Public Notice
Charleston Mini Storage gives notice that pursuant to the provisions Section 85-7-125 of the Mississippi Code annotated (1972 amended) it will offer for sale to the highest bidder for cash at Charleston Mini Storage, 206 W. Walnut Street, Charleston, MS 38921 on Friday, October 4, 2024, at 11 a.m. at its self storage facilities the contents of the storage units listed below:
Unit #22 - Rosezena Brown
NOTICE OF SUBSTITUTE TRUSTEE’S SALE
STATE OF MISSISSIPPI
COUNTY OF 1ST DISTRICT TALLAHATCHIE
WHEREAS, default has occurred in the performance of the covenants, terms and conditions of a Deed of Trust dated April 25, 2022, executed by MARSHALL SHANE HARGETT conveying certain real property therein described to CHICAGO TITLE INSURANCE COMPANY, A NEBRASKA CORPORATION, as Trustee, for MORTGAGE ELECTRONIC REGISTRATION SYSTEMS, INC., AS BENEFICIARY, AS NOMINEE FOR MUTUAL OF OMAHA MORTGAGE, INC., Original Beneficiary, to secure the indebtedness therein described, as same appears of record in the office of the Chancery Clerk of 1st District Tallahatchie County, Mississippi filed and recorded May 9, 2022, in Deed Book 2022, Page 1066; and
WHEREAS, the beneficial interest of said Deed of Trust was transferred and assigned to Mutual of Omaha Mortgage, Inc.; and
WHEREAS, Rubin Lublin, LLC has been appointed as Substitute Trustee; and
NOW, THEREFORE, the holder of said Deed of Trust, having requested the undersigned so to do, as Substitute Trustee or his duly appointed agent, by virtue of the power, duty and authority vested and imposed upon said Substitute Trustee shall, on October 10, 2024 within the lawful hours of sale between 11:00AM and 4:00PM at the east front door of the Courthouse proceed to sell at public outcry to the highest and best bidder for cash or certified funds ONLY, the following described property situated in 1st District Tallahatchie County, Mississippi, to wit:
COMMENCING AT THE INTERSECTION OF THE SOUTH LINE OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 14, TOWNSHIP 25 NORTH, RANGE 2 EAST, FIRST JUDICIAL DISTRICT, TALLAHATCHIE COUNTY, MISSISSIPPI, WITH THE WEST BOUNDARY OF THE CHARLESTON-TEASDALE PUBLIC ROAD; THENCE RUN NORTH ALONG THE WEST BOUNDARY OF THE SAID CHARLESTON-TEASDALE ROAD 8.93 CHAINS; THENCE SOUTH 28°26` EAST 192.6 FEET TO THE POINT OF BEGINNING ON THE EAST RIGHT OF WAY OF THE SAID CHARLESTON-TEASDALE ROAD; FROM SAID POINT OF BEGINNING, RUN THENCE SOUTH 85°31` EAST 374.7 FEET TO THE JUNCTION OF TILLATOBA CREEK AND A CERTAIN TRIBUTARY OF TILLATOBA CREEK; THENCE ALONG SAID CERTAIN TRIBUTARY OF TILLATOBA CREEK TO THE EAST RIGHT OF WAY OF THE AFORESAID PUBLIC ROAD AS FOLLOWS:
NORTH 14° 14` WEST 121.2 FEET, NORTH 16°42` WEST 336.6 FEET, NORTH 57°50` WEST 156.1 FEET, NORTH 71°48` WEST 47.9 FEET, NORTH 27° 17` WEST 125 FEET TO THE SAID EAST RIGHT OF WAY OF THE SAID CHARLESTON-TEASDALE PUBLIC ROAD; THENCE ALONG THE EAST RIGHT OF WAY OF THE SAID PUBLIC ROAD AS FOLLOWS: SOUTH 01°20` WEST 93.3 FEET, SOUTH 01°09` EAST 111.9 FEET, SOUTH 02° 17` EAST 120.2 FEET, SOUTH 03°18` EAST 109.4 FEET, MORE OR LESS, TO THE POINT OF BEGINNING ENCLOSING 3.6 ACRES, MORE OR LESS, IN THE NORTHEAST QUARTER OF THE SAID SECTION 14 AND IN THE NORTHWEST QUARTER OF SECTION 13, TOWNSHIP 25 NORTH, RANGE 2 EAST, FIRST JUDICIAL DISTRICT, TALLAHATCHIE COUNTY, MISSISSIPPI.
