for which the delivery was attempted and failed due to the closure of the agency as a result of a Force Majeure Event. Each Vendor/Contractor shall be required to ensure the delivery and receipt of its bid by the agency prior to the new date and time of the bid opening.<br /> <br />The Owner expressly reserves the right to accept or reject any or all bids or any part of any or all bids based on a lowest and best bid determination. If the bid documents request separate bids on phases or items of a project, the Owner reserves the right to accept or reject any or all bids or any part of any or all bids based on a lowest and best bid determination on each phase or item for which a separate bid is requested. The Owner reserves the right to waive informalities.<br /> <br />Harrison County, Mississippi will neither pay for any information herein requested nor be responsible for any costs incurred by the proposer. All bids shall become the property of Harrison County, Mississippi upon submission. Harrison County, Mississippi reserves the right to negotiate final price subsequent to the submission of bids from the selected qualified Bidders.<br /> <br /> <br />Bids may be held for a period not to exceed sixty (60) days from the date of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of Contractors, prior to awarding of the Contract. <br /> <br /> <br />By Order of the Board of Supervisors, this the 6th day of March, 2023.<br /> <br />____________________________ <br />John McAdams <br />Clerk of the Board of Supervisors <br />Harrison County, Mississippi<br /> <br />Publication Dates: Wednesday, March 9, 2023<br /> Wednesday, March 16, 2023
https://www.centralauctionhouse.com/rfp62826487-removal-of-underground-storage-tanks-ust-at-17413-landon-road-gulfport-ms.html
09-Mar-2023 06:00:00 AM |
15-Jun-2023 09:30:00 AM |
Harrison County |
RFQ FOR ENGINEERING SERVICES FOR BEACHFRONT RESILIENCE PROJECT
|
<h1 style="text-align: center;"><b>REQUEST FOR QUALIFICATIONS</b></h1> <h2>The Harrison County Board of Supervisors, Gulfport, Mississippi, will receive by “Sealed” Submission Request for Qualifications (RFQ) for:<br /> </h2><h1 style="text-align: center;"><b>ENGINEERING SERVICES FOR BEACHFRONT RESILIENCE PROJECT,<br />HARRISON COUNTY, MS</b></h1><h1> </h1><h2>at GULFPORT, MISSISSIPPI, at the BOARD CONFERENCE ROOM, FIRST JUDICIAL COURTHOUSE, 1801 23rd AVE, GULFPORT, MISSISSIPPI, until 9:00 A.M., Tuesday, June 6, 2023 and then at said office publicly opened and read aloud.</h2> <br />The Request for Qualifications documents may be viewed or downloaded at www.centralbidding.com. RFQ documents are also available at the Harrison County Purchasing Department, 1801 23rd Ave., Gulfport, MS 39501, or calling (228) 865-4028, or email to jswilliams@co.harrison.ms.us .<br /> <br />“ALL Sealed Submissions” must be on file with the Clerk of the Board prior to the opening date and time as stated above. All submissions must be sealed and clearly marked on the outside of the envelope as indicated “ENGINEERING SERVICES FOR BEACHFRONT RESILIENCE PROJECT, HARRISON COUNTY, MS, to be opened Tuesday, June 6, 2023 ”. Envelopes not so marked are submitted at the risk of the prospective Firm and the County assumes no responsibility for the premature opening of same by any County employee.<br /> <br />“Electronic Submissions” may be submitted on-line at www.centralbidding.com prior to the opening date and time as stated above. For any questions relating to Registration at www.centralbidding.com or the Electronic Submission process, call Central Bidding at 225-810-4814.<br /> <br />“Sealed Submissions” sent through the U.S. Mail are done so at the risk of the Prospective Vendor and should be addressed to the Harrison County Board of Supervisors, in care of the Chancery Clerks Office, Post Office Drawer CC, Gulfport, Mississippi, 39502 or 1801 23rd Avenue, Gulfport, Mississippi 39501. The County is NOT responsible for Sealed Submissions that arrive in the mail after the designated opening time. Sealed Submissions may be delivered in person to the Harrison County Chancery Clerk’s Office in the First Judicial District Courthouse located at 1801 23rd Ave, Gulfport, Mississippi until 9:00 A.M., Tuesday, June 6, 2023 or the Board of Supervisor’s Conference room at the First Judicial District Courthouse in Gulfport, Mississippi on Tuesday, June 6, prior to the opening time as listed above.<br /> <br />If the agency is closed for any reason, including but not limited to: acts of God, strikes, lockouts, riots, acts of war, epidemics, governmental regulations superimposed after the fact, fire, earthquakes, floods, or other natural disasters (the “Force Majeure Events”), which closure prevents the opening of submissions at the advertised date and time, all submissions received shall be publicly opened and read aloud on the next business day that the agency shall be open and at the previously advertised time. The new date and time of the submission opening, as determined in accordance with this paragraph, shall not be advertised, and all Vendors/Contractors, upon submission, shall be deemed to have knowledge of and shall have agreed to the provisions of this paragraph. Bids shall be received by the agency until the new date and time of the opening as set forth herein. The agency shall not be held responsible for the receipt of any submission for which the delivery was attempted and failed due to the closure of the agency as a result of a Force Majeure Event. Each Vendor/Contractor shall be required to ensure the delivery and receipt of its Sealed submission by the agency prior to the new date and time of the public opening.<br /><br /><br />Additional information regarding the scope of work for this solicitation may also be viewed utilizing the Mississippi Procurement Technical Assistance Program (MPTAP) website at https://mscpc.com.<br />Any contract awarded under this solicitation may be paid for in whole or in part with grant funding from the RESTORE Council and the Mississippi Department of Environmental Quality under the Resources and Ecosystems Sustainability, Tourist Opportunities, and Revived Economies of the Gulf Coast States Act of 2012 (RESTORE Act). Any contract resulting from this solicitation will be subject to the terms and conditions of said funding award, the RESTORE Council Financial Assistance Standard Terms and Conditions and Program-Specific Terms and Conditions, the Standard Sub-Award Terms and Conditions, the RESTORE Act, 33 U. S. C. 1321(t), Treasury Regulations 31 C. F. R. § 34 et seq., including 31 C. F. R. §§ 34, Subpart D, all applicable terms and conditions in 2 C. F. R. Part 200 (including Appendix II to Part 200), and all other OMB circulars, executive orders or other federal laws or regulations, as applicable. The Mississippi Department of Environmental Quality, the United States, or any of its departments, agencies or employees is not and will not be a party to this solicitation or any resulting contract.<br /> <br />Minority and women’s business enterprises are solicited to submit a statement of qualifications and are encouraged to make inquiries regarding potential subcontracting opportunities. When subcontracting, all potential contractors must make positive efforts to use small and minority owned business and women business enterprises. See 2. C. F. R. §200.321.<br /> <br />The Owner reserves the right to accept or reject any and all submissions and to waive informalities.<br /> <br />Submissions may be held by the Owner for a period not to exceed sixty (60) days from the date of submittal for the purpose of reviewing and investigating the qualifications of Firms, prior to awarding of the Contract.<br /> <br />By Order of the Board of Supervisors, adopted on Monday, May 1, 2023.<br /> <br /> /s/ John McAdams <br /> (SEAL) Clerk<br /> Board of Supervisors<br /> <br />Publication Dates: <br /> Wednesday, May 10, 2023<br /> Wednesday, May 17, 2023
https://www.centralauctionhouse.com/rfp98313745-rfq-for-engineering-services-for-beachfront-resilience-project.html
10-May-2023 06:00:00 AM |
06-Jun-2023 09:00:00 AM |
Harrison County School District |
RFP - 2324 Credit Recovery Program
|
Legal Notice<br /> <br />The Harrison County School District Board of Education will accept bid proposals for a Credit Recovery Online Program. All proposals must be submitted to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS 39503 no later than 10:00 A.M. on Wednesday, June 7, 2023. Please mark “Bid – 2324- Credit Recovery Online Program” on the exterior of the sealed envelope.<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com or through the district’s website at https://www.harrison.k12.ms.us/departments/federal_programs . Bid Packets with complete specifications may also be obtained at the Office of the Superintendent, 11072 Highway 49, Gulfport, MS 39503. Telephone inquiries may be made to Melissa Garrison, Director of Federal Programs, (228) 539-6500, or mgarrison@harrison.k12.ms.us .<br /> <br />Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814. Hardcopy bids will also be accepted; however, you MUST mark the outside of the envelope/box with “Bid – 2324 Credit Recovery Program” and address them to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS.<br /> <br />The Harrison County School District Board of Education reserves the right to accept/reject all bids and waive any irregularities.<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.<br />
https://www.centralauctionhouse.com/rfp65724283-rfp--2324-credit-recovery-program.html
19-May-2023 09:00:00 AM |
07-Jun-2023 10:00:00 AM |
Harrison County School District |
RFP - 2324 Academic Tracking Tool
|
Legal Notice<br /> <br />The Harrison County School District Board of Education will accept bid proposals for an Academic Tracking Tool program. All proposals must be submitted to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS 39503 no later than 10:00 A.M. on Wednesday, June 7, 2023. Please mark “Bid – 2324- Academic Tracking Tool” on the exterior of the sealed envelope.<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com or through the district’s website at https://www.harrison.k12.ms.us/departments/federal_programs . Bid Packets with complete specifications may also be obtained at the Office of the Superintendent, 11072 Highway 49, Gulfport, MS 39503. Telephone inquiries may be made to Melissa Garrison, Director of Federal Programs, (228) 539-6500, or mgarrison@harrison.k12.ms.us .<br /> <br />Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the Central Bidding platform, please call Central Bidding at 225-810-4814. Hardcopy bids will also be accepted; however, you MUST mark the outside of the envelope/box with “Bid – 2324 Academic Tracking Tool” and address them to the Office of the Superintendent of Education, at 11072 Highway 49, Gulfport, MS.<br /> <br />The Harrison County School District Board of Education reserves the right to accept/reject all bids and waive any irregularities.<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.<br />
https://www.centralauctionhouse.com/rfp73187609-rfp--2324-academic-tracking-tool-.html
19-May-2023 09:30:00 AM |
07-Jun-2023 10:00:00 AM |
Hattiesburg Public School District |
BID 23-013 ONLINE INSTRUCTIONAL & ASSESSMENT PROGRAMS
|
Proposals for “Online Instructional and Assessment Programs 2023” as listed on the bid document will be received in Hattiesburg Public Schools located at 301 Mamie Street, Hattiesburg, Mississippi, until 11:00 a.m. (CST) Thursday, June 1, 2023.
https://www.centralauctionhouse.com/rfp62341194-bid-23-013-online-instructional-assessment-programs.html
17-May-2023 12:00:00 AM |
01-Jun-2023 11:00:00 AM |
Hattiesburg Public School District |
BID 23-014 BLENDED LEARNING INSTRUCTION FOR DIAGNOSTIC INTERVENTION PROGRAM FOR READING & MATH
|
Proposals for “Blended-Learning Instruction and Diagnostic Intervention Program in Reading and<br />Math 2023” as listed on the attached sheets will be received in Hattiesburg Public Schools located at 301<br />Mamie Street, Hattiesburg, Mississippi, until 9:00 a.m. (CST) on Thursday, June 1, 2023.
https://www.centralauctionhouse.com/rfp43946881-bid-23-014-blended-learning-instruction-for-diagnostic-intervention-program-for-reading-math.html
17-May-2023 12:00:00 AM |
01-Jun-2023 09:00:00 AM |
Hinds County School District |
TERRY HIGH SCHOOL - NEW GYMNASIUM
|
Sealed bids for the project referenced below, will be received by the Owner, Hinds County<br />School District, 13192 Highway 18 Raymond, Mississippi 39154, until 2:00 Central Time on<br />Wednesday, June 7, 2023, at which time they will be publicly opened and read.<br />Terry High School New Gymnasium<br />Terry High School, Terry, Mississippi<br />Architect's Project #149.13<br />Owner's Reference # 23-005<br />Contract Documents may be obtained from: Ferguson & Associates Architecture 100 Calumet<br />Gardens, Suite 200 Madison, Mississippi 39110 Phone: 601-607-7933<br />A non-refundable deposit of $250.00 is required for a digital set of Contract Documents. Bidder<br />will be responsible for dispersion of documents to subcontractors and suppliers. Neither the<br />Architect, Engineers nor Owner will be responsible for a set(s) that are not complete. All<br />bidders, subcontractors and suppliers are responsible for requirements contained within the<br />complete set of contract documents. Bid preparation will be in accordance with Instructions to<br />Bidders bound in the Project Manual. A pre-bid meeting will be held at the project site on<br />Wednesday, May 24, 2023 at 10:00 AM, Central Time. The Owner, Hinds County School<br />District, reserves the right to waive irregularities and to reject any or all bids.<br />By:<br />Dr. Delesicia Martin<br />Superintendent<br />Hinds County School District
https://www.centralauctionhouse.com/rfp5224088-terry-high-school--new-gymnasium.html
22-May-2023 07:00:00 PM |
07-Jun-2023 02:00:00 PM |
Itawamba County |
Dump Trucks single rear axle conventional chassis
|
LEGAL NOTICE<br /> <br /> <br /> <br />Notice is hereby given that the Itawamba County Board of Supervisors will, at www.centralbidding.com at 9:00 A.M. and 9:30 A.M. on Monday June 19th, 2023, accept electronic bids through a reverse auction for (2) two single rear axle dump trucks truck with a conventional chassis, and (1) one tri rear axle dump truck with a conventional chassis for the Itawamba County Road Department according to specifications on file with the Clerk of the Board and online at www.centralbidding.com. The Board reserves the right to reject any and all bids and to waive informalities. Bidders may download official documents from Central Bidding at www.centralbidding.com. 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 Itawamba County, Mississippi, this the 16th day of May 2023.
https://www.centralauctionhouse.com/rfp68431675-dump-trucks-single-rear-axle-conventional-chassis.html
22-May-2023 01:00:00 PM |
12-Jun-2023 04:00:00 PM |
Itawamba County |
Tri Rear Axle Dump Truck with conventional chassis
|
LEGAL NOTICE<br /> <br /> <br /> <br />Notice is hereby given that the Itawamba County Board of Supervisors will, at www.centralbidding.com at 9:00 A.M. and 9:30 A.M. on Monday June 19th, 2023, accept electronic bids through a reverse auction for (2) two single rear axle dump trucks truck with a conventional chassis, and (1) one tri rear axle dump truck with a conventional chassis for the Itawamba County Road Department according to specifications on file with the Clerk of the Board and online at www.centralbidding.com. The Board reserves the right to reject any and all bids and to waive informalities. Bidders may download official documents from Central Bidding at www.centralbidding.com. 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 Itawamba County, Mississippi, this the 16th day of May 2023.
https://www.centralauctionhouse.com/rfp96232921-tri-rear-axle-dump-truck-with-conventional-chassis.html
22-May-2023 01:00:00 PM |
12-Jun-2023 04:00:00 PM |
Jackson County Port Authority |
JCPA Caustic Soda
|
The Jackson County Port Authority is seeking a Request for Quotes Formal (RFQF) for the purchase of Caustic Soda. The purpose of the RFQF is to advertise this competitive procurement for solicitation of formal quotes from potential bidders to participate in a Reverse Auction. All bidders must be registered with Central Auction House. For the RFQF packet containing complete information and specifications, visit the Central Bidding website at https://www.centralauctionhouse.com/Category/10336/JacksonCountyPortAuthority-MS or the JCPA Office of Purchasing, 3033 Pascagoula Street, Pascagoula, MS 39567 or call 228-762-4041. Responses may be received electronically at https://www.centralauctionhouse.com or via sealed paper bid at the JCPA office until 2:00 P.M, Thursday, June 8, 2023. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />The right is reserved by the Owner to reject any or all bids, to waive any informality, and to award the contract to serve the best interest of Owner.
