REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES
The City of Charleston requests proposals from qualified firms or individuals to provide engineering services for work related to the implementation of FY 2024 CDBG project(s). You are invited to submit a proposal, in accordance with this request, to the Office of the City Clerk, City of Charleston; 135 Court Square; P O Box 420; Charleston, MS 38921, no later than 4 p.m. on January 8, 2024.
The Engineer will be responsible for preparing project cost estimates for application preparation and if awarded, the selected Engineer will provide all engineering services through project closeout in accordance with federal, state and local laws, regulations and policies. The scope of work includes but is not limited to the following: 1) prepare plans and specifications, 2) distribute bid documents, 3) assist in bid opening and prepare bid tabulation, 4) assist in the execution of construction contracts, 5) hold pre-construction conference, and 6) perform construction inspection including periodic reports to the City of Charleston and approve all payment requests. A timeline of required activities is available upon request.
The City of Charleston is an Equal Opportunity Employer. The City of Charleston encourages Minority-owned Business Enterprises (MBEs) and Woman-owned Business Enterprises (WBEs) to submit proposals. The City of Charleston also encourages Section 3 eligible businesses to submit proposals. Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 17010) requires, to the greatest extent feasible, that the City of Charleston and its contractors that participate in the above referenced Program give opportunities for job training and employment to lower incomes residents of the City of Charleston Section 3 also requires that contracts for work in connection with the Section 3 area be awarded to Section 3 eligible business concerns.
One (1) original and six (6) copies of the proposals must be submitted in a sealed envelope and marked with the following language: “Proposal for 2024 CDBG Engineering Services.” Proposals will be evaluated on the following factors: Qualifications (40 points), Experience (40 points) and Capacity for Performance (20 points). To be evaluated properly, the following must be addressed in detail:
Qualifications – List of qualifications of persons to be assigned to project;
Experience – Information regarding the firm’s experience and the projects previously undertaken, including the type and amount of grants awarded, the projects activities, and the status of the projects;
Capacity for Performance – Identify the number and title of staff assigned to provide services.
The Governing Board of the City of Charleston will meet to evaluate each proposal. The City of Charleston may hold proposals for a period of not to exceed thirty (30) days for the purpose of reviewing the content of the proposals and investigating the qualifications of the firms and assigned individuals. The City of Charleston reserves the right to reject any and/or all proposals or waive any irregularities.
Subject to CDBG award(s) and the removal of all environmental conditions, the City of Charleston will award a contract with the qualified individual or firm whose proposal has the highest number of cumulative points issued by the board and determined to be the most advantageous to the City of Charleston, price and other factors considered. The contract will include scope and extent of work and other essential requirements. An individual contract will be executed for each awarded project, and the contract will be on a fixed price basis. The City of Charleston has the authority to terminate the selection at any time.
REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES
The Town of Sumner requests proposals from qualified firms or individuals to provide engineering services for work related to the implementation of FY 2024 CDBG project(s). You are invited to submit a proposal, in accordance with this request, to the Office of the Town Clerk, Town of Sumner; 507 Walnut Street; P O Box 397; Sumner, MS 38957, no later than 4 p.m. on January 8, 2024.
The Engineer will be responsible for preparing project cost estimates for application preparation and if awarded, the selected Engineer will provide all engineering services through project closeout in accordance with federal, state and local laws, regulations and policies. The scope of work includes but is not limited to the following: 1) prepare plans and specifications, 2) distribute bid documents, 3) assist in bid opening and prepare bid tabulation, 4) assist in the execution of construction contracts, 5) hold pre-construction conference, and 6) perform construction inspection including periodic reports to the Town of Sumner and approve all payment requests. A timeline of required activities is available upon request.
