Agency |
Title |
Date published |
Bid opening date |
Sample Listings |
Sample Electronic Bid - Bid period open for addenda demonstration
|
Advertisement for Demonstration
https://www.centralauctionhouse.com/rfp28314654-sample-electronic-bid--bid-period-open-for-addenda-demonstration.html
30-Nov-2017 11:44:15 AM CST |
30-Dec-2026 11:00:00 AM CST |
Sample Listings |
Sample Reverse Auction (1 year solicitation period)
|
This is an example of a Reverse Auction with a 1 Year Solicitation Period.
https://www.centralauctionhouse.com/rfp57701569-sample-reverse-auction-1-year-solicitation-period.html
22-Jun-2021 9:00:00 AM CDT |
31-Dec-2025 10:00:00 AM CST |
Sample Listings |
Sample Public Works Bid - June 8 (OPEN)
|
<br /><div style="text-align: center;"><br /><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />
https://www.centralauctionhouse.com/rfp75990837-sample-public-works-bid--june-8-open.html
08-Jun-2022 9:57:00 AM CDT |
31-Dec-2026 10:00:00 AM CST |
Sample Listings |
Sample Materials/Supplies Bid - (OPEN)
|
<br /><div style="text-align: center;"><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.
https://www.centralauctionhouse.com/rfp80115682-sample-materialssupplies-bid--open.html
08-Jun-2022 10:13:00 AM CDT |
31-Dec-2026 10:00:00 AM CST |
Sample Listings |
TAF Sample
|
This is a sample for demonstration purposes only.<br /><br />This is where the language from the public advertisement would be placed so the potential vendor has immediate access.<br /><br />EXAMPLE<br /><br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the 2022 Asphalt Street Rehabilitation Program project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11631): Base Bid – Asphalt milling, soil cement/lime treatment base work, asphalt patching, asphalt overlay, shoulder material, thermoplastic striping, markers, manhole/drainage grate/valve box adjustments and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Baker and delivered to the City Hall at 3325 Groom Road, Baker, LA 70714 not later than 2:00 p.m., on Wednesday, July 20, 2022. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, July 20, 2022, at the City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />The Owner has chosen the method of plan distribution to be via hard copies of the plans and specifications pursuant to LA R.S. 38:2212 as available through the office of the Engineer.<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractor’s license and classifications will be made prior to release of bid documents.<br /> <br />Pursuant to the Louisiana Revised Statute, vendors/contractors now have the option to submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 800-990-9339. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractor’s past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
https://www.centralauctionhouse.com/rfp96404192-taf-sample.html
29-Jul-2022 9:41:15 AM CDT |
31-Dec-2026 2:00:00 PM CST |
St. John the Baptist Parish Public Schools |
RFP 25.31 Property Insurance
|
The St. John the Baptist Parish School Board. The sealed proposals will be received until: 10:00 A.M. February 5, 2025
https://www.centralauctionhouse.com/rfp22044494-rfp-2531-property-insurance-.html
09-Oct-2024 10:00:00 AM CDT |
05-Feb-2025 10:00:00 AM CST |
St. Charles Parish Government |
WWKS 105 - Phase 3 Water Main Replacement In Bonnet Carre Spillway
|
The Contract Work comprises construction of a new 8” dia. HDPE water main (open cut and directional bore) with connections to the existing water main.
