IN THE CHANCERY COURT OF WINSTON COUNTY, MISSISSIPPI
IN THE MATTER OF THE MINOR
CHILD, KAYDON NYSHUN TRIPLETT
FREIDA J. TRIPLETT AND
WILLIAM T. TRIPLETT - PLAINTIFFS
VS.
CAUSE NO. 19-86-KK
TONY TRIPLETT AND
MYASIA EILAND - DEFENDANTS
SUMMONS
THE STATE OF MISSISSIPPI
TO: Myasia Eiland
You have been made a Defendant in the suit filed in this Court by Freida J. Triplett and William T. Triplett, seeking a Petition for Adjudication of Paternity, Child Custody and Other Relief. Defendants other than you are Tony Triplett.
You are summoned to appear and defend against said Petition for Adjudication of Paternity, Child Custody and Other Relief at 9:00 A.M. on the 13th day of May, 2020, in the courtroom of the Neshoba County Courthouse in Philadelphia, Mississippi, and in case of your failure to appear and defend, a judgment will be entered against you for the money or other things demanded in the complaint.
You are not required to file an answer or other pleadings, but you may do so if you desire.
Issued under my hand and seal of said Court, this the 20th day of March, 2020.
/s/Rusty Foster, WINSTON COUNTY CHANCERY CLERK\
/s/ Elisabeth Pollard, D.C.
TAMMY C. SMITH, MSBN 9526
ATTORNEY AT LAW
P.O. BOX 624
PHILADELPHIA, MS 39350
601-389-5888 TELEPHONE
601-389-5844 FACSIMILE
Publish 4/8, 4/15, 4/22/2020
ADVERTISEMENT FOR BIDS
Louisville – Winston County Airport, Louisville, MISSISSIPPI
Notice is hereby given that the City of Louisville, Mississippi, will receive sealed bids for construction of improvements to the Louisville – Winston County Airport. Bids will be received at the LOUISVILLE CITY HALL, 200 SOUTH CHURCH AVENUE until 3:30 P.M., local time, April 30, 2020. BIDS will then be publicly opened and read aloud. Bids received after this time will not be accepted and will be returned unopened.
The project shall consist of Partial Runway Demolition and Realignment, 150 Foot Extension, New Storm Drainage, New Airfield Lighting and Other Improvements at the Louisville – Winston County Airport. Elements of work include grubbing, clearing and grubbing, demolition, unclassified excavation, select borrow material, geotextile grid, soil cement, cold milling, asphalt paving, pavement marking, storm drain piping and inlets, seeding and mulching, fencing, non-woven geofabric, stone rip-rap and airfield lighting to include removal of existing lighting and installation of new runway edge lights, threshold lights, PAPI lights, radio controls, regulator and enclosure.
Instructions to bidders, bid forms, plans and specifications, and contract documents may be examined at the following locations:
Clearwater Consultants, Inc. Louisville City Hall
316 University Drive Office of the City Clerk
Starkville, Mississippi 39759 200 South Church Avenue
(662) 323-8000 Louisville, Mississippi 39339
The Bid Schedule may be examined at the following locations:
1. Mississippi Minority Business Enterprise Division, Mississippi Development Authority, P. O. Box 849, Jackson, Mississippi 39205, Attn: Joycie Lenoir, Phone (601) 359-2904;
2. Mississippi Contract Procurement Center (Main Office), 1636 Popps Ferry Road, Suite 229, Biloxi, Mississippi 39532, Attn: Marcia MacDowell, Phone (228) 396-1288; and
3. Northeast Mississippi Contract Procurement Center, 1102 Main Street, Columbus, Mississippi 39701, Attn: William (Bill) Burge, Phone (662) 329-1077.
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.
Copies of all Contract Documents required for bidding may be obtained from Clearwater Consultants, Inc. located at 316 University Drive, Starkville, Mississippi upon payment of $175.00 for each set.
A certified check or bank draft drawn on a solvent bank, payable without condition to the City of Louisville, Mississippi, or a bid bond of an amount not less than (5%) of the base bid amount shall be submitted with each bid as a guarantee that, if the bid is accepted, a contract will be entered into, and the performance of the contract properly secured.
Any contract(s) awarded pursuant to this ADVERTISEMENT FOR BIDS may be funded in part by a grant from the U.S. Department of Transportation, Federal Aviation Administration. Neither the United States nor any of its departments, agencies or employees is or will be a party to this ADVERTISEMENT FOR BIDS or any resulting contract. This procurement will be subject to regulations contained in Airport and Airway Department Act of 1982, as amended. Bidders must comply with the following:
(a) Presidents Executive Order No. 11246 supplemented by Department of Labor regulations regarding race, creed, color, sex, or national origin;
(b) Davis Bacon Act (40 USC276a-176a-7) as supplemented by the Department of Labor Relations (29CFR Part 5);
(c) Title VI of the Civil Rights Act of 1964 (PL 88-352);
(d) Copeland “Anti-Kickback Act” (19 USC 874) as supplemented by the Department of Labor Regulations (29 CFR Part 3);
(e) Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-333) as supplemented by the Department of Labor Regulations (29 CFR, Part 5); and
(f) 49 CFR Part 26 regarding small and minority owned business enterprise participation. BIDDERS must certify that they do not, and will not, maintain or provide for their employees any facilities that are segregated on the basis of race, color, creed, or national origins. BIDDERS must submit with their BID an EEO Report Statement as required by 41 CFR 60-1-7 (b).
The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons:
(a) Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding.
(b) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder.
(c) Contractor default under previous contracts with the Owner.
(d) Unsatisfactory work on previous contracts with the Owner.
No bid shall be withdrawn for a period of one hundred twenty (120) days after the scheduled date and time of the opening of bids without the written consent of the City of Louisville. Within the limitations of state law, the City of Louisville reserves the right to reject any or all bids received, to waive any informalities or irregularities in the bids received, or to accept any bid that is deemed most favorable to the City of Louisville.
By:
Babs Fulton , City Clerk
City of Louisville, Mississippi
Date: March 30, 2020
Publish Dates: April 1, 2020 and April 8, 2020