June 2020

Contact Information

Carolyn Bell Civil Rights Director [email protected]

Stacy Slay DBE Coordinator [email protected] Morgan Dean is a based Corporation providing Engineering Justin Rawls services with a focus in the fields of civil and structural engineering. Special Projects Officer Margaret Morgan Dean is the founding principal and practices in the fields [email protected] of hydrologic and hydraulic engineering. Her twenty years of experience in both the public and private sector includes state and local governments, Sedrick Durr and other consulting engineering firms. Morgan Dean, Inc. has the DBE Certification Officer [email protected] experience and expertise necessary to complete projects in a timely, efficient, and cost-effective manner that meets the needs of its clients. P.O. Box 1850

Morgan Dean is also a new DBE certified to work in Mississippi and Jackson, MS 39215-1850 Louisiana; certified WOSB with the SBA and a certified Women-Owned Office: 601. 359-7466 Business Enterprise with the Mississippi Development Authority (MDA). Fax: 601.576.4501 www.gomdot.com

The development of long term relationships with clients built on DBE Supportive Services accessibility, efficient scheduling and cost-effective designs has allowed the firm to work on a variety of projects that range from a 2-Dimensional Hydraulic Modeling of Turtle Creek in Rankin County, MS to a FEMA No- Rise certification for Spell Drive Extension in Richland, MS. Currently, Morgan Dean is completing Independent Technical Reviews for MDOT Bridge Scour Analysis projects. Dean plans to continuously bid projects that fit her firm’s capabilities. Larry Davis Project Administrator Morgan Dean is unique because it is a women-owned civil engineering firm [email protected] that strives each workday to live out its core values that entail hard work, honesty, and humility. As an entrepreneur, she leaves a word of advice to Nicole McNamee Assistant Project Manager fellow DBEs and small businesses alike. “It’s essential to be patient and be [email protected] willing to start small. Any opportunity you have to learn and to build relationships will help you to continue to grow as a firm and as a business Lauren Collins owner, said Dean. Communications Specialist [email protected] 1400 Fourth Avenue For all of your civil and structural engineering needs contact Margaret Jackson, MS 39203 Dean at 601-910-2048 or send correspondence to Office: (601) 718-7344 [email protected] . www.msdbe.com

June 2020

MDOT Bid Letting Tuesday July 28, 2020

Call DBE OJT Project Name Project No# County No# Goal Goal Coming Web Events Con’t

Bridge Repairs on SR 21 Federal Aid Project July 16, 2020 over North Canal and Scott 0 1 No. STP-0045-01(016) 0% Time: 12:00 p.m. - 1:00 p.m. (CST) County hours Tuscolameta Creek / 108423301 Connect with Customers and Manage (Bridge Nos. 13.2 & 13.7), Your Business Remotely Registration:https://readytalk.webcasts. Federal Aid Project Mill & Overlay com/starthere.jsp?ei=1326350&tp_key= No. IM-0059- Forrest approximately 7 miles on I- fd737ee73a&sti=scoreeventpage 01(0125) / & 0 2 59 from US 98 East Bypass to 2% Forward Questions to: 107825301 and IM- Lamar hours the Forrest & Lamar County [email protected] 0059-01(126) / Counties Line, Cost: Free 107825302 Jefferson July 21, 2020 Federal Aid Project Davis, Time: 1:00 p.m. - 2:00 p.m. (CST) Nos. STP-9999- Bridge Joint Repairs on Marion, 0 Prepare to Persevere - The Future of 3 07(375) / 108404301, 0% Various Routes in District 7, and hours Technology & Business 108404302, & Simpson Registration:https://readytalk.webcasts. 108404303 Counties com/starthere.jsp?ei=1330884&tp_key= 6542043c74&sti=scoreeventpage Mill & Overlay Forward Questions to: approximately 10.7 miles of State Project No. MP- Panola 0hour [email protected] 4 SR 35 from US 51 to 2035-54(004) / 0% County s Cost: Free Government Reservoir 307008301 Boundary, July 23, 2020 Full Depth Reclamation & Time: 12:00 p.m. - 1:00 p.m. (CST) Overlay of approximately 5 State Project No. MP- Yalobush 0hour Retail Revelations - Strategies for 5 miles of SR 330 beginning at 2330-81(003) / a 0% Improving Sales, Margins, and Turnover s I-55, East to the Whitten 307009301 County Registration:https://readytalk.webcasts. Plant Research Facility, com/starthere.jsp?ei=1338004&tp_key= Overlay approximately 11 f5dbb427a4&sti=scoreeventpage State Project No. MP- miles of SR 26 from the Pearl Stone Forward Questions to: 6 6026-66(012) / 0% 0hour River County Line East to County [email protected] 306994301 s Fairgrounds Street, Cost: Free

Overlay approximately 4 State Project No. MP- 0hour July 30, 2020 7 miles of SR 43 from End of 4- 6043-23(008) / Hancock 0% s Time: 12:00 p.m. - 1:00 p.m. (CST) lane to SR 603, 306991301 County 3 Tips to Publish Your Website with Traffic Signal Installation Confidence and Mill & Overlay State Project No. Registration:https://readytalk.webcasts. approximately 5 miles of Pike 0hour com/starthere.jsp?ei=1332359&tp_key= 8 MP-7051-57(017) / 0% US 51 from Junction US County s 17d3442813&sti=scoreeventpage 301990301 98E N to Junction Forward Questions to: [email protected] US 98 W

June 2020

A MISSISSIPPI SUCCESS STORY AA Calibration Services, LLC

Larry White is the owner and operator of AA Calibration Services located in Yazoo, Mississippi. The firm offers calibration services for pressure gauges, calipers, dial indicators, torque wrenches, multi meters (digital and analog), tension meters, scales, height gages, and more. AA Calibration Services is committed to providing service advantages with the response, high quality, and affordable solutions to customers. The firm is also certified as a Service Disabled Veteran, SBA HUBZone participant in the U.S. Small Business Administration’s 8(a) Business Development Program as well as certified with the Department of Transportation.