https://www.centralauctionhouse.com/rfp50287673-jcpa-caustic-soda.html
19-May-2023 12:00:00 AM |
08-Jun-2023 02:00:00 PM |
Jackson Public Schools |
RFP 2023-13 School Site Surveys and Wireless Network Configuration Services
|
<img height="111" src="file:///C:/Users/bjones/AppData/Local/Temp/msohtmlclip1/01/clip_image002.jpg" width="111" /><br />Jackson Public School District<br />Business Office Post Office Box 2338<br /> 662 S. President Street, Jackson, Mississippi<br />Telephone: 960-8799 ( Fax Number: 960-8967<br /> <br />ADVERTISEMENT REQUEST<br /> <div> <u>Name:</u> <u>Company:</u> <u>Fax No.</u><h1> Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302</h1> Katrina Jackson Advocate 601-948-4122<br /> Jackie Hampton Mississippi Link 601-368-8481<br /> LaTisha Landing MS Development Authority 601-359-5290<br /> </div> <table border="1" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:213px;">P. O. 562634 - The Clarion-Ledger<br /> Acct. 212327</td> <td style="width:213px;">P. O. 562644 - Jackson Advocate</td> <td style="width:206px;">P. O. 562639 - Mississippi Link</td> </tr> <tr> <td colspan="3" style="width:631px;"><b>Notice: Please Email Invoices electronically for Payments to Bettie Jones @ </b><b>bjones@jackson.k12.ms.us</b><b> and CC: Sherondria Farris at </b><b>sfarris@jackson.k12.ms.us</b><b>. Proof of Publications are to be mailed to JPSD Attention: Bettie Jones</b></td> </tr> </tbody></table> <table border="1" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:103px;height:11px;">Clarion Ledger</td> <td style="width:528px;height:11px;">May 16, 2023 and May 23, 2023</td> </tr> <tr> <td style="width:103px;"><a name="_Hlk134438183">Jackson Advocate</a></td> <td style="width:528px;"><a name="_Hlk128496561">May 18, 2023 and May 25, 2023</a></td> </tr> <tr> <td style="width:103px;">MS Link:</td> <td style="width:528px;">May 18, 2023 and May 25, 2023</td> </tr> <tr> <td style="width:103px;">Date/Time</td> <td style="width:528px;">June 05, 2023 @ 10:00 A.M. (Local Prevailing Time)</td> </tr> <tr> <td style="width:103px;">RFP 2023-13</td> <td style="width:528px;"><a name="_Hlk134631501">School Site Surveys and Wireless Network Configuration Services</a></td> </tr> </tbody></table> <br />I hereby certify that the above legal ad was received. Newspaper: _______________________________<br /> <br />Signed: _________________________________________ Date: _________________________<br /> <br /><b>Advertisement for RFP</b><br /> <br /><b> RFP 2023-13 - School Site Surveys and Wireless Network Configuration Services</b><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 <b>June 05</b><b>, 2023 </b>at which time and place they will be publicly opened and read aloud. The Board of Trustees reserves the right to reject any and all RFPs, to waive informalities, and to withhold the acceptance of any RFP if approved for forty-five calendar days from the date RFPs/ are opened. <br /> <br />There are two (2) options in which RFP proposals may be obtained. Download from Central Bidding website at <a href="http://www.centralbidding.com/">www.centralbidding.com</a> for a small fee of $49.99 or visit JPSD website at <a href="http://www.jackson.k12.ms.us/">www.jackson.k12.ms.us</a> and download. Vendors must be registered with Central Bidding in order to electronically upload RFPs proposals at no cost. For any questions concerning the process, or how to register, please contact Central Bidding at 225-810-4814.<br /> <br />Until further notice, all hand delivery proposals delivered between 9:00 a.m. until 9:59 a.m. (local prevailing time) the date the bid is scheduled to open, must be delivered to JPSD Board Room, 621 South State Street, Jackson, MS 39201.<br /> <br />Also, until further notice, all opening will be recorded and uploaded to the JPSD web site at <a href="https://www.youtube.com/jpsitv">https://www.youtube.com/jpsitv</a> for public viewing due to covid 19. Vendors will not be allowed to sit in on the bid openings.<br /> <br />Clarion-Ledger May 16, 2023 and May 23, 2023 <br />Jackson Advocate May 18, 2023 and May 25, 2023 <br />Mississippi Link May 18, 2023 and May 25, 2023
https://www.centralauctionhouse.com/rfp89045686-rfp-2023-13-school-site-surveys-and-wireless-network-configuration-services.html
16-May-2023 12:00:00 AM |
05-Jun-2023 10:00:00 AM |
Jackson Public Schools |
RFP 2023-14 Digital/Print Curriculum for K-12 Curriculum Resources (English/Language Art, Math, Science and Social Studies
|
<div>Jackson Public School District</div><div>Business Office Post Office Box 2338</div><div>662 S. President Street, Jackson, Mississippi</div><div>Telephone: 960-8799 ? Fax Number: 960-8967</div><div>ADVERTISEMENT REQUEST</div><div>Name: Company: Fax No.</div><div>Mary or Caroline Clarion-Ledger 601-961-7033 or 1-888-516-9220 ext. 3302</div><div>Katrina Jackson Advocate 601-948-4122</div><div>Jackie Hampton Mississippi Link 601-368-8481</div><div>LaTisha Landing MS Development Authority 601-359-5290</div><div>P. O. 562634 - The Clarion-Ledger</div><div>Acct. 212327</div><div>P. O. 562644 - Jackson Advocate</div><div>P. O. 562639 - Mississippi Link</div><div>Notice: Please Email Invoices electronically for Payments to Bettie Jones @ bjones@jackson.k12.ms.us and CC: Sherondria Farris at sfarris@jackson.k12.ms.us. Proof of Publications are to be mailed to JPSD Attention: Bettie Jones</div><div>Clarion Ledger</div><div>May 25, 2023 and June 01, 2023</div><div>Jackson Advocate</div><div>May 25, 2023 and June 01, 2023</div><div>MS Link:</div><div>May 25, 2023 and June 01, 2023</div><div>Date/Time</div><div>June 13, 2023 @ 10:00 A.M. (Local Prevailing Time)</div><div>RFP 2023-14</div><div>Digital/Print Curriculum for K-12 Curriculum Resources (English/Language Arts, Math, Science and Social Studies)</div><div>I hereby certify that the above legal ad was received. Newspaper: _______________________________</div><div>Signed: _________________________________________ Date: _________________________</div><div>Advertisement for RFP</div><div>RFP 2023 – 14 Digital/Print Curriculum for K-12 Curriculum Resources (English/Language Arts, Math, Science and Social Studies)</div><div>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), June 13, 2023 at which time and place they will be publicly opened and read aloud. The Board of Trustees reserves the right to reject any and all RFPs, to waive informalities, and to withhold the acceptance of any RFP if approved for forty-five calendar days from the date RFPs/ are opened.</div><div>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.</div><div>Until further notice, all hand delivery proposals delivered between 9:00 a.m. until 9:59 a.m. (local prevailing time) the date the bid is scheduled to open, must be delivered to JPSD Board Room, 621 South State Street, Jackson, MS 39201.</div><div>Also, until further notice, all opening will be recorded and uploaded to the JPSD web site at https://www.youtube.com/jpsitv for public viewing due to covid 19. Vendors will not be allowed to sit in on the bid openings.</div><div>Clarion-Ledger May 25, 2023 and June 01, 2023</div><div>Jackson Advocate May 25, 2023 and June 01, 2023</div><div>Mississippi Link May 25, 2023 and June 01, 2023</div>
https://www.centralauctionhouse.com/rfp11165527-rfp-2023-14-digitalprint-curriculum-for-k-12-curriculum-resources-englishlanguage-art-math-science-and-social-studies.html
25-May-2023 12:00:00 AM |
13-Jun-2023 10:00:00 AM |
Jones County School District |
English Language Arts and Writing Professional Development 3rd-High School Teachers
|
JONES COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL/QUOTES <br />Professional Development Services – English Language Arts/Writing<br /> <br /> <br />Overview<br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3 middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the district. The district has approximately 8600 students. The overall accountability rating for the school district is a “B”. <br /> <br /> <br />1. 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] <br /> <br />The district is requesting proposals/quotes for professional development in the area of English Language Arts and Writing. The PD would include guidance and support to 3rd - 10th Grade ELA teachers. This will include approximately 95-100 teachers. <br /> <br /> <br />2. Proposal Requirements and Project Scope for: North Jones Elementary, East Jones Elementary, South Jones Elementary, West Elementary, Glade Elementary, Moselle Elementary, Northeast Jones Middle/High School, South Jones Middle/High School, West Jones Middle/High School – approximately 95 English Language Arts/Writing Teachers 3rd-10th Grades; 30 administrators<br /> <br /> <br />3. Service Specifications and Provisions:<br />The Jones County School District is requesting quotes for the following: A coaching/modeling professional development plan for instructional staff and administrators of Jones County that focuses on instructional effectiveness and student achievement in English/Language Arts and Writing. The professional development plan will: <br /> <br />*Provide training in job-embedded professional development for instructional staff in Writing/English Language Arts, including but not limited to instructional coaching, data coaching, assessment coaching, lesson planning, lesson modeling, differentiated instruction, scaffolding and utilizing and identification of resources.<br /> <br />*Provide coaching to develop and implement data plans to impact differentiated instruction for all learners to further implement the Multi-Tiered System of Supports approach to English Language Arts instruction <br /> <br />*Provide professional development and leadership through job-embedded coaching and workshops to include, but not limited to collaboration, research-based reading strategies and classroom management. <br /> <br />*Develop and submit daily reports to the school administration and/or district contact following observation<br /> <br />*Assist the schools’ and district leadership teams in assessing students’ learning strengths and gaps using assessment data from a variety of sources to include state, school, district data, or other sources; help to facilitate regular data meetings with the schools’ and district’s leadership teams to assess, monitor, and adjust students’ learning based on the students’ identified strengths and weaknesses. <br />(Provide any other training as identified by observation or upon the district’s request.)<br /> <br /> <br />4. Pricing/quotes/specifications: <br /> <br />These services shall be provided to the Jones County School District during the 2023-2024 school year, summer term of June and July 2023 and beginning of the school term for August and September of the 2024-2025 school year. Upon satisfactory evaluation of the provided services, additional services may be extended to the remaining 2024-2025 school term.<br /> <br />Quotes are requested for half and full day rates for professional development services. The use of the days depends on the identified needs and the number of teachers to receive the professional development. However, it is hopeful that the returned proposals include a sufficient amount of days per grade level to address content-specific standards and assessments specific to each grade level for at least 60 days or more. <br /> <br /> <br />5. Schedule of RFP events are as follows: a. RFP Released 05/26/2023 b. Bids/Proposal Due Date: 06/16/2023 c. Opening of the bids/proposals/quotes will be on 06/19/2023 at 9 am at the Jones County School District Central Office<br /> <br /> <br /> <br />6. RFP Submission requirements: <br />Interested providers of these professional development services should submit their proposals/quotes to the school district address listed below (Section 12). Proposals/quotes will also be received electronically through www.centralauctionhouse.com<br /> <br />All questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification.<br /> <br /> <br />7. Minimum Eligibility Requirements for Contract Award<br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of sam.gov., and agree to the terms/agreement and any addendum set forth by the school district’s school board attorney. <br /> <br /> <br /> <br />8. Acceptance of Proposals<br /> <br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /> <br />*address 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 /> <br />9. Rejection of Proposals<br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be in the best interest of the JCSD. <br /> <br /> <br />10. Disposition of Proposals All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br /> <br /> <br />11. Special Terms/Conditions<br /> <br />Subject to Appropriation<br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal Program’s Application to accommodate this expense. <br /> <br /> <br />Equal Opportunity Employer<br />The JCSD is an Equal Opportunity Employer and therefore prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any manner prohibited by law. <br /> <br />Termination for Convenience<br />In the event the vendor is unable to provide the contracted services and mutually acceptable alternatives cannot be arranged, the contract can be terminated with written notification by either party. The JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated and when termination becomes effective. The Vendor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the vendor will stop work to the extent specified. The vendor must still complete the work not terminated by the notice of termination and incur obligations as are necessary to do so. <br /> <br /> <br /> <br /> <br />12. Contact Information<br />A paper copy or an email copy of this document, including any addendums, may be obtained by request:<br /> <br />Dr. Missy Bufkin, Director of Federal Programs<br />Jones County School District<br />5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail: mabufkin@jonesk12.org<br /> <br />Thank you for your time and consideration of this proposal.
https://www.centralauctionhouse.com/rfp85775538-english-language-arts-and-writing-professional-development-3rd-high-school-teachers.html
26-May-2023 06:00:00 PM |
16-Jun-2023 01:00:00 PM |
Jones County School District |
Curriculum Software for Instruction, Remediation, and Enrichment (K-12) Bid#0616231
|
<b>JONES COUNTY SCHOOL DISTRICT REQUEST FOR SEALED BID<br />Curriculum Software for Instruction, Remediation, and Enrichment (K-12)<br />Bid#0616231</b><br /> <br />Overview<br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3 middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the district. The district has approximately 8400 students. The overall accountability rating for the school district is a “B”. <br /> <br /> <br />1. Goal and Purpose of RFP: The district is requesting sealed bids for the following: curriculum software for instruction, remediation, and enrichment for grades K-12 in all core subjects (English Language Arts, Mathematics, Science and the Social Sciences), as well as supplemental subject areas (such as, but not limited to, Foreign Languages, Fine Arts, Health, etc.). We have recently moved to a 1:1 device implementation plan. The goal of the JCSD is to use this program for supplemental individualized learning of enrichment and remediation for all grades within all subjects (K-12). In addition, this program will be the core program for credit recovery of credit-bearing courses and direct instruction for the alternative school users (grades 6-12). This program should be aligned/correlated to the Mississippi College and Career Readiness Standards. [Strategic Plan Goal II: Improve Student Achievement through a Rigorous and Relevant Curriculum; Objective A: Implementation of MS College and Career State Standards and High Stakes Assessments] <br /> <br />2. Proposal Requirements and Project Scope for:<br />North Jones Elementary, East Jones Elementary, South Jones Elementary, West Elementary, Glade Elementary, Moselle Elementary, Northeast Jones High School, South Jones High School, West Jones High School, Jones County Learning Center, and the Jones County Career and Technical Center<br /> <br />3. Service Specifications and Provisions:<br />The program must adhere to, align with, and provide the following:<br /> <br />*align with the Mississippi College and Career Readiness Standards<br />*instruct, remediate, and enrich all standards in all subject areas (K-12) through individualized learning paths<br />*be customizable for specific, individualized course content<br />*contain formative and summative assessments for all courses<br />*allow for the utilization of project-based learning<br />*provide scope and sequence and/or pacing guides for all courses<br />*provide credit-bearing courses that are approved through the Mississippi Department of Education<br />*provide writing components with accompanying rubrics from the district/state<br />*provide additional resources beyond the lesson content<br />*link to content videos and other media that are content-specific and appropriate for the various learning levels<br />*provide concise and easy-to-read reports for student information<br />*provide concise and easy-to-read reports for teachers to make data-informed decisions<br />*provide a student and teacher dashboard to monitor progress<br />*provide features to accommodate English Language Learners<br />*link with our PowerSchool (student information system) and Class Link (for rostering)<br />*be compatible with apps relative to Chromebooks<br />*be compatible with the One Roster data format<br />*allow for Single Sign On via a managed process equal to or compatible with Class Link<br />*provide access to live and on-demand student support 24/7 (through a certified Mississippi instructor).<br />*provide professional development training to teachers via zoom and on-demand through tutorials/videos<br />*be priced as a bundle for K-12 for current student enrollment<br />*agree to service/contract addendums as agreed upon by the JCSD School Board Members/Attorney<br /> <br />4. Pricing/quotes/specifications: The district is requesting quotes for a one-year contract for all 11 campuses for the student enrollment population of 8400.<br /> <br /> <br />5. Schedule of RFP events are as follows: a. RFP Released 05/26/2023 b. Sealed Bids/Proposal Due Date: 06/16/2023<br />c. Opening of the sealed bids will be on 06/19/2023 at 9 am at the Jones County School District Central Office<br /> <br />These services shall be provided to the Jones County School District during the 2023 – 2024 school year. Upon satisfactory evaluation of the provided services, services may be extended to include services during the 2024-2025 school term.<br /> <br /> <br />6. RFP Submission requirements: Interested providers of these software curriculum services should submit their sealed bids to the school district address listed below (Section 12). Bids must be received in a sealed envelope by 06/16/2023 by 1:00 P.M. (CST) and marked “Bid 0616231 - Curriculum Software K-12”. Bids will also be received electronically through www.centralauctionhouse.com <br /> <br />All questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification.<br /> <br /> <br />7. Minimum Eligibility Requirements for Contract Award<br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of sam.gov., and agree to the terms/agreement and any addendum set forth by the school district’s school board attorney. <br /> <br /> <br />8. Acceptance of Proposals<br /> <br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /> <br />*address service specifications in the exact order stated in the Service Specifications section (These will be reviewed with a rubric and rated by the district leadership team to determine the awarding vendor.)<br />*a cost amount must be submitted by the vendor in a firm fixed price<br />*the proposal must be signed<br /> <br /> <br />9. Rejection of Proposals<br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be in the best interest of the JCSD. <br /> <br /> <br />10. Disposition of Proposals All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br /> <br /> <br />11. Special Terms/Conditions<br /> <br />Subject to Appropriation<br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal Program’s Application to accommodate this expense. <br /> <br />Equal Opportunity Employer<br />The JCSD is an Equal Opportunity Employer and therefore prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any manner prohibited by law. <br /> <br />Termination for Convenience<br />In the event the vendor is unable to provide the contracted services and mutually acceptable alternatives cannot be arranged, the contract can be terminated with written notification by either party. The JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated and when termination becomes effective. The Vendor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the vendor will stop work to the extent specified. The vendor must still complete the work not terminated by the notice of termination and incur obligations as are necessary to do so. <br /> <br /> <br /> <br /> <br />12. Contact Information<br />A paper copy or an email copy of this document, including any addendums, may be obtained by request:<br /> <br />Dr. Missy Bufkin, Director of Federal Programs<br />Jones County School District<br />5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail: mabufkin@jonesk12.org<br /> <br /> <br />Thank you for your time and consideration of this proposal.
https://www.centralauctionhouse.com/rfp84526112-curriculum-software-for-instruction-remediation-and-enrichment-k-12-bid0616231.html
26-May-2023 06:00:00 PM |
19-Jun-2023 01:00:00 PM |
Jones County School District |
Literacy/Math Assessment Program with Diagnostic, Intervention, and Supplemental Resources Bid#0616232
|
<b>JONES COUNTY SCHOOL DISTRICT REQUEST FOR SEALED BID<br />Literacy/Math Assessment Program with Diagnostic, Intervention, and Supplemental Resources<br />Bid#0616232</b><br /> <br />Overview<br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3 middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the district. The district has approximately 8400 students. The overall accountability rating for the school district is a “B”. <br /> <br />1. Goal and Purpose of RFP: The district is requesting proposals/quotes for a literacy/math diagnostic, intervention, and supplemental program that can be used as a screener and diagnostic assessment program. The product should also include learning paths for students with teacher resources. This program should be aligned/correlated to the Mississippi College and Career Readiness Standards. [Strategic Plan Goal II: Improve Student Achievement through a Rigorous and Relevant Curriculum; Objective A: Implementation of MS College and Career State Standards and High Stakes Assessments] <br />2. Proposal Requirements and Project Scope for:<br />North Jones Elementary, East Jones Elementary, South Jones Elementary, West Jones Elementary, Glade Elementary, and Moselle Elementary, Northeast Jones High School, South Jones High School, West Jones High School<br /> <br />3. Service Specifications and Provisions:<br /> <br />The program must adhere to, align with, and provide the following:<br />* assesses as a screening instrument for Prek-8th grades for Reading and Math<br />* assesses in a computer adaptive platform<br />* provides diagnostic measures<br />* provides reports such as diagnostic, screening, and growth<br />* provides supplemental software enhancements to drive student instruction<br />* provides lesson plans/paths for individual students and student groups<br />* provides literature and informational texts online with correlating assessments<br />* provides mathematics lessons and assignments to progress at individual student’s pace<br />* provides professional development as needed virtual, on-demand, or in-person<br />* must have capability to link and sync with ClassLink and OneRoster<br /> <br /> <br />4. Pricing/quotes/specifications: The district is requesting quotes for a one-year contract for 9 of our 11 campuses specific to the enrollment and grade levels for the following:<br /> <br />East Jones Elementary<br />PreK-Kindergarten 160<br />1st-6th grades 650<br /> <br />North Jones Elementary<br />PreK-Kindergarten 175<br />1st-6th grades 820<br /> <br />South Jones Elementary<br />PreK-Kindergarten 200<br />1st-6th grades 880<br /> <br />West Jones Elementary<br />PreK-Kindergarten 215<br />1st-6th grades 825<br /> <br />Moselle Elementary<br />PreK-Kindergarten 125<br />1st-6th grades 470<br /> <br />Glade Elementary<br />PreK-Kindergarten 85<br />1st-6th grades 350<br /> <br />Northeast Jones Middle School<br />7th-8th grades 330<br /> <br />South Jones Middle School<br />7th-8th grades 445<br /> <br />West Jones Middle School<br />7th-8th grades 500<br /> <br /> <br />5. Schedule of RFP events are as follows: a. RFP Released 05/26/2023 b. Sealed Bids/Proposal Due Date: 06/16/2023 c. Opening of the sealed bids will be on 06/19/2023 at 9 am at the Jones County School District Central Office<br /> <br /> <br />These services shall be provided to the Jones County School District during the 2023 – 2024 school year. Upon satisfactory evaluation of the provided services, services may be extended to include services during the 2024-2025 school term.<br /> <br />6. RFP Submission requirements: Interested providers of these software curriculum services should submit their sealed bids to the school district address listed below (Section 12). Bids must be received in a sealed envelope by 06/16/2023 by 1:00 P.M. (CST) and marked “Bid 0616232 - Literacy/Math Assessment Program with Diagnostic, Intervention, and Supplemental Resources”. Bids will also be received electronically through www.centralauctionhouse.com <br /> <br />All questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification.<br /> <br />7. Minimum Eligibility Requirements for Contract Award<br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of sam.gov., and agree to the terms/agreement and any addendum set forth by the school district’s school board attorney. <br /> <br /> <br />8. Acceptance of Proposals<br /> <br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /> <br />*address service specifications in the exact order stated in the Service Specifications section (These will be reviewed with a rubric and rated by the district leadership team to determine the awarding vendor.)<br />*a cost amount must be submitted by the vendor in a firm fixed price<br />*the proposal must be signed<br /> <br /> <br />9. Rejection of Proposals<br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be in the best interest of the JCSD. <br /> <br /> <br />10. Disposition of Proposals All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br /> <br /> <br /> <br /> <br /> <br /> <br />11. Special Terms/Conditions<br /> <br />Subject to Appropriation<br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal Program’s Application to accommodate this expense. <br /> <br />Equal Opportunity Employer<br />The JCSD is an Equal Opportunity Employer and therefore prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any manner prohibited by law. <br /> <br />Termination for Convenience<br />In the event the vendor is unable to provide the contracted services and mutually acceptable alternatives cannot be arranged, the contract can be terminated with written notification by either party. The JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated and when termination becomes effective. The Vendor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the vendor will stop work to the extent specified. The vendor must still complete the work not terminated by the notice of termination and incur obligations as are necessary to do so. <br /> <br /> <br /> <br />12. Contact Information<br />A paper copy or an email copy of this document, including any addendums, may be obtained by request:<br /> <br />Dr. Missy Bufkin, Director of Federal Programs<br />Jones County School District<br />5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail: mabufkin@jonesk12.org<br /> <br /> <br />Thank you for your time and consideration of this proposal.<br />
https://www.centralauctionhouse.com/rfp9776207-literacymath-assessment-program-with-diagnostic-intervention-and-supplemental-resources-bid0616232.html
26-May-2023 06:00:00 PM |
19-Jun-2023 01:00:00 PM |
Jones County School District |
Student Assessment Software Package – Including Benchmark Assessments and Instructional Assessments with Data Tracking Capabilities
|
<b>JONES COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL/QUOTES<br />Student Assessment Software Package – Including Benchmark Assessments and Instructional Assessments with Data Tracking Capabilities</b><br /> <br />Overview<br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3 middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the district. The district has approximately 8400 students. The overall accountability rating for the school district is a “B”. <br /> <br />1. Goal and Purpose of RFP: The district is requesting proposals/quotes for a software package that will: allow teachers to choose items from a test bank to create teacher-made assessments; track student assessment data and predict student results; provide benchmark assessments to mirror state assessments. The product should also include learning paths and follow-up assignments for students with teacher resources. In addition, this program should be aligned/correlated to the Mississippi College and Career Readiness Standards. [Strategic Plan Goal II: Improve Student Achievement through a Rigorous and Relevant Curriculum; Objective A: Implementation of MS College and Career State Standards and High Stakes Assessments] <br /><br />2. Proposal Requirements and Project Scope for:<br />North Jones Elementary, East Jones Elementary, South Jones Elementary, West Jones Elementary, Glade Elementary, and Moselle Elementary, Northeast Jones Middle/High School, South Jones Middle/High School, West Jones Middle/High School<br /> <br />3. Service Specifications and Provisions:<br />The program must adhere to, align with, and provide the following:<br /> <br />* provide an online test bank of assessment items for teacher-created assessments<br />* provide a software platform for creating and administering student assessments online<br />* indicate a correlation of test items to the Mississippi College and Career Readiness Standards<br />* track student assessment data in the areas of English Language Arts, Mathematics, History and Science<br />* provide benchmark assessments for each semester for 2nd-8th grade ELA & Math, English II, Algebra<br />* integrate state testing data for tracking and predicting student data<br />* assist the schools’ and district leadership teams in using assessment data to include state, school, district data, or other sources to help facilitate consistent data meetings<br />* provide reports such as diagnostic, growth, proficiency, and predictability reports<br />* provide supplemental software enhancements to drive student instruction<br />* provide lesson plan activities for individual students and student groups<br />* provide professional development as needed (virtual, on-demand, or in-person)<br />* must have capability to link and sync with ClassLink and OneRoster<br /> <br /> <br />4. Pricing/quotes/specifications: The district is requesting quotes for a one-year contract for 9 of our 11 campuses specific to the enrollment and grade levels/subjects for the following:<br /> <br />2nd grade - 715<br />3rd grade - 660<br />4th grade - 620<br />5th grade - 665<br />6th grade - 590<br />7th grade - 645<br />8th grade – 640<br />English - 665<br />Algebra – 605<br /> <br /> <br />5. Schedule of RFP events are as follows: a. RFP Released 05/26/2023 b. Proposal/quotes Due Date: 06/16/2023 c. Opening of the proposals/quotes will be on 06/19/2023 at 9 am at the Jones County School District Central Office<br /> <br />These services shall be provided to the Jones County School District during the 2023 – 2024 school year. Upon satisfactory evaluation of the provided services, services may be extended to include services during the 2024-2025 school term.<br /> <br />6. RFP Submission requirements: Interested providers of these software curriculum services should submit their proposals/quotes to the school district address listed below (Section 12). Proposals/quotes will also be received electronically through www.centralauctionhouse.com <br /> <br />All questions, comments and requests for clarifications must be in writing to Missy Bufkin. The School District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions and requests for clarification.<br /> <br />7. Minimum Eligibility Requirements for Contract Award<br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed services, be registered through the site of www.sam.gov and agree to the terms/agreement and any addendum set forth by the school district’s school board attorney. <br /> <br />8. Acceptance of Proposals<br /> <br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /> <br />*address 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 /> <br />9. Rejection of Proposals<br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be in the best interest of the JCSD. <br /> <br /> <br />10. Disposition of Proposals All submitted proposals become the property of the JCSD and will not be returned to the offering vendor. <br /> <br /> <br />11. Special Terms/Conditions<br />Subject to Appropriation<br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal Program’s Application to accommodate this expense. <br /> <br />Equal Opportunity Employer<br />The JCSD is an Equal Opportunity Employer and therefore prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any manner prohibited by law. <br /> <br />Termination for Convenience<br />In the event the vendor is unable to provide the contracted services and mutually acceptable alternatives cannot be arranged, the contract can be terminated with written notification by either party. The JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated and when termination becomes effective. The Vendor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the vendor will stop work to the extent specified. The vendor must still complete the work not terminated by the notice of termination and incur obligations as are necessary to do so. <br /> <br /> <br />12. Contact Information<br />A paper copy or an email copy of this document, including any addendums, may be obtained by request:<br /> <br />Dr. Missy Bufkin, Director of Federal Programs<br />Jones County School District<br />5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail: mabufkin@jonesk12.org<br /> <br />Thank you for your time and consideration of this proposal.
