SUBSTITUTE TRUSTEE’S NOTICE OF SALE
WHEREAS, on November 6, 2015, Christopher J. Sheets, an unmarried man executed a deed of trust for the benefit of Mortgage Electronic Registration Systems, Inc., as beneficiary, as nominee for Renasant Bank , its successors and assigns, which deed of trust was recorded on November 6, 2015, in Book 701, Page 431 in the office of the Chancery Clerk of Winston County, Mississippi; and Said Deed of Trust was last sold, assigned and transferred to LAKEVIEW LOAN SERVICING, LLC by assignment recorded on June 24, 2019 in Deed Book 737, Page 666 in the Office of the Chancery Clerk of Winston County, Mississippi.
WHEREAS, the holder of the deed of trust at the time of the substitution substituted McCalla Raymer Leibert Pierce, LLC as Trustee, as authorized by the terms thereof, by instrument recorded on September 13, 2019, and spread at large upon the records in the office of the aforesaid Chancery Clerk in Book 4, Page 606, prior to the posting and publication of this notice; and
WHEREAS, default having been made in the terms and conditions of the deed of trust, and the entire debt secured thereby having been declared to be due and payable in accordance with the terms of the deed of trust, and the legal holder of said indebtedness, LAKEVIEW LOAN SERVICING, LLC, has requested the undersigned Substitute Trustee to execute the trust and sell said land, property and improvements in accordance with the terms of the deed of trust for the purpose of raising the sums due thereunder, together with attorney’s fees, Substitute Trustee’s fees and expenses of sale;
THEREFORE, on April 8, 2020, the undersigned Substitute Trustee in the deed of trust, will offer for sale at public outcry and sell to the highest bidder for cash, within legal hours (being between the hours of 11:00 a.m. and 4:00 p.m.) at the North door of the Winston County Courthouse in Louisville, Mississippi, the following described land, property and improvements lying and being situate in Winston County, Mississippi, to-wit:
Commence at the Northwest corner of the West 1/2 of the Northeast 1/4 of Section 13, Township 13 North, Range 13 East and run South 20 feet, more or less, to a point on the South right of way boundary of Mississippi State Highway No. 397 for the point of beginning of the herein described parcel. Run thence South 00 degrees 43 minutes West, following a fence along the West line of the Northwest 1/4 of the Northeast 1/4, 342.40 feet; thence East 265.95 feet; thence North 05 degrees 00 minutes East 281.79 feet to the South right of way boundary of Mississippi State Highway No. 397; thence North 77 degrees 51 minutes West, along the right of way boundary, 292.71 feet to the point of beginning, being in the Northwest 1/4 of the Northeast 1/4 of Section 13, Township 13 North, Range 13 East.
Indexing Instructions to the Winston County, Mississippi Chancery Clerk’s office: Part of the NW 1/4 of NE 1/4, Section 13, Township 13 North, Range 13 East.
I WILL CONVEY only such title as is vested in the Substitute Trustee.
WITNESS MY SIGNATURE, this the 11th day of March, 2020
/-s-/ Robert M. Peebles, III
McCalla Raymer Leibert Pierce, LLC
Substitute Trustee
1052 Highland Colony Parkway, Suite 211
Ridgeland, MS 39157
(770)643-2148
Foreclosurehotline.net
File No.: 5452519
PUBLISH: 03/18/2020,03/25/2020,04/01/2020
***
REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES
The City of Louisville requests proposals from qualified firms or individuals to provide engineering services for work related to the implementation of approved FY2020 CDBG and ARC project(s) related to wastewater improvements. You are invited to submit a proposal, in accordance with this request, to the Office of the City Clerk, 2373 South Church Avenue, P. O. Drawer 510, Louisville, Mississippi 39339 no later than 11:00 a.m. on April 14, 2020.
The Engineer will be responsible for preparing project cost estimates for application preparation and if awarded, the selected Engineer will provide all engineering services through project closeout in accordance with federal, state and local laws, regulations and policies. The scope of work includes, but is not limited to, the following: 1.) prepare plans and specifications; 2.) distribute bid documents; 3.) assist in bid opening and prepare bid tabulation; 4.) assist in the execution of construction contracts; 5.) hold pre-construction conference; and 6.) perform construction inspection including periodic reports to the City and approve all payment requests.
The City of Louisville is an Equal Opportunity Employer. The City encourages Minority-owned Business Enterprises (MBEs) and Woman-owned Business Enterprises (WBEs) to submit proposals. The City also encourages Section 3 eligible businesses to submit proposals. Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 17010) requires, to the greatest extent feasible, that the City and its contractors that participate in the above referenced Program, give opportunities for job training and employment to lower income residents of Louisville. Section 3 also requires that contracts for work in connection with the Section 3 area be awarded to Section 3 eligible business concerns.
All proposals must be submitted in a sealed envelope and marked with the following language; “Proposal for CDBG Engineering Services,” Proposals will be evaluated on the following factors: Qualifications (40 points), Experience (40 points) and Capacity for Performance (20 points). To be evaluated properly, the following must be addressed in detail:
Qualifications - List of qualifications of persons to be assigned to project;
Experience – Information regarding the firm’s experience and the projects previously undertaken, including the type and amount of grants awarded, the projects activities, and the status of the projects;
Capacity for Performance – Identify the number and title of staff assigned to provide services.
The City will designate a selection committee to evaluate each proposal. The selection committee may hold proposals for a period of not to exceed thirty (30) days for the purpose of reviewing the content of the proposals and investigating the qualifications of the firms and assigned individuals. The City reserves the right to reject and/or all proposals.
Subject to CDBG/ARC award(s) and the removal of all environmental conditions, the City will award a contract with the qualified individual or firm whose proposal has the highest number of cumulative points issued by the selection committee and determined to be the most advantageous to the City, price and other factors considered. The contract will include scope and extent of work and other essential requirements. An individual contract will be executed for each awarded project, and the contract will be on a fixed price basis. The City has the authority to terminate the selection at any time.
Publish: March 25, 2020
April 01, 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
***
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 4/1, 4/08, 4/15, 4/22/2020