SUBJECT TO MINERAL RESERVATION IN BOOK 143 AT PAGE 144 AND BOOK 167 AT PAGE 320.
BEING THAT PROPERTY CONVEYED TO GRANTORS IN BOOK 415 AT PAGE 156.
SUBJECT TO PRIOR MINERAL RESERVATIONS AND RIGHTS OF WAY FOR PUBLIC ROADS AND UTILITIES.
PROPERTY ADDRESS: The street address of the property is believed to be 3024 TEASDALE RD, CHARLESTON, MS 38921. In the event of any discrepancy between this street address and the legal description of the property, the legal description shall control.
Title to the above described property is believed to be good, but I will convey only such title as is vested in me as Substitute Trustee.
THIS LAW FIRM IS ATTEMPTING TO COLLECT A DEBT. ANY INFORMATION OBTAINED WILL BE USED FOR THAT PURPOSE.
Rubin Lublin, LLC
3145 Avalon Ridge Place, Suite 100
Peachtree Corners, GA 30071
rlselaw.com/property-listing
Tel: (877) 813-0992
Fax: (470) 508-9401
IN THE CHANCERY COURT OF TALLAHATCHIE COUNTY, MISSISSIPPI
FIRST JUDICIAL DISTRICT
IN THE MATTER OF THE ESTATE OF BETTY RYAN MURPHEY, DECEASED
CAUSE NO. 2024-58
MARY AGNES W. PHILLIPS PETITIONER
NOTICE TO CREDITORS
Letters of Executrixship having being granted on the 28th day of August, A.D., 2024, by the Chancery Court of the First Judicial District of Tallahatchie County, Mississippi to the undersigned Executrix of the Estate of Betty Ryan Murphey, Deceased, notice is hereby given to all persons having claims against said estate to present the same to the Clerk of this Court for probate and registration according to law, within ninety (90) days from the first publication of this notice, or they will be forever barred.
Dated, this the 28th day of August, A.D., 2024.
/s/ Mary Agnes W. Phillips
MARY AGNES W. PHILLIPS, Executrix of the Estate of BETTY RYAN MURPHEY, Deceased
Lance D. Tennyson, MS Bar #105204
Attorney for Executrix
P.O. Box 190
Charleston, MS 38921
P: (662) 647-3656
F: (662) 647-0218
lance@tennysonlegal.com
ADVERTISEMENT FOR BIDS
CASCILLA WATER ASSOCIATION
PO BOX 157, CHARLESTON, MS 38921
Sealed Bids for the Construction of Cascilla Water Association Well Project- Contract ‘A’ (PROJECT NO. ARWAIG-G-068001) will be received by Cascilla Water Association herein called the “owner” at the Willis Engineering, Inc. Office, at 133 South Mound St., Grenada MS until 6:00 PM local time _OCTOBER 21, 2024 and then at said office publicly opened and read aloud.
The PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:
1. Willis Engineering, Inc. 133 South Mound St., Grenada, MS, 38901 662-226-1081
2. Plan House Printing Tupelo, 605 West Main Street, Tupelo, MS 38804
3. Plan House Printing Hattiesburg, 1A Churchill Street, Hattiesburg, MS 39402
4. Plan House Printing Gulfport, 14231 Seaway Road, Ste E-7, Gulfport, MS 39503
The BID SCHEDULE may be examined at the following locations:
A. Mississippi Procurement Technical Assistance Program (MPTAP) Mississippi Development Authority, Minority & Small Business Development Woolfolk Building 501 North West Street, Suite B 01 Jackson, MS 39201
B. Northeast MS APEX Office 318 7th Street North, Columbus MS 39703 (662)329-1077
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 to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents must be purchased through the website. Questions regarding website registration and online orders please contact Plan House Printing at (662) 407-0193. Electronic bids may be submitted at www.weiplanroom.com. For any questions to the electronic bidding process contact Plan House Printing at (662) 407-0193. Contractors may bid on any single contract in the project.