https://www.centralauctionhouse.com/rfp88082970-student-assessment-software-package-including-benchmark-assessments-and-instructional-assessments-with-data-tracking-capabilities.html
26-May-2023 06:00:00 PM |
19-Jun-2023 01:00:00 PM |
Jones County School District |
Special Education Services Bid#0616235
|
<b>Overview</b><br />Jones County School District (JCSD) is located in Jones County MS. 11 campuses - 6 elementary, 3<br />middle/high schools, 1 career and technical center, and 1 alternative school with 1 Central Office for the<br />district. The district has approximately 8400 students which includes approximately 1585 students receiving<br />special education services. The overall accountability rating for the school district is a “B”.<br /><br />1. Goal and Purpose of RFP: The district is requesting proposals/quotes for a special education services<br />in the following area: occupational therapy, physical therapy, orientation/mobility low vision, teacher of the<br />visually impaired, psychological assessment/consultation, behavior assessment/consultation.<br /><br />2. Proposal Requirements and Project Scope for:<br />North Jones Elementary, East Jones Elementary, South Jones Elementary, West Jones Elementary, Glade<br />Elementary, and Moselle Elementary, Northeast Jones High School, South Jones High School, West Jones<br />High School<br /><br />3. Service Specifications and Provisions:<br />The services must adhere to, align with, and provide the following:<br />? Licensed Service Provider<br />? Submitted reports become the property of Jones County School District<br /><br />4. Pricing/quotes/specifications: The district is requesting quotes for a one-year contract for all of<br />our campuses.<br /><br />East Jones Elementary<br />PreK-Kindergarten 160<br />1st-6th grades 650<br /><br />North Jones Elementary<br />PreK-Kindergarten 175<br />1st-6th grades 820<br /><br />South Jones Elementary<br />PreK-Kindergarten 200<br />1st-6th grades 880<br /><br />West Jones Elementary<br />PreK-Kindergarten 215<br />1st-6th grades 825<br /><br />Moselle Elementary<br />PreK-Kindergarten 125<br />1st-6th grades 470<br /><br />Glade Elementary<br />PreK-Kindergarten 85<br />1st-6th grades 350<br /><br />Northeast Jones Middle/High School<br />7th-8th grades 914<br /><br />South Jones Middle/High School<br />7th-8th grades 1145<br /><br />West Jones Middle/High School<br />7th-8th grades 1449<br /><br />5. Schedule of RFP events are as follows: a. RFP Released 05/26/2023 b. Sealed Bids/Proposal Due Date:<br />06/16/2023 c. Opening of the sealed bids will be on 06/19/2023 at 9 am at the Jones County School District<br />Central Office<br /><br />These services shall be provided to the Jones County School District during the 2023 – 2024 school year.<br />Upon satisfactory evaluation of the provided services, services may be extended to include services during the<br />2024-2025 school term.<br /><br />6. RFP Submission requirements: Interested providers of these services should submit their sealed bids<br />to the school district address listed below (Section 12). Bids must be received in a sealed envelope by<br />06/16/2023 by 1:00 P.M. (CST) and marked “Bid 0616235 – Special Education Services”. Bids will also<br />be received electronically through www.centralauctionhouse.com<br /><br />All questions, comments and requests for clarifications must be in writing to Dr. Marla Sumrall. The School<br />District reserves the right, at its sole discretion, to determine appropriate and adequate responses to the<br />written comments, questions and requests for clarification.<br /><br />7. Minimum Eligibility Requirements for Contract Award<br />Applicants must comply with all applicable licensing and certification requirements specific to the proposed<br />services, be registered through the site of sam.gov., and agree to the terms/agreement and any addendum set<br />forth by the school district’s school board attorney.<br /><br />8. Acceptance of Proposals<br />The JCSD reserves the right, in its sole discretion, to waive proposal irregularities, which does not affect the<br />price of the proposal, give one party an advantage or benefit over other parties, or adversely impact the<br />interest of JCSD. In order for a proposal to be accepted, a vendor must comply with the following:<br /><br />*address service specifications in the exact order stated in the Service Specifications section (These<br />will be reviewed with a rubric and rated by the district leadership team to determine the awarding<br />vendor.)<br /><br />*a cost amount must be submitted by the vendor in a firm fixed price per child<br /><br />*preferred cost should include travel expenses (If not feasible, travel will only be paid from school site to<br />school site.)<br /><br />*the proposal must be signed<br /><br />9. Rejection of Proposals<br />The JCSD reserves the right to reject any and all proposals, to negotiate with the best-proposed offering<br />vendor, to award a contract to other than the low offering vendor, or not to make award if it is determined to be<br />in the best interest of the JCSD.<br /><br />10. Disposition of Proposals All submitted proposals become the property of the JCSD and will not be<br />returned to the offering vendor.<br /><br />11. Special Terms/Conditions<br />Subject to Appropriation<br />Funds for the bid/project are subject to federal/state appropriations and ability of the district’s Federal<br />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<br />race, color, creed, sex, age, national origin, physical handicap, disability, or any other consideration made<br />unlawful by federal, state, or local laws. The vendor/contractor shall be an equal opportunity employer and<br />shall neither discriminate nor permit discrimination in its operations or employment practices against any<br />person or group of persons on the ground of race, color, religion, national origin, disability, or sex in any<br />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<br />alternatives cannot be arranged, the contract can be terminated with written notification by either party. The<br />JCSD shall give written notice of the termination to the vendor specifying the part of the contract terminated<br />and when termination becomes effective. The Vendor shall incur no further obligations in connection with the<br />terminated work and on the date set in the notice of termination the vendor will stop work to the extent<br />specified. The vendor must still complete the work not terminated by the notice of termination and incur<br />obligations as are necessary to do so.<br /><br />12. Contact Information<br />A paper copy or an email copy of this document, including any addendums, may be obtained by request:<br />Dr. Marla Sumrall, Director of Special Education<br />Jones County School District<br />5204 Hwy 11 North<br />Ellisville, MS 39437 (601)649-5201<br />E-Mail: mrsumrall@jonesk12.org<br /><br />Thank you for your time and consideration of this proposal.
https://www.centralauctionhouse.com/rfp38529268-special-education-services-bid0616235.html
26-May-2023 06:00:00 PM |
19-Jun-2023 01:00:00 PM |
Kosciusko School District |
Band Uniforms
|
See bid packet for details
https://www.centralauctionhouse.com/rfp30828970-band-uniforms-.html
09-May-2023 08:00:00 AM |
26-Jun-2023 11:00:00 AM |
Kosciusko Water & Light |
One New Backyard Digger Derrick
|
KOSCIUSKO WATER & LIGHT PLANT<br />P. O. BOX 866<br />KOSCIUSKO, MISSISSIPPI 39090<br />PHONE 662-289-1141 FAX 662-289-7836<br /> <br /> <br />REVERSE AUCTION INFORMATION:<br /> <br />NOTICE OF INVITATION TO BID<br /> <br />Notice is hereby given that the Water and Light Commission of the City of Kosciusko, Mississippi, will receive Electronic Bids via reverse auction for the purchase of ONE (1) NEW BACKYARD DIGGER DERRICK.<br /> <br />Unpriced bid proposals will be accepted until 10:00a.m. on Monday, June 19, 2023 at the office of the Commission, 124 W. Washington St., Kosciusko, MS, 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 Backyard Digger Derrick/ BID DATE: MONDAY, June 19, 2023. Vendors must include full contact information, including company name, email address, and telephone number.<br /> <br />Bid Specifications and Procedures may be obtained at no charge by contacting Kosciusko Water and Light at (662)289-1141, located at 124 W. Washington St., Kosciusko, Mississippi, 39090 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 /> <br />For any questions relating to electronic downloads and submittals and/or the bidding process, please call Central Bidding at (225)810-4814.<br /> <br />Submitted proposals will be evaluated and vendors submitting acceptable un-priced bid proposals will be invited to participate in the Electronic Reverse Auction.<br /> <br />FINAL BIDDING WILL BE HELD BY ELECTRONIC REVERSE AUCTION AT CENTRALBIDDING.COM ON THURSDAY, June 22, 2023 beginning at 10:00 A.M CST and will run until 10:30 A.M. CST, unless extended by anti-bid sniping. Award will be made to the lowest, best and most responsive and responsible bidder at the next scheduled board meeting or special called board meeting of the Water and Light Commission of the City of Kosciusko, Mississippi.<br /> <br />The Commission is acting under the authority of Section 31-7-13, Miss. Code of 1972 Amended, and RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. Published by order of Water and Light Commission of the City of Kosciusko, Mississippi, dated the 15th day of May 2023. <br /> <br /> ___________________________<br /> Chad Kyle, General Manager<br /> Kosciusko Water & Light Plant<br />
https://www.centralauctionhouse.com/rfp14428465-one-new-backyard-digger-derrick.html
25-May-2023 12:00:00 AM |
19-Jun-2023 10:00:00 AM |
Lamar County School District |
RA 23-113 Playground Mulch
|
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 playground mulch.<br /> <br />Bid Proposals will be accepted until 2:30pm on Wednesday, May 31, 2023, 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 Wednesday, September 14, 2022.<br /> <br />Bidding will be held by electronic reverse auction at 2:00pm on Wednesday, June 7, 2023. The electronic reverse auction will last thirty (30) minutes and is scheduled to end at 2:30pm on Wednesday, June 7, 2023. <br /> <br />Specifications and bid forms may be obtained by contacting the Office of Superintendent at (601) 794-1030 or emailing businessoffice@lamark12.org. 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 23-113 Playground Mulch<br /> <br /> Witness my hand and official seal on this the _____ day of ____________, 2023.<br /> <br />LAMAR COUNTY BOARD OF EDUCATION<br /> <br />BY _______________________________________<br />Dr. Steven Hampton, Superintendent/Purchasing Agent<br /> <br />PUBLISH ON: 5/11/2023 and 5/18/2023
https://www.centralauctionhouse.com/rfp67481177-ra-23-113-playground-mulch.html
07-Jun-2023 02:00:00 PM |
07-Jun-2023 02:30:00 PM |
Lamar County School District |
MS History Curriculum
|
All questions can be emailed to whitney.rollins@lamark12.org
https://www.centralauctionhouse.com/rfp14900003-ms-history-curriculum.html
30-May-2023 08:30:00 AM |
05-Jun-2023 05:00:00 PM |
Lamar County School District |
Toddler Safe Washable Sensory Materials
|
All questions can be emailed to april.burnside@lamark12.org
https://www.centralauctionhouse.com/rfp14944388-toddler-safe-washable-sensory-materials.html
30-May-2023 03:30:00 PM |
05-Jun-2023 03:00:00 PM |
Lamar County School District |
SATP2 MAAP Review Guides
|
All questions can be emailed to bryan.giles@lamark12.org
https://www.centralauctionhouse.com/rfp44121779-satp2-maap-review-guides.html
30-May-2023 03:45:00 PM |
09-Jun-2023 03:00:00 PM |
Lauderdale County |
Lauderdale County Project No. 38-23-05 Road Improvements
|
LAUDERDALE COUNTY, MISSISSIPPI<br /> <br />SECTION 900 NOTICE OF ADVERTISEMENT<br /> <br /> Sealed bids for Bid No. 3945, Project No. 38-23-05 will be received by the Board of Supervisors of Lauderdale County, Mississippi on the 11th Floor of the Lauderdale County Courthouse Annex in Meridian, Mississippi until 2:00 p.m. on Friday, the 2nd day of June, 2023 and shortly thereafter opened in the Conference Room.<br /> <br />NATURE OF WORK:<br /> <br /> Principal items of work include: Roadway Preparation, Cold-Milling, Leveling & Base Repair, Approximately 5.7-Miles of Thin Lift Overlay and Approximately 11.4-Miles of Overlay on various roads throughout Lauderdale County.<br /> <br />BASIS OF AWARD:<br /> <br /> The award, if made, will be made to the lowest qualified bidder on the basis of unit prices and quantities in the contract documents. Actual work quantities performed shall be based on availability of local funds. The work to be done is generally as shown on the plans. The Board of Supervisors hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement all minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. <br /> <br /> SPECIFICATIONS are on file in the Office of the County Engineer, in Meridian, Mississippi. This project shall be constructed in accordance with the latest publications of the MISSISSIPPI STANDARD SPECIFICATIONS FOR STATE AID ROAD AND BRIDGE CONSTRUCTION and contract documents for the project.<br /> <br /> PLANS AND BID FORMS may be obtained at the office of ENGINEERING PLUS, INC. located at 1724-B 23RD AVENUE, MERIDIAN, MS 39301 upon payment of $ 50.00 for each set of documents, which is non-refundable. Bidding Documents may also be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> Certified check or bid bond for five (5%) percent of the total bid, made payable to Lauderdale County, Mississippi, must accompany each proposal as required by State Law. Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposal will not be considered in making the award. The Board of Supervisors reserved the right to accept or reject any and/or all bids to waive informalities. <br /> /s/ Jonathan Wells, President<br /> Lauderdale County Board of Supervisors<br /> <br />Advertise: 5/04/2023<br /> 5/11/2023
https://www.centralauctionhouse.com/rfp1540470-lauderdale-county-project-no-38-23-05-road-improvements.html
04-May-2023 10:00:00 AM |
02-Jun-2023 02:00:00 PM |
Lauderdale County |
ERBR-38(02) DALE DRIVE - BRIDGES & APPROACHES
|
LAUDERDALE COUNTY BOARD OF SUPERVISORS<br /> <br />SECTION 900<br /> <br />NOTICE TO CONTRACTORS:<br /> <br />Sealed bids will be received by the Board of Supervisors of Lauderdale County, Mississippi at the Lauderdale County Courthouse Annex 11th Floor, Meridian, Mississippi, until 10:00 a.m. on Friday the 2nd day of June, 2023 and shortly thereafter publicly opened for the construction of 0.3 miles of BRIDGE & ROADWAY CONSTRUCTION on Dale Drive being known as Project No. ERBR-38(02) in Lauderdale County, Mississippi. Work involves removing existing concrete bridge and constructing a new 1@19’, 1@31’ and 1@19’ precast concrete bridge and roadway improvements including widening. This project shall be constructed in accordance with the latest edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction. Contractors have the option of submitting bids either electronically by Central Bidding, www.centralbidding.com or paper sealed bids addressed and delivered to the Lauderdale County Board of Supervisors, at the time and date noted above.<br /> <br />BASIS OF AWARD:<br /> <br />The Board of Supervisors hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award.<br /> <br />OFFICIAL BID DOCUMENTS may be secured from either of the following locations:<br /> <br />Richmond L. Alexander, Engineer for Lauderdale County Mississippi, at 1724-B 23rd Avenue, Meridian, MS 39301. The cost is fifty dollars ($50.00) for the plans and fifty ($50.00) for the proposal, non-refundable. <br />Download 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 />Certified check or bid bond for five percent (5%) of the total bid, made payable to Lauderdale County and the State of Mississippi must accompany each proposal.<br /> <br />Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposal will not be considered in making the award.<br /> <br /> <br /> <br />/s/ Jonathan Wells, President<br />Lauderdale County Board of Supervisors<br /> <br /> <br />Advert. May 04, 2023<br /> May 11, 2023
https://www.centralauctionhouse.com/rfp42827436-erbr-3802-dale-drive--bridges-approaches.html
04-May-2023 10:00:00 AM |
02-Jun-2023 10:00:00 AM |
Lauderdale County |
BID #3947 - CORRUGATED METAL PIPE
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids until 9:00 a.m. on Wednesday, June 07, 2023, for the term period of August 1, 2023 through January 31, 2024, for the following contracts:<br /> <br /> BID NO: 3947 – CORRUGATED METAL PIPE<br /> 3948 – CONCRETE PIPE<br /> 3949 – HDPE CORRUGATED PLASTIC PIPES & HD POLY STORM PIPE<br /> 3950 – GRAVEL, STONE, CONCRETE, ETC.<br /> 3951 – ASPHALT<br /> 3952 – MICRO SURFACING<br /> 3953 – ROAD STRIPING<br /> <br />Detailed specifications and bid forms/documents can be obtained upon request or downloaded from Lauderdale County Board of Supervisors website at, https://lauderdalecounty.org/bids or Central Bidding at www.centralbidding.com. To be a valid delivery, sealed bids must be delivered in one of the following methods.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Board of Supervisors Purchasing Agent, 410 Constitution Avenue, 11th Floor Courthouse Annex, Meridian, MS., during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on June 07th.<br /> <br />Each bid must be received in a sealed envelope which is clearly marked in the lower left-hand corner with the “BID NUMBER – BID NAME” and the “DATE OF THE BID OPENING”. The envelope should also display the “NAME and ADDRESS OF THE BIDDER”<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All bis will be evaluated by the Lauderdale County Purchasing and Road Manager.<br />The Board reserves the right to accept or reject any and/or all bids and waive informalities.