https://www.centralauctionhouse.com/rfp6267230-wwks-105--phase-3-water-main-replacement-in-bonnet-carre-spillway.html
14-Nov-2024 12:00:00 AM CST |
23-Jan-2025 10:00:00 AM CST |
Rapides Parish School Board |
Bid 62-24-14: J.B. Nachman Elementary Addition
|
ADVERTISEMENT OR INVITATION TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD <br />J.B. NACHMAN ELEMENTARY SCHOOL ADDITION (RPSB BID #62-24-14)<br />Separate sealed bids for J.B. NACHMAN ELEMENTARY SCHOOL ADDITION (RPSB Bid #62-24-14) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH<br />STREET, ALEXANDRIA, LOUISIANA 71301, 11:30 a.m. (Central Time), on December 19, 2024 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />HOLLY & SMITH ARCHITECTS<br />100 E. Vermilion Street, Suite 406<br />LAFAYETTE, LOUISIANA 70501<br />(337) 279-2010<br /> <br />The Scope of Work Includes: Renovations and additions to the existing administrative office building and school entry. New additional paved parking, selective re-glazing of windows at the main classroom building. LED re-lamping of all interior lighting on campus, and total renovation of two restrooms in the main classroom building as indicated within the Bidding Documents.<br /> <br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com. If you are not currently a subscriber, you will need to apply for access.<br /> <br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via www.centerlinebidconnect.com. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be posted on www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br />Pursuant to L.R.S. 38:2212.E.(1) Bidders have the option to submit bids and bid bonds electronically. Electronic bids for this project may be submitted through Central Bidding at www.CentralAuctionHouse.com. To register, or for assistance with completing an e-bid, contact Central Bidding at 225-810-4814 or 866-570-9620.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of the L.R.S.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 9:00 a.m. on December 10, 2024 at J.B. Nachman Elementary School, 4102 Wakefield Blvd. Alexandria, LA 71303Attendance at this conference is not mandatory, but strongly encouraged.<br /> <br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven<br />(7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD ATTN: MS. ELIZABETH DOMITE, CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />Advertisement Dates:<br />November 22, 2024<br />November 27, 2024<br />December 4, 2024
https://www.centralauctionhouse.com/rfp28006668-bid-62-24-14-jb-nachman-elementary-addition.html
22-Nov-2024 8:00:00 AM CST |
17-Jan-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
RFP Solicitation No. 2024-12-1200
|
**ADDENDUM NO. 1 RESPONDS TO QUESTIONS ASKED DURING INQUIRY PERIOD AND EXTENDS BID OPENING DATE TO 1.16.25**<br />**ADDENDUM NO. 2 REVISES ATTACHMENT B-1 PRICING SCHEDULE AND REVISES BID OPENDING DATE TO 1.23.25 AT 2:00 PM CST**<br /><br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on January 9, 2025 in Room 826 of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Janitorial Services for East Baton Rouge Parish Library System (Labor Only)<br />RFP No. 2024-12-1200<br /> <br />Mandatory Pre-Proposal Conference & Mandatory Job Site Visits:<br /> <br />When: December 18, 2024<br />Time: 9:00 AM CST<br />Location: East Baton Rouge Main Library<br />7711 Goodwood Boulevard<br />Baton Rouge, LA 70806<br />Contact: Rhonda Pinsonat (for directions and concerning<br />Pre-Proposal Conference/Job Site Visits only)<br />Phone: 225-231-3705<br /> <br />The mandatory job site visit will begin immediately following the pre-proposal conference on December 18, 2024. Only companies represented at the pre-proposer conference AND job site visit shall be considered for award through this Request for Proposal.<br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is December 27, 2024 at 5:00 PM CST.<br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806 of City Hall. All interested parties are invited to be present.<br /> <br />Teleconference Call-in information for Public Access to RFP Opening: <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening. <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 25% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br />Though not required if receiving solicitation and addenda notices from LaPAC, the City of Baton Rouge, Parish of East Baton Rouge will e-mail or mail addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br />
https://www.centralauctionhouse.com/rfp34046895-rfp-solicitation-no-2024-12-1200.html
29-Nov-2024 10:00:00 AM CST |
23-Jan-2025 4:00:00 PM CST |
Jefferson Parish Government |
5000146793 TWO (2) YEAR CONTRACT FOR AERIAL HYDRAULIC REPAIRS FOR AERIAL BUCKETS (TRUCK MOUNTED), HIGH RANGER, SKYWORKER, ETC. FOR THE JEFFERSON PARISH DEPARTMENT OF FLEET MANAGEMENT