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.
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 ARPA Rural Water Associations Infrastructure Grant (RWAIG). 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 RWAIG Program Regulations.
Based on the Assistance Listing: Coronavirus State and Local Fiscal Recovery Funds and Part 2 of the US Treasury State and Local Fiscal Recovery Funds Compliance and Reporting Guidance (v3.0 February 2022) (Compliance Guide), the following Uniform Guidance provisions will be required in all contracts:
• Subpart A, Acronyms and Definitions
• Subpart B, General provisions
• Subpart C, Pre-Federal Award Requirements and Contents of Federal Awards (except 2 CFR 200.204, .205, .210, and .213)
• Subpart D, Post Federal; Award Requirements (except 2 CFR 200.305(b)(8) & (9), .308, .309, and .320(c)(4))
• Subpart E, Cost Principles
• Subpart F, Audit Requirements
• 2 CFR Part 25 (Universal Identifier & System for Award Management)
• 2 CFR Part 170 (Reporting Subaward and Executive Compensation Information)
• 2 CFR Part 180 (OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Non-procurement)
• 2 CFR 200 Appendix ii
ADVERTISEMENT FOR BIDS
CASCILLA WATER ASSOCIATION
PO BOX 157, CHARLESTON, MS 38921
Sealed Bids for the Construction of Cascilla Water Association Distribution Project- Contract ‘B’ (PROJECT NO. ARWAIG-G-068001) will be received by Cascilla Water Association herein called the “owner” at the Willis Engineering, Inc. Office, at 133 South Mound St., Grenada MS until 6:00 PM local time OCTOBER 21, 2024__ and then at said office publicly opened and read aloud.
The PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:
1. Willis Engineering, Inc. 133 South Mound St., Grenada, MS, 38901 662-226-1081
2. Plan House Printing Tupelo, 605 West Main Street, Tupelo, MS 38804
3. Plan House Printing Hattiesburg, 1A Churchill Street, Hattiesburg, MS 39402
4. Plan House Printing Gulfport, 14231 Seaway Road, Ste E-7, Gulfport, MS 39503
The BID SCHEDULE may be examined at the following locations:
A. Mississippi Procurement Technical Assistance Program (MPTAP) Mississippi Development Authority, Minority & Small Business Development Woolfolk Building 501 North West Street, Suite B 01 Jackson, MS 39201
B. Northeast MS APEX Office 318 7th Street North, Columbus MS 39703 (662)329-1077
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 to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents must be purchased through the website. Questions regarding website registration and online orders please contact Plan House Printing at (662) 407-0193. Electronic bids may be submitted at www.weiplanroom.com. For any questions to the electronic bidding process contact Plan House Printing at (662) 407-0193. Contractors may bid on any single contract in the project.
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.
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 ARPA Rural Water Associations Infrastructure Grant (RWAIG). 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 RWAIG Program Regulations.
Based on the Assistance Listing: Coronavirus State and Local Fiscal Recovery Funds and Part 2 of the US Treasury State and Local Fiscal Recovery Funds Compliance and Reporting Guidance (v3.0 February 2022) (Compliance Guide), the following Uniform Guidance provisions will be required in all contracts:
•Subpart A, Acronyms and Definitions
• Subpart B, General provisions
• Subpart C, Pre-Federal Award Requirements and Contents of Federal Awards (except 2 CFR 200.204, .205, .210, and .213)
• Subpart D, Post Federal; Award Requirements (except 2 CFR 200.305(b)(8) & (9), .308, .309, and .320(c)(4))
• Subpart E, Cost Principles
• Subpart F, Audit Requirements
• 2 CFR Part 25 (Universal Identifier & System for Award Management)
• 2 CFR Part 170 (Reporting Subaward and Executive Compensation Information)
• 2 CFR Part 180 (OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Non-procurement)
• 2 CFR 200 Appendix ii
IN THE CHANCERY COURT OF TALLAHATCHIE COUNTY, MISSISSIPPI
FIRST JUDICIAL DISTRICT
IN THE MATTER OF THE ESTATE OF WALTER ALLEN KUYKENDALL, DECEASED
CAUSE NO. 2024-18
DEBRA ANN STONE KUYKENDALL PETITIONER
NOTICE TO CREDITORS
Letters of Administration having being granted on the 12th day of September, A.D., 2024, by the Chancery Court of Tallahatchie County, Mississippi to the undersigned Co-Administrator of the Estate of Walter Allen Kuykendall, deceased, notice is hereby given to all persons having claims against said estate to present the same to the Clerk of this Court for probate and registration according to law, within ninety (90) days from the first publication of this notice, or they will be forever barred.