https://www.centralauctionhouse.com/rfp72974169-bid-3947--corrugated-metal-pipe.html
11-May-2023 12:00:00 AM |
07-Jun-2023 09:00:00 AM |
Lauderdale County |
BID #3948 - CONCRETE PIPE
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids until 9:00 a.m. on Wednesday, June 07, 2023, for the term period of August 1, 2023 through January 31, 2024, for the following contracts:<br /> <br /> BID NO: 3947 – CORRUGATED METAL PIPE<br /> 3948 – CONCRETE PIPE<br /> 3949 – HDPE CORRUGATED PLASTIC PIPES & HD POLY STORM PIPE<br /> 3950 – GRAVEL, STONE, CONCRETE, ETC.<br /> 3951 – ASPHALT<br /> 3952 – MICRO SURFACING<br /> 3953 – ROAD STRIPING<br /> <br />Detailed specifications and bid forms/documents can be obtained upon request or downloaded from Lauderdale County Board of Supervisors website at, https://lauderdalecounty.org/bids or Central Bidding at www.centralbidding.com. To be a valid delivery, sealed bids must be delivered in one of the following methods.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Board of Supervisors Purchasing Agent, 410 Constitution Avenue, 11th Floor Courthouse Annex, Meridian, MS., during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on June 07th.<br /> <br />Each bid must be received in a sealed envelope which is clearly marked in the lower left-hand corner with the “BID NUMBER – BID NAME” and the “DATE OF THE BID OPENING”. The envelope should also display the “NAME and ADDRESS OF THE BIDDER”<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All bis will be evaluated by the Lauderdale County Purchasing and Road Manager.<br />The Board reserves the right to accept or reject any and/or all bids and waive informalities.
https://www.centralauctionhouse.com/rfp22623258-bid-3948--concrete-pipe.html
11-May-2023 12:00:00 AM |
07-Jun-2023 09:00:00 AM |
Lauderdale County |
BID #3949 - HDPE CORRUGATED PLASTIC PIPE & HP POLYPROPYLENE STORM PIPES
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids until 9:00 a.m. on Wednesday, June 07, 2023, for the term period of August 1, 2023 through January 31, 2024, for the following contracts:<br /> <br /> BID NO: 3947 – CORRUGATED METAL PIPE<br /> 3948 – CONCRETE PIPE<br /> 3949 – HDPE CORRUGATED PLASTIC PIPES & HD POLY STORM PIPE<br /> 3950 – GRAVEL, STONE, CONCRETE, ETC.<br /> 3951 – ASPHALT<br /> 3952 – MICRO SURFACING<br /> 3953 – ROAD STRIPING<br /> <br />Detailed specifications and bid forms/documents can be obtained upon request or downloaded from Lauderdale County Board of Supervisors website at, https://lauderdalecounty.org/bids or Central Bidding at www.centralbidding.com. To be a valid delivery, sealed bids must be delivered in one of the following methods.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Board of Supervisors Purchasing Agent, 410 Constitution Avenue, 11th Floor Courthouse Annex, Meridian, MS., during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on June 07th.<br /> <br />Each bid must be received in a sealed envelope which is clearly marked in the lower left-hand corner with the “BID NUMBER – BID NAME” and the “DATE OF THE BID OPENING”. The envelope should also display the “NAME and ADDRESS OF THE BIDDER”<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All bis will be evaluated by the Lauderdale County Purchasing and Road Manager.<br />The Board reserves the right to accept or reject any and/or all bids and waive informalities.
https://www.centralauctionhouse.com/rfp91974635-bid-3949--hdpe-corrugated-plastic-pipe-hp-polypropylene-storm-pipes.html
11-May-2023 12:00:00 AM |
07-Jun-2023 09:00:00 AM |
Lauderdale County |
BID #3950 - GRAVEL, STONE, CONCRETE, ETC.
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids until 9:00 a.m. on Wednesday, June 07, 2023, for the term period of August 1, 2023 through January 31, 2024, for the following contracts:<br /> <br /> BID NO: 3947 – CORRUGATED METAL PIPE<br /> 3948 – CONCRETE PIPE<br /> 3949 – HDPE CORRUGATED PLASTIC PIPES & HD POLY STORM PIPE<br /> 3950 – GRAVEL, STONE, CONCRETE, ETC.<br /> 3951 – ASPHALT<br /> 3952 – MICRO SURFACING<br /> 3953 – ROAD STRIPING<br /> <br />Detailed specifications and bid forms/documents can be obtained upon request or downloaded from Lauderdale County Board of Supervisors website at, https://lauderdalecounty.org/bids or Central Bidding at www.centralbidding.com. To be a valid delivery, sealed bids must be delivered in one of the following methods.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Board of Supervisors Purchasing Agent, 410 Constitution Avenue, 11th Floor Courthouse Annex, Meridian, MS., during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on June 07th.<br /> <br />Each bid must be received in a sealed envelope which is clearly marked in the lower left-hand corner with the “BID NUMBER – BID NAME” and the “DATE OF THE BID OPENING”. The envelope should also display the “NAME and ADDRESS OF THE BIDDER”<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All bis will be evaluated by the Lauderdale County Purchasing and Road Manager.<br />The Board reserves the right to accept or reject any and/or all bids and waive informalities.
https://www.centralauctionhouse.com/rfp12220277-bid-3950--gravel-stone-concrete-etc.html
11-May-2023 12:00:00 AM |
07-Jun-2023 09:00:00 AM |
Lauderdale County |
BID #3951 - ASPHALT
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids until 9:00 a.m. on Wednesday, June 07, 2023, for the term period of August 1, 2023 through January 31, 2024, for the following contracts:<br /> <br /> BID NO: 3947 – CORRUGATED METAL PIPE<br /> 3948 – CONCRETE PIPE<br /> 3949 – HDPE CORRUGATED PLASTIC PIPES & HD POLY STORM PIPE<br /> 3950 – GRAVEL, STONE, CONCRETE, ETC.<br /> 3951 – ASPHALT<br /> 3952 – MICRO SURFACING<br /> 3953 – ROAD STRIPING<br /> <br />Detailed specifications and bid forms/documents can be obtained upon request or downloaded from Lauderdale County Board of Supervisors website at, https://lauderdalecounty.org/bids or Central Bidding at www.centralbidding.com. To be a valid delivery, sealed bids must be delivered in one of the following methods.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Board of Supervisors Purchasing Agent, 410 Constitution Avenue, 11th Floor Courthouse Annex, Meridian, MS., during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on June 07th.<br /> <br />Each bid must be received in a sealed envelope which is clearly marked in the lower left-hand corner with the “BID NUMBER – BID NAME” and the “DATE OF THE BID OPENING”. The envelope should also display the “NAME and ADDRESS OF THE BIDDER”<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All bis will be evaluated by the Lauderdale County Purchasing and Road Manager.<br />The Board reserves the right to accept or reject any and/or all bids and waive informalities.
https://www.centralauctionhouse.com/rfp81738032-bid-3951--asphalt.html
11-May-2023 12:00:00 AM |
07-Jun-2023 09:00:00 AM |
Lauderdale County |
BID #3952 - MICRO SURFACING
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids until 9:00 a.m. on Wednesday, June 07, 2023, for the term period of August 1, 2023 through January 31, 2024, for the following contracts:<br /> <br /> BID NO: 3947 – CORRUGATED METAL PIPE<br /> 3948 – CONCRETE PIPE<br /> 3949 – HDPE CORRUGATED PLASTIC PIPES & HD POLY STORM PIPE<br /> 3950 – GRAVEL, STONE, CONCRETE, ETC.<br /> 3951 – ASPHALT<br /> 3952 – MICRO SURFACING<br /> 3953 – ROAD STRIPING<br /> <br />Detailed specifications and bid forms/documents can be obtained upon request or downloaded from Lauderdale County Board of Supervisors website at, https://lauderdalecounty.org/bids or Central Bidding at www.centralbidding.com. To be a valid delivery, sealed bids must be delivered in one of the following methods.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Board of Supervisors Purchasing Agent, 410 Constitution Avenue, 11th Floor Courthouse Annex, Meridian, MS., during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on June 07th.<br /> <br />Each bid must be received in a sealed envelope which is clearly marked in the lower left-hand corner with the “BID NUMBER – BID NAME” and the “DATE OF THE BID OPENING”. The envelope should also display the “NAME and ADDRESS OF THE BIDDER”<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All bis will be evaluated by the Lauderdale County Purchasing and Road Manager.<br />The Board reserves the right to accept or reject any and/or all bids and waive informalities.
https://www.centralauctionhouse.com/rfp44232966-bid-3952--micro-surfacing.html
11-May-2023 12:00:00 AM |
07-Jun-2023 09:00:00 AM |
Lauderdale County |
BID #3953 - ROAD STRIPING
|
NOTICE is hereby given that the Board of Supervisors of Lauderdale County, Mississippi, will receive sealed bids until 9:00 a.m. on Wednesday, June 07, 2023, for the term period of August 1, 2023 through January 31, 2024, for the following contracts:<br /> <br /> BID NO: 3947 – CORRUGATED METAL PIPE<br /> 3948 – CONCRETE PIPE<br /> 3949 – HDPE CORRUGATED PLASTIC PIPES & HD POLY STORM PIPE<br /> 3950 – GRAVEL, STONE, CONCRETE, ETC.<br /> 3951 – ASPHALT<br /> 3952 – MICRO SURFACING<br /> 3953 – ROAD STRIPING<br /> <br />Detailed specifications and bid forms/documents can be obtained upon request or downloaded from Lauderdale County Board of Supervisors website at, https://lauderdalecounty.org/bids or Central Bidding at www.centralbidding.com. To be a valid delivery, sealed bids must be delivered in one of the following methods.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Board of Supervisors Purchasing Agent, 410 Constitution Avenue, 11th Floor Courthouse Annex, Meridian, MS., during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday up until 9:00 A.M. on June 07th.<br /> <br />Each bid must be received in a sealed envelope which is clearly marked in the lower left-hand corner with the “BID NUMBER – BID NAME” and the “DATE OF THE BID OPENING”. The envelope should also display the “NAME and ADDRESS OF THE BIDDER”<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended. All proposals offered will be read aloud. All bis will be evaluated by the Lauderdale County Purchasing and Road Manager.<br />The Board reserves the right to accept or reject any and/or all bids and waive informalities.
https://www.centralauctionhouse.com/rfp52293947-bid-3953--road-striping.html
11-May-2023 12:00:00 AM |
07-Jun-2023 09:00:00 AM |
Lauderdale County |
BID #3942 REBID: FOUR POST METAL STORAGE SHELVING: DEED BOOKS - LAUDERDALE COUNTY COURTHOUSE COMPLEX
|
NOTICE is hereby given that Lauderdale County Board of Supervisors will receive sealed bids until 2:00 p.m. CDT on Tuesday, June 13, 2023, for the following:<br /> <br />BID NO. #3942 RE-BID: FOUR POST METAL STORAGE SHELVING - DEED BOOKS<br /> LAUDERDALE COUNTY COURTHOUSE COMPLEX<br /> <br />The Board of Supervisors is soliciting bids from qualified Companies/or Contractor who can provide all labor, equipment, parts, expertise, supervision, and installation of Four Post Metal Storage Shelving for the new County Courthouse Complex located at 612 22nd Avenue S, Meridian, MS 39301.<br /> <br />Detailed specifications and forms/documents can either be downloaded from Lauderdale County Board of Supervisors website at https://lauderdalecounty.org or Central Bidding at www.centralbidding.com.<br /> <br />Electronic Bids can be submitted via Central Bidding at www.centralbidding.com. <br /> <br />Sealed Bids can be submitted by mail via USPS, by courier service i.e., FedEx or by hand to the Lauderdale County Purchasing Department, 410 Constitution Ave, 11th Floor, Meridian, MS 39301, Monday thru Friday between the hours of 8:00 a.m. to 5:00 p.m. Envelopes must be received by the acceptance date and time listed above. <br /> <br />Each bid must be received in a sealed envelope which is clearly marked on the outside:<br />“BID #3942REBID - FOUR POST METAL STORAGE SHELVING – LAUDERDALE CNTY COURTHOUSE COMPLEX”<br /> <br />Adherence to the bid specifications is strongly recommended, as alternate bids may not be considered.<br /> <br />After the time and in a designated room and place, the names of the Companies submitting bids will be publicly read. No further information will be read, discussed, or provided until the evaluation of all submittals is completed. No extension of the bidding period will be made other than by a formal written addendum to this Bid. Any bids received after the date and time listed above will not be accepted.<br /> <br />From the bids submitted, the Board of Supervisors shall select the most qualified based on price, and other relevant factors, negotiate and enter into a contract, all pursuant to Section 31-7-13, Mississippi Code of 1972, as amended.<br />No Vendor may withdraw his/her bid within thirty (30) days after the date of opening bids without the consent of Lauderdale County Board of Supervisors.<br />The County reserves the right to select the bid which best meets the needs of Lauderdale County.<br />The Lauderdale County Board of Supervisors reserves the right to accept or reject any and/or all bids and waive informalities in bidding.