Established over 15 years ago, AA Calibration Services has extensive experience working with private and public industries as well as government agencies. The firm has worked with various entities such as L-3 Communications, Sanderson Farm, City of Flint, MI, Entergy, and Ingalls Shipbuilding. Recently, AA Calibration Services has worked with MDOT to calibrate 52 scales (used to weigh 18 wheelers) at its Yazoo office. White provided the process of obtaining this contract. “I first met with Suzanne Gill, Special Projects, MDOT and Willie Huff, Director of Enforcement, MDOT to discuss my firm’s interest and capabilities of providing calibration services. Afterward, they did an onsite at my office where I demonstrated my capabilities. I then placed a bid to weigh the allotted scales,” said White. He also highlighted how DBE Supportive Services played an instrumental role in setting up meetings with the key decision-makers.

Owning a successful business allows White to be impactful in the lives of others. He stressed the importance of being able to help his local community by training others, paying taxes and creating jobs. Throughout his many years as an entrepreneur, he takes his lessons learned and provides a word of advice to other small business owners. “First, you have to have the patience to grow your company in the right way. Secondly, promoting your business is vital because you are letting people know who you are and what you do. Last but not least, always perform to your best ability to maintain a satisfied clientele. For all of your calibration needs, please forward all correspondence to Larry White at 662-716- 0202 or [email protected]

June 2020

OSHA Safety Tip of the Month!

COVID-19 Guidance for the Construction Workforce

When working in the construction industry, the following tips can help reduce the risk of exposure to the coronavirus:

• Encourage workers to stay home if they are sick.

• Allow workers to wear masks over their nose and mouth to prevent them from spreading the virus. • Continue to use other normal control measures, including personal protective equipment (PPE), necessary to protect workers from other job hazards associated with construction activities. • Advise workers to avoid physical contact with others and direct employees/contractors/visitors to increase personal space to at least six feet, where possible. Where work trailers are used, all workers should maintain social distancing while inside

the trailers. • Train workers how to properly put on, use/wear, and take off protective clothing and equipment. • Encourage respiratory etiquette, including covering coughs and sneezes. • Promote personal hygiene. If workers do not have immediate access to soap and water for handwashing, provide alcohol-based hand rubs containing at least 60 percent alcohol. • Use Environmental Protection Agency-approved cleaning chemicals from List N or that have label claims against the coronavirus. • To the extent tools or equipment must be shared, provide and instruct workers to use alcohol-based wipes to clean tools before and after use. When cleaning tools and equipment, workers should consult manufacturer recommendations for proper cleaning techniques and restrictions. • Keep in-person meetings (including toolbox talks and safety meetings) as short as possible, limit the number of workers in attendance, and use social distancing practices. • Clean and disinfect portable jobsite toilets regularly. Hand sanitizer dispensers should be filled regularly. Frequently- touched items (i.e., door pulls and toilet seats) should be disinfected. • Encourage workers to report any safety and health concerns.

For more information, visit www.osha.gov/coronavirus or call 1-800-321-OSHA (6742).

June 2020

Innovate Mississippi, with support from the W.K. Kellogg Foundation, announces the Minority and Women Entrepreneur Development Program. Minority and women founders will be invited to join a network of peers to participate in programs that further entrepreneurial education, provide mentor connections and offer general development assistance. Beginning on July 14, Innovate Mississippi will host weekly webinars on various topics along with office hours allowing entrepreneurs to connect with mentors for one-on-one assistance. This program includes the LaunchFund, which provides zero-interest loans to low-income startup founders, to fund the earliest stages of development.

The U.S. Small Business Administration, or SBA, is also supporting a new program to help women and minority entrepreneurs with SBIR grants. Federal SBIR grants are almost the only grants available for small businesses, and while Mississippi businesses are generally underserved in receiving these grants, women and minority-owned businesses are particularly underserved. For that reason, Innovate Mississippi is announcing a new program to connect Mississippi women and minority entrepreneurs to world-class researchers and to better prepare our state’s minority and women researchers to compete for these grants.

If you are interested in learning more about how to apply for SBIR grants, applying for LaunchFund, and/or participating in the weekly webinar and one-on-one office hours series, contact:

Tasha Bibb Entrepreneurial Development Director Innovate Mississippi [email protected] 601-960-3610

June 2020

July 2020

Office of State Aid

Road Construction

17- EFL-1150(4)B Wayne 6.160 Grade, Drain, Surface, Striping and Signing

20- SAP-77(10)M Wayne 0.168 Mi. of Remove and Replace Guardrail and Repair Erosion

Mississippi Department

of Finance

Extension Building Burris/Wagnon July 21, 2020 Interior Renovations Architects, P.A. -

101-312 Alcorn State University Jackson, Mississippi RFx #: 3160003682 Mississippi State University - ADS & Poultry Complex McCarty Architeects July 21, 2020 (Landscaping) Division of Agriculture, Forestry Professional Association

113-141 & Vet Medicine - Tupelo, Mississippi RFx #: 3160003679 J. P. Coleman State Marina Improvements Dean McRae July 21, 2020 Park(Department of Wildlife, (Re-Bid) Engineering, Inc. - Iuka, RFx #: 3160003701 609-031 Fisheries and Parks Mississippi Major Andrews IV d/b/a July 23, 2020 Major Design Studio, RFx #: 3160003718 Curry Hall Renovation PLLC - Columbus, 201-078 Coahoma Community College Mississippi Mark S. Vaughan, July 23, 2020 Interior Renovations Central High School (Office of Architect - Jackson, RFx #: 3160003713 352-023 Capitol Facilities) (DFA) Mississippi Tenant Improvements (Access Control - 12th, July 23, 2020 14th, and 17th Floors) Walter Sillers Building (Office of JBHM Architects, P.A. - RFx #: 3160003702 360-049 Capitol Facilities) (DFA) Jackson, Mississippi

June 2020

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

Renovate 1st Floor Community Living Center at G.V. (Sonny) Montgomery VAMC

Bid Date: July 21, 2020 Bid Time: 10:00 AM CT Project Location: Jackson, MS Bids To: Department of Veterans Affairs, 2002 Holcombe Blvd., Houston TX 77030. * Hernandez Consulting & Construction requests bids before 3:00 p.m. on July 20, 2020 via email to [email protected]. * Leopardo Companies request bids by July 17, 2020 at 10 AM. All Bids should be sent to Kerri Sleeth at [email protected]

Architect/Engineer: Barlow, Eddy, Jenkins PA 1530 N. State Street Jackson, Mississippi 39202