The Town of Sumner is an Equal Opportunity Employer. The Town of Sumner encourages Minority-owned Business Enterprises (MBEs) and Woman-owned Business Enterprises (WBEs) to submit proposals. The Town of Sumner also encourages Section 3 eligible businesses to submit proposals. Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 17010) requires, to the greatest extent feasible, that the Town of Sumner and its contractors that participate in the above referenced Program give opportunities for job training and employment to lower incomes residents of the Town of Sumner Section 3 also requires that contracts for work in connection with the Section 3 area be awarded to Section 3 eligible business concerns.
One (1) original and six (6) copies of the proposals must be submitted in a sealed envelope and marked with the following language: “Proposal for 2024 CDBG Engineering Services.” Proposals will be evaluated on the following factors: Qualifications (40 points), Experience (40 points) and Capacity for Performance (20 points). To be evaluated properly, the following must be addressed in detail:
Qualifications – List of qualifications of persons to be assigned to project;
Experience – Information regarding the firm’s experience and the projects previously undertaken, including the type and amount of grants awarded, the projects activities, and the status of the projects;
Capacity for Performance – Identify the number and title of staff assigned to provide services.
The Governing Board of the Town of Sumner will meet to evaluate each proposal. The Town of Sumner may hold proposals for a period of not to exceed thirty (30) days for the purpose of reviewing the content of the proposals and investigating the qualifications of the firms and assigned individuals. The Town of Sumner reserves the right to reject any and/or all proposals or waive any irregularities.
Subject to CDBG award(s) and the removal of all environmental conditions, the Town of Sumner will award a contract with the qualified individual or firm whose proposal has the highest number of cumulative points issued by the board and determined to be the most advantageous to the Town of Sumner, price and other factors considered. The contract will include scope and extent of work and other essential requirements. An individual contract will be executed for each awarded project, and the contract will be on a fixed price basis. The Town of Sumner has the authority to terminate the selection at any time.
REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES
Tallahatchie County, Mississippi requests proposals from qualified firms or individuals to provide engineering services for work related to the implementation of FY 2024 CDBG project(s). You are invited to submit a proposal, in accordance with this request, to the County Administrator, Tallahatchie County, MS; 1 Court Square; P O Box 350; Charleston, MS 38921, no later than 4 p.m. on January 8, 2024.
The Engineer will be responsible for preparing project cost estimates for application preparation and if awarded, the selected Engineer will provide all engineering services through project closeout in accordance with federal, state and local laws, regulations and policies. The scope of work includes but is not limited to the following: 1) prepare plans and specifications, 2) distribute bid documents, 3) assist in bid opening and prepare bid tabulation, 4) assist in the execution of construction contracts, 5) hold pre-construction conference, and 6) perform construction inspection including periodic reports to Tallahatchie County, Mississippi and approve all payment requests. A timeline of required activities is available upon request.
Tallahatchie County, Mississippi is an Equal Opportunity Employer. Tallahatchie County, Mississippi encourages Minority-owned Business Enterprises (MBEs) and Woman-owned Business Enterprises (WBEs) to submit proposals. Tallahatchie County, Mississippi also encourages Section 3 eligible businesses to submit proposals. Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 17010) requires, to the greatest extent feasible, that Tallahatchie County, Mississippi and its contractors that participate in the above referenced Program give opportunities for job training and employment to lower incomes residents of Tallahatchie County, Mississippi Section 3 also requires that contracts for work in connection with the Section 3 area be awarded to Section 3 eligible business concerns.
One (1) original and six (6) copies of the proposals must be submitted in a sealed envelope and marked with the following language: “Proposal for 2024 CDBG Engineering Services.” Proposals will be evaluated on the following factors: Qualifications (40 points), Experience (40 points) and Capacity for Performance (20 points). To be evaluated properly, the following must be addressed in detail:
Qualifications – List of qualifications of persons to be assigned to project;
Experience – Information regarding the firm’s experience and the projects previously undertaken, including the type and amount of grants awarded, the projects activities, and the status of the projects;
Capacity for Performance – Identify the number and title of staff assigned to provide services.
