SUBSTITUTE TRUSTEE'S NOTICE OF SALE
WHEREAS, on August 17, 2007, Dorothy F Reaves executed a deed of trust for the benefit of Mortgage Electronic Registration Systems, Inc., as beneficiary, as nominee for Indymac Bank, F.S.B., A Federally Chartered Savings Bank, its successors and assigns, which deed of trust was recorded on September 4, 2007, in Book 673, Page 47, in the office of the Chancery Clerk of Leflore County, Mississippi; Said Deed of Trust was last sold, assigned and transferred to US Bank Trust Company National Assocation, not in its individual capacity, but solely as owner trustee for GS MORTGAGE-BACKED SECURITIES TRUST 2024-RPL7 by assignment recorded in Book 2025, Page 4017 in the office of the Chancery Clerk of Leflore County, Mississippi.
WHEREAS, the holder of the deed of trust at the time of the substitution substituted McCalla Raymer Leibert Pierce, LLP as Trustee, as authorized by the terms thereof, by instrument recorded and spread at large upon the records in the office of the aforesaid Chancery Clerk 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, US Bank Trust Company National Assocation, not in its individual capacity, but solely as owner trustee for GS MORTGAGE-BACKED SECURITIES TRUST 2024-RPL7, 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 October 1, 2025, 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 South steps of the Leflore County Courthouse in Greenwood, Mississippi, the following described land, property and improvements lying and being situate in Leflore County, Mississippi, to-wit:
LEGAL DESCRIPTION.
LOT 10 IN BLOCK 5 OF THE WAGNER SOUTHEAST ADDITION TO THE CITY OF GREENWOOD, LEFLORE COUNTY, MISSISSIPPI, AS SAID LOTS ARE SHOWN UPON THE PLAT OF SAID ADDITION RECORDED IN PLAT BOOK 5 AT PAGE 2 OF THE RECORDS OF MAPS OF LEFLORE COUNTY, MISSISSIPPI ON FILE IN THE OFFICE OF THE CHANCERY CLERK THEROF.
INDEXING INSTRUCTIONS:
LOT 10 IN BLOCK 5 OF THE WAGNER SOUTHEAST ADDITION TO THE CITY OF GREENWOOD, LEFLORE COUNTY, MS
PROPERTY ADDRESS:
1008 PERRY AVE
GREENWOOD, MS 38930
I WILL CONVEY only such title as is vested in the Substitute Trustee.
WITNESS MY SIGNATURE, this the 13th day of August, 2025
McCalla Raymer Leibert Pierce, LLP
Substitute Trustee
1022 Highland Colony Parkway, Suite 304
Ridgeland, MS 39157-2049
(662) 388-5464
Foreclosurehotline.net
File No.: 25-04267MS
August 20, 27, 2025
September 03, 10, 17, &
24, 2025
IN THE CHANCERY COURT OF LEFLORE COUNTY, MISSISSIPP
DARLENE RANDLE PLAINTIFF
VS.
ANNIE LEE BLACKMON, THE UNKNOWN
HEIRS AT LAW OF ANNIE LEE BLACKMON, ADLINE
BLACKMON, THE UNKNOWN HEIRS AT LAW
OF ADLINE BLACKMON; LYNN FITCH, ATTORNEY
GENERAL FOR THE STATE OF MISSISSIPPI; LEFLORE
COUNTY, MISSISSIPPI; W. DEWAYNE RICHARDSON,
DISTRICT ATTORNEY FOR LEFLORE COUNTY, MISSISSIPPI;
AND ANY AND ALL PERSONS HAVING OR CLAIMING ANY
LEGAL OR EQUITABLE INTEREST IN THE LANDS DESCRIBED
IN THE COMPLAINT, BEING LEFLORE COUNTY TAX PARCEL
ID. NO. 10114011500300 DEFENDANTS
CAUSE NO. 25-CV-00071
SUMMONS BY
PUBLICATION
STATE OF MISSISSIPPI
COUNTY OF LEFLORE
TO: THE UNKNOWN HEIRS AT LAW OF ANNIE LEE BLACKMON; THE UNKNOWN HEIRS AT LAW OF ADLINE BLACKMON; AND ALL PERSONS OR ENTITIES HAVING OR CLAIMING ANY LEGAL OR EQUITABLE INTEREST IN THE LAND DESCRIBED IN THE COMPLAINT, BEING LEFLORE COUNTY, MISSISSIPPI TAX PARCEL NO. 10114011500300
NOTICE TO DEFENDANTS
You are required to mail or hand deliver a written response to the Complaint filed against you in this action to Seth C. Little, attorney for Plaintiff, whose post office address is 601 Crescent Blvd., Suite 102, Ridgeland, Mississippi 39157.