Scope of Work: Renovation of a mixed-use development in Jackson, Mississippi. Completed plans call for the renovation of a 22,000-square-foot, one-story above grade, 23-room medical facility. THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE- DISABLED VETERAN OWNED SMALL BUSINESSES. The G.V. (Sonny) Montgomery Veterans Affairs Medical Center (GVMVAMC) in Jackson, Mississippi, has a requirement titled Renovate 1st Floor Community Living Center (CLC) for project number 586-18- 103, per issue for construction Drawings and Specifications. This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). At least 15 percent of the cost of the contract performance incurred for personnel shall be spent on the concern's employees or the employees of other eligible SDVOSB concerns. Additionally, this acquisition will be awarded in accordance with FAR Part 15.101-1 Tradeoff source selection procedures. The evaluation factors and significant sub factors that establish acceptability will be set forth in the solicitation. Contractor shall furnish all supervision, labor, material, tools, and equipment to renovate the 1st floor CLC at the G.V. (Sonny) Montgomery Medical Center located in Jackson, Mississippi. The project will involve the demolition and renovation of approximately 22,000 square feet of space on the 1st floor of the VAMC Medical Center Community Living Center to bring the facilities up to the current VA standards and to match recent renovations to the Ground Floor. The unit includes 23 private rooms (including bariatric rooms), activities/day rooms, a renovated kitchen area, Occupational and Physical Therapy spaces, staff offices, and support spaces Work includes construction labor and supervision for demolition, structural, architectural, mechanical, electrical, plumbing, fire protection, and interior finishes work as required by the project plans and specifications. The period of performance will be 365 calendar days from the Notice to Proceed. The solicitation will be issued as a Request for Proposals (RFP). INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. ADDITIONALLY, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE. A 90-day proposal acceptance period will be required. A Bid bond must be submitted with the bid. Performance and Payment bonds will be required from the contractor receiving award. The magnitude of construction is between $5,000,000 and $10,000,000. North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220 with a small business size standard of $39.5 million in average annual receipts for the past three (3) years. Offerors shall be registered at the Vendor Information Pages at www.vip.vetbiz.gov, in System for Award Management (SAM) database at www.betasam.gov and have completed online Representations and Certifications at http://orca.bpn.gov prior to the solicitation due date. Offerors shall be registered with the NAICS code assigned to this acquisition.

June 2020

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

FANNIE LOU HAMER CANCER FOUNDATION PHASE 1 ROUGH SITE GRADING, DRAINAGE & UTILITY IMPROVEMENTS

Bid Date: July 26, 2020 Bid Time: 4:00 p.m. Project Location: Ruleville, MS Bids To: Fannie Lou Hamer Cancer Foundation at 2600 Browning Road, Greenwood, MS 38930 Architect/Engineer: IMS Engineers, 126 E. Amite Street, Jackson, Mississippi 39201

Scope Of Work: Sealed bids will be received by the Fannie Lou Hamer Cancer Foundation at 2600 Browning Road, Greenwood, MS 38930 until 4:00 p.m. on the 26th day of July 2020 for Phase 1 Rough Site Grading, Drainage & Utility Improvement Project known as FLHC Project No. 2020-001 in Ruleville, Mississippi. Submitted Bids will be publicly opened in the Fannie Lou Hamer Cancer Foundation Committee Meeting at 11:00 a.m., Wednesday, July 27, 2020 at the Ruleville Community House, 114 Church Street, Ruleville, MS 38771. NOTICE TO CONTRACTORS: CONTRACT TIME: 60 Working Days BASIS OF AWARD The award, if made, will be to the lowest qualified bidder on the basis of published quantities. The Fannie Lou Hamer Cancer Foundation 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 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. PLANS AND SPECIFICATIONS are on file in IMS Engineer's office, 126 East Amite Street, Jackson, Mississippi 39201. This project shall be constructed in accordance with the latest edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction. Copies of the drawings and specification, including the contract Documents may be obtained from the office of IMS Engineers, 126 E. Amite Street, Jackson, Mississippi 39201, upon payment of $100.00 (One Hundred Dollars only) for each set, none of which is refundable. The payment shall be in form of certified banker check in favor of IMS Engineers, Jackson, MS. If the bid documents shall be mailed, an additional $10.00 is required for covering the mailing charges. Bids will be mailed through first class mail on the second working day after receiving the payment. Neither IMS Engineers nor The Fannie Lou Hamer Cancer Foundation is responsible or liable for any delays in mail deliveries. Certified check or bid bond for five percent (5%) of the total bid must accompany each proposal. Bids must be mailed by public or private couriers or delivery service, including but not limited to U.S. Postal Service, Certified Mail with return receipt requested, United Parcel Service, Federal Express, or by any other delivery method wherein receipt of said bids must be acknowledged, in writing, by the addressee at The Fannie Lou Hamer Cancer Foundation to Mrs. Freddie Johnson, President, attention, 2600 Browning Road, Greenwood, MS 38930. 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.

June 2020

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

CITY OF YAZOO MULTI-USE TRAIL AND FIFTEENTH ST. SIDEWALK

Bid Date: July 27, 2020 Bid Time: 10:00 A.M. Project Location: Yazoo, Mississippi Bids To: City Clerk's Office located at 128 E. Jefferson Street, Yazoo, Mississippi Architect/Engineer: Neel-Schaffer, Inc, 215 Waterford Square, Madison, Mississippi 39110

Pre-Bid Conference: 10:00 A.M., July 27, 2020. To participate in the teleconference, dial in at 877-431-8639. When prompted, enter the conference code: 6215782139. Wait for the leader to begin the conference.