Dated, this the 12th day of September, A.D., 2024.
/s/ Debra Ann Stone Kuykendall
DEBRA ANN STONE KUYKENDAL
Administrator of the Estate of Walter Allen Kuykendall, Deceased
Lance D. Tennyson, MS Bar #105204
Attorney for Debra Ann Stone Kuykendall
P.O. Box 190
Charleston, MS 38921
P: (662) 647-3656
F: (662) 647-0218
lance@tennysonlegal.com
ADVERTISEMENT FOR BIDS
Separate sealed Bids will be received by the BLUE CANE-COWART-TIPPO WATER ASSOCIATION, CHARLESTON, MISSISSIPPI, for Water System Improvements, (REBID) Project No. ARWAI-G-0680037, until _Tuesday, October 30, 2024 at 6:00 P.M., at the Blue Cane-Cowart-Tippo Water Association office located at 3681 Sharkey Rd CHARLESTON, MS at which time and place bids will be opened and read aloud.
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:
Blue Cane-Cowart-Tippo Water Association, 3681 Sharkey Rd, Charleston, MS 38921
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.
Gardner Engineering, P.A.
P. O. Drawer A
216 Second Street
Indianola, MS 38751
Telephone 662- 887-1862
The Owner reserves the right to waive any informalities or to reject any and all bids,
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.
Bidders must comply with the Anti-Kickback Act, the Contract Work Hours and Safety Standards Act, and the President’s Executive Order No. 11246.
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.
Certification of Non-Segregated Facilities: The Contractor must complete the Certification of Non-Segregated Facilities included in the specifications.
Based on the Assistance Listing: Coronavirus State and Local Fiscal Recovery Funds and Part 2 of the US Treasury State and Local Fiscal Recovery Funds Compliance and Reporting Guidance (v3.0 February2022) (Compliance Guide), the following Uniform Guidance provisions will be required in all contracts:
• Subpart A, Acronyms and Definitions
• Subpart B, General provisions
• Subpart C, Pre-Federal Award Requirements and Contents of Federal Awards (except 2 CFR
• 200.204, .205, .210, and .213)
• Subpart D, Post Federal; Award Requirements (except 2 CFR 200.305(b)(8) & (9), .308, .309,
• and .320(c)(4))
• Subpart E, Cost Principles
• Subpart F, Audit Requirements
• 2 CFR Part 25 (Universal Identifier & System for Award Management)
• 2 CFR Part 170 (Reporting Subaward and Executive Compensation Information)
• 2 CFR Part 180 (OMB Guidelines to Agencies on Governmentwide Debarment and Suspension
• (Non-procurement)
• 2 CFR 200 Appendix ii
CONTRACT ITEMS
The principal items of work under Contract No. 2 (Water Distribution System Improvements) are:
14,780 L.F. 6” PVC Water Main
2385 LF 4" PVC Water Main
400.00 LF 4" Polyethylene Pipe (Directional Bore)
475.00 EA 5/8" X 3/4" Meter Replacement
The principal items of work under Contract No. 3 (Well Site Improvements) are:
1.00 LS 100 kw Generator for Well No 2
1.00 LS 100 kw Generator for Well No 1
2.00 LS Well Evaluation and Rehabilitation
2.00 LS Equipment Building (complete)
2.00 LS Chlorination System (complete)
2.00 LS Master Meter @ Well
2.00 LS Insulate Well Discharge Piping
BLUE CANE-COWART-TIPPO WATER ASSOCIATION,
CHARLESTON, MISSISSIPPI
REQUEST FOR QUALIFICATIONS (RFQ)
Issued by
East Tallahatchie School District
For Energy Savings Performance Contracting Services
INTRODUCTION
East Tallahatchie School District (hereinafter referred to as “Customer”) seeks specific qualifications from interested Energy Services Companies (ESCOs) that can provide comprehensive energy management for facilities owned or managed by the Customer.