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146793<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 12, 2024 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Contract for Aerial Hydraulic Repairs for Aerial Buckets (Truck Mounted), High Ranger, Skyworker, Etc. for The Jefferson Parish Department of Fleet Management <br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: November 27, December 4 and 11, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp38796267-5000146793-two-2-year-contract-for-aerial-hydraulic-repairs-for-aerial-buckets-truck-mounted-high-ranger-skyworker-etc-for-the-jefferson-parish-department-of-fleet-management.html
02-Dec-2024 1:51:00 PM CST |
16-Jan-2025 2:00:00 PM CST |
St. Martin Parish Government |
CONTRACT NO. 5A DISTRIBUTION SYSTEM ISOLATION VALVES FOR THE CITY OF ST. MARTINVILLE AND ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4
|
Sealed bids will be received by the St. Martin Parish Government at any time or day prior to, but no later than 10:00<br />a.m. on January 21, 2025 for the above listed project.<br /> <br />The work will consist of the installation of insertion valves throughout the City of St. Martinville and other miscellaneous work.<br /> <br />Bids may be mailed to St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or delivered to the bid opening. Bid documents may also be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on January 14, 2025 at 11:00 a.m. at the City of St. Martinville, City Hall located at 120 South New Market Street, St. Martinville, LA 70582.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on January 21, 2025 at 10:00 AM. in the Carroll J. Fuselier Meeting Room, located in the office of St. Martin Parish Government at 301 W. Port Street, St. Martinville, LA 70582. The construction cost estimate will be read aloud upon opening of bids.<br />
https://www.centralauctionhouse.com/rfp58924627-contract-no-5a-distribution-system-isolation-valves-for-the-city-of-st-martinville-and-st-martin-parish-consolidated-waterworks-district-no-4.html
04-Dec-2024 8:00:00 AM CST |
21-Jan-2025 10:00:00 AM CST |
St. Martin Parish Government |
CONTRACT NO. 5C DISTRIBUTION SYSTEM FIRE HYDRANT REPLACEMENT & METERS FOR THE CITY OF ST. MARTINVILLE AND ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4
|
Sealed bids will be received by St. Martin Parish Government at any time or day prior to, but no later than 10:30 AM. on January 28, 2025 for the above listed project.<br /> <br />The work will consist of removal and installation of fire hydrants throughout the City of St. Martinville. This work shall include the installation of tapping sleeves, valves, concrete and asphalt removal and replacement, and other miscellaneous work required to perform the scope of work.<br /> <br />The work will also include the installation of an Automatic Meter Reading System (ARMS) to read water meters in an automated manner. The system will consist of furnishing and installing water meters, encoders, cellular meter modules, Advanced Metering Analytics (AMA) software, software hosting, training and support necessary to furnish a cellular network meter reading system and other miscellaneous work required to install new meters.<br /> <br />Bids may be mailed to St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or delivered to the bid opening. Bid documents may also be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on January 7, 2025 at 10:30 AM. at the City of St. Martinville, City Hall located at 120 South New Market Street, St. Martinville, LA 70582.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on January 28, 2025 at 10:30 AM. in the Carroll J. Fuselier Meeting Room, located in the office of St. Martin Parish Government at 301 W. Port Street, St. Martinville, LA 70582. The construction cost estimate will be read aloud upon opening of bids.<br />
https://www.centralauctionhouse.com/rfp58906093-contract-no-5c-distribution-system-fire-hydrant-replacement-meters-for-the-city-of-st-martinville-and-st-martin-parish-consolidated-waterworks-district-no-4.html
04-Dec-2024 8:00:00 AM CST |
28-Jan-2025 10:30:00 AM CST |
St. Martin Parish Government |
CONTRACT NO. 5B DISTRIBUTION SYSTEM WATER LINE CROSSING FOR THE CITY OF ST. MARTINVILLE AND ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4
|