Scope of Work: CITY OF YAZOO MULTI-USE TRAIL AND FIFTEENTH ST. SIDEWALK FEDERAL-AID Project No. STP-0480- 00008)LPA/107795701000 The City Clerk of the City of Yazoo will receive bids for the Construction of a multi-use trail along Martin Luther King, Jr. Blvd. and a sidewalk along Fifteenth Street for a total project length of approximately 0.85 mile, Federal Aid Project no. STP-0480-00(008)LPA/107795-70100 no later than 12:00 P.M., Local Prevailing Time, August 10, 2020, in the City Clerk's Office located at 128 E. Jefferson Street, Yazoo, Mississippi. All bids so received will be publicly opened and read aloud at 2:00 p.m. on August 10, 2010 at the regular meeting of the Board of Mayor and Alderman located at 128 E. Jefferson Street, Yazoo, Mississippi. A pre-bid teleconference will be held 10:00 A.M., July 27, 2020. To participate in the teleconference, dial in at 877-431-8639. When prompted, enter the conference code: 6215782139. Wait for the leader to begin the conference. The pre-bid teleconference is not mandatory. The contract time for this project is 63 productive days. The work shall consist essentially of the following items: The project will consist of the construction of approximately 3,000 linear feet of a multi-use trail along Martin Luther King, Boulevard and also approximately 1,500 linear feet of a sidewalk along Fifteenth Street. 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. The attention of bidders is directed to the Contract Provisions governing selection and employment of labor. The City of Yazoo 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. The DBE goal for this project is 5 percent. The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements. The plans, contract documents and special provision, and proposal forms are on file for public inspection at the following locations: 1. City of Yazoo, Yazoo, Mississippi 39071. 2. Neel- Schaffer, Inc, 215 Waterford Square, Madison, Mississippi 39110. Bid documents may be viewed and obtained, in either electronic or hard copy format, at www.centralbidding.com. Interested parties will have to register for an account in order to view or order documents. A valid e-mail address is required for registration. Fees for bid documents are not refundable. Electronic bids may be submitted at the same website address. For any questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.

June 2020

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

DEMOLITION OF OAKMONT HOUSES

Bid Date: July 29, 2020 Bid Time: 4:00 p.m. Project Location: Biloxi, MS Bids To: Mayor’s Office, City Hall, Second Floor

Scope Of Work: Notice is hereby given that the City of Biloxi, Mississippi, will receive sealed bids at the Mayor’s Office, City Hall, Second Floor until 4:00 p.m. on Wednesday, the 29th day of July, 2020, for the following: DEMOLITION OF OAKMONT HOUSES MDOT PROJECT NO. DHP-9376-00(009)LPA I 106253-820000 PROJECT [913]

Work on which proposals are invited consists of the demolition of a structure located at 131, 135, 137, 165, 168, 169 Oakmont Place in Biloxi, MS. A PRE-BID MEETING will NOT be held.The maximum time allowable for completion of said project is Fifteen (15) calendar days following the CITY’S written order to commence (Notice to Proceed).

The successful bidder will be required to furnish a 100% Payment and Performance Bond if the bid equals or exceeds $25,000. If the bid is less than $25,000, the City of Biloxi may elect to make a lump sum payment at the completion of the job, in which case a payment and performance bond shall not be required. Proposals must be accompanied by a Proposal Guaranty consisting of a Bid Bond, Cashier’s Check or Certified Check in the amount of 5% of the amount of the bid. Such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the accepted Bid and/or execute the Contract and Post Performance and Payment Bond as required within the time specified.

All persons having a contract with the City of Biloxi must adhere to the City’s policy concerning non-discrimination without regard to race, creed, color, age, sex, national origin, or handicap.

On bids which equal or exceed $50,000, Certificate of Responsibility number issued by the Mississippi State Board of

Contractors shall be written on the outside of the envelope containing the bids. Bids of less than $50,000 will be marked on the outside that the bid contained within does not exceed $50,000. When bids are submitted electronically, the requirement for including a certificate of responsibility, or a statement that the bid enclosed does not exceed Fifty Thousand Dollars ($50,000.00), on the exterior of the bid envelope shall be deemed in compliance by including the same information as an attachment with the electronic bid submittal. Bids, which are for work outside of the classification listed for any bidder, shall be returned unopened. Bid documents are being made available via paper copy or digital copy (CD). Plan holders are required to register for an account and log-in at www.biloxiplans.com; at this site plans can be viewed for no charge or physically purchased. All plan holders are required to have a valid email address for registration. Purchased bid documents are non- refundable and must be purchased through the website. Questions regarding website registration and online orders please contact web support at (662) 407-0193. A view only copy of the plans, specifications, and proposal documents are also available to be viewed at the City of Biloxi Engineering Department, which is located at 214 A Delauney Street, Biloxi, Mississippi (the Public Works Building), (228) 435-6269.

June 2020

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

NORTHWESTERN HILLS BRIDGE AND DRAINAGE IMPROVEMENT PROJECT

Bid Date: July 29, 2020

Bid Time: 10:00 a.m.

Project Location: Jackson, MS

Bids To: Office of the Chancery Clerk of Hinds County, Eddie Jean Carr, Second Floor, Chancery Court Building, 316 South President Street, Jackson, Mississippi 39201

Architect/Engineer: Mauricka McKenzie, P.E. of Cornerstone Engineering, LLC in Clinton, MS. The phone number is 601- 473-2403

Scope of Work:: Sealed bids will be received by the Chancery Clerk's office of Hinds County, Mississippi at 316 South President St, Jackson, Mississippi 39201 until 10:00 a.m. on July 29, 2020 and shortly thereafter publicly opened for the Northwestern Hills Bridge and Drainage Improvement Project being known as Project No. HC-BC1 in Hinds County, Mississippi. The project consists of the installation of two (2) concrete box culvert bridges (approximately 100 LF total for both) within Town Creek along Michael Clay Street and Marshall Street (Base Bid). Additionally, there will be bank stabilization measures installed such as riprap, sediment removal, erosion blanket construction, debris/sediment disposal, drainage way widening and other drainage improvements within the existing Northwestern Hills residential neighborhood in north Jackson. The project length for the drainage improvements is approximately 1,400 LF (Base Bid). NOTICE TO CONTRACTORS: CONTRACT TIME: 120 Working Days BASIS OF AWARD The award, if made, will be the lowest qualified bidder on the basis of published quantities. 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. PLANS AND SPECIFICATIONS are on file in the Office of the Chancery Clerk of Hinds County, Eddie Jean Carr, Second Floor, Chancery Court Building, 316 South President Street, Jackson, Mississippi 39201 and in the County Road Manager's office @900 East Main Street, Raymond, MS 39154. All items shall be constructed in accordance with the latest edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction. PLANS AND PROPOSALS may be secured from Cornerstone Engineering, LLC at 710 E. Northside Drive, Suite A, Clinton, MS 39056. The cost is $200.00 for plans and the Proposal, non-refundable. Technical questions and inquiries shall be addressed to the project manager, Mauricka McKenzie, P.E. of Cornerstone Engineering, LLC in Clinton, MS. The phone number is 601-473-2403. Certified check or bid bond for five percent (5%) of the total bid, made payable to Hinds County and the State of Mississippi must accompany each proposal. Bids must be hand delivered or otherwise physically delivered by public or private couriers or delivery service addressee to the Hinds County Chancery Clerk, Eddie Jean Carr attention Greta Lovell, Second Floor, Chancery Court Building, 316 South President Street, Jackson, Mississippi 39201 or P.O. Box 686 Jackson, Mississippi 39205. 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. Robert Graham, President Hinds County Board of Supervisors Eddie Jean Carr Chancery Clerk By: Greta Lovell, D.C.