https://www.centralauctionhouse.com/rfp71090811-bid-3942-rebid-four-post-metal-storage-shelving-deed-books--lauderdale-county-courthouse-complex.html
18-May-2023 12:01:00 AM |
13-Jun-2023 02:00:00 PM |
Lauderdale County |
NEW WALKING TRAIL FOR WEST LAUDERDALE YOUTH ASSOCIATION BALLFIELDS
|
ADVERTISEMENT FOR BIDS<br /> <br />LAUDERDALE COUNTY, MISSISSIPPI<br /> <br />Sealed bids for NEW WALKING TRAIL FOR WEST LAUDERDALE YOUTH ASSOCIATION BALLFIELDS will be received and opened for the BOARD OF SUPERVISORS OF LAUDERDALE COUNTY, MISSISSIPPI at the LAUDERDALE COUNTY COURTHOUSE ANNEX, 11th FLOOR CONFERENCE ROOM in MERIDIAN, MISSISSIPPI until 10:00 o'clock (a.m.,CST) Friday, June 23, 2023<br /> <br />Project is located on Gipson Road in Collinsville, Lauderdale County, MS. Primary items of work include the construction of a new walking trail around the existing fields within the complex. This walking trail is 2022 Recreational Trails Program Project No. 22-RTP-362 and Lauderdale County Bid No. 3954.<br /> <br />Bidding and Contract Documents may be purchased from the Engineer upon prior payment of a fee of $50.00, which is non-refundable. Bidding Documents may be examined at the following locations:<br /> <br />Office of Engineering Plus, Inc., 1724-B 23rd Avenue, Meridian, Mississippi (601-693-4234). <br />Download from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />The Board of Supervisors of Lauderdale County, MS reserves the right to waive any informalities or to reject any or all bids or to award or refrain from awarding the contract for the work, whichever is deemed to be in the best interest of the Board of Supervisors of Lauderdale County.<br /> <br />Each bidder must include with his bid, security in the amount equal to 5% of the total bid. No bid may be withdrawn after closing time for the receipt of bids for a period within 30 days.<br /> <br /> <br /> <br /> /s/ Jonathan Wells PRESIDENT<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />ADVERTISE: 5/25/2023<br /> 6/01/2023
https://www.centralauctionhouse.com/rfp97914709-new-walking-trail-for-west-lauderdale-youth-association-ballfields.html
25-May-2023 10:00:00 AM |
23-Jun-2023 10:00:00 AM |
Lauderdale County School District |
24-1434 LP Propane Gas
|
<div style="text-align: center;"><b>LEGAL NOTICE</b> <br /> </div>The Lauderdale County Board of Education will receive sealed competitive bid proposals at the office of the County Superintendent of Education, 301 46th Court, Meridian, MS 39305 or P.O. Box 5498, Meridian, MS 39302 or by electronic bid at Central Bidding <a href="http://www.centralbidding.com">www.centralbidding.com</a> until 10:00 a.m. on <b>Tuesday, June 6, 2023 </b>for the following:<br /> <br /> <b>Bid Number 24-1434– LP (PROPANE) GAS</b><br /> <br />Specifications may be obtained from the Office of the Lauderdale County Superintendent of Education, 301 46th Court Meridian, MS 39305 or by calling (601) 693-1683. Official documents can also be downloaded from Central Bidding at www.centralbidding.com . Bid Proposals may be submitted via mail or in person at the above noted address or electronically at www.centralbidding.com. For questions related to the electronic bid process call Central Bidding at 225-810-4814. All other questions should be directed to the Purchasing Agent, Susan McKee by emailing <a href="http://smckee@lauderdale.k12.ms.us">smckee@lauderdale.k12.ms.us</a>.<br /> <br />The Lauderdale County Board of Education reserves the right to accept/reject any and all proposals and waives informalities. No Proposal may be withdrawn for a period of sixty days after scheduled opening.<br /> <br /> <br />John-Mark Cain, Ph.D., Superintendent<br />Lauderdale County School District<br /> <br /> <br />Advertise: Tuesday, May 16, 2023 <br /> Tuesday, May 23, 2023<br /><br /><br />
https://www.centralauctionhouse.com/rfp81771644-24-1434-lp-propane-gas.html
16-May-2023 10:00:00 AM |
06-Jun-2023 10:00:00 AM |
Lincoln County |
Lincoln County Board of Supervisors Elevator Modernization Project at Government Complex
|
<br />LINCOLN COUNTY BOARD OF SUPERVISORS<br />Elevator modernization project<br />AT GOVERNMENT COMPLEX<br />LINCOLN COUNTY, MS<br /> <br /> <br />Sealed bids for the modernization of a elevator at the Government Complex, for The Lincoln County Board of Supervisors in Brookhaven, Mississippi, will be received by Doug Falvey, President of the Lincoln County Board of Supervisors, Mississippi, until 10:00 AM local time on May 23, 2023, at the Board Room located at 301 South First Street, Brookhaven, MS 39601, and shortly thereafter will be opened and publicly read. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call 225-810-4814.<br /> <br />The work involved in the project includes modernization of an existing elevator complete in every aspect and shall include all labor, materials, tools rigging and equipment. The materials shall meet the requirements of the plans, contract documents. All documents required for bidding purposes may be obtained from Dungan Engineering, P. A., 120 East Chickasaw Street, Brookhaven, Mississippi 39601, (601) 823-7026 or Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. A non-refundable deposit of $100.00 is required at the time of request for Construction Drawings and Contract Documents. A copy of the Contract Drawings and Documents may be examined at the office of Dungan Engineering, P. A., 120 East Chickasaw Street, Brookhaven, Mississippi 39601 or at www.dunganeng.com/bids. <br /> <br />Lincoln County 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 />Bid preparation will be in accordance with the Instructions to Bidders bound in the Documents. Lincoln County reserves the right to waive irregularities and to reject any and/or all bids.<br /> <br />LINCOLN COUNTY BOARD OF SUPERVISORS<br /> <br />By: /s/ Doug Falvey MAYOR<br /> President, Lincoln County Board of Supervisors<br /> <br />Advertise on:<br /> <br />April 19, 2023<br />April 26, 2023
https://www.centralauctionhouse.com/rfp1713196-lincoln-county-board-of-supervisors-elevator-modernization-project-at-government-complex.html
19-Apr-2023 12:00:00 AM |
08-Jun-2023 10:00:00 AM |
Lincoln County School District |
New Agriculture Building for Enterprise Attendance Center
|
<div style="text-align: center;">ADVERTISEMENT FOR BID</div> <br />The Owner, Lincoln County School District, will receive Sealed Bids for New Agriculture Building for Enterprise Attendance Center at the Central Office, Board Room located at 233 East Monticello Street, Brookhaven, MS, until 2 p.m. CST on June 20, 2023. At this time and place all bids will be publicly opened, read aloud and then taken under advisement until the Lincoln County School District School Board meeting.<br /> <br />Contract documents may be obtained in person from the Architect, Waycaster & Associates Architect, 112 Main Street, Suite A, Natchez, MS 39120, or requested by mail at PO Box 824, Natchez, MS 39121, email at Johnny@WaycasterArch.com or requested by telephone: 601-442-3649 voice, 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 support@centralbidding.com. <br /> <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 /> <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 /> <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 />Waycaster & Associates Architect<br />Publish Dates: <br />May 17, 2023<br />May 24, 2023
https://www.centralauctionhouse.com/rfp91941625-new-agriculture-building-for-enterprise-attendance-center.html
17-May-2023 12:00:00 AM |
20-Jun-2023 02:00:00 PM |
Lincoln County School District |
New Agriculture Building for West Lincoln Attendance Center
|
ADVERTISEMENT FOR BID<br /><br />The Owner, Lincoln County School District, will receive Sealed Bids for New Agriculture Building for West Lincoln Attendance Center at the Central Office, Board Room located at 233 East Monticello Street, Brookhaven, MS, until 2 p.m. CST on June 20, 2023. At this time and place all bids will be publicly opened, read aloud and then taken under advisement until the Lincoln County School District School Board meeting.<br /> <br />Contract documents may be obtained in person from the Architect, Waycaster & Associates Architect, 112 Main Street, Suite A, Natchez, MS 39120, or requested by mail at PO Box 824, Natchez, MS 39121, email at Johnny@WaycasterArch.com or requested by telephone: 601-442-3649 voice, 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 support@centralbidding.com. <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 /> <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 /> <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 />Waycaster & Associates Architect<br />Publish Dates: <br />May 17, 2023<br />May 24, 2023
https://www.centralauctionhouse.com/rfp74903292-new-agriculture-building-for-west-lincoln-attendance-center.html
17-May-2023 12:00:00 AM |
20-Jun-2023 02:00:00 PM |
Madison County School District |
RFP 06-2024
|
REQUEST FOR PROPOSAL NOTICE<br /> <br /> <br />The Madison County School District will accept sealed proposals until 2:00 p.m., CST, June 8, 2023, at the Office of the Superintendent of Education, 476 Highland Colony Parkway, Ridgeland, MS 39157 for the purpose of purchasing the following:<br /> <br />RFP #: 06-2024<br />Description: Relocatable Classroom<br /> <br />Official bid documents can be downloaded from www.centralbidding.com. Electronic bids can be submitted free of charge at www.centralbidding.com. For any questions regarding the electronic bidding process, please contact Central Bidding at 833-412-5717 or email info@centralbidding.com.<br /> <br />In addition, RFP specifications and instruction forms may be obtained from the MCSD Department of Finance, 476 Highland Colony Parkway, Ridgeland, MS.<br /> <br /> <br />Kathie Childress, CPPB<br />Purchasing Agent<br />Certified Public Purchasing Office<br />Ph: (601) 499-0731<br />Email: kchildress@madison-schools.com<br /> <br />Superintendent: Charlotte Seals<br /> <br />Advertisement Dates: May 18 & 25, 2023
https://www.centralauctionhouse.com/rfp12756916-rfp-06-2024.html
18-May-2023 12:00:00 PM |
08-Jun-2023 02:00:00 PM |
Madison County School District |
Infield Drainage Improvements for Madison Central and Ridgeland High School Baseball Fields
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received for the Project named below by Madison County School District until 10:00 A.M. on June 27, 2023, and then publicly opened and read aloud.<br /> <br />Project: Infield Drainage Improvements for Madison Central and Ridgeland<br /> High School Baseball Fields<br /> Madison County School District<br /> Madison County, Mississippi<br /> <br />Plans and specifications can be downloaded from Central Bidding at www.centralbidding.com. For questions regarding website access, registration and downloading documents, please contact Central Bidding Support at 833-412-5717. For questions related to the content of the Contract Documents, please contact the project Professional listed below.<br /> <br />A Pre-Bid Conference will be conducted at the Madison County School District Main Office located at 476 Highland Colony Parkway, Ridgeland, MS 39157 beginning at 2:00 pm on June 8, 2023. All prospective Bidders are encouraged to attend.<br /> <br />Proposals must be submitted on the Proposal Forms provided with the Project Manual. Proposals may be submitted via mail, hand delivery or electronically via the website www.centralbidding.com per the Instruction to Bidders bound in the Project Manual.<br /> <br />The Owner reserves the right to waive any irregularities, the right to reject any or all bids, and the option to postpone action and final decision for a period of up to sixty (60) days after opening of bids.<br /> <br />OWNER:<br />Madison County School District<br />476 Highland Colony Parkway<br />Ridgeland, MS 39157<br /> <br />PROFESSIONAL:<br />McMaster & Associates, Inc.<br />212 Waterford Square, Ste. 300<br />Madison, MS 39110<br />Phone: 601-605-1090; Ext.106<br />Fax: 601-605-1091<br /> <br />Contact Kohl Bailey regarding questions.<br />Email: kohl@mcmastereng.com<br /> <br /> <br />DATES OF ADVERTISEMENT: May 25, 2023<br /> June 1, 2023
https://www.centralauctionhouse.com/rfp62123261-infield-drainage-improvements-for-madison-central-and-ridgeland-high-school-baseball-fields.html
25-May-2023 08:00:00 AM |
27-Jun-2023 10:00:00 AM |
Marshall County |
NOTICE TO BIDDERS STRIPING
|
STATE OF MISSISSIPPI<br />COUNTY OF MARSHALL<br /> <br />NOTICE TO BIDDERS<br /> <br /> The Marshall County Board of Supervisors will receive sealed bids in the office of the County Administrator Marshall County 111 South Market Street, Post Office Box 219, Holly Springs, Mississippi 38635, until 10:00 (or bids may be submitted electronically at www.centralbidding.com) Monday June 5, 2023 and thereafter publicly open them for furnishing and placing traffic stripe under maintenance contract No. MC-M-2017-2018.<br /> <br /> Sealed bids shall be received on each of the following items or bids may be submitted electronically at www.centralbidding.com. Work order(s) shall be issued for individual assignments with payment to be made under the appropriate quantity unit pricing. Each work order shall be completed within 45 calendar days of the date of the work order.<br /> Technical specifications for all material requirements, construction requirements and construction testing shall be accomplished in strict compliance with Mississippi Standard Specifications for State Aid Road and Bridge Construction, 2004 Edition, adopted by the office of State Aid Road Construction of the Mississippi Department of Transportation and the Federal Highway Administration. Said specifications are made a part hereof fully and completely as if attached hereto, except where superseded by special provisions or amended revisions.<br /> <br /> Special provision and revised specifications adopted and approved are made a part hereof fully and completely as if attached hereto.<br /> <br /> Fuel adjustment and State Aid Project Sign do not apply to this contract. Successful Contractor shall be responsible for all maintenance of traffic and stripe during the construction period as specified for STATE AID ROAD AND BRIDGE CONSTRUCTION.<br /> <br />QUOTATION FOR FURNISHING AND PLACING:<br />STATE AID<br /> <br />ITEM NO.<br />DESCRIPTION<br />QUANTITY<br />COST<br />S-621-D<br />4” Wide Thermoplastic Traffic Stripe (Skip Yellow) (90 Mil)<br />Less than 1.0 mile<br />@ $_________per mile<br />S-621-D<br />4” Wide Thermoplastic Traffic Stripe (Skip Yellow) (90 Mil)<br />1.1 mile to 5.0 mile<br />@ $_________per mile<br />S-621-D<br />4” Wide Thermoplastic Traffic Stripe (Skip Yellow) (90 Mil)<br />5.1 mile to 10.0 mile<br />@ $_________per mile<br />S-621-D<br />4” Wide Thermoplastic Traffic Stripe (Skip Yellow) (90 Mil)<br />10.1 mile to 20.0 mile<br />@ $_________per mile<br />S-621-D<br />4” Wide Thermoplastic Traffic Stripe (Skip Yellow) (90 Mil)<br />more than 20.0 mile<br />@ $_________per mile<br /> <br /> <br /> <br />S-621-C<br />4” Wide Thermoplastic Edge Stripe (Continuous White) (60 Mil)<br />Less than 1.0 mile<br />@ $_________per mile<br />S-621-C<br />4” Wide Thermoplastic Edge Stripe (Continuous White) (60 Mil)<br />1.1 mile to 5.0 mile<br />@ $_________per mile<br />S-621-C<br />4” Wide Thermoplastic Edge Stripe (Continuous White) (60 Mil)<br />5.1 mile to 10.0 mile<br />@ $_________per mile<br />S-621-C<br />4” Wide Thermoplastic Edge Stripe (Continuous White) (60 Mil)<br />10.1 mile to 20.0 mile<br />@ $_________per mile<br />S-621-C<br />4” Wide Thermoplastic Edge Stripe (Continuous White) (60 Mil)<br />more than 20.0 mile<br />@ $_________per mile<br /> <br />ITEM NO.<br />DESCRIPTION<br />QUANTITY<br />COST<br />S-621-E-1<br />4” Wide Thermoplastic Traffic Stripe (Continuous Yellow) (90 Mil)<br />Less than 1.0 mile<br />@ $_________per mile<br />S-621-E-1<br />4” Wide Thermoplastic Traffic Stripe (Continuous Yellow) (90 Mil)<br />1.1 mile to 5.0 mile<br />@ $_________per mile<br />S-621-E-1<br />4” Wide Thermoplastic Traffic Stripe (Continuous Yellow) (90 Mil)<br />5.1 mile to 10.0 mile<br />@ $_________per mile<br />S-621-E-1<br />4” Wide Thermoplastic Traffic Stripe (Continuous Yellow) (90 Mil)<br />10.1 mile to 20.0 mile<br />@ $_________per mile<br />S-621-E-1<br />4” Wide Thermoplastic Traffic Stripe (Continuous Yellow) (90 Mil)<br />more than 20.0 mile<br />@ $_________per mile<br /> <br /> <br /> <br />S-621-G-1<br />Thermoplastic Detail Stripe (4" Equivalent Length)(White) (120 Mil)<br />Less than 40.0 L.F.<br />@ $_________ per L.F.<br />S-621-G-1<br />Thermoplastic Detail Stripe (4" Equivalent Length)(White) (120 Mil)<br />40.1 L.F. to 500 L.F.<br />@ $_________ per L.F.<br />S-621-G-1<br />Thermoplastic Detail Stripe (4" Equivalent Length)(White) (120 Mil)<br />500.0 L.F. to 2,000.0 L.F.<br />@ $_________ per L.F.<br />S-621-G-1<br />Thermoplastic Detail Stripe (4" Equivalent Length)(White) (120 Mil)<br />More than 2,000.0 L.F.<br />@ $_________ per L.F.<br /> <br /> <br /> <br /> <br />S-621-G-2<br />Thermoplastic Detail Stripe (4" Equivalent Length)(Yellow) (120 Mil)<br />Less than 40.0 L.F.<br />@ $_________ per L.F.<br />S-621-G-2<br />Thermoplastic Detail Stripe (4" Equivalent Length)(Yellow) (120 Mil)<br />40.1 L.F. to 500 L.F.<br />@ $_________ per L.F.<br />S-621-G-2<br />Thermoplastic Detail Stripe (4" Equivalent Length)(Yellow) (120 Mil)<br />500.0 L.F. to 2,000.0 L.F.<br />@ $_________ per L.F.<br />S-621-G-2<br />Thermoplastic Detail Stripe (4" Equivalent Length)(Yellow) (120 Mil)<br />More than 2,000.0 L.F.<br />@ $_________ per L.F.<br /> <br /> <br /> <br /> <br />S-621-H-1<br />Thermoplastic Legend (White) (120 Mil)<br />Less than 40.0 L.F.<br />@ $_________ per L.F.<br />S-621-H-1<br />Thermoplastic Legend (White) (120 Mil)<br />40.1 L.F. to 500 L.F.<br />@ $_________ per L.F.<br />S-621-H-1<br />Thermoplastic Legend (White) (120 Mil)<br />500.0 L.F. to 2,000.0 L.F.<br />@ $_________ per L.F.<br />S-621-H-1<br />Thermoplastic Legend (White) (120 Mil)<br />More than 2,000.0 L.F.<br />@ $_________ per L.F.<br /> <br /> <br /> <br /> <br />S-621-H-2<br />Thermoplastic Legend (White) (120 Mil)<br />Less than 13.33 S.F.<br />@ $_________ per S.F.<br />S-621-H-2<br />Thermoplastic Legend (White) (120 Mil)<br />13.34 S.F. to 166.50 S.F.<br />@ $_________ per S.F.<br />S-621-H-2<br />Thermoplastic Legend (White) (120 Mil)<br />166.51 S.F. to 666.00 S.F.<br />@ $_________ per S.F.<br />S-621-H-2<br />Thermoplastic Legend (White) (120 Mil)<br />More than 666.00 S.F.<br />@ $_________ per S.F.<br /> <br />Bid prices will be for a period of 6 months, June 5, 2023 until December 5, 2023, all bidders shall be precisely clear as to the specification of their products. Bids submitted should indicate if the price indicated includes delivery of the item that was bid. Bid proposals shall include a price adjustment clause with relation to the cost to the Vendor and based on a cost index determined by the Department of Finance and Administration. The bid proposal with a price adjustment clause shall contain the method of adjusting unit prices for the change of such commodities, equipment etc. (Section 31-7-13 (n ii)<br /> <br /> The Board reserves the right to reject any and all bids and to waive any and all informalities in the best interest of the County.<br /> <br /> This the 11th day of May, 2023.<br /> Mario Jeffries<br /> Road Manager
https://www.centralauctionhouse.com/rfp58338121-notice-to-bidders-striping.html
11-May-2023 12:00:00 AM |
05-Jun-2023 10:00:00 AM |
Marshall County |
NOTICE TO BIDDERS SOIL CEMENT
|
STATE OF MISSISSIPPI<br />COUNTY OF MARSHALL <br /> NOTICE TO BIDDERS<br /> <br />The Marshall County Board of Supervisors will receive sealed bids in the office of the County Administrator, Courthouse, Post Office Box 219, Holly Springs, Mississippi 38635, or bids may be submitted electronically at www.centralbidding.com until 10:00 A.M. Monday June 5, 2023 and thereafter publicly open them for the following:<br /> <br />1. Portland cement in place for soil cement to meet all requirements of Section S-308-Portland Cement treated courses as per Mississippi Standard Specification for State Aid Road and Bridge Construction; Division of State Aid Road Construction 1989 Edition; priced per CWT on sites in Marshall County as directed by the County Administrator. All testing of in place material will be performed by the County Engineer at the expense of the owner. All testing shall meet the appropriate sections of the Mississippi Standard Specifications.<br /> <br />2. Soil cement water mixing (multiple pass mixers) in place to meet all requirements of Section S-308-Portland Cement Treated Courses as per Mississippi Standard Specifications for State Aid Road and Bridge Construction; Division of State Aid Road Construction, 1989 edition; priced per square yard on sites in Marshall County as directed by the County Administrator. All testing of in place materials will be performed by the County Engineer at the expense of the owner. All testing shall meet the appropriate sections of the Mississippi Standard Specifications.<br /> <br />BID PRICES ACCEPTED SHALL BE FOR A PERIOD OF 6 MONTHS, JUNE 5, 2023 THROUGH DECEMBER 5, 2023.<br /> <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 11th day of May, 2023.<br /> <br />Mario Jeffries<br />Road Manager<br /> <br />
https://www.centralauctionhouse.com/rfp41512085-notice-to-bidders-soil-cement.html
11-May-2023 12:00:00 AM |
05-Jun-2023 10:00:00 AM |
Marshall County |
NOTICE TO BIDDERS SLURRY AND MICRO SEAL
|