ESCO RESPONSE REQUIREMENTS
The Customer seeks an open and transparent form of procurement when selecting an ESCO to perform energy conservation services. Only NAESCO accredited firms with approval from MDA Energy Division to perform such services will be considered. Proof of NAESCO accreditation is required in the qualifications submission and must be included as a separate tab in the response for easy access by the Customer. All aspects of this RFQ and approach shall be conducted in accordance with Section 31-7-14 of the Mississippi Code, the Mississippi Development Authority-Energy Division’s Policy and Procedures for Energy Performance Contracting and the Request for Qualifications.
Proposals may not be withdrawn for a period of one hundred twenty (120) days from the date of the submission deadline.
The Customer reserves the right to accept or reject any proposal or item listed therein.
The Customer further reserves the right to waive any informality in proposals received.
Objective:
The objective in issuing this Request for Proposals for Qualifications is to solicit proposals and qualifications from companies that have the experience, capability, and track record to provide guaranteed, paid from savings upgrades to existing facility and infrastructure through a performance-based contracting methodology.
The selected performance-based contractor shall develop and implement utility savings measures, develop cost reduction strategies, and identify any available funding opportunities for the Customer. The funding generated from such strategies shall be utilized to provide infrastructure improvements and upgrades. The selected firm shall:
a) Design and implement infrastructure improvements that utilize proven technologies to provide a state-of-the-art environment that will serve the Customer’s present and future needs;
b) Provide training of personnel in the operation and maintenance of installed systems;
c) If requested, assist with securing a viable financing mechanism acceptable to the Customer;
d) Be able to provide a written guarantee that total program costs shall be one hundred percent (100%) covered by the performance enhancements of the system and operating cost reductions based in utility unit reductions, equipment accuracy, funding opportunities, and agreed upon operational savings.
e) Provide a contract that includes a provision for measuring and verification of any guaranteed savings or funding. Provide a contract life of the program not to exceed twenty (20) years. The Customer intends to structure the program’s implementation schedule in a manner to minimize capital needs.
All utility conservation measurements or infrastructure enhancements proposed by qualified performance-based contracting service provider shall be proven, commercially available, and verifiable.
Proposal Content:
Proposal submissions should contain the following information and be limited to no more than one hundred (100) pages with a minimum font size of 11. Provide three (3) printed copies and one (1) electronic copies on a USB media (such as a flash drive) of the following:
Firm Profile
The official name and official address of the performance-based contracting service provider. (Provide a web-link/address to contracting service provider’s website.)
Evidence of financial stability (financial statements may be provided in an appendix and do not count toward the page limit).
Firm’s performance-based contracting experience:
• Firm must provide a review of the firms overall performance-based contracting experience.
• Firm must provide pertinent team member resumes and experience.
• Firm must provide five (5) national k12 school performance-based contracting references, including contact information, that have used the performance-based contracting vehicle on projects that were substantially completed at least two (2) years prior to the date of submission of this response.
• Firm must provide a sample cash flow from a recent, similar project.
• Firm must provide a list of all (if any) customers, with contact information, that have past or pending lawsuits, arbitration, or litigation regarding a performance-based contract savings guarantee (list reason).
Project team qualifications and experience.
The Customer is interested in benefiting from an unbiased, value-based program to address its needs through a vendor-neutral performance-based contractor. Therefore, the performance-based contractor must demonstrate its willingness and past experience in implementing projects that deploy solutions incorporating equipment, controls, and related products and field services independent of its own specific business portfolio or brand.
Contract Award:
The Contract will be awarded to the firm which, in the Customer’s opinion, has submitted the best overall proposal. Criteria to be used in the evaluation process will include, but not be limited to, qualifications and experience of the firm, as well as, specific team members to be assigned to the project; financial stability, financing options and resources of the firm. The Customer reserves the right during the solicitation process to request additional information or seek clarification for any aspect of the proposal from any and all firms.
When services and fees are agreed upon, the selected firm shall be offered a contract subject to the Customer’s approval.
Should negotiations be unsuccessful, the Customer may enter negotiations with the next, highest ranked firm. The process may continue until an agreement is reached with a qualified firm.