June 2020

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

Demolition of 7 Buildings

Bid Date: July 30, 2020

Bid Time: 1:30 PM CT

Project Location: Shelby, MS

Bids To: Office of the Adjutant General, 1410 Riverside Drive, Jackson, Mississippi, 39202-1271

Pre-Bid Conference: 10am July 16 at DPW conference room, Camp Shelby, MS

Scope of Work: Sealed bids will be received, publicly opened and read in the office of the Adjutant General, 1410 Riverside Drive, Jackson, Mississippi, 39202-1271. Electronic Bids may be received via MAGIC portal or Physical Receipt. Prospective bidders are encouraged to monitor the Mississippi Department of Finance and Administration website for updates and future bidding opportunities.

FOR: Demolition of 7 Buildings. OCAB5 Cabin 5, Building 3110, Building 0165, Building 0704, Building 0709, Building 5911, and Building 3209, CSJFTC, Camp Shelby, MS

Plans and specifications may be obtained from the office of Perkins and Williamson Architecture, PLLC upon payment of

$100.00 deposit, fully refundable to bona fide bidders if plans and specifications are returned within ten days in good condition.

A pre-bid conference will be conducted 10am July 16 at DPW conference room, Camp Shelby, MS.ALL PROSPECTIVE BIDDERS ARE ENCOURAGED TO ATTEND.

Bidders shall be advised that in accordance with the Mississippi Code, the Military Department has Thirty (30) calendar days to deliver a warrant to the vendor from the date an application for payment is determined to be due and payable under the terms and conditions of the contract.

The Adjutant General reserves the right to reject any and/or all bids and to waive informalities. Award of contract is subject to availability of funds. Bids will be held open for 60 days from bid date.

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

FENCE REPLACEMENT PHASE 1 PROJECT AT THE June 2017

HAWKINS FIELD AIRPORT

Bid Date: July 31, 2020

Bid Time: 4:00 PM CT

Project Location: Jackson, MS

Bids To: JMAA will publicly open and read aloud all bids in the Staff Conference Room, Third Floor of the Main Terminal Building at JAN.

Architect/Engineer: Michael Baker Jr., Inc. 2113 Government Street Suite D3 Ocean Springs, Mississippi 39564

Pre-Conference: July 15, 2020 at 10:00 AM CT at JMAA will hold a Pre-Bid Conference in the Community Room, Main Terminal Building at HKS. Attendance at the Pre-Bid Conference is highly encouraged for all those interested in submitting bids as a Prime Contractor for the Work and persons seeking opportunities to provide work as a Sub- Contractor.

Scope Of Work: Site work for a transportation facility in Jackson, Mississippi. Completed plans call for site work for a transportation facility. JMAA reserves the right to amend the plans and specifications for the Work by Addendum issued before the Bid Deadline; to reject any and all bids; to waive informalities in the bidding process; and to hold and examine bids for up to ninety (90) days before awarding the Contract to perform the Work. JMAA has established a DBE participation goal of 20% for the Work solicited by this RFB. The Jackson Municipal Airport Authority ("JMAA") will receive sealed bids at the Jackson- Medgar Wiley Evers International Airport ("JAN"), Main Terminal Building, Suite 300, in the City of Jackson, Rankin County, Mississippi, until 4:00 p.m. central time on July 31, 2020 (the "Bid Deadline"), for construction and related services in connection with the Fence Replacement Phase 1 Project at the

Airport (the "Work").

Once registered, Suppliers can download bid specifications and upload bid documents. The outside or exterior of each bid envelope or container of the bid must be marked with the Bidder's company name and Mississippi Certificate of Responsibility Number and with the wording: “Fence Replacement Phase 1 Project at HKS, JMAA Project No. 003-20." Bid proposals, amendments to bids, or requests for withdrawal of bids received by JMAA after the Bid Deadline will not be considered for any cause whatsoever. The Information for Bidders contains, among other things, a copy of this

Advertisement for Bids, Instructions to Bidders and an Agreement to be executed by JMAA and the lowest and most responsive and responsible Bidder.

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

Northshore Causeway Bridge Guardrail Improvements Project June 2017

Bid Date: July 31, 2020

Bid Time: 10:00 AM local

Project Location: Brandon, MS

Bids To: Rankin County Board of Supervisors at their board room located at 211 East Government Street, Suite A, Brandon, MS 39042

Architect/Engineer: Engineering Service, at 115 Aerosmith Drive, Richland, Mississippi, 39218

Scope Of Work: Sealed Bids for the construction of the Northshore Causeway Bridge Guardrail Improvements project will be received by the Rankin County Board of Supervisors at their board room located at 211 East Government Street, Suite A, Brandon, MS 39042 or electronically at www.engserviceplans.com until 10:00 AM local standard time, July 31, 2020 at which time and place the Bids will be publicly opened and read aloud. Bids not received by the indicated time will not be opened.

The Project consists of:

Removal of 4 existing bridge barrier rail end treatments, removal and replacement of 40 l.f. +/- of guard rail and posts as located on the plans, removal of 18 s.y. +/- of asphalt pavement (saw cutting required), 6.00 c.y. +/- of class “B” structural concrete, 2,000.00 lbs. +/- reinforcement, and furnishing and installing 4 TAU-M parallel re- directive no gating crash cushion bridge barrier rail end treatment or an approved equal.

Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis.