Notice to Bidders<br />State of Mississippi<br />County of Marshall<br /> <br /> <br />Sealed bids will be received , (or bids may be submitted electronically at www.centralbidding.com) by the Board of Supervisors of Marshall County, Mississippi, until 10:00 AM on Monday June 5, 2023 , at the Marshall County Administrators Office, located at 111 S. Market Street, Holly Springs, MS 38635 for a company to provide contract services for slurry seal and micro seal for the Marshal County Road and Bridge Department or other departments as needed in Marshall County under the jurisdiction of the Board of Supervisors at which time they will publicly open said bids.<br />ANNUAL BID FOR SLURRY SEAL AND MICRO SEAL<br />Specifications are on file in the County Administrator’s office, 111 S. Market Street, Holly Springs, Mississippi 38635. All bids must comply with the specifications provided. <br />All bids submitted must be sealed and clearly labeled on the outside of the bid envelope or bids may be submitted electronically at www.centralbidding.com.<br />Bid prices will be for a period of 6 months June 5, 2023 until December 5, 2023, all bidders shall be precisely clear as to the specification of their products. Bids submitted should indicate if the price indicated delivery of the item bid. <br />Bid proposals shall include a price adjustment clause with relation to the cost to the contractor and based on a cost index determined by the Department of Finance and Administration. The bid proposal with a price adjustment clause shall contain the method of adjusting unit prices for the change of such commodities, equipment etc. (Section 31-7-13 n ii)<br />The Marshall County Board of Supervisors reserves the right to reject any and all bids and to waive any informalities and reserves the right to attach addendums to the bid as needed.<br /><br />Mario Jeffries<br />Road Manager<br />
https://www.centralauctionhouse.com/rfp54235115-notice-to-bidders-slurry-and-micro-seal.html
11-May-2023 12:00:00 AM |
05-Jun-2023 10:00:00 AM |
Marshall County |
Notice to Bidders for Fairgrounds sound equipment
|
<br />NOTICE TO BIDDERS<br /> <br />STATE OF MISSISSIPPI<br />MARSHALL COUNTY<br /> <br /> <br /> The Marshall County Board of Supervisors will receive sealed bids in the office of the County Administrator, 111 S. Market Street, Post Office Box 219, Holly Springs, Mississippi 38635 or bids may be submitted electronically at www.centralbidding.com, until 10:00 A.M., Monday, June 5, 2023 and thereafter publicly open them for a new sound system located at the Marshall County Fairgrounds, 1569 Hwy 7 N, Holly Springs, MS.<br /> <br />Bid Specifications are on file in the office of the County Administrator - (662) 252-7903.<br /> <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 />May 8, 2023<br /> <br />Tim Powell<br />County Administrator<br />
https://www.centralauctionhouse.com/rfp26535709-notice-to-bidders-for-fairgrounds-sound-equipment.html
11-May-2023 12:00:00 AM |
05-Jun-2023 10:00:00 AM |
Marshall County |
SAP-47(23)M OVERLAY
|
OFFICE OF STATE AID ROAD CONSTRUCTION<br />AND<br />COUNTY BOARD OF SUPERVISORS<br />SECTION 900<br />NOTICE TO CONTRACTORS:<br />Sealed bids will be received by the Board of Supervisors of Marshall County Mississippi at the Marshall County Courthouse, 128 E. Van Dorn, Holly Springs, Mississippi, until 9:00 AM on the 28TH day of June, 2023 and shortly thereafter publicly opened for the construction of 11.323 miles of OVERLAY on the ROADS "A" - "C" being known as Project No. SAP-47(23)M in Marshall County Mississippi.<br />PRINCIPAL ITEMS OF WORK ARE APPROXIMATELY AS FOLLOWS<br />ROADWAY ITEMS: QUANTITY UNIT<br />MOBILIZATION 1.000 LS<br />UNCLASSIFIED EXCAVATION (FM) 179.000 CY<br />GRANULAR MATERIAL, (CLASS "4", GROUP "C" ) 5,559.000 TON<br />CRUSHED STONE, SIZE 610 302.000 TON<br />HOT MIX ASPHALT, (ST) (9.5 mm) (OVERLAY) 12,311.000 TON<br />HOT MIX ASPHALT, (ST) (9.5 mm) (EDGE REPAIR) 113.000 TON<br />HOT MIX ASPHALT, (ST) (19 mm), (BASE REPAIR) 59.000 TON<br />HOT MIX ASPHALT, (ST) (9.5 mm) (LEVELING) 1,486.000 TON<br />COLD MILLING OF BITUMINOUS PAVEMENT, ALL DEPTHS 362.000 SY<br />MAINTENANCE OF TRAFFIC 1.000 LS<br />ADDITIONAL CONSTRUCTION SIGNS 0.000 SF<br />4" WIDE THERMOPLASTIC EDGE STRIPE <br /> (CONTINUOUS WHITE) (60 MILS ) 22.646 MI<br />4" WIDE THERMOPLASTIC TRAFFIC STRIPE <br /> (SKIP YELLOW) (90 MILS ) 5.271 MI<br />4" WIDE THERMOPLASTIC TRAFFIC STRIPE <br /> (CONTINUOUS YELLOW) ( 90 MILS ) 86,740.000 LF<br />THERMOPLASTIC LEGEND (WHITE) (120 MILS ) 1,206.000 LF<br />TWO-WAY YELLOW REFLECTIVE HIGH PERFORMANCE <br /> RAISED MARKERS 900.000 EA<br />REFLECTORIZED TRAFFIC WARNING SIGN <br /> (ENCAPSULATED LENS) 75.000 EA<br />REFLECTORIZED TRAFFIC REGULATORY SIGN <br /> (ENCAPSULATED LENS) 12.000 EA<br />REFLECTORIZED TRAFFIC OBJECT MARKER <br /> (ENCAPSULATED LENS) (TYPE 3) 12.000 EA<br />REFLECTORIZED TRAFFIC WARNING SIGN<br /> WITH SUPP. PLATE (ENCAPSULATED LENS) 4.000 EA<br />REFLECTORIZED TRAFFIC REGULATORY SIGN<br /> WITH SUPP. PLATE (ENCAPSULATED LENS) 4.000 EA<br />PROJECT NO. SAP-47(23)M<br /> <br />Marshall COUNTY<br /> <br />NOTICE TO CONTRACTORS:<br /> <br />CONTRACT TIME: 90 Working Days<br /> <br />The award, if made, will be made to the lowest qualified bidder on the basis of published quantities.<br /> <br />The Board of Supervisors hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement; minority business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />PLANS AND SPECIFICATIONS are on file in the Office of the Chancery Clerk of Marshall County, Larry L. Britt, the County Engineer for Marshall County, P. O. Box 309, 823 North Lamar Blvd., Oxford, MS 38655, 662-234-1763, the LSBP Engineer's office and the Office of the State Aid Engineer, 412 E. Woodrow Wilson Avenue, Jackson, Mississippi. This project shall be constructed in accordance with the latest edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction.<br /> <br />PLANS & PROPOSALS may be secured from Larry Britt, Marshall County Engineer, 823 N. Lamar Blvd, Oxford, MS 38655. The cost is $75.00 for plans and $35.00 for the proposal, non refundable. <br /> <br />Official bid documents can be downloaded at www.centralbidding.com. Electronic bids may be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225¬810-4814.<br /> <br />Certified check or bid bond for five percent (5%) of the total bid, made payable to Marshall County and the State of Mississippi must accompany each proposal.<br /> <br />Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposal will not be considered in making the award.<br /> <br />Ronnie Joe Bennett, President<br />Marshall County Board of Supervisors
https://www.centralauctionhouse.com/rfp56426956-sap-4723m-overlay.html
22-May-2023 08:00:00 AM |
28-Jun-2023 09:00:00 AM |
Memorial Hospital at Gulfport |
BID #2023-0620, MOB ONCOLOGY PHARMACY RELOCATION - MEMORIAL HOSPITAL AT GULFPORT
|
<!--[endif]--><!--[if !vml]--><!--[endif]-->To Advertise: <br /><br />1. May 22, 2023 <br />2. May 29, 2023 <br /> <br />ADVERTISEMENT FOR BIDS<br />MHG MOB Oncology<br />Pharmacy Relocation<br /><br /> <br /><br /> <br /><br />Memorial Hospital at Gulfport will receive Sealed Bids with Qualification Statements until June 20, 2023 at 2:00 PM for the furnishing of all labor and material and performing all work necessary and incidental to BID #2023-0620, MOB ONCOLOGY PHARMACY RELOCATION - MEMORIAL HOSPITAL AT GULFPORT, in accordance with Drawings and Project Manual. <br /><br />SCOPE: Generally, the scope of work consists of demolition of the existing area and construction of the new MOB Oncology Pharmacy area to receive new equipment, including new finishes within the rooms. All work is complete with all materials, labor, structural, plumbing, fire protection, mechanical, and electrical work, etc. as indicated in the drawings and as specified. This project includes Owner Purchased, Contractor Installed equipment, pre-ordered to assist with delivery schedule. Coordination with Owner will be necessary for scheduling the delivery and installation of the Owner’s Equipment to ensure that areas are completely ready for Owner’s equipment arrival. <br /><br />The above Scope of Work will be performed while areas outside of the limits of the Work are occupied. Strict conformance to Infection Control guidelines, construction noise abatement, and ability to organize work with flexible hours and manage disruption in continuity of work is vital to the successful completion of the project. Bidders shall be able to prove and demonstrate the ability to perform this Scope of Work in these restrictive environments and shall be able to prove experience in the Healthcare environment within the last five (5) years. Bidders may meet this requirement by assigning to the project, a team in which the members are able to demonstrate their healthcare abilities and qualifications including but not limited to Infection Control Risk Assessment (ICRA) experience. Owner reserves the right to review qualifications of Bidders prior to award of Contract. <br /><br />Work shall be completed in One Hundred Twenty (120) Calendar Days. Liquidated damages of One Thousand Dollars ($1,000.00) per day shall apply for non-compliance. A Performance and Payment Bond will be required of the successful bidder.<br /><br />BIDS: <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 shall be submitted at or before 2:00 p.m. on bid date. For any questions relating to electronic bidding process, please call Central Bidding at 225-810-4814. <br /><br />Also, complete Bidding Documents for this project are available in electronic form for downloading, without charge and without deposit, by requesting an electronic set of documents through the project bidding email address: MHG1911J-02@blitchknevel.com. <br /><br />Printed copies are not available from the Architect, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. <br /><br />Bids submitted by mail must be addressed to:<br /><br />Memorial Hospital at Gulfport<br />P.O. Box 1810, Gulfport, MS 39502<br />Attention: Greg Quigley, Director of Engineering, Engineering Department. <br /><br />Bids submitted by delivery services, such as FedEx or UPS, must be delivered before 1:45 p.m. on bid date and shall be addressed to:<br /><br />the office of Greg Quigley, Director of Engineering, Engineering Department<br /><br />Memorial Hospital at Gulfport<br />4500 13TH Street, Gulfport, MS 39501; <br /><br />Bids hand delivered before 1:45 p.m. on bid date shall be delivered to:<br />the office of Greg Quigley, Director of Engineering, Engineering Department<br /><br />Memorial Hospital at Gulfport<br />4500 13TH Street, Gulfport, MS. <br /><br />Bids hand delivered between 1:45 p.m. and 2:00 p.m. on bid date shall be delivered to:<br /><br />Large Engineering Conference Room on the Second Floor at<br /><br />Memorial Hospital at Gulfport<br />4500 13TH Street, Gulfport, MS. <br /><br />All bids will be publicly opened and read aloud at MEMORIAL HOSPITAL at GULFPORT, LARGE ENGINEERING CONFERENCE ROOM ON THE SECOND FLOOR at 2:00 P.M. on Tuesday, JUNE 20, 2023. <br /><br />Instructions to Bidders, Drawings and Project Manual, and other documents pertaining to construction of this project, may be reviewed only, in person, beginning Tuesday, May 23, 2023, at the following location: <br /><br /><!--[if !supportLists]-->· <!--[endif]-->Memorial Hospital at Gulfport – Engineering Department – Call 228-865-3056 to schedule a time to review hardcopy of Drawings and Project Manual.<br /><br /><!--[if !supportLists]-->· <!--[endif]-->No verbal questions may be asked and none will be answered. <br /><br /><!--[if !supportLists]-->· <!--[endif]-->All bidding questions must be submitted through the Bidding Email:<br /><br /> MHG1911J-02@blitchknevel.com.<br /><br /> <br /><br />To assist Bidders during the bid period, one (1) Mandatory Pre-Bid Conference and Site Visit will be held at Memorial Hospital at Gulfport at 4:30 p.m. on Tuesday June 6, 2023 in the Rad-Oncology Conference Room on the 1st Floor of the Medical Office Building (MOB), with a site visit immediately following. Although it is mandatory for General Contractors to attend both the Pre-Bid Conference and the Site Visit, Mechanical and Electrical Subcontractors who wish to bid the project are encouraged to attend both the Pre-Bid Conference and the Site Visit. <br /><br />Bid security of five percent (5%) of the total amount of Base Bid and all Alternate Bids shall be submitted with each bid as provided in the Instructions of Bidders. <br /><br />Bids shall be submitted in sealed opaque envelopes. Envelopes shall be clearly marked as follows: <br /><br />“SEALED BID: MEMORIAL HOSPITAL at GULFPORT<br /> MOB ONCOLOGY PHARMACY RELOCATION<br /> Bid #2023-0620” <br /> <br /><br />Bidders must indicate Certificate of Responsibility Number on the outside of the sealed envelope. <br /><br />NOTE: No Bids (electronically submitted, mailed, delivered by delivery service or hand delivered) shall be accepted after times indicated. <br /><br />The Board of Trustees of Memorial Hospital at Gulfport reserves the right to reject all bids and to waive any formality. Attention should be directed to the fact that Memorial Hospital at Gulfport is a publicly owned hospital and subject to Mississippi State Laws related to bidding. No bidder may withdraw his bid for a period of ninety (90) days after the date set for opening thereof. <br /><br />No bid shall be considered awarded until such time as all contract documents have been signed and received by both parties. <br /><br />END OF SECTION 00 1000<br /><br />
https://www.centralauctionhouse.com/rfp20520874-bid-2023-0620-mob-oncology-pharmacy-relocation--memorial-hospital-at-gulfport.html
22-May-2023 07:00:00 AM |
20-Jun-2023 02:00:00 PM |
Mississippi Gulf Coast Community College |
Student Printing Services
|
It is the intention of the Board of Trustees of the Mississippi Gulf Coast Community College to receive sealed bids on the following item until 2 p.m., Monday, June 5, 2023, District Office in Harrison Hall, Perkinston Campus, Perkinston, Mississippi 39573. <br /><br /><b>Student Printing Services – RFP # 23-04-002</b><br /><br />For specifications of this item contact Ashley Rollin, Administration and Finance department, Mississippi Gulf Coast Community College, Perkinston, Mississippi 39573, at 601-928-6672, and/or email to: ashley.rollin@mgccc.edu. It is necessary that bids be marked as such on the envelope and specifications of item being bid on. The Board reserves the right to reject any and all bids.
https://www.centralauctionhouse.com/rfp33848165-student-printing-services.html
03-May-2023 10:00:00 AM |
05-Jun-2023 02:00:00 PM |
Mississippi Gulf Coast Community College |
MGCCC Tower Climbing Training Facility
|
<br />MGCCC TOWER CLIMBING TRAINING FACILITY<br />MISSISSIPPI GULF COAST COMMUNITY COLLEGE<br /> <br />The Mississippi Gulf Coast Community College, hereafter referred to as Owner, will receive sealed bids for the MGCCC Tower Climbing Training Facility Project for the West Harrison County Center at the Business Office of the West Harrison County Campus located at 21500 B. Street, Long Beach, Mississippi, until 10:00 A.M., Local Time, June 7, 2023 for supplying all labor, equipment, and materials (as specified) necessary for the construction of the above referenced project. All bids received will be publicly opened and read aloud at the conference room of Administration Building of the West Harrison County Center. The work shall consist essentially of the construction of a monopole, guyed and self support tower structures, a Class 3 Wood pole, and an indoor self supporting structure on the West Harrison County Campus.<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 submitted in duplicate, sealed and deposited with the Owner 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 />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. In order 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.neel-schafferplans.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 website only. Questions regarding website registration and online orders are directed to Central Bidding at (225) 810-4814 and/or Plan House Printing at 228-248-0181.<br /><br /> <br /> <br /> <br />The Owner 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 />Any questions that bidders might have should be directed to damon.torricelli@neel-schaffer.com. 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 or irregularities therein.<br /> <br /> <br /> <br /> <br /> <br /> <br />BOARD OF TRUSTEES<br />MISSISSIPPI GULF COAST COMMUNITY COLLEGE<br /> <br />Publish Dates:<br /> <br />May 3, 2023<br /> <br />This purchase order may be funded in whole or in part with funding from the AccelerateMS Electric Lineworker and Telecommunication Tower Antenna Technicians Training Grant and is subject to applicable federal laws and regulations, all clauses required by federal statutes and Eos and their implementing regulations, including all of the provisions listed in Appendix II to 2<br />C.F.R. Part 200-Contracts under Federal Awards, and any other provisions required by law or regulations. Any prospective vendor must have a valid EUI (Unique Entity ID) in accordance with 2 C.F.R. Part 25 and hold a valid registration through the United States’ System for Award Management (SAM) to do business with the federal government
https://www.centralauctionhouse.com/rfp33863926-mgccc-tower-climbing-training-facility.html
03-May-2023 02:00:00 PM |
07-Jun-2023 10:00:00 AM |
Ocean Springs School District |
Waste Disposal and Recycling Services Sy24-28
|
Run in the Sun Herald newspaper: Friday, May 12, 2023; and, <br />Friday, May 19, 2023 the following:<br /> <br /> <br />NOTICE TO BID and REQUESTS FOR PROPOSALS<br /> <br /> Sealed proposals will be received until and opened by the Ocean Springs School District Board of Trustees and/or their designee on Thursday, June 1, 2023, at 2:00 p.m. in the Ocean Springs School District Business Office, located at 2300 Government Street, P.O. Box 7002, Ocean Springs, Mississippi 39566, for the following:<br /> <br />Request for Proposal – “Waste Disposal and Recycling Services SY24-28”<br /> <br />Specifications may be obtained in the School Business Office, 2300 Government Street, Ocean Springs, Mississippi, 39564 or by visiting www.ossdms.org or www.centralauctionhouse.com <br /> <br />All submissions must be sealed and clearly marked:<br /> <br />Request for Proposal – “Waste Disposal and Recycling Services SY24-28”<br /> <br /> The Board of Trustees reserves the right to reject any or all RFP submissions and to waive any informality.<br /> <br />OCEAN SPRINGS SCHOOL DISTRICT<br /> <br />Dr. Vickie Tiblier, President<br />Ocean Springs School District<br />Board of Trustees
https://www.centralauctionhouse.com/rfp52294809-waste-disposal-and-recycling-services-sy24-28.html
12-May-2023 10:00:00 AM |
01-Jun-2023 02:00:00 PM |
OCH Regional Medical Center |
Exercise Equipment
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Board of Trustees of OCH Regional Medical Center will receive sealed bids for the following:<br /> <br />EXERCISE EQUIPMENT<br /> <br />UN-PRICED SEALED BID PROPOSALS will be received by the Board of Trustees of OCH Regional Medical Center, in the Office of Materials Management, of OCH Regional Medical Center, 400 Hospital Road, Starkville, MS, 39759, until 3:00 P.M., CST, Friday, June 2, 2023. DO NOT INCLUDE PRICING INFORMATION WITH SPECIFICATION PROPOSAL. <br /> <br />Specifications are on file in the Office of Materials Management, OCH Regional Medical Center, 400 Hospital Road, Starkville, MS, 39759, telephone 662-615-3070, between the hours of 8:00 A.M. and 4:30 P.M. Monday through Friday. Bids will be evaluated based on specifications. Vendors meeting specifications will be invited to submit priced bids during an electronic reverse auction by 5:00 PM, June 2, 2023. Specifications can be downloaded at www.centralbidding.com.<br /> <br />Electronic sealed bids will be received by Central Bidding from Auction House for the EXERCISE EQUIPMENT according to the specifications at OCH Regional Medical Center, Starkville, MS, on Monday, June 5, 2023, starting at 10:00 AM CST and running until vendors have submitted all bids. Bids will then be taken under advisement and awarded accordingly.<br /> <br />Please contact Central Bidding at 225-810-4814 with any questions. Bids can be submitted at www.centralbidding.com.<br /> <br />No bid may be withdrawn within forty-five (45) days after the scheduled time for the receipt thereof.<br /> <br />The Board of Trustees, OCH Regional Medical Center reserves the right to reject any and all bids.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />This the 9th day of May, 2023<br />OCH Regional Medical Center<br />BY: BOARD OF TRUSTEES<br />PUBLISH: May 16 & 23, 2023<br />BID RESPONSE: 3:00 PM, Friday, June 2, 2023<br />BID DAY: 10:00 AM, Monday, June 5, 2023<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />[JH1] <br /> [JH1]
https://www.centralauctionhouse.com/rfp95434995-exercise-equipment-.html
16-May-2023 10:00:00 AM |
02-Jun-2023 03:00:00 PM |
Oxford School District |
Cisco IT Security Equipment
|
NOTICE TO BIDDERS: REQUEST FOR PROPOSALS<br />RFP: #060523-1<br /> <br />The Oxford School District is accepting proposals for Cisco IT Security Products until 2:00 pm on Monday, June 5, 2023. Bid documents are available online at https://www.oxfordsd.org/rfps and www.centralbidding.com. <br /> <br />The Oxford School District complies with all applicable laws regarding equal opportunity in all its activities and programs and does not discriminate against anyone protected by law because of age, creed, color, national origin, race, religion, sex, handicap, veteran, or other status.<br /> <br /> <br />Publish Dates:<br />May 10<br />May 17<br /> <br />Bids Close at 2 PM on June 5, 2023