This RFQ does not commit the Customer to pay for any direct and/or indirect costs incurred in the preparation of a response.
Submission of Proposals
All proposals responding to this solicitation should be submitted in a sealed envelope and marked ENERGY RFQ, to the following address no later than 10:00 AM CDT, Thursday/ October 24, 2024
East Tallahatchie School District
ATTN: Moncia Hall, Executive Assistant
411 East Chestnut St. Charleston, MS 38921
mhall@etsdk12.org
(662) 647-5524
The “Restricted Period”
During the “restricted period” (defined below), prospective firms, (including any representative, lobbyist, or any of the firm’s customers) are PROHIBITED from attempting to influence the governmental procurement by contacting anyone other than the designated customer contact, Moncia Hall / mhall@etsdk12.org, without Moncia Hall ‘s knowledge and consent.
The “restricted period” is essentially a blackout period which begins with the earliest written notice of the District’s solicitation of RFQ and ends upon approval and public disclosure of the most qualified firm for the Customer.
SITE INFORMATION: Due to the limited availability of staff by the Customer, site visits will not be made until after the selection of the ESCO to ensure minimal disruption to the operations of the facilities. Any information about the size, conditions, etc. of the facilities can be requested by an email request to the above point of contact. The Customer will attempt to supply information requested to the proposing ESCO’s to assist in the response to the solicitation, however, only request received via email communication will be responded to and all information provided will be provided to each firm who request a copy of the solicitation. The Customer during this phase of the solicitation is more concerned with each ESCO’s general approach to developing projects.
PROPOSED PROJECT SCHEDULE
The following schedule is the proposed schedule and may change during the project.
Activity Dates
Advertise/Issue RFQ September 26,2024 / October 3, 2024
Written Qualifications Due October 24, 2024 10:00 AM
Approval of ESCO Selection TBD
Preliminary Contract Negotiations TBD
Technical Energy Audit Executed TBD
Audit Report Submitted TBD
Negotiations and Execution of Energy Services Agreement TBD
Auction Notice for Transportation Vehicles
To all interested parties in Tallahatchie County, Mississippi:
The East Tallahatchie School District will be holding an auction for the transportation vehicles listed below, sold "as is."
Vehicle List:
• BUS# 37 - VIN: 1HVBBAAP8YH307864
• BUS# 403 - VIN: 1FDXE45PX5HA66184
• BUS# 41 - VIN: 1HVBBABP8VH467401
• BUS# 10 - VIN: 1HVBBAAN5XH251105
• BUS# 23 - VIN: 4DRBRABP34B965682
• BUS# 18 - VIN: 4DRBRAAN14B964398
• BUS# 39 - VIN: 1HVBBAAN8WH602782
• BUS# 24 - VIN: 4DRBUAFP57A395073
• BUS# 27 - VIN: 1HVBBAAN9WH520267
• BUS# 34 - VIN: 1HVBBABP1XH202533
• BUS# 40 - VIN: 1HVBBAAN4WH602780
• BUS# 9 - VIN: 1HVBBAAN3XH251104
• BUS# 7 - VIN: 1HVBBAAN5V469459
• BUS# 415 - VIN: 1FDXE45P76HB205
• BUS# 4 - VIN: 1HUBBAAN8VH459881
• SERVICE TRUCK - VIN: 1FTNF21P24EC886860
The auction will take place at the East Tallahatchie Bus Shop, located at 246 North Cossar St., Charleston, MS 38921, on September 28, 2024, at 9:00 a.m.
For more information, please contact:
Moncia Hall
Phone: 662-647-5524
ABANDONED AUTO AUCTION
1984 Buick Regal
VIN: 1G4AM47ADEH441548
Color: Brown
Mileage: ?
2003 Lincoln Av.
VIN: 5LMEU78H83ZJ09621
Color: Gray
Mileage: ?
2016 GMC Canyon
VIN: 1GTG6DE39G1348925
Color: Red
Mileage: ?
The above vehicles will be sold at auction 2 p.m. Friday, Oct. 11, 2024, at Mitchell’s Repair Shop, 139 S. Franklin Street, Charleston, MS 38921. 662-647-3601