Sealed bids will be received by St. Martin Parish Government at any time or day prior to, but no later than 10:00 A.M. on January 28, 2025 for the above listed project.<br /> <br />The work will consist of construction of the installation of 12" water line by open cut and trenchless technologies, valves and other miscellaneous work.<br /> <br />Bids may be mailed to St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or delivered to the bid opening. Bid documents may also be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on January 21, 2025 at 10:30 A.M. at the City of St. Martinville, City Hall located at 120 South New Market Street, St. Martinville, LA 70582.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on January 28, 2025 at 10:00 A.M. in the Carroll J. Fuselier Meeting Room, located in the office of St. Martin Parish Government at 301 W. Port Street, St. Martinville, LA 70582. The construction cost estimate will be read aloud upon opening of bids.<br />
https://www.centralauctionhouse.com/rfp58994008-contract-no-5b-distribution-system-water-line-crossing-for-the-city-of-st-martinville-and-st-martin-parish-consolidated-waterworks-district-no-4.html
04-Dec-2024 8:00:00 AM CST |
28-Jan-2025 10:00:00 AM CST |
St. Martin Parish Government |
ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT #4 WATER SYSTEM IMPROVEMENTS PROJECT I – ST. MARTIN INDUSTRIAL PARK PLANT UPGRADES FOR THE ST. MARTIN PARISH GOVERNMENT
|
Notice is hereby given that sealed bids will be received by the St. Martin Parish Government, at the office of St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or online at http://www.centralbidding.com, until 10:00 a.m., Wednesday, January 22, 2025, for:<br /><br />ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT #4 WATER SYSTEM IMPROVEMENTS<br />PROJECT I – ST. MARTIN INDUSTRIAL PARK PLANT UPGRADES FOR THE<br />ST. MARTIN PARISH GOVERNMENT<br /><br />and the bids will be opened and publicly read aloud at that time. Bids received after the specified time will not be considered.<br />The Project Consists of Furnishing Materials, Labor, and Equipment to Construct and Install New Pumps, Valves, Flow Meters, and Associated Work for the Water Treatment Plant Upgrades.<br /> <br />Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.<br />A Mandatory Pre-Bid Conference will be held at 2:00 p.m. on Wednesday, December 11, 2024, at the office of St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582.<br />
https://www.centralauctionhouse.com/rfp29157280-st-martin-parish-consolidated-waterworks-district-4-water-system-improvements-project-i-st-martin-industrial-park-plant-upgrades-for-the-st-martin-parish-government.html
04-Dec-2024 8:00:00 AM CST |
22-Jan-2025 10:00:00 AM CST |
City of Kenner, LA |
SEALED BID 24-6856 4.0 MGD SEWER LIFT STATION UPGRADES, 131 WEST ESPLANADE AVENUE
|
<div style="text-align: center;"><u>INVITATION TO BID</u><br /> <br /><u>Sealed Bid No. 24-6856</u><br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <br />4.0 MGD Sewer Lift Station Upgrades, 131 West Esplanade Avenue, Kenner, Louisiana<br />Public Works Project No. PW-2020-4-SW<br /> <br />The proposed work (“Work”) includes constructing an adjacent 28.8 MGD submersible pump station and connect it to the existing 4.0 MGD lift station wet well. Work includes, but not limited to: demolition; site work; structural excavation; backfilling; precast concrete piling; structural concrete; submersible pumps; piping; electrical; and mechanical and all related work necessary to complete the Project.<br /> <br />Sealed bids will be received until <u>Thursday, January 9, 2025, 9:45 AM C.S.T.</u> by the City of Kenner in the Finance Department located at:<br /> <br />1610 Reverend Richard Wilson Drive, Building D<br />Kenner, Louisiana 70062<br /> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 AM C.S.T. at the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on <u>Wednesday, December 18, 2024 at 10:00 AM C.S.T</u> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with G.E.C., Inc., 3501 North Causeway Blvd., Suite 210, Metairie, LA 70002, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />All questions concerning this Project or about the meaning or intent of the Contract Documents shall be submitted in writing to the City of Kenner at <u>
[email protected]</u>.<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from G.E.C., Inc. offices at 3501 North Causeway Blvd., Suite 210, Metairie, LA 70002 or 8282 Goodwood Blvd., Baton Rouge, LA 70806 (Phone 225-612-4172) upon deposit of $150.00 for each set of documents. <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting <u>www.centralauctionhouse.com</u>. <br /> </div><div>Advertisement: CITY OF KENNER<br /> The Advocate /s/Elizabeth Herring<br />Wednesday, December 4, 2024 Chief Financial Officer<br />Wednesday, December 11, 2024<br />Wednesday, December 18, 2024 </div><div style="text-align: center;"> </div>
https://www.centralauctionhouse.com/rfp58947777-sealed-bid-24-6856-40-mgd-sewer-lift-station-upgrades-131-west-esplanade-avenue.html
04-Dec-2024 9:00:00 AM CST |
23-Jan-2025 9:45:00 AM CST |
Jefferson Parish Government |