YOUR RESPONSE MUST BE MAILED OR DELIVERED NOT LATER THAN THIRTY (30) DAYS AFTER THE DATE OF THE FIRST PUBLICATION OF THIS SUMMONS. IF YOUR RESPONSE IS NOT SO MAILED OR DELIVERED, A JUDGMENT BY DEFAULT WILL BE ENTERED AGAINST YOU FOR THE MONEY OR OTHER RELIEF DEMANDED IN THE COMPLAINT.
You must also file the original of your response with the Clerk of this Court within a reasonable time afterward.
Issued under my hand and the seal of this Court, the 20 day of August, 2025.
Debra Tate Hibbler,
Chancery Clerk
Leflore County
Chancery Court
SETH C. LITTLE
(MSB No. 102890)
JEFFORDS ANTHONY LITTLE & GREMILLION, PLLC
601 Crescent Blvd., Suite 102
Ridgeland, Mississippi 39157
Telephone: (601) 944-4290
slittle@dajtaxlaw.com
August 20, 27, 2025
September 03, 2025
WEST BOLIVAR
CONSOLIDATED
SCHOOL DISTRICT
REQUEST FOR
PROPOSALS (RFP)
For Engineering and Architectural Services
ISSUE DATE: September 3, 2025
REQUEST FOR PROPOSALS REFERENCE:
RFP — WATER INTRUSION AND WATER DAMAGE
RFP Due Date: Wednesday, September 17, 2025 at 4:00 p.m. CST
A. General Information
West Bolivar Consolidated School District (the “District”) is requesting proposals from firms to provide engineering and architectural services for various campus buildings.
B. Purpose
The purpose of this RFP is to identify and engage a qualified design professional to address urgent facility concerns at two district schools:
● West Bolivar Elementary School (Annex Buildings): Ongoing water intrusion and moisture accumulation require immediate corrective action to prevent further deterioration. Repairs must not only remediate current damage but also address the root causes to ensure long-term protection.
● McEvans Elementary School (Gymnasium, Stage, and Bleachers): Structural and water damage have compromised the gym floor, stage, and bleachers. Work must restore these areas to safe, functional condition while also correcting the underlying water issues to prevent recurrence.
C. Primary Contact
Any questions related to this RFP should be directed to Mr. L’Kenna Whitehead, Superintendent of Education, at 662-759-3525.
No submitting potential vendor shall contact any representative from the District for purposes related to this proposal with the exception of the superintendent, Mr. L’Kenna Whitehead, on or after the date of publication of this RFP.
D. Submission Deadline and Procedure
a. The packaged proposal shall be sealed and include one (1) original copy and five (5) hard copies and submitted to the District by the stated deadline. Any proposal received after the time and date set for receipt of proposals is late. No late proposal, late modification, or late withdrawal will be considered.
b. The award of a contract for any proposal is contingent upon the favorable evaluation of the vendor's review and approval of the vendor by the District’s School Board.
c.The contract awarded under this RFP is contingent on the availability of funds. In the event funds are not available, any contract resulting from this RFP will become null and void immediately.
By Mail: West Bolivar Consolidated School District
ATTN: RFP — Water Intrusion and Water Damage
P. O. Box 189
Rosedale, MS 38769
By Email: To lwhitehead@wbcsdk12.org
With RFP — Water Intrusion and Water Damage in the Subject Line. The emailed proposal must be submitted in PDF format.
E. Purchase Description
These services shall be provided to the District prior to the end of the contract date. All relevant federal and state purchasing laws and regulations are to be followed.
F. Evaluation Factors
The following criteria will be taken into consideration when evaluating submitted proposals:
a. Vendor's background and history.
b. Qualifications (including submitted resumes, of team members in the area of the project described above).
c. Qualifications of any sub-consultant, not members of the firm, who will be utilized as a consultant in the project described above.
d. Documentation of prior involvement or experience with federally-funded projects.
e. Certification that your firm or individual members of your firm have not been disbarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities.
f. Included project management plan.
g. Documented record of reliability, on-time and on-budget project implementation and
completion.
h. If selected, the vendor will be required to provide proof of insurance, W-9 IRS Form, and certify other federal and state requirements upon execution of a contractual agreement.
i. The fee schedule must be comparable to typical professional fees and to other submitted proposals.
j. The engineering/architectural firm and all other associated consultants must have a sufficient number of staff with the requisite skills available to perform the job during all stages.
k. Firm and all other associated consultants must have knowledge of and adhere to all ASHRAE guidance and regulations for schools and universities.