The Governing Board of Tallahatchie County, Mississippi will meet to evaluate each proposal. Tallahatchie County, Mississippi may hold proposals for a period of not to exceed thirty (30) days for the purpose of reviewing the content of the proposals and investigating the qualifications of the firms and assigned individuals. Tallahatchie County, Mississippi reserves the right to reject any and/or all proposals or waive any irregularities.
Subject to CDBG award(s) and the removal of all environmental conditions, Tallahatchie County, Mississippi will award a contract with the qualified individual or firm whose proposal has the highest number of cumulative points issued by the board and determined to be the most advantageous to Tallahatchie County, Mississippi, price and other factors considered. The contract will include scope and extent of work and other essential requirements. An individual contract will be executed for each awarded project, and the contract will be on a fixed price basis. Tallahatchie County, Mississippi has the authority to terminate the selection at any time.
REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES
The Town of Tutwiler requests proposals from qualified firms or individuals to provide engineering services for work related to the implementation of FY 2024 CDBG project(s). You are invited to submit a proposal, in accordance with this request, to the Office of the Town Clerk, Town of Tutwiler; 221 Tallahatchie Street; P O Box 176; Tutwiler, MS 38963, no later than 4 p.m. on January 8, 2024.
The Engineer will be responsible for preparing project cost estimates for application preparation and if awarded, the selected Engineer will provide all engineering services through project closeout in accordance with federal, state and local laws, regulations and policies. The scope of work includes but is not limited to the following: 1) prepare plans and specifications, 2) distribute bid documents, 3) assist in bid opening and prepare bid tabulation, 4) assist in the execution of construction contracts, 5) hold pre-construction conference, and 6) perform construction inspection including periodic reports to the Town of Tutwiler and approve all payment requests. A timeline of required activities is available upon request.
The Town of Tutwiler is an Equal Opportunity Employer. The Town of Tutwiler encourages Minority-owned Business Enterprises (MBEs) and Woman-owned Business Enterprises (WBEs) to submit proposals. The Town of Tutwiler also encourages Section 3 eligible businesses to submit proposals. Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 17010) requires, to the greatest extent feasible, that the Town of Tutwiler and its contractors that participate in the above referenced Program give opportunities for job training and employment to lower incomes residents of the Town of Tutwiler Section 3 also requires that contracts for work in connection with the Section 3 area be awarded to Section 3 eligible business concerns.
One (1) original and six (6) copies of the proposals must be submitted in a sealed envelope and marked with the following language: “Proposal for 2024 CDBG Engineering Services.” Proposals will be evaluated on the following factors: Qualifications (40 points), Experience (40 points) and Capacity for Performance (20 points). To be evaluated properly, the following must be addressed in detail:
Qualifications – List of qualifications of persons to be assigned to project;
Experience – Information regarding the firm’s experience and the projects previously undertaken, including the type and amount of grants awarded, the projects activities, and the status of the projects;
Capacity for Performance – Identify the number and title of staff assigned to provide services.
The Governing Board of the Town of Tutwiler will meet to evaluate each proposal. The Town of Tutwiler may hold proposals for a period of not to exceed thirty (30) days for the purpose of reviewing the content of the proposals and investigating the qualifications of the firms and assigned individuals. The Town of Tutwiler reserves the right to reject any and/or all proposals or waive any irregularities.
Subject to CDBG award(s) and the removal of all environmental conditions, the Town of Tutwiler will award a contract with the qualified individual or firm whose proposal has the highest number of cumulative points issued by the board and determined to be the most advantageous to the Town of Tutwiler, price and other factors considered. The contract will include scope and extent of work and other essential requirements. An individual contract will be executed for each awarded project, and the contract will be on a fixed price basis. The Town of Tutwiler has the authority to terminate the selection at any time.