Copies of the Plans, Specifications, and other Bidding Documents are on file and open for public inspection at the office of the Engineer, Engineering Service, at 115 Aerosmith Drive, Richland, Mississippi, 39218. A complete set of Bidding Documents are available through Plan House Printing. Those interested in viewing or obtaining documents or submitting an electronic bid are required to register for an account at www.engserviceplans.com. Registration requires a valid email address. Bid Documents may be obtained upon payment of $100.00 (which is non- refundable) and must be purchased through the website or by phone. Call Plan House Printing at (662)407-0193 regarding questions about registration or placing orders.

Bidders will be required to provide Bid security according to the requirements in Document 00 21 13 - Instructions to Bidders.

Refer to other Bidding requirements described in Document 00 21 13 - Instructions to Bidders.

Your Bid will be required to be submitted under a condition of irrevocability for a period of 60 days after submission.

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

REBID Restroom Renovations June 2017

Bid Date: July 29, 2020,

Bid Time: 10:00 A.M.

Project Location: Jackson, MS

Bids To: Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi

Architect/Engineer: Preston McKay at M3A Architecture, PLLC. Phone: 601-981-1227 or Email: [email protected]

Pre-Bid Conference: Murrah High School, 1400 Murrah Drive, Jackson, MS on July 10, 2020 at 1:30 P.M. Attendance at the pre-bid conference is not mandatory but strongly encouraged.

Scope Of Work: Re-Bid From 01/29/2020 Sealed, written formal bid proposals for the above bids will be received by the Board of Trustees of the Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi,

Sealed, written formal bid proposals for the above bids 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) July 29, 2020, at which time and place they will be publicly opened and read aloud. A Pre-Bid Conference concerning the project for Murrah High School Restroom Renovations will be held at Murrah High School, 1400 Murrah Drive, Jackson, MS on July 10, 2020 at 1:30 P.M. Attendance at the pre-bid conference is not mandatory but strongly encouraged. The Board of Trustees reserves the right to reject any and all bids, to waive informalities, and to withhold the acceptance of any bid if approved for forty- five calendar days from the date bids are opened.

Plan holders are required to register and order bid documents at www.jpsdmsprojects.com. A $150.00 Non- refundable deposit shall be required on each set of bid specs/documents and must be purchased through the website. All plan holders are required to have a valid email address for registration. Questions regarding website registration and online orders, please contact Plan House Printing, 607 W. Main Street, Tupelo, MS 38804, (662) 407-0193. Questions regarding bid documents please contact Preston McKay at M3A Architecture, PLLC. Phone: 601-981-1227 or Email: [email protected].

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

June 2017 CITY OF LONG BEACH REQUEST FOR QUALIFICATIONS JOYCE AVENUE DRAINAGE BASIN UPGRADES

Bid Date: Monday, August 3, 2020

Bid Time: 10:00 a.m.

Project Location: Long Beach, MS

Bids To: Office of the City Clerk at 201 Jeff Davis Avenue (P.O. Box 929), Long Beach, MS 39560

Scope Of Work: Sealed Statements of Qualifications will be received by the Office of the City Clerk at 201 Jeff Davis

Avenue (P.O. Box 929), Long Beach, MS 39560 until 10:00 a.m., Monday, August 3, 2020 for:

1. Design and bidding services for the removal and replacement of undersized drainage structures. The purpose of these improvements is to alleviate localized flooding. 2. Overall Construction Administration and Construction Inspection services during the construction of the project. The selected firm shall provide engineering services related to the scope of work described. Information packets will be located at the City Clerk’s Office at 201 Jeff Davis Avenue, Long Beach, MS 39560, Monday through Friday, 8:00 a.m. to 5:00 p.m.

Services to be provide by selected firm include all phases of the design and contract administration of the project, including resident inspection. The form of each agreement will be the STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES. All work shall be performed in accordance with the executed Agreement. Services will be further defined within each engineering contract awarded and negotiated under this RFQ.

Contract will be awarded to the firm based upon responses to this solicitation, in the matter deemed most beneficial to the City. The following factors will be considered in making these selections:

1. EXPERIENCE with similar type of projects 2. QUALIFICATIONS and technical expertise in similar projects 3.

KNOWLEDGE of general municipal infrastructure 4. CAPACITY to perform the work in a timely manner

Proposers should include detailed data on recent similar projects completed by the firm (including references), and biographical information about the specific individuals who will be assigned to this project. All Statements of Qualifications will be rated on the following system to determine the best offeror for each project or group of similar projects: EXPERIENCE – 25%; QUALIFICATIONS – 25%; KNOWLEDGE – 25%; CAPACITY – 25%.

Contract will be awarded to the qualified offeror in a manger determined to be most advantageous to the City, cost and other factors considered. The Mayor and Board of Aldermen reserve the right to reject all Statements of Qualifications and/or to waive any irregularities or informalities in the Statement of Qualifications process. Statement of Qualifications may be held by the City for a period not to exceed ninety (90) days from the date of submittal for the purpose of review, prior to awarding the contract. The City of Long Beach is an equal opportunity employer.

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

June 2017 RIVER ROAD RE-SEAL PROJECT LAWRENCE COUNTY, MISSISSIPPI

Bid Date: August 3, 2020,

Bid Time: 10:00 AM

Project Location: Monticello, MS

Bids To: Mr. Steve Garrett, President of the Lawrence County Board of Supervisors, Mississippi

Architect/Engineer: Dungan Engineering, P. A., 120 East Chickasaw Street, Brookhaven, Mississippi 39601, (601) 8237026

Scope of Work: Sealed bids for the River Road Re-Seal Project for the Lawrence County Board of Supervisors in Lawrence County, Mississippi, will be received by Mr. Steve Garrett, President of the Lawrence County Board of Supervisors, Mississippi, until 10:00 AM local time on August 3, 2020, at the Board Room located at 517 East

Broad Street, Monticello, MS 39654, and shortly thereafter will be opened and publicly read.

The work involved in the project includes re-seal of River Road in Lawrence County, Mississippi. The construction shall meet the requirements of the plans and contract documents. All documents required for bidding purposes may be obtained from Dungan Engineering, P. A., 120 East Chickasaw Street, Brookhaven, Mississippi 39601, (601) 8237026. A non-refundable deposit of $50.00 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.

Bid preparation will be in accordance with the Instructions to Bidders bound in the Contract Documents. The Board of Supervisors reserves the right to waive irregularities and to reject any and/or all bids. 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.