1. Firm and all other associated consultants must be aware of and in compliance with all EDGAR purchasing and expenditure requirements.
m. Preference may be given to vendors with substantial experience in the design, construction, and related areas of K-12 public schools or other governmental projects.
n. Preference may be given to engineering/architectural firms and all other associated consultants within a 150-mile radius of the district's boundaries.
G. Scope of Work
Work is anticipated to begin on or soon after September xx, 2025 and tentatively completed by January 31, 2026. The scope of services will include, but not be limited to:
a. Conduct a thorough investigation to identify all sources of water intrusion.
b. Provide a detailed moisture assessment, including testing for mold and structural impacts.
c. Repair and seal exterior envelope penetrations, including roofing, walls, windows, and foundations.
d. Implement site grading and drainage improvements to direct water away from the facility.
e. Provide written documentation of repairs and recommendations for long-term prevention.
The Work will be performed at the following school campuses:
● West Bolivar Elementary School
● McEvans Elementary School/Shaw High School
Following evaluation of the proposals, the District may conduct additional interviews and may request additional information from one or more vendors. The contract will be awarded to the best and lowest responsible vendor. The District reserves the right to waive any small informalities, to reject any and all proposals in part or in whole, and to evaluate the qualifications in the proposal that are most beneficial to the District. Issuance of this RFP does not commit the District to award a contract, to pay any costs incurred in preparation of an RFP, or to procure related services or supplies.
September 03, 10, 2025
WEST BOLIVAR
CONSOLIDATED
SCHOOL DISTRICT
REQUEST FOR
PROPOSALS (RFP)
For Engineering and Architectural Services
ISSUE DATE: September 3, 2025
REQUEST FOR
PROPOSALS REFERENCE:
RFP-SAFETY VESTIBULES
RFP Due Date: Wednesday, September 10, 2025 at 4:00 p.m. CST
A. General Information
West Bolivar Consolidated School District (the “District”) is requesting proposals from firms to provide engineering and architectural services for various campus buildings.
B. Purpose
The purpose of this RFP is to identify and engage a qualified design professional to develop security vestibules at three district schools. These vestibules will enhance school safety by creating controlled entry points for visitors.
C. Primary Contact
Any questions related to this RFP should be directed to Mr. L’Kenna Whitehead, Superintendent of Education, at 662-759-3525.
No submitting potential vendor shall contact any representative from the District for purposes related to this proposal with the exception of the superintendent, Mr. L’Kenna Whitehead, on or after the date of publication of this RFP.
D. Submission Deadline and Procedure
a.The packaged proposal shall be sealed and include one (1) original copy and five (5) hard copies and submitted to the District by the stated deadline. Any proposal received after the time and date set for receipt of proposals is late. No late proposal, late modification, or late withdrawal will be considered.
b. The award of a contract for any proposal is contingent upon the favorable evaluation of the vendor's review and approval of the vendor by the District’s School Board.
c. The contract awarded under this RFP is contingent on the availability of funds. In the event funds are not available, any contract resulting from this RFP will become null and void immediately.
By Mail: West Bolivar Consolidated School District
ATTN: RFP — Safety Vestibules
P. O. Box 189
Rosedale, MS 38769
By Email: To lwhitehead@wbcsdk12.org
With RFP — Safety Vestibules in the Subject Line The emailed proposal must be submitted in PDF format.
E. Purchase Description
These services shall be provided to the District prior to the end of the contract date. All relevant federal and state purchasing laws and regulations are to be followed.
F. Evaluation Factors
The following criteria will be taken into consideration when evaluating submitted proposals:
a. Vendor's background and history.
b. Qualifications (including submitted resumes, of team members in the area of the project described above).
c. Qualifications of any sub-consultant, not members of the firm, who will be utilized as a consultant in the project described above.
d. Documentation of prior involvement or experience with federally-funded projects.
e. Certification that your firm or individual members of your firm have not been disbarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities.
f. Included project management plan.
g. Documented record of reliability, on-time and on-budget project implementation and
completion.
h. If selected, the vendor will be required to provide proof of insurance, W-9 IRS Form, and certify other federal and state requirements upon execution of a contractual agreement.
i. The fee schedule must be comparable to typical professional fees and to other submitted proposals.
j.The engineering/architectural firm and all other associated consultants must have a sufficient number of staff with the requisite skills available to perform the job during all stages.
k. Firm and all other associated consultants must have knowledge of and adhere to all ASHRAE guidance and regulations for schools and universities.