5000146620 Elmwood Parkway Drainage Improvements - Kawanee Avenue to West Esplanade Avenue
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146620<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 09, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />ELMWOOD PARKWAY DRAINAGE IMPROVEMENTS<br />(KAWANEE AVENUE TO GILLEN STREET)<br />PUBLIC WORKS PROJECT NO. 2019-023-DR<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from ARCADIS, INC., 3850 Causeway Blvd, Suite 990, Metairie, LA 70002 Phone: 504-832-4174 or fax by licensed contractors upon receipt of $90 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at General Government Building 200 Derbigny St. Suite 4400 Gretna, La. 70053 on December 19, 2024 at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: December 04, 11 and 18, 2024<br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp52589644-5000146620-elmwood-parkway-drainage-improvements--kawanee-avenue-to-west-esplanade-avenue.html
04-Dec-2024 10:00:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
Jefferson Parish Government |
SOQ 24-039 Professional Engineering Services related to the Design and Construction of the 6th Street Bridge at Keyhole Canal
|
(CORRECTED)<br />PUBLIC NOTICE<br />SOQ 24-039<br />The Parish of Jefferson, authorized by Resolution No.145367 is hereby soliciting Statements of Qualifications (TEC Professional Services Questionnaire) from persons or firms interested and qualified to provide professional engineering services related to the design and construction of the 6th Street Bridge at Keyhole Canal (Council District 2).<br />Deadline for Submissions: 3:30 p.m., January 24, 2025<br />General<br />The scope of work associated with this project consists of the replacement of the 6th Street Bridge at Keyhole Canal and incidental work as needed. Project may include the following supplemental services: load rating in accordance with the LADOTD Bridge Design and Evaluation Manual, surveying, and geotechnical services.<br />Compensation<br />Compensation for the required design services will be made on an hourly rate basis or a fixed fee basis, or a combination of both, depending on scope and complexity of the work. The Parish reserves the right to determine the method of payment (hourly or fixed) for each individual assignment.<br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized burdened rate in accordance with guidelines established in the LDOTD standard rates contained in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br />For fixed fee work, the fee shall be negotiated with the firm by the Jefferson Parish Department of Engineering and shall be mutually agreeable to both parties.<br />Compensation for supplemental services, if required, shall be in the form of a “lump sum” or hourly rate for each supplemental service, which shall be mutually agreeable to the Parish and the Consultant.<br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br />Minimum Requirements for Selection<br />1. The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire);<br />2. The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional engineer in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:”; of TEC Professional Services Questionnaire);<br />3. The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline (Section D. of TEC Professional Services Questionnaire).<br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br />Evaluation Criteria<br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications:<br />1) Professional training and experience in relation to the type and magnitude of work required for the particular project - 35 points;<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points;<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel. – 20 points;<br />4) Past Performance on a project in which the person or firm assisted a governmental entity in dealings with Disaster Recovery and any other projects relating to CDBG - 10 points (Respondent should provide a list of completed Disaster Recovery projects and/or similar CDBG projects for which firm has provided verifiable references.<br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).) Location of the principal office shall only factor into the evaluation criteria if adequate competition (two or more firms that are responsive and responsible) are located within Jefferson Parish;<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.);<br />7) Prior successful completion of projects of the type and nature of engineering services, as defined, for which firm has provided verifiable references - 5 points;<br />Project will include federal disaster and resiliency funds and therefore will include associated federal requirements, including Section 3, as applicable. Statements of Qualifications from minority, female-owned, and local firms / individuals are invited.