REQUEST FOR BIDS
The Town of Glendora Mayor and Board of Aldermen are assisting up to three (3) homeowners in accepting sealed bids for the rehabilitation of their home. The Town of Glendora Mayor and Board of Aldermen are also assisting up to three (3) homeowners in accepting sealed bids for the reconstruction of their home. The bids are requested through the Mississippi Home Corporation’s HOME grant program. All bidders are required to complete a Contractor’s Certification Form prior to bidding. The form is available at the Town of Glendora, 267 Main Street, Glendora, MS 38639, or by contacting Project Administrator, Granville Sherman, gsherman@ndpdd.com. A mandatory pre-bid conference will be held at the Town of Glendora, 78 Westbrooks Street, Glendora, MS 38928 on Thursday, January 11, 2024 at 1:30 p.m. at which time the Contractor’s Certification Form may be submitted. Only contractors who attend the mandatory pre-bid conference and who have met the requirements of the Certification Form will be allowed to submit bids. To receive a copy of the Contractor’s Certification Form prior to the pre-bid conference, please contact North Delta Planning & Development District, Inc., Granville Sherman, at 662-561-4100, or gsherman@ndpdd.com.
The construction bids should include rehabilitation and reconstruction of homes as specified in the bid packets. A copy of the specifications will be available at the mandatory pre-bid, and thereafter at Glendora Town Hall, or by contacting Granville Sherman, gsherman@ndpdd.com. The project includes rehabilitation of up to three (3) existing homes and the reconstruction of up to three (3) existing homes. All bids should be sealed, labeled on the envelope “Glendora HOME Construction Bids”, and delivered to the Town of Glendora, Office of the Town Clerk, 78 Westbrooks Street, Post Office Box 90, Glendora, MS 38928 by Friday, January 26, 2024 at 1:30 p.m., at which time they will be opened and read aloud.
Section 3 of the Housing and Community Development Act 1968 requires that the Owner and contractors participating in this HOME project give opportunities for employment to lower income residents of the project area. The Town of Glendora is also an equal opportunity employer and hereby notifies all bidders that it will affirmatively ensure that equal opportunity will be given in bid submittal and contract award. Women-owned and Minority-owned businesses are encouraged to bid. The Town of Glendora reserves the right to reject any and all bids, or waive any irregularities.
REQUEST FOR PROPOSALS
The City of Charleston Mayor and Board of Aldermen will receive sealed proposals for legal services from qualified person(s) or firms on their 2021 HOME Rehabilitation Project. The proposals should be labeled "Legal Services Proposal".
Proposals will also be accepted from trained Department of Environmental Quality (DEQ) certified asbestos & lead based paint inspectors to inspect up to ten (10) units to be rehabilitated/reconstructed. The proposals should be labeled "Asbestos & LBP Inspection Proposal" and have a valid DEQ certification number recorded on the outside. The proposers should be familiar with the HUD Requirements, rules and regulations.
Proposals will also be accepted from trained Land Surveyors licensed in Mississippi to survey up to ten (10) properties and house sites of the project in The City of Charleston’s 2021 HOME project. The proposals should be labeled "Land Surveyor" and include a copy of the Land Surveyor’s Mississippi License. The proposers should be familiar with the HUD Requirements, rules and regulations.
These proposals are requested in accordance with current state law and 24 CFR 85 "Common Rule". The contract(s) will be awarded to the qualified proposers, whose proposals are determined to be most advantageous to the City.
Those desiring consideration should submit one (1) original proposal and five (5) copies by 4:00 p.m. on Friday, January 5, 2024, at the City of Charleston, 135 Court Square, Post Office Box 420, Charleston, Mississippi 38921. The proposals will be opened and reviewed by the City of Charleston Board of Aldermen in an open meeting. Proposers may request more information by contacting Granville Sherman, P O Box 1488, Batesville, MS 38606, 662-561-4113, gsherman@ndpdd.com.
No proposal may be withdrawn for a period of thirty (30) days following its submission. The board reserves the right to reject any and all proposals.
All proposals will be rated on the following system to determine the best firm:
Description and Maximum Points: Qualifications - 40, Experience - 40, Capacity - 20, Total - 100 Points.