A performance bond, or equal, in the full amount of the contract will be required of the successful bidder. In lieu of a performance bond the successful bidder may post with the Lawrence County Board of Supervisors, the full amount of the bid, in cash or its equivalent, conditioned for the prompt, proper and efficient performance of the contract; said cash or its equivalent to be held until the successful completion of the project. Attention is called to the fact that contracts exceeding $50,000 require contractors to be licensed under applicable laws of the State of Mississippi and have a certificate of responsibility.

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

June 2017

Wingfield Structural Repairs

Bid Date: August 03, 2020

Bid Time: 10:00 A.M.

Project Location: Jackson, MS

Bids To: Jackson Public School District, in the Business Office, 662 South President Street, Jackson, Mississippi,

Architect/ Engineer: Jennifer Seymour at Eley Guild Hardy, Phone: 228-594-2323 or Email: [email protected].

Pre-Bid Conference: Pre-Bid Conference concerning the project Wingfield Structural Repairs will be held at Wingfield High School, 1985 Scanlon Drive, Jackson MS, on July 23, 2020 at 1:00 P.M.

Scope Of Work: Sealed, written formal bid proposals for the above bids 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) August 03, 2020, at which time and place they will be publicly opened and read aloud. A Pre-Bid Conference concerning the project Wingfield Structural Repairs will be held at Wingfield High School, 1985 Scanlon Drive, Jackson MS, on July 23, 2020 at 1:00 P.M. Attendance at the pre-bid conference is not mandatory but strongly encouraged. The Board of Trustees reserves the right to reject any and all bids, to waive informalities, and to withhold the acceptance of any bid if approved for forty-five calendar days from the date bids are opened.

Plan holders are required to register and order bid documents at www.jpsdmsprojects.com. A $500.00 Nonrefundable deposit shall be required on each printed set of bid specs/documents. A $100.00 Nonrefundable deposit shall be required on each digital PDF set of bid specs/documents. Documents must be purchased through the website. All plan holders are required to have a valid email address for registration. Questions regarding website registration and online orders, please contact Plan House Printing, 607 W. Main Street, Tupelo, MS 38804, (662) 407-0193. Questions regarding bid documents please contact Jennifer Seymour at Eley Guild Hardy, Phone: 228-594-2323 or Email: [email protected].

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

June 2017

Clinton Public School Maintenance Building Reroof

Bid Date: Tuesday, August 4, 2020

Bid Time: 2:00 P.M.

Project Location: Clinton, MS

Bids To: Dr. Tim Martin Superintendent Clinton Public School District 201 Easthaven Drive Clinton, MS 39056

Architect/Engineer: Dale | Bailey, an Association One Jackson Place, Suite 250 188 E. Capitol Street Jackson, MS 39201-2100 Phone: 601-352-5411 Fax: 601-352-5362. Regarding questions, email [email protected]

Pre-Bid Conference: Clinton Public School District, 201 Easthaven Drive, Clinton, MS 39056 beginning at 10:00 AM on Thursday, 23 July 2020

Scope Of Work: Notice is hereby given that sealed bids will be received for the project named below by the Clinton Public School District until 2:00 P.M. on Tuesday, 4 August 2020, and then publicly opened and read aloud. Electronic bids may be submitted through the website www.dalebaileyplans.com. Electronic bids are not required by the School District, but offered as another means to submit a bid. Single stipulated sum bids will be received for all work required by the contract documents in accordance with the Instructions to Bidders.

Location for Receipt of Bids: Dr. Tim Martin Superintendent Clinton Public School District 201 Easthaven Drive Clinton, MS 39056. Contract Documents consisting of Plans and Specifications Entitled: CPS Maintenance Building Reroof Clinton, Mississippi

Project Number: 20048 Plans and specifications may be examined at the office of the Architect. Plans and specifications may be obtained from the office of the Architect as set out below:

a. Bid documents are being made available via original paper copy or digital CD. Plan holders are required to register and order bid documents at www.dalebaileyplans.com. Bid documents are nonrefundable and must be purchased through the website. All plan holders are required to have a valid email address for registration. Questions regarding website registration and online orders please contact Plan House Printing, 607 W. Main Street, Tupelo, MS 38804, (662) 407-0193. b. Bid Documents will only be made available to plan holders as entire documents. Partial sets will not be issued.

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

June 2017 BAYVIEW AVENUE BOARDWALK CITY OF BILOXI PROJECT

Bid Date: Wednesday, August 5, 2020

Bid Time: 4:00 p.m.

Project Location: Biloxi, MS

Bids To: Mayor’s Office, Second Floor, City Hall Building, 140 Lameuse Street, Biloxi, Mississippi, 39530, Or Electronically Submitted at www.Biloxiplans.Com.

Architect/Engineer: City of Biloxi Engineering Department, which is located at 214 A Delauney Street, Biloxi, Mississippi (the Public Works Building), (228) 435-6269.

Pre-Bid Conference: 10:00 a.m. on July 29, 2020, on site starting at the Forrest Avenue Boat Launch Facility.

Scope Of Work: Notice is hereby given that the City of Biloxi, Mississippi, will receive sealed bids at the Mayor’s Office, City Hall, second floor, until 4:00 p.m. on Wednesday, the 5th day of August, 2020, for the following: BAYVIEW AVENUE BOARDWALK CITY OF BILOXI PROJECT #1033 DMR/GOMESA PROJECT#3000027041. Work on which proposals are invited for the construction of a board walk and sheet pile wall along the Bayview Avenue shoreline from the Forrest Avenue Boat Launch Facility to Kensington Drive.

A PRE-BID MEETING will be held at 10:00 a.m. on July 29, 2020, on site starting at the Forrest Avenue Boat Launch Facility. It is strongly recommended that all prospective Bidders attend. It is also suggested that all potential subcontractors and interested parties attend. The maximum time allowable for completion of said project is two hundred and seventy (270) calendar days following the CITY’S written order to commence (Notice to Proceed). The successful bidder will be required to furnish a 100% Payment and Performance Bond if the bid equals or exceeds $25,000. If the bid is less than $25,000, the City of Biloxi may elect to make a lump sum payment at the completion of the job, in which case a payment and performance bond shall not be required.