<br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating Technical Evaluation Committee members shall be deemed qualified to perform these professional services.<br />All firms (including sub-consultants) must submit a Statement of Qualifications (TEC Professional Services Questionnaire). Please obtain the latest questionnaire form by calling the Purchasing Department by telephone at (504) 364-2678 or using our web address: https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br />The firms submitting a Statement of Qualifications (TEC Professional Services Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (Jefferson Parish TEC Professional Services Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code of Ordinances, Section 2-928).<br />No submittals will be accepted after the deadline.<br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br />ADV: The New Orleans Advocate: December 4, 11, 18, and 25, 2024, and January 15, 2025
https://www.centralauctionhouse.com/rfp97888030-soq-24-039--professional-engineering-services-related-to-the-design-and-construction-of-the-6th-street-bridge-at-keyhole-canal.html
04-Dec-2024 6:00:00 PM CST |
24-Jan-2025 3:30:00 PM CST |
Calcasieu Parish School System |
Phase 4 Improvements - Exterior & Interior R.D.Molo Middle School
|
<br /> <br />NOTICE TO BIDDERS<br /> <br /> <br /> <br />The Calcasieu Parish School Board will receive sealed bids until 2:00 P.M., <br />January 7, 2025, at its offices at the Calcasieu Parish School Board, Planning & Construction Department, Chennault Facilities, 3800 Mallard Cove Drive, P.B.#506, Lake Charles, Louisiana 70615 for Phase 4 Improvements – Exterior & Interior R. D. Molo Middle School - SD# 31 Bond Funds. Bid No. 2025-01PC. Complete plans and specifications may be obtained from Ellender Architects & Associates, LLC, 1521 Cypress Street, Sulphur, Louisiana 70663.<br /> <br />No Bid shall be considered or accepted unless the bid is accompanied by bid security in an amount not less than five percent (5%) of the Base Bid and all Additive Alternates. The bid security shall be in the form of certified check or cashier’s check drawn on a bank insured by the FDIC, or Calcasieu Parish School Board Bid Bond Form contained in the Front End Documents written by a surety company licensed to do business in Louisiana with a A.M. Best rating of “A” or better, countersigned by a person who is under contract with the surety company or bond insurer as a licensed agent in this state and who is residing in this state.<br /> <br />Bids shall be accepted only from Contractors who are licensed under LA. R.S. 37:2150-2163, Act 635, effective January 1, 1989, for the classification of Building Construction. No bid may be withdrawn for a period of thirty (30) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. Evidence of authority to submit the bid shall be required in accordance with LA. R.S. 38:2212 (B) (2), (5) and/or LA. R.S. 39:1594 (C) (4).<br /> <br />Each bid must be placed in an envelope, sealed, and marked on the outside, “Phase 4 Improvements – Exterior & Interior R. D. Molo Middle School - SD# 31 Bond Funds. Bid No. 2025-01PC at the Calcasieu Parish School Board, Planning & Construction Department, Chennault Facilities, P.B. #506, and Lake Charles, Louisiana 70615”.<br /> <br /> <br />Bids may also be submitted by electronic means security/password protected to this location, ensuring the following information is included on all pages of all correspondence: www.centralauctionhouse.com.<br /> <br /> <br /> <br /> <br />The Owner reserves the right to reject all bids for just cause as permitted by LA. R.S. 38:2214 (B). The ability of an entity to reject any bid is applicable only when administered in accordance with the Public Bid Law. In accordance with LA. R.S. 38:2212 (B) (1), the provisions and requirements of this section, and those stated in the Bidding Documents shall not be waived by any public entity.<br /> <br />A fee may be required for the Bidding Documents in accordance with LA. R.S. 38:2212 (D).<br /> <br /> <br /> Dr. Jason VanMetre Secretary<br /> Calcasieu Parish School Board<br /> <br />Pc: Bourne, Brown, Architect or Designer, State License Board for Contractors, Daily Journal of Commerce, F. W. Dodge, File<br /> <br /> <br /> <br /> <br />Publish in the Lake Charles American Press: December 6th, 13th, and 20th.of 2024.<br />
https://www.centralauctionhouse.com/rfp29188081-phase-4-improvements--exterior-interior-rdmolo-middle-school.html
06-Dec-2024 1:00:00 AM CST |
28-Jan-2025 2:00:00 PM CST |
Jefferson Parish Economic Development Commission (JEDCO) |
Sealed proposals will be received for the design and development of JEDCO Website.