1. Firm and all other associated consultants must be aware of and in compliance with all EDGAR purchasing and expenditure requirements.
m. Preference may be given to vendors with substantial experience in the design, construction, and related areas of K-12 public schools or other governmental projects.
n. Preference may be given to engineering/architectural firms and all other associated consultants within a 150-mile radius of the district's boundaries.
G. Scope of Work
Work is anticipated to begin on or soon after September xx, 2025 and tentatively completed by June 30, 2026. The scope of services will include, but not be limited to:
a. Site visits and assessment of existing entry conditions
b. Architectural and engineering design of secure entry vestibules
c. Integration of safety features such as secure doors, access control, and visitor check-in spaces
d. Compliance with all state, local, and federal codes, including ADA
e. Preparation of construction documents suitable for bidding
Following evaluation of the proposals, the District may conduct additional interviews and may request additional information from one or more vendors. The contract will be awarded to the best and lowest responsible vendor. The District reserves the right to waive any small informalities, to reject any and all proposals in part or in whole, and to evaluate the qualifications in the proposal that are most beneficial to the District. Issuance of this RFP does not commit the District to award a contract, to pay any costs incurred in preparation of an RFP, or to procure related services or supplies.
September 03, 10, 2025
WEST BOLIVAR
CONSOLIDATED
SCHOOL DISTRICT
REQUEST FOR
PROPOSALS (RFP)
For Service Agreement
ISSUE DATE: September 3, 2025
REQUEST FOR
PROPOSALS REFERENCE:
RFP — MAINTENANCE SUPPORT SERVICES
RFP Due Date: Wednesday, September 17, 2025 at 4:00 p.m. CST
A. General Information
West Bolivar Consolidated School District (the “District”) is requesting proposals from firms to provide ongoing facilities maintenance services under a service agreement. The selected firm will support the District in responding to maintenance requests identified in the District’s facilities Request for Proposals (RFPs), including flooring, drainage, building envelope repairs, HVAC, plumbing, electrical, and general building systems.
The intent of this RFP is to establish a continuing service agreement with a qualified firm that can provide timely, responsive, and professional maintenance services to ensure the safety, functionality, and longevity of District facilities.
B. Purpose
The purpose of this RFP is to prequalify firms and select one or more vendors to enter into a Service Agreement with West Bolivar School District. Services will include but are not limited to:
● Responding to maintenance requests in accordance with District RFP projects.
● Providing labor, materials, and equipment for corrective and preventive maintenance.
● Supporting District staff with technical expertise and documentation.
● Ensuring compliance with applicable building codes, safety standards, and best practices.
C. Primary Contact
Any questions related to this RFP should be directed to Mr. L’Kenna Whitehead, Superintendent of Education, at 662-759-3525.
No submitting potential vendor shall contact any representative from the District for purposes related to this proposal with the exception of the superintendent, Mr. L’Kenna Whitehead, on or after the date of publication of this RFP.
D. Submission Deadline and Procedure
a. The packaged proposal shall be sealed and include one (1) original copy and five (5) hard copies and submitted to the District by the stated deadline. Any proposal received after the time and date set for receipt of proposals is late. No late proposal, late modification, or late withdrawal will be considered.
b. The award of a contract for any proposal is contingent upon the favorable evaluation of the vendor's review and approval of the vendor by the District’s School Board.
c. The contract awarded under this RFP is contingent on the availability of funds. In the event funds are not available, any contract resulting from this RFP will become null and void immediately.
By Mail: West Bolivar Consolidated School District
ATTN: RFP — Maintenance Support Services
P. O. Box 189
Rosedale, MS 38769
By Email: To lwhitehead@wbcsdk12.org
With RFP — Maintenance Support Services in the Subject Line The emailed proposal must be submitted in PDF format.
E. Purchase Description
These services shall be provided to the District prior to the end of the contract date. All relevant federal and state purchasing laws and regulations are to be followed.