Proposals must be accompanied by a Proposal Guaranty consisting of a Bid Bond, Cashier’s Check or Certified Check in the amount of 5% of the amount of the bid. Such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the accepted Bid and/or execute the Contract and Post Performance and Payment Bond as required within the time specified. On bids which equal or exceed $50,000, Certificate of Responsibility number issued by the Mississippi State Board of Contractors shall be written on the outside of the envelope containing the bids. Bids of less than $50,000 will be marked on the outside that the bid contained within does not exceed $50,000. When bids are submitted electronically, the requirement for including a certificate of responsibility, or a statement that the bid enclosed does not exceed Fifty Thousand Dollars ($50,000.00), on the exterior of the bid envelope shall be deemed in compliance by including the same information as an attachment with the electronic bid submittal. Bids, which are for work outside of the classification listed for any bidder, shall be returned unopened. Bid documents are being made available via paper copy or digital copy (CD). Plan holders are required to register for an account and log-in at www.biloxiplans.com

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

June 2017 West Concourse Roof Replacement Project at the Jackson-Medgar Wiley Evers International Airport

Bid Date: August 06, 2020

Bid Time: 4:00 PM CT

Project Location: Jackson, MS

Bids To: JMAAs administrative offices, Suite 300, Main Terminal Building, Jackson-Medgar Wiley Evers International Airport, 100 International Drive, Jackson, Mississippi 39208

Scope Of Work: Renovation of a transportation facility in Jackson, Mississippi. Completed plans call for the renovation of a transportation facility. The Jackson Municipal Airport Authority ("JMAA") is seeking electronic bids for construction and related services in connection with the West Concourse Roof Replacement Project at the Jackson-Medgar Wiley Evers International Airport (the "Work").

The following identification information must be provided with the submission: (i) Bidder's company name; (ii) Mississippi Certificate of Responsibility Number; and (iii) the wording: "West Concourse Roof Replacement Project at JAN, Project No. 002-20." If the submission is submitted via email, then the information must be provided in the email subject line. If the submission is submitted by hand delivery, then the information must be marked on the outside or exterior of the bid envelope or container. JMAA will not consider any submissions, to include bid proposals, amendments to bids, or requests for withdrawal of bids received after the Bid Deadline for any reason whatsoever. Information to Bidders relating to this Request for Bids ("RFB") is on file and open for public inspection at the offices of JMAA.

The Information for Bidders, including plans and specifications, is on file and open for public inspection at JAN at the following address:

Jackson-Medgar Wiley Evers International Airport Suite 300, Main Terminal Building 100 International Drive Jackson, Mississippi 39208. Telephone: (601) 664-3516; Facsimile: (601) 939-3713 Attention: Chad G Parker, Director of Procurement

JMAA will receive electronic sealed submissions only Electronic submissions are to be submitted via email to Chad Parker, Director of Procurement, via email at [email protected]. JMAA will also receive hand delivered electronic submissions up to the Deadline at JMAAs administrative offices, Suite 300, Main Terminal Building, Jackson-Medgar Wiley Evers International Airport, 100 International Drive, Jackson, Mississippi 39208

There is no charge for registration or to view the documents online. Documents are non-refundable and must be purchased online All plan holders are required to have a valid email address for registration. For questions regarding website registration and online orders please contact Jackson Blueprint & Supply at (601)353-5803. JMAA reserves the right to amend the plans and specifications for the Work by Addendum issued before the Bid Deadline; to reject any and all bids; to waive informalities in the bidding process; and to hold and examine bids for up to ninety (90) days before awarding the Contract to perform the Work. JMAA has established a DBE participation goal of 20% for the Work solicited by this RFB.

HIGHLIGHTED PROJECTS FOR THE MONTH OF JULY 2020

June 2017 -Sidewalk Construction

Bid Date: Tuesday, August 11, 2020 Bid Time: 10:00 a.m. Project Location: Raymond, MS Bids To: Hinds Community College, Office of Director of Purchasing, D.G. “Sonny” Fountain Hall, Room 208, located at 608 Hinds Blvd., Raymond, Mississippi 39154 Architect/Engineer: McMaster and Associates, Inc., 212 Waterford Square, Suite 300, Madison, Mississippi 39110

Pre-Bid Conference: Tuesday, July 28, 2020, beginning at 10:00 AM in the Physical Plant Conference Room, Physical Plant and Auxiliary Services Building, 505 East Main Street, Raymond, Mississippi.

Scope of Work: Hinds Community College, Hinds County, Raymond, Mississippi, will receive sealed or electronic bids for the milling and overlay of Hinds Boulevard with pedestrian and lighting improvements for a total project length of 0.13 miles, Federal Aid Project No. STP-0021-00(015) LPA/107143/701000 no later than 10:00 a.m., Local Time, Tuesday, August 11, 2020, at the Hinds Community College, Office of Director of Purchasing, D.G. “Sonny” Fountain Hall, Room 208, located at 608 Hinds Blvd., Raymond, Mississippi 39154. All bids so received will be publicly opened and read aloud.

The work shall consist essentially of the following items: Asphalt milling, curb installation, asphalt overlaying, striping, sidewalk construction, and lighting installation. All other related items of work required to complete the project as specified in the Contract Documents. The above general outline of features of the work does not in any way limit the responsibility of the contractor to perform all work and furnish all plant, labor, equipment and materials required by the specifications and the drawings referred to therein. The total contract time shall not exceed 105 working days. Liquidated damages will be assessed at the maximum rate as listed in Subsection 108.07 of the “Mississippi Standard Specifications for Road and Bridge Construction, 2017 Edition”.

Hinds Community College of Hinds County hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The award of this contract will be contingent upon the Contractor satisfying the DBE/WBE requirements. The contract Documents are on file and may be examined at the following locations: Office of the Director of Purchasing, D.G. “Sonny” Fountain Hall, Room 208, 608 Hinds Blvd., Raymond, MS 39154 2. McMaster and Associates, Inc., 212 Waterford Square, Suite 300, Madison, Mississippi 39110 3. OR: https://www.bidnetdirect.com/mississippi/hinds-community-college. The contract documents may be secured from McMaster and Associates, Inc. (601-605-1090), upon payment of $100.00 for the contract documents, none of which is refundable. No deposit is required for printed plans and specifications, pdf. versions are available free of charge through Bid Net Direct. You must register with Bid Net Direct to access the bid and to receive plans. Registration is free and easy. Contact Customer Service at 800-835- 4603 with any questions.

June 2017

June 2017