|
Sealed proposals will be received until the hour of 3:30 P.M., local time, the 16th of January, 2025, at The Jefferson Parish Economic Development and Port District (“JEDCO”), 700 Churchill Parkway, Avondale, LA 70094 or electronically through Central Bidding to design and develop an interactive, dynamic website for JEDCO. The successful proposal will provide qualifications for the execution of such a website redesign, including relevant experience and references as well as a brief narrative approach for the updated website.<br /><br />The website should provide a seamless user experience, incorporating a robust content framework, intuitive navigation, and visually interactive elements. It should cater to a variety of targeted users, including site selection consultants, investors, C-suite executives, business owners (local, national, and international), and entrepreneurs with a goal of encouraging new jobs, investment, and opportunities in Jefferson Parish. The website should reflect JEDCO’s brand and core values, prioritize ease of use, and incorporate photos, videos, and graphics to tell the Jefferson Parish story. JEDCO will provide all copy and information for the website. Project deliverables include a fully functional, interactive website; documentation and training materials for website management, and ongoing support and maintenance as needed.<br /><br />Contract by mutual consent of the Parties and approval by the JEDCO Executive Committee and the Jefferson Parish Council.<br /> <div style="text-align: center;"><b>DEADLINE: </b>Thursday, January 16, 2025, at 3:30 PM Central Time<br /> </div>The following ranking criteria, listed in order of importance, will be used to evaluate the submittals from each firm:<ol> <li>Qualifications & Experience (40 points)</li> <li>Conceptual Approach to Project (40 points)</li> <li>Cost Proposal (20 points)</li></ol>No RFP submittals will be accepted after the deadline.<br /><br />Affidavits are not required to be submitted with the Request for Proposals, but shall be submitted prior to contract approval, including any subs.<br />Insurance is not required to be submitted with the Request for Proposals, but shall be submitted prior to contract approval, including any subs.<br /><br /><b>Advertise: The New Orleans Advocate: December 18, December 25, January 1, January 8</b>
https://www.centralauctionhouse.com/rfp16181733-sealed-proposals-will-be-received-for-the-design-and-development-of-jedco-website.html
09-Dec-2024 12:00:00 AM CST |
16-Jan-2025 3:30:00 PM CST |
Lafourche Parish Government |
Eunice Allemand Pump Station Rehabilitation
|
ELECTRONIC BIDS for the construction of the “Eunice Allemand Pump Station Rehabilitation,” consisting of the following:<br /> <br />The scope of work consists of building a new drainage pump station with a 30” hydraulic pump to replace the existing Eunice Allemand pump station. The pump station will require a new steel sump, diesel engine/tank support platform, hydraulic pump, discharge pipe and appurtenances, and grading.<br /> <br />Sealed bids will be received electronically by the Lafourche Government until 2:00 P.M. local time, on Tuesday, January 28, 2025 at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301. Only electronic bids submitted on www.centralbidding.com will be accepted.<br /> <br />Official Bid documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. To view these, download, receive bid notices by e-mail, and submit the bid you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A NON-MANDATORY Pre-Bid Conference shall be held on Wednesday, January 8, 2025 at 10:00 A.M. at the Lafourche Parish Public Works Office, 4876 Hwy 1, Raceland, LA 70394. The pre-bid conference will be conducted to discuss the Plans, Specifications, and project requirements.<br /> <br />The Contract Documents, consisting of Advertisement for Bids, Information for Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Special Conditions, Payment Bond, Performance bond, Notice of Award, Notice to Proceed, Change Order, Drawings, specifications and Addenda may be obtained by each prospective bidder from GIS Engineering, LLC, located at 197 Elysian Drive, Houma, Louisiana 70363 upon payment of $150.00 per set. Please contact Ann Schouest at (985) 219-1000 or
[email protected] for any clarification or information with regard to the specifications. The cost of mailing, if required, shall be billed separately for an additional non-refundable $25.00.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of HEAVY CONSTRUCTION that is in full force and effect.<br /> <br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless the bidder has complied with LA R.S. 38:22:12(A)(1)(C) or LA R.S. 38:2212(0).<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />Any person with disabilities requiring special accommodation must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening.<br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex, or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br />Lafourche Parish Government reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br />ARCHIE CHAISSON, III, PARISH PRESIDENT<br />LAFOURCHE PARISH GOVERNMENT<br /> <br />
https://www.centralauctionhouse.com/rfp94667704-eunice-allemand-pump-station-rehabilitation.html
10-Dec-2024 12:00:00 AM CST |
28-Jan-2025 2:00:00 PM CST |
METROstudio - Central Bidding Plan Room |
Lafitte Phase VII Bid
|