https://www.centralauctionhouse.com/rfp18656768-cisco-it-security-equipment.html
10-May-2023 12:00:00 AM |
05-Jun-2023 02:00:00 PM |
Pearl River County |
Pearl River County Board of Supervisors, LSBP-55(38) Charlie Daughdrill Road
|
<b>OFFICE OF STATE AID ROAD CONSTRUCTION<br />MISSISSIPPI DEPARTMENT OF TRANSPORTATION<br />AND<br />PEARL RIVER COUNTY BOARD OF SUPERVISORS<br /> <br />SECTION 900<br /><br />NOTICE TO CONTRACTORS:</b><br /> <br />Sealed bids will be received by the Board of Supervisors of Pearl River County, Mississippi at the Pearl River County Administrator's Office, Poplarville, Mississippi, until 10:00 a.m. on the 20th day of June, 2023 and shortly thereafter publicly opened for the construction of 0.122 miles of BRIDGE AND APPROACHES on the CHARLIE DAUGHDRILL ROAD being known as Project No. LSBP-55(38) in Pearl River County, Mississippi. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call 225-810-4814.<br /> <br /><b>PRINCIPAL ITEMS OF WORK ARE APPROXIMATELY AS FOLLOWS:</b><br /> <br /><b> ITEM QUANTITY UNIT </b> <br /> <br /><b>ROADWAY ITEMS</b>:<br />MOBILIZATION LUMP SUM LS<br />CLEARING AND GRUBBING LUMP SUM LS<br />REMOVAL OF BRIDGE AT STATION 13+37 1.000 UN<br />UNCLASSIFIED EXCAVATION (FM) 425.000 CY<br />BORROW EXCAVATION (F.M.E.) 180.000 CY<br /> (CONTRACTOR FURNISHED) (CLASS 7)<br />CHANNEL EXCAVATION (FM) 650.000 CY<br />GRANULAR MATERIAL (LVM), 1,015.000 CY<br /> (CLASS 6, GROUP C)<br />CRUSHED STONE, 610 250.000 TON<br />24” REINFORCED CONCRETE PIPE, CLASS III 32.000 LF<br />RIGHT-OF-WAY MARKERS (TYPE I) 13.000 EA<br />MAINTENANCE OF TRAFFIC LUMP SUM LS<br />ADDITIONAL CONSTRUCTION SIGNS 0.000 SF<br />REFLECTORIZED TRAFFIC OBJECT MARKER 4.000 EA<br /> (ENCAPSULATED LENS)(TYPE 3)<br /> <br /><b>EROSION CONTROL ITEMS:</b><br />AGRICULTURAL LIMESTONE 1.600 TON<br />COMMERCIAL FERTILIZER (13-13-13) 0.800 TON<br />SEEDING 0.800 AC<br />VEGETATIVE MATERIALS FOR MULCH 2.400 TON<br />SOLID SODDING 469.000 SY<br />PORTLAND CEMENT CONCRETE PAVED DITCH 32.976 CY<br />TEMPORARY SILT FENCE 1,430.000 LF<br /> (TYPE II) (AOS 0.15-0.84 <br />WATTLES, 20" 140.000 LF<br />LOOSE RIPRAP, 200 LB. 100.000 TON<br />LOOSE RIPRAP, 300 LB. 75.000 TON<br />GEOTEXTILE UNDER BRIDGE ABUTMENT 100.000 SY<br /> NON-WOVEN, TYPE V, AOS (0.21-0.43)<br />GEOTEXTILE UNDER RIPRAP NON-WOVEN, 350.000 SY<br /> TYPE V, AOS (0.21-0.43)<br /> <br /><b> BRIDGE ITEMS:</b><br /> TEST PILE 2.000 EA<br /> CONVENTIONAL STATIC PILE LOAD TEST 0.000 EA<br /> 14" PRESTRESSED CONCRETE PILING 860.000 LF<br /> 18" PRE-FORMED PILE HOLE 180.000 LF<br /> 19' PRECAST CONCRETE SLAB UNIT, 6.000 EA<br /> 3'-6" INTERIOR<br /> 31' PRECAST CONCRETE SLAB UNIT, 18.000 E A<br /> 3'-6" INTERIOR<br /> 19' PRECAST CONCRETE SLAB UNIT, 2.000 EA<br /> CURB<br /> 31' PRECAST CONCRETE SLAB UNIT, 6.000 EA<br /> CURB<br /> BEAM TYPE RAILING WITH 224.000 LF<br /> CONCRETE POSTS<br /> 29' PRECAST CONCRETE CAP, 3.000 EA<br /> INTERMEDIATE UNIT, CONCRETE PILE<br /> 29' PRECAST CONCRETE CAP, 2.000 EA<br /> END UNIT, CONCRETE PILE<br /> 7.5' PRECAST CONCRETE WING 4.000 EA<br /> LOOSE RIPRAP, 300 LB. 99.000 TON<br /> GEOTEXTILE UNDER RIPRAP NON-WOVEN, 263.000 SY<br /> TYPE V, AOS < 0.43<br /> <br /><b>PROJECT NO. LSBP-55(38)<br />PEARL RIVER COUNTY</b><br /> <br /><b>NOTICE TO CONTRACTORS:</b><br /> <br />CONTRACT TIME: 60 Working Days<br /> <br />BASIS OF AWARD<br /> <br />The award, if made, will be made to the lowest qualified bidder on the basis of published quantities.<br /> <br />The Board of Supervisors hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />PLANS AND SPECIFICATIONS are on file in the Office of the Chancery Clerk of Pearl River County, the LSBP Engineer's office and the Office of the State Aid Engineer, 412 E. Woodrow Wilson Avenue, Jackson, Mississippi. This project shall be constructed in accordance with the latest edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction.<br /> <br />PLANS AND PROPOSALS may be secured from H. Les Dungan, III, LSBP Engineer for Pearl River County, Mississippi, 1574 Highway 98 East, Columbia. The Cost is fifty dollars ($50.00) for plans and fifty dollars ($50.00) for the proposal, non-refundable. Or official bid documents can be downloaded from Central Bidding at www.centralbidding.com.<br /> <br />Certified check or bid bond for five percent (5%) of the total bid, made payable to Pearl River County and the State of Mississippi must accompany each proposal.<br /> <br />Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposal will not be considered in making the award.<br /> <br />Sandy Kane Smith, President<br />Pearl River County Board of Supervisors<br /> <br />Publish on:<br /> May 20, 2023<br /> May 27, 2023
https://www.centralauctionhouse.com/rfp76504185-pearl-river-county-board-of-supervisors-lsbp-5538-charlie-daughdrill-road.html
20-May-2023 12:00:00 AM |
20-Jun-2023 10:00:00 AM |
Pearl River Valley Water Supply District |
Slope Mowing Services - Barnett Reservoir Main Dam
|
NOTICE FOR BIDS<br /> <br />PEARL RIVER VALLEY WATER SUPPLY DISTRICT<br />SLOPE MOWING SERVICES<br />Barnett Reservoir MAIN DAM<br />PRV# 23-600-18-99<br /> <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 June 8, 2023, 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. Contract time and liquidated damages for failure to complete are detailed in the Contract Documents.<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. 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 />Bids shall be made out on the bid proposal form provided, sealed in an envelope, and plainly marked on the outside of the envelope: Bid for Slope Mowing Services, Barnett Reservoir Main Dam. Bidder must be licensed under Mississippi Law and show current license issued by the Mississippi Secretary of State’s Office. Each bidder shall write its Business ID Number on the outside of the sealed envelope containing its proposal. <br /> <br />Mississippi State law requires a non-resident bidder to attach/include a copy of its resident state’s current law pertaining to such state’s treatment of non-resident contractors with its bid. Any bid submitted by 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 /> <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 23 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 in accordance with the Contract Documents and provided by the Bidder, if requested by the District. <br /> <br />For any work occurring during a COVID-19 emergency declaration, the Contractor shall follow recommendations of the U.S. Centers for Disease Control (CDC), the Mississippi State Department of Health (MSDH), and other relevant governmental entities regarding worksite protection for its employees and the public.<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: J. Sigman, P.E.<br /> General Manager<br /> <br />Publication: Clarion Ledger <br />Adv. Dates: May 18 & May 25, 2023<br />Bid Opening: June 8, 2023<br />
https://www.centralauctionhouse.com/rfp38119844-slope-mowing-services--barnett-reservoir-main-dam.html
24-May-2023 04:00:00 PM |
08-Jun-2023 11:00:00 AM |
Pearl River Valley Water Supply District |
New Waterwood Well - PRVWSD Bid # 23-200-06-04
|
NEW WATERWOOD WATER WELL<br />(Pelahatchie Bay System PWS 0610036)<br />Bid # 23-200-06-04<br /> <br /> <br /> <br />Sealed and electronic bids will be received by the Pearl River Valley Water Supply District (DISTRICT) for NEW WATERWOOD WATER WELL until 11:00 o'clock A.M., Local Time, on June 27, 2023, 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. Contract time and liquidated damages for failure to complete are detailed in the Contract Documents.<br /> <br />The Advertisement for Bids, Instructions to Bidders, Form of Bid, Form of Contract, Plans, Specifications and Form of Bid Bond, Performance Bond and Payment Bond, and other Contract Documents may be examined at the following locations:<br /> Southern Consultants, Inc., 5740 County Cork Road, Jackson, Mississippi 39206<br /> PRVWSD District Office, 115 Madison Landing Circle, Ridgeland, Mississippi 39157<br /> <br />Copies may be obtained at the office of Southern Consultants, Inc., located at 5740 County Cork Road, Jackson, Mississippi 39206 (601.957.0999) for a non-refundable charge of $100.00 for each set, none of which is refundable. <br /> <br />Official Bid Documents, including the Contract 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 />Bids shall be made out on the bid proposal form provided, sealed in an envelope and plainly marked on the outside of the envelope: Bid for New Waterwood Water Well, Bid #23-200-06-04. 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. Each bidder shall write his Certificate of Responsibility Number on the outside of the sealed envelope containing his proposal. Each Bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Instructions to Bidders.<br /> <br />Mississippi State law requires a non-resident bidder to attach/include a copy of his/her 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 /> <br /> <br /> <br />The work shall consist of, but not be limited to, the following: 1) Clearing and Preparation of Well Site; 2) Drilling of a Pilot Hole and Logging; 3) Constructing a test well and pulling a water sample; 4) Construction of a Permanent Well complete with outer casing, screen and inner casing, vertical turbine pump, column and motor; 5) Furnish and install above ground piping and appurtenances as required; 6) Furnish and install electrical, chemical feed systems and housing; 7) Furnish and install diesel generator; 8) Furnish and install SCADA equipment matching the existing system; 9) Tie in well to system as directed; and 10) all other items of work necessary for a complete and functioning well. The well is anticipated to be 1,100± feet deep and should produce a minimum 1,200 GPM or as directed. The project is on District property in Rankin County, Mississippi.<br /> <br />A Pre-Bid Meeting is scheduled for June 13, 2023 at 11:00 AM local time at the PRVWSD District office at 115 Madison Landing Circle, Ridgeland, MS 39157. A site visit will follow the meeting. Attendance by all potential contractors, subcontractors, and other interested parties is strongly encouraged.<br /> <br />Bidder must be qualified to perform the work. Qualifications and experience shall be in accordance with the Contract Documents and provided by the Bidder, if requested by the District. <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 his 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: /s/ John G. Sigman, P.E. <br /> General Manager<br /> <br />Publication: Clarion Ledger <br />Adv. Dates: May 25 and June 1, 2023<br />Bid Opening: June 27, 2023
https://www.centralauctionhouse.com/rfp17611448-new-waterwood-well--prvwsd-bid-23-200-06-04.html
25-May-2023 12:00:00 AM |
27-Jun-2023 11:00:00 AM |
Prentiss County |
Prentiss County Garbage Truck
|
NOTICE TO BIDDERS<br /> <br /> WHEREAS, the Prentiss County Board of Supervisor having met in regular session on the 20th day of April, 2023 did find as follows:<br /> <br /> WHEREAS, a motion was made and duly seconded authorizing the clerk to advertise for bids for a garbage truck. Bids will be accepted by reverse auction held online at www.centralbidding.com. Sealed bids will also be accepted as laid out below. Electronic bids may also be submitted at www.centralbidding.com. The required specifications may be found at the above mentioned website. <br /> <br /> Prospective bidders through the reverse auction will be required to be approved as a bidder through the reverse auction no later than 5:00 P.M. on May 26, 2023. Qualifications can be submitted at the above mentioned website. The reverse auction will begin at 8:00 a.m. on June 5, 2023 at the above mentioned website. Any sealed bids must be filed with the clerk of the Board of Supervisors of Prentiss County at 100 North Main Street or may be mailed to: P.O. Box 477, Booneville, MS 38829 on or before 10:00 A.M. on June 5, 2023. Mailed bids should be clearly marked “Garbage truck bids-Do Not Open Until 6-5-23.” Prentiss County reserves the right to reject any and all bids. <br /> <br /> Any questions regarding the reverse auction process should be directed to Central Bidding at 1-225-810-4814<br /> <br /> Unanimously adopted by the board on this the 20th day of April, 2023. Supervisors Murphy, Kesler, Botts, Plaxico, and Cleveland were present and voting in favor of the motion.<br /> <br /> ORDERED, this the 20th day of April, 2023.<br /> <br /> ____________________________<br /> Matt Murphy, President<br /> Prentiss County Board of Supervisors<br />ATTEST:<br /> <br /> <br />________________________<br />David “Bubba” Pounds; Clerk<br />Prentiss County Board of Supervisors<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp318194-prentiss-county-garbage-truck.html
05-Jun-2023 06:00:00 AM |
05-Jun-2023 10:00:00 AM |
Rankin County School District |
COMPUTER CHARGING CARTS
|
115 COMPUTER CHARGING CARTS
https://www.centralauctionhouse.com/rfp69494700-computer-charging-carts.html
06-Jun-2023 02:00:00 PM |
06-Jun-2023 02:30:00 PM |
Smith County |
One (1) New Medium Size Track Type Tractor with Fire Plow
|
Notice is herby given that electronic bid proposals will be received by the Board of Supervisors of Smith County, for the purchase of one (1) new medium size track type tractor with a fire plow to use for the construction of fire lanes in the National Forest of Smith County.<br /> <br />All electronic bid specifications and procedures may be obtained electronically at www.centralbidding.com. For questions relating to electronic downloads, please call Central Bidding at 225-810-4814.<br /> <br />Bid proposals (no prices) will be due by no later than 9:00 a.m. on June 19, 2023. Final bidding to submit price bids will be held by electronic reverse auction on Monday, July 10, 2023 at www.centralbidding.com beginning at 9:00 a.m. and ending at 10:00 a.m. (unless extended by anti-sniping).<br /> <br />Electronic bids and/or reverse auction bids may be submitted at www.centralbidding.com.<br /> <br />If the agency is closed for any unforeseen reason which prevents the acceptance electronic bids, or prevents the live reverse auction at the advertised date and time. All reverse auctions shall begin on the next business day that the agency shall be open and at the previously advertised time. Each vendor/contractor shall be required to ensure the receipt of its electronic bid by the agency prior to the date and time of the bid opening.<br /> <br />This advertisement is not limited to any particular brand, and any brand will be considered that meets or exceeds the minimum specifications. <br /> <br />In purchasing said equipment, the Board reserves the right to reject any and all bids; and the Board reserves the right to take advantage of Section 19-13-17 or 31-7-13 of the Mississippi code of 1972, annotated as amended.<br /> <br />The County reserves the right to utilitze “anti-sniping” for reverse auction. Anti-sniping is a tool that automatically extends the bid time for 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 automatically 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 bidding on the auction ends.<br /> <br />By order of the Board of Supervisors on this the 1st day of May, 2023.<br />
https://www.centralauctionhouse.com/rfp12779148-one-1-new-medium-size-track-type-tractor-with-fire-plow.html
17-May-2023 07:00:00 PM |
19-Jun-2023 09:00:00 AM |
South Panola School District |
Diesel Fuel
|
Notice is hereby given that South Panola School District shall receive sealed bids for “Diesel Fuel.” Said bids shall be received no later than 1:00 p.m., June 1, 2023, at Central Office Administration, 209 Boothe Street; Batesville, MS 38606 or online through Central Auction House portal.<br /><br />Bid specifications are available to download from Central Auction House at www.centralauctionhouse.com. The Board of Trustees reserves the right to reject any and all bids and waive any informalities. <br />
https://www.centralauctionhouse.com/rfp28440362-diesel-fuel.html
26-Apr-2023 12:00:00 AM |
01-Jun-2023 01:00:00 PM |
South Panola School District |
Request for Proposals for Professional Development Services
|
Notice is hereby given that South Panola School District shall receive sealed proposals for:<br />Request for Proposals for Intervention Programs<br />Request for Proposals for Professional Development Services<br /><br />Said proposals shall be received no later than 2:00 p.m., June 1, 2023, 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 drubenstein@spanola.net, 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 />Tim Wilder<br />Superintendent of Education<br />South Panola School District
https://www.centralauctionhouse.com/rfp46284019-request-for-proposals-for-professional-development-services.html
10-May-2023 12:00:00 AM |
01-Jun-2023 02:00:00 PM |
South Panola School District |
Request for Proposals for Intervention Programs
|
Notice is hereby given that South Panola School District shall receive sealed proposals for:<br />Request for Proposals for Intervention Programs<br />Request for Proposals for Professional Development Services<br /><br />Said proposals shall be received no later than 2:00 p.m., June 1, 2023, 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 drubenstein@spanola.net, 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 />Tim Wilder<br />Superintendent of Education<br />South Panola School District
https://www.centralauctionhouse.com/rfp38102254-request-for-proposals-for-intervention-programs.html
10-May-2023 12:00:00 AM |
01-Jun-2023 02:00:00 PM |
Starkville Oktibbeha Consolidated School District |
RESTROOM RENOVATIONS ARMSTRONG JUNIOR HIGH SCHOOL, STARKVILLE MISSISSIPPI
|
ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the STARKVILLE OKTIBBEHA CONSOLIDATED SCHOOL DISTRICT, STARKVILLE MISSISSIPPI, until JUNE 2, 2023 at 2:00 P.M. in the office of the Superintendent, STARKVILLE OKTIBBEHA CONSOLIDATED SCHOOL DISTRICT, 401 GREENSBORO STREET, STARKVILLE, MISSISSIPPI, for RESTROOM RENOVATIONS ARMSTRONG JUNIOR HIGH SCHOOL, STARKVILLE OKTIBBEHA CONSOLIDATED SCHOOL DISTRICT, STARKVILLE, MISSISSIPPI, where they will be publicly opened and read.<br /><br />Copies of said specifications and contract documents may be obtained from ARCHITECTONICS pllc, Thomas Stewart, Architect, 300A Greensboro Street, Starkville, Mississippi, 39759. Phone: (662) 615-5588, WWW.THESCHOOLARCHITECT.COM OR they may be examined in the office of the Superintendent.<br /><br />Project is funded by ESSER Funding, Federal Requirements are included in Project Specifications.<br /><br />Proposals shall be submitted in duplicate only upon the blank proposal forms provided with the specifications.<br /><br />Submittal of Electronic bids is allowed as an option. Electronic bids must be in “pdf” format and shall contain the same information and items required for paper bids including bid bond. Electronic bids will be accepted atwww.architectonics.info/planroom and follow link to Electronic Bidding.<br /><br />Bids must be received on or before the period scheduled for the project and no bid may be withdrawn after the scheduled closing time for the project for a period of sixty (60) days.<br /><br />All bids submitted must comply with Section 31-3-21 of the Mississippi Code 1972 as annotated.<br /><br />The owner reserves the right to reject any and all bids and to waive any and all informalities in the bidding.<br /><br />Dates of Publication May 3, 2023<br />May 10, 2023<br /><br />BY ____________________________ Dr. Tony McGee<br /><br />Superintendent
https://www.centralauctionhouse.com/rfp16393636-restroom-renovations-armstrong-junior-high-school-starkville-mississippi.html
08-May-2023 12:00:00 AM |
02-Jun-2023 02:00:00 PM |
Starkville Oktibbeha Consolidated School District |
RESTROOM RENOVATIONS SUDDUTH ELEMENTARY SCHOOL
|
ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the STARKVILLE OKTIBBEHA CONSOLIDATED SCHOOL DISTRICT, STARKVILLE MISSISSIPPI, until JUNE 2, 2023 at 2:00 P.M. in the office of the Superintendent, STARKVILLE OKTIBBEHA CONSOLIDATED SCHOOL DISTRICT, 401 GREENSBORO STREET, STARKVILLE, MISSISSIPPI, for RESTROOM RENOVATIONS SUDDUTH ELEMENTARY SCHOOL, STARKVILLE OKTIBBEHA CONSOLIDATED SCHOOL DISTRICT, STARKVILLE, MISSISSIPPI, where they will be publicly opened and read.<br /><br />Copies of said specifications and contract documents may be obtained from ARCHITECTONICS pllc, Thomas Stewart, Architect, 300A Greensboro Street, Starkville, Mississippi, 39759. Phone: (662) 615-5588, WWW.THESCHOOLARCHITECT.COM OR they may be examined in the office of the Superintendent.<br /><br />Project is funded by ESSER Funding, Federal Requirements are included in Project Specifications.<br /><br />Proposals shall be submitted in duplicate only upon the blank proposal forms provided with the specifications.<br /><br />Submittal of Electronic bids is allowed as an option. Electronic bids must be in “pdf” format and shall contain the same information and items required for paper bids including bid bond. Electronic bids will be accepted atwww.architectonics.info/planroom and follow link to Electronic Bidding.<br /><br />Bids must be received on or before the period scheduled for the project and no bid may be withdrawn after the scheduled closing time for the project for a period of sixty (60) days.<br /><br />All bids submitted must comply with Section 31-3-21 of the Mississippi Code 1972 as annotated.<br /><br />The owner reserves the right to reject any and all bids and to waive any and all informalities in the bidding.<br /><br />Dates of Publication May 3, 2023<br />May 10, 2023<br /><br />BY ____________________________ Dr. Tony McGee<br /><br />Superintendent