F. Evaluation Factors
The following criteria will be taken into consideration when evaluating submitted proposals:
a. Vendor's background and history.
b. Qualifications (including submitted resumes, of team members in the area of the project described above).
c. Qualifications of any sub-consultant, not members of the firm, who will be utilized as a consultant in the project described above.
d. Documentation of prior involvement or experience with federally-funded projects.
e. Certification that your firm or individual members of your firm have not been disbarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities.
f. Included project management plan.
g. Documented record of reliability, on-time and on-budget project implementation and
completion.
h. If selected, the vendor will be required to provide proof of insurance, W-9 IRS Form, and certify other federal and state requirements upon execution of a contractual agreement.
i. The fee schedule must be comparable to typical professional fees and to other submitted proposals.
j. The engineering/architectural firm and all other associated consultants must have a sufficient number of staff with the requisite skills available to perform the job during all stages.
k. Firm and all other associated consultants must have knowledge of and adhere to all ASHRAE guidance and regulations for schools and universities.
1. Firm and all other associated consultants must be aware of and in compliance with all EDGAR purchasing and expenditure requirements.
m. Preference may be given to vendors with substantial experience in the design, construction, and related areas of K-12 public schools or other governmental projects.
n. Preference may be given to engineering/architectural firms and all other associated consultants within a 150-mile radius of the district's boundaries.
G. Scope of Work
Work is anticipated to begin on or soon after September xx, 2025 and tentatively completed by June 30, 2026. The scope of services will include, but not be limited to:
a. HVAC Systems – inspection, repair, and preventive maintenance
b. Plumbing Systems – corrective repairs and preventive upkeep
c. Roofing Systems – maintenance, leak prevention, and repairs
d. Electrical Systems – system checks, repairs, and safety compliance
e. Other Facility Needs – general building maintenance as needed
Following evaluation of the proposals, the District may conduct additional interviews and may request additional information from one or more vendors. The contract will be awarded to the best and lowest responsible vendor. The District reserves the right to waive any small informalities, to reject any and all proposals in part or in whole, and to evaluate the qualifications in the proposal that are most beneficial to the District. Issuance of this RFP does not commit the District to award a contract, to pay any costs incurred in preparation of an RFP, or to procure related services or supplies.
September 03, 10, 2025
IN THE CHANCERY COURT OF LEFLORE COUNTY, MISSISSIPPI
LOU ALICE BOLDEN PETITIONER
CAUSE NO. 25-PR-63
VS.
THE HEIRS-AT-LAW OF
CARRIE LEE APPLEWHITE BOLDEN, DECEASED
AND
ALL PERSONS HAVING OR CLAIMING ANY LEGAL OR EQUITABLE INTEREST IN
1212 HOLLOWAY STREET DESCRIBED AS THE EAST 0NE-HALF OF LOT 7 OF
THE LAMAR ADDITION,
LEFLORE COUNTY, MISSISSIPPI TAX PARCEL 10114011600100
SUMMONS
BY PUBLICATION
THE STATE OF
MISSISSIPPI:
TO: ANY UNKNOWN HEIRS-AT-LAW OF CARRIE LEE APPLEWHITE BOLDEN, DECEASED; AND ALL PERSONS HAVING OR CLAIMING ANY LEGAL OR EQUITABLE INTEREST IN 1212 HOLLOWAY STREET DESCRIBED AS THE EAST 0NE-HALF OF LOT 7 OF THE LAMAR ADDITION, LEFLORE COUNTY, MISSISSIPPI TAX PARCEL 10114011600100.
You have been made a Defendant in the suit filed in this Court by Lou Alice Bolden seeking a determination of the heirs-at-law of Carrie Lee Applewhite Bolden and to quiet and confirm title to property at 1212 Holloway Street. Defendants other than you in this action are any unknown heirs-at-law of Carrie Lee Applewhite Bolden, Deceased.
You are summoned to appear and defend against the complaint or petition filed against you in this action at 9:30 a.m. on the 17th day of October, 2025, in the Chancery Court of Leflore County Mississippi, Honorable W. M. Sanders, at the Leflore County Courthouse, Greenwood, 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 or petition.
You are not required to file an answer or other pleadings but you may do so if you so desire.
Issued under my hand and the seal of this Court, this 2nd day of September, 2025.
DEBRA TATE HIBBLER, CHANCERY CLERK
LEFLORE COUNTY,
MISSISSIPPI
BY: D. W. Spells
DEPUTY CLERK
RICHARD A. OAKES
ATTORNEY FOR
PETITIONER
P.O. DRAWER 1640
GREENWOOD, MS
38935-1640
TELEPHONE:
(662) 453-7373
STATE BAR NO. 3894
September 3, 10, 17, 2025