Sedrick Smith
Mayor, City of Charleston
NOTICE TO ALL FINANCIAL INSTITUTIONS
IN TALLAHATCHIE COUNTY, MISSISSIPPI
Pursuant to Section 27-105-305 of the Miss. Code of 1972, notice is hereby given that the Board of Supervisors of Tallahatchie County, Mississippi will receive sealed bids from financial institutions at the regular meeting of the Board of Supervisors until 10.00 a. m on Monday, the 5th day of February, 2024, in Office of the Chancery Clerk in the First Judicial District of Tallahatchie County, Mississippi in Charleston, Mississippi, for the privilege of keeping county funds or any part thereof for the year 2024. Said bids shall be opened at the hour of 11:00 a .m on Monday, February 5th, 2024 at the Tallahatchie County Courthouse in Charleston, Mississippi All bids should be submitted to the Clerk of the Board of Supervisors at her office in Charleston or Sumner, Mississippi before the aforementioned-time and date.
All bids must designate the kind of security as authorized by law, which the financial institution proposes to give as security for such funds.
Financial institutions may submit bids for one (1) year term and for a two (2) year term, per MS Code 27-105-305.
It is specifically stated that the Board will take into consideration the financial institution which proposes the best terms and highest rate on the interests to be held by depository.
Done by Order of the Board of Supervisors on the 4th day of December, 2023.
IN THE CHANCERY COURT OF TALLAHATCHIE COUNTY, MISSISSIPPI
FIRST JUDICIAL DISTRICT
In the Matter of the Estate of Mattie Jean Young, Deceased
Cause No. 2023-58
NOTICE TO CREDITORS
Letters Testamentary having been granted on the 12th day of December, A.D., 2023, by the Chancery Court of the First Judicial District of Tallahatchie County, Mississippi, to the undersigned upon the Estate of Mattie Jean Young, deceased, notice is hereby given to all persons having claims against said Estate to present same to the Clerk of this Court for probate and registration according to the law within ninety (90) days from the first publication of this notice, or they will forever be barred.
This the 13th day of December, 2023.
Sandra Carol Tribble, Executrix of the Estate of Mattie Jean Young
Thomas U. Reynolds
MSB#5307
Attorney for Executor
PO drwer 280
Charleston, MS 38921
EAST TALLAHATCHIE SCHOOL DISTRICT PUBLIC NOTICE OF INVITATION TO BID FOR A HUNTING LEASE
To all persons interested in the following described Forest Land in the Tallahatchie County, Mississippi, towi:
Section 16, Township 25 North, Range 1 East
All the timber within the second containing 61.23 acres, m/l, Tallahatchie County, Mississippi.
You are hereby notified that sealed bid to lease for the Hunting&Fishing Lease on the above described Sixteenth Seciton Lands, or lands in lieu thereof, may be filed with the Superintendent of Education of East Tallahatchie School District located at 41 East Chestnut Street, Charleston, Mississippi 38921, on or before 3:00 p.m. on the 11th day of January 2024. The sealed bids shall be submitted for the Entire Parcel and must include 100% of the amount bid for that parcel. Bids shall be submitted in a sealed envelope, and shall be plainly marked on the outside of the envelope “HUNTING BID” #16-25N-1E on approximately 61.23 acres, m/l, addressed to:
East Tallahatchie School District
Mike Ainsworth, 16th Section Land Manager
Hunting Bid, 16-25N-1E, containing 61.23 acres.
411 East Chestnut Street
Charleston, Mississippi 38921
All bids will be opened at 6:30 p.m. on the 11th day of January 2024, or as soon as possible thereafter. The Board reserves the right to reduce the term and reject all bids, but if any bid is accepted, the Baord will award said Hunting Lease pursuant to Miss Code of 1972 Sec. 29-3-41 as amended, provided that East Tallahatchie School Board shall have the right to reject any and all bids.
The East Tallahatchie School Board receives an acceptable bid in response to the advertisement for the leasing of the above-described property for a five-year lease contract with said Board.
East Tallahatchie School District
Raymond Russell, Superintendent