https://www.centralauctionhouse.com/rfp10679973-restroom-renovations-sudduth-elementary-school.html
08-May-2023 12:00:00 AM |
02-Jun-2023 02:00:00 PM |
Tate County School District |
Propane gas - FY2024
|
<br />Tate County School District, in accordance with Section 37-7-13 of the Mississippi Code,<br /><br />annotated, is now soliciting bids for the “Propane and Related Services – 2024” in the<br /><br />following manner:<br /><br />Bids will be accepted until 10:00 am CST on Friday, June 9, 2023, in sealed envelopes at<br /><br />the Tate County School District Central Office, 574 Parkway Street, Coldwater, MS, or<br /><br />by electronic bid submission. Electronic bids can be submitted at<br /><br />www.centralbidding.com. For any questions relating to the electronic bidding process,<br /><br />please contact Central Bidding at 225-810-4814.<br /><br />Bid packets are on file at the Central Office. To receive a copy of the bid packet, please<br /><br />contact the Business Manager by email: spatton@tcsdms.org. The bid packet may also<br /><br />be downloaded at www.centralbidding.com, for a fee. All bids must comply with the<br /><br />specifications provided. The Tate County School District reserves the right to amend the<br /><br />specifications, as necessary, and agrees to notify all having requested bid packets.<br /><br />The contract will be awarded to the lowest responsible bidder.<br /><br />Tate County School District reserves the right to refuse any and all bids. No bids will be<br /><br />opened if they are received late. No emailed bids will be accepted. All bids may be<br /><br />delivered electronically through the link referenced above, mailed or delivered by hand<br /><br />to:<br /><br />Tate County School District<br /><br />Attn: Sandy Patton, Business Manager<br /><br />574 Parkway Street<br /><br />Coldwater, MS 38618
https://www.centralauctionhouse.com/rfp39462065-propane-gas--fy2024.html
24-May-2023 12:00:00 AM |
09-Jun-2023 10:00:00 AM |
Tippah County |
Wheel loader
|
LEGAL NOTICE<br />NOTICE TO BIDDERS<br /> <br /> The Tippah County Board of Supervisors will receive un-priced solicitations until 5:00 p.m. on Friday, June 2, 2023 at the Chancery Clerk’s Office at 101 E. Spring Street, Ripley, MS 38663 or by electronic submission at www.centralbidding.com. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids (via email) through a Reverse Auction. Reverse Auction bids can be submitted at www.centralbidding.com. For any questions relating to the Reverse Auction process or assistance with registration, please contact Central Bidding at 1-225-810-4814.<br /> <br />Bidding will be held by Reverse Auction on Wednesday, June 7, 2023 from at 9am to 10am. The county 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 fifteen (15) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will 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 />The Board will accept bids for equipment with the following specifications:<br /><br />Wheel Loader Specs<br /> <br />26000 lbs<br />149+ hp<br />3 yd bucket<br />Auto cabin climate control standard<br />Machine shall have the ability to provide maintenance reminders based on hours of operation<br />Auto locking differential function<br />Axle shall have fully enclosed brakes and final drives<br />Boom lift circuit shall have four positions: raise, hold, lower and float<br />Service location within 100 miles<br />Extended warranty options<br /> <br />Bidder must provide warranty including that bidder must directly handle warranty claims for all components throughout the warranty periods including transportation Bidders should identify the location of the two nearest dealers who will honor the warranty. Bidders should also submit a proposal for the lease-purchase of the equipment.<br /> <br />More detailed specification may be obtained from the Tippah County Chancery Clerk’s office.<br /> <br />Tippah County Board of Supervisors reserves the right to reject any and all bids submitted and to waive formalities.<br /> <br /> THIS, the 15th day of May, 2023.<br /> <br />/s/Jimmy Gunn <br /> Jimmy Gunn, President<br /> Tippah County Board of Supervisors<br /> <br />ATTEST:<br /> <br />/s/ Mike Long <br />Mike Long, Clerk<br />Tippah County Board of Supervisors
https://www.centralauctionhouse.com/rfp17630713-wheel-loader.html
24-May-2023 01:00:00 PM |
02-Jun-2023 05:00:00 PM |
Walthall County |
One or More Backhoes
|
THERE CAME ON TO BE HEARD AND WAS HEARD the motion of Supervisor , which motion was seconded by Supervisor , to adopt the following resolution, to-wit: RE: RESOLUTION TO ADVERTISE FOR BIDS FOR PURCHASE OF ONE OR MORE BACKHOES WHEREAS, Walthall County has need of purchasing one or more new backhoes use in maintenance of roads and bridges in Walthall County, and WHEREAS, it would be in the best interests of Walthall County, Mississippi and its people that advertisement be made for the purchase of one or more new backhoes. IT IS THEREFORE, ORDERED AND RESOLVED that the Clerk of this Board be authorized and directed to cause to be published in the Tylertown Times, in the manner provided by law, the following notice, to-wit: May 10, 2023 NOTICE OF INVITATION TO BID Notice is hereby given that sealed or electronic bid proposals will be received by the Board of Supervisors of Walthall County, Mississippi for the purpose of purchasing one or more new backhoes. Bid proposals (no prices) will be accepted until 10:00 am. on Monday, June 5, 2023. Bid specifications and procedures may be obtained by contacting the Walthall County Purchase Clerk, 200 Ball Avenue, Tylertown, Mississippi on Monday through Friday between the hours of 8:00 AM and 5:00 PM. Bid proposals may be submitted by sealed envelope at the Walthall County Chancery Clerk's Office, 200 Ball Avenue, Tylertown, Mississippi, or by electronic submission at www.centralbidding.com. All sealed bid proposals must be on file with the Walthall County Chancery Clerk prior to or by the acceptance date and time as stated above. Said bid proposals must be sealed and clearly marked on the outside of the envelope as indicated: ONE OR MORE NEW BACKHOES /BID PROPOSAL DATE: MONDAY, JUNE 5, 2023. Submissions not so marked are submitted at the risk of the prospective bidder and the County assumes no responsibility for the premature opening of same by any County employee. Bid proposals sent through the U.S. Mail or delivered in person are done so at the risk of the prospective bidder and should be addressed and/or delivered to the Walthall County Board of Supervisors, in care of the Walthall County Chancery Clerk, 200 Ball Avenue, Tylertown, Mississippi 39667. The County is not responsible for submissions that are delivered in person or arrive in the mail after the designated opening time. All electronic bid specifications and procedures may be obtained electronically at www.centralbidding.com For questions relating to electronic downloads, please callCentral Bidding at 225-810-4814. Bid proposals will be evaluated and vendors submitting acceptable proposals will be invited by no later than 5:00 p.m. on Wednesday, June 7, 2023 to submit priced bids. Final bidding will be held by electronic reverse auction on Tuesday, June 20, 2023 at www.centralbidding.com beginning at 10:00 AM and ending at 11:00 AM (unless extended by anti-sniping). Electronic bids and/or reverse auctions 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 in the regular meeting room of the Walthall County Board of Supervisors, 200 Ball Avenue, Tylertown, Mississippi 39667, on Tuesday, June 20, 2023, beginning at 10:00 AM and ending at 11:00 AM (unless extended by anti-sniping) and will be included in the"live" reverse auction. However, anyone wishing to submit bids in that manner will need to register with Central Bidding prior to said date. After careful consideration, the Walthall County Board of Supervisors will officially award the bid at the next scheduled Board meeting on Wednesday, June 21, 2023, or as soon thereafter as reasonably possible. If the agency is closed for any unforeseen reason which prevents the acceptance and/or opening of sealed or electronic bids, or prevents the live reverse auction at the advertised date and time, all bids shall be publicly opened and read aloud on the next business day that the agency shall be open and at the previously advertised time. All reverse auctions shall begin on the next business day that the agency shall be open and at the previously advertised time. The agency shall not be held responsible for the receipt of any bids for which the delivery was attempted and failed due to the unforeseen closure of the agency. Each vendor/contractor shall be required to ensure the deliveryand receipt of its sealed and/or electronic bid by the agency prior to the new date and time of the bid opening. The Board expressly reserves the right to accept or reject any or all bids, or any part of any or all bids based on a lowest and best bid determination in the best interest of the County. The Board of Supervisors may consider the following factors in determining the award: date of delivery, service, previous performance and experience of bidder, buyback options, transportation costs, costs of operating, quality, maintenance and warranty. The Board reserves the right to waive informalities. Please take notice pursuant to Section 19-13-17, Mississippi Code of 1972, Amended, that the Board of Supervisors intends to pay for such equipment in installments or cash. Payment will be made after first Monday of month following delivery, provided delivery is made on or before 25th of such month. The County reserves the right to utilize "anti-sniping" for reverse auctions. Anti-sniping is a tool that automatically extends the bid time for reverse auctions by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse suction. The anti-sniping effect will automatically 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. SO RESOLVED, on this the 1st day of May, 2023
https://www.centralauctionhouse.com/rfp96254174-one-or-more-backhoes.html
18-May-2023 12:00:00 AM |
05-Jun-2023 10:00:00 AM |
Warren County |
Vicksburg Bridge Commission - Iowa Shop Channel Stabilization Project
|
ADVERTISEMENT FOR BIDS - NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that the Vicksburg Bridge Commission of Warren County will receive sealed bids from qualified bidders for the project identified as the <b>Iowa Shop – Channel Stabilization Project. </b> The project includes drainage improvements and bank stabilization along a stretch of Stouts Bayou off of Iowa Boulevard in Vicksburg, MS, Warren County, 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 /> <br />The contract time for the work included in this contract is Seventy (70) 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 /> <br />Deadline for receipt of Bids is 10:00 a.m. local time on Tuesday, May 9, 2023. Bids will be received at the Engineer’s Office, Neel Schaffer, Inc., 1100 Cherry Street, Vicksburg, MS 39183. Bidders are cautioned that the Engineer’s Office does not receive the daily U.S. Mail on or before 10:00 a.m. Bids will be time-stamped upon receipt according to the Engineer’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 /> <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 /> <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 a classification such as (a) Highway, Street and Bridge Construction, (b) Municipal and Public Works Construction, (c) Excavation, Grading & Drainage or another closely related classification. 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 /> <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 /> <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 the Vicksburg Bridge Commission of 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 Vicksburg Bridge Commission of 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 /> <br />Neel-Schaffer, Inc. is the Engineer for this project. Plans, Specifications, and Contract Documents are on file and open to public inspection at the local Neel-Schaffer, Inc. office. Contractors may request bid documents by visiting www.centralbidding.com and following the site instructions for registration and download. Bid Documents may also be picked up at no charge at the Neel-Schaffer office located at 1100 Cherry Street, Vicksburg, MS 39183. Questions may be addressed to Brian Robbins, Project Manager via brian.robbins@neel-schaffer.com.<br /> <br />The Vicksburg Bridge Commission of Warren County 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 Commission Order dated the 8th day of March 2023.<br /> <br />The Vicksburg Bridge Commission of Warren County<br />By: Herman Smith, Superintendent<br />PUBLICATION DATES: <br /> <br />April 7, 2023<br />April 14, 2023<br />
https://www.centralauctionhouse.com/rfp67462671-vicksburg-bridge-commission--iowa-shop-channel-stabilization-project.html
07-Apr-2023 12:00:00 AM |
12-Jun-2023 11:00:00 AM |
Warren County |
Warren County ERBR 75(01) Halls Ferry Road Bridge Repair
|
OFFICE OF STATE AID ROAD CONSTRUCTION<br />MISSISSIPPI DEPARTMENT OF TRANSPORTATION<br />AND<br />WARREN COUNTY BOARD OF SUPERVISORS<br />SECTION 900<br />NOTICE TO CONTRACTORS:<br />Sealed bids will be received by the Board of Supervisors of Warren County, Mississippi at the Warren County Purchasing Department, Vicksburg, Mississippi, until 10:00 am on the 14th day of June, 2023 and shortly thereafter publicly opened for the construction of 0.133 miles of BRIDGE REPAIR AND APPROACHES on the HALLS FERRY ROAD being known as Project No. ERBR-75(01) in Warren County, Mississippi.<div>PROJECT NO. ERBR-75(01)<br />WARREN COUNTY<br />NOTICE TO CONTRACTORS:<br />CONTRACT TIME: 120 Working Days<br />BASIS OF AWARD<br />The award, if made, will be made to the lowest qualified bidder on the basis of published quantities.<br />The Board of Supervisors hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br />PLANS AND SPECIFICATIONS are on file in the Office of the Chancery Clerk of Warren County, the County Engineer's office and the Office of the State Aid Engineer, 412<br />E. Woodrow Wilson Avenue, Jackson, Mississippi. This project shall be constructed in accordance with the latest edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction.<br />PLANS AND PROPOSALS may be secured from Keith O’Keefe, County Engineer for Warren County, Mississippi, 1100 Cherry Street, Vicksburg, MS 39183. The Cost is fifty dollars ($50.00) for plans and fifty dollars ($50.00) for the proposal, non-refundable. 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/proposals. 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 />Certified check or bid bond for five percent (5%) of the total bid, made payable to Warren County and the State of Mississippi must accompany each proposal.<br />Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposal will not be considered in making the award.<br />Kelle Barfield, President<br />Warren County Board of Supervisors<br /> </div>
https://www.centralauctionhouse.com/rfp25211616-warren-county-erbr-7501-halls-ferry-road-bridge-repair.html
10-May-2023 12:00:00 AM |
14-Jun-2023 10:00:00 AM |
Washington County |
Ultrasound Machine
|
LEGAL NOTICE<br /> <br />Notice is hereby given that the Washington County Delta Health System Hospital located in Washington County, Mississippi (the “County”), will receive sealed bids or participation in the reverse auction for an Ultrasound Machine.<br /> <br />Un-priced bid proposals will be accepted until 10:00 a.m. local time on May 25, 2023, in sealed envelopes at the Office of the County Administrator of Washington County, Mississippi, at 910 Courthouse Lane, Suite A, Greenville, MS, 38701, or at P. O. Box 158, Greenville, MS 38702, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic bids and/or reverse auction bids can be submitted at www.centralauctionhouse.com. For any questions relating to the electronic bidding process, please call Central Bidding at <a href="tel:225-810-4814">225-810-4814</a>.<br /> <br />Bidding will be held by ELECTRONIC REVERSE AUCTION on June 01, 2023, commencing at 10:00 a.m. and ending at 11:00 a.m. local time. Washington County, Mississippi reserves the right to utilize “anti-sniping” for reverse auctions. Anti-sniping is a tool that automatically extends the bid time for a reverse auction by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will also auto extend the reverse auction bid time any time a bid is placed in the last five (5) minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction ends.<br /> <br />Specifications are available by contacting the Washington County Administrator at <a href="tel:662-334-2735">662-334-2735</a>, via email at ccarter@co.washington.ms.us, or by obtaining the documents from Central Bidding at www.centralauctionhouse.com for a small fee. All bids must comply with the specifications provided. Washington County, Mississippi reserves the right to amend the specifications as necessary and agrees to notify all parties having requested bid packets. Washington County, Mississippi reserves the right to extend the auction date if necessary, to complete the bid proposal pre-qualification process.<br /> <br />Questions – All questions regarding this bid should be directed to Chelesa Carter, Washington County Administrator, in writing by email at ccarter@co.washington.ms.us or facsimile <a href="tel:(662) 335-9393">(662) 335-9393</a>, not less than seven (7) days prior to the bid due date. All questions must be submitted in writing; telephonic inquires will not be considered.<br /> <br />The County is NOT responsible for bids which are mailed to the wrong address or which arrive in the mail after the designated bid opening time.<br /> <br />The contract will be awarded to the lowest and best bidder. However, the County reserves the right to accept or reject any or all bids or to waive any informality.<br /> <br />No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.<br /> <br />Witness my signature on this the 3rd Day of May 2023..<br /> <br /> <br /> <br /> __________________________________________________<br /> Marilyn Hansell,<br /> Clerk of the Washington County Board of Supervisors<br />(SEAL)<br /> <br /> <br /> <br />Publish Dates:<br />05-10-23<br />05-17-23
https://www.centralauctionhouse.com/rfp34122326-ultrasound-machine.html
01-Jun-2023 10:00:00 AM |
01-Jun-2023 11:00:00 AM |
Washington County |
Mobile Digital X Ray Machine
|
<br /> LEGAL NOTICE<br /> <br />Notice is hereby given that the Washington County Delta Health System Hospital located in Washington County, Mississippi (the “County”), will receive sealed bids or participation in the reverse auction for an X Ray Machine.<br /> <br />Un-priced bid proposals will be accepted until 10:00 a.m. local time on May 25, 2023, in sealed envelopes at the Office of the County Administrator of Washington County, Mississippi, at 910 Courthouse Lane, Suite A, Greenville, MS, 38701, or at P. O. Box 158, Greenville, MS 38702, or by electronic bid submission. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic bids and/or reverse auction bids can be submitted at www.centralauctionhouse.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Bidding will be held by ELECTRONIC REVERSE AUCTION on June 01, 2023, commencing at 10:00 a.m. and ending at 11:00 a.m. local time. Washington County, Mississippi reserves the right to utilize “anti-sniping” for reverse auctions. Anti-sniping is a tool that automatically extends the bid time for a reverse auction by five (5) minutes if a vendor places a bid in the final five (5) minutes of the reverse auction. The anti-sniping effect will also auto extend the reverse auction bid time any time a bid is placed in the last five (5) minutes of the reverse auction and can auto extend the reverse auction multiple times until the bidding on the reverse auction ends.<br /> <br />Specifications are available by contacting the Washington County Administrator at 662-334-2735, via email at ccarter@co.washington.ms.us, or by obtaining the documents from Central Bidding at www.centralauctionhouse.com for a small fee. All bids must comply with the specifications provided. Washington County, Mississippi reserves the right to amend the specifications as necessary and agrees to notify all parties having requested bid packets. Washington County, Mississippi reserves the right to extend the auction date if necessary, to complete the bid proposal pre-qualification process.<br /> <br />Questions – All questions regarding this bid should be directed to Chelesa Carter, Washington County Administrator, in writing by email at ccarter@co.washington.ms.us or facsimile (662) 335-9393, not less than seven (7) days prior to the bid due date. All questions must be submitted in writing; telephonic inquires will not be considered.<br /> <br />The County is NOT responsible for bids which are mailed to the wrong address or which arrive in the mail after the designated bid opening time.<br /> <br />The contract will be awarded to the lowest and best bidder. However, the County reserves the right to accept or reject any or all bids or to waive any informality.<br /> <br />No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.<br /> <br />Witness my signature on this the 3rd Day of May 2023..<br /> <br /> <br /> <br /> __________________________________________________<br /> Marilyn Hansell,<br /> Clerk of the Washington County Board of Supervisors<br />(SEAL)<br /> <br /> <br /> <br />Publish Dates:<br />05-10-23<br />05-17-23
https://www.centralauctionhouse.com/rfp34140320-mobile-digital-x-ray-machine.html
01-Jun-2023 10:00:00 AM |
01-Jun-2023 11:00:00 AM |