<b>UPDATE: ADDENDUM 01 uploaded, BID DATE extended to Jan. 21, 2025 @ 3:00 PM</b><br /><br />Copyright 2010 by Architectural Computer Services, Inc. (ARCOM)<br /><br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received for the Lafitte Phase VII and shall be submitted electronically thru www.centralbidding.com. The deadline for receipt of bids is 3:00 PM on January 21, 2025. Bids will be opened and read aloud in a public meeting at the following location at 3:00 PM on January 21, 2025: at Providence Community Housing, 2117 Ursulines Ave, New Orleans, Louisiana 70116<br /><br />FOR: Redevelopment of existing historic building into six residential units and a management office on the first floor; and construction of 45 units within 40 new single- and two-family houses.Historic building located at 601 N. Johnson Street; Multiple addresses within the 2.75 acre block bounded by North Prieur Street, Lafitte Avenue, North Roman Street, and Orleans Avenue.<br /><br />Electronic Documents may be downloaded at www.centralbidding.com.Electronic bids may be submitted at www.centralbidding.com.Questions regarding the electronic bidding process should be referred to Central Bidding at 225-810-4814. Printed copies are not available from the Architect but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Official bid documents may be downloaded at www.centralbidding.com.<br /><br />Written questions about this project shall be directed to the Architect at:<br />MetroStudio LLC<br />6501 Spanish Ft. Blvd<br />New Orleans, LA 70124 E-mail:
[email protected]<br /><br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Bid Documents for this project. The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Bid Documents for this project.<br /><br /><b>A MANDATORY PRE-BID CONFERENCE for all bidders will be held at 10:00 AM on December 17, 2024,<br />BIDS SHALL BE ACCEPTED ONLY FROM CONTRACTORS THAT ATTEND THE ENTIRE PRE-BID CONFERENCE.</b><br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of . Bidder is required to comply with provisions and requirements of LA. R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section and those stated in the bidding documents shall not be waived by any entity. When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The owner shall incur no obligation to the Contractor until the Contract between Owner and Contractor is fully executed.<br /> <br />Any person with disabilities requiring Special Accommodation must contact Metrostudio at 504-283-3685 no later than seven (7) days prior to bid opening.
https://www.centralauctionhouse.com/rfp47529556-lafitte-phase-vii-bid.html
10-Dec-2024 1:00:00 PM CST |
21-Jan-2025 3:00:00 PM CST |
Rapides Parish School Board |
Bid 62-25-04: Boiler Replacement at Alexandria Senior High School
|
ADVERTISEMENT<br /> <br />INVITATION TO BID<br /> <br />Sealed bids will be received in the Purchasing Department of the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana 71301 until 11:00 AM, Thursday, January 16, 2025 for:<br /> <br /> Boiler Replacement at Alexandria Senior High School<br /> <br />(BID NO. 62-25-04) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time (11:00 AM, Thursday, January 16, 2025) will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to 619 Sixth Street, Alexandria, LA 71301. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by an original bid security equal to five (5%) of the total amount bid and must be in the form of a Certified Check, Cashier’s Check, Bank Money Order or Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />There will be a Mandatory Pre-Bid Meeting on Thursday, January 9, 2025 at 10:00 AM at Alexandria Senior High School – Front Office Entrance.<br /> <br />Award will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211, et seq., the Rapides Parish School Board reserves the right to reject any or all bids for just cause. Each bidder, shall submit with their bid satisfactory evidence that they have complied with the requirements of the LA Contractor's Licensing Law, Louisiana R.S. 37:2150, et seq., and are fully qualified to enter into contract with the Rapides Parish School Board. <br /> <br />Bid envelopes shall be marked "Boiler Replacement at Alexandria Senior High School – Bid # 62-25-04”, Contractor’s Name and Contractor’s License Number and delivered to:<br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, CFO<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />Publication Dates: December 11, 2024<br /> December 18, 2024<br /> December 27, 2024
https://www.centralauctionhouse.com/rfp67832310-bid-62-25-04-boiler-replacement-at-alexandria-senior-high-school.html
11-Dec-2024 8:00:00 AM CST |
16-Jan-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000146945 LABOR & MATERIALS NEEDED TO FURNISH, AND INSTALL ALUMINUM BLEACHERS AT VARIOUS PLAYGROUND LOCATIONS FOR THE JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146945<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 9, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor and Materials Needed to Furnish, and Install Aluminum Bleachers at<br />Various Playground Locations for the Jefferson Parish Recreation Department <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: December 11, 18 and 25, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp71704493-5000146945-labor-materials-needed-to-furnish-and-install-aluminum-bleachers-at-various-playground-locations-for-the-jefferson-parish-department-of-parks-and-recreation.html
11-Dec-2024 8:44:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
City of Kenner, LA |
SEALED BID 24-6859 FURNISH AND INSTALL FENCING AS NEEDED(CITYWIDE)
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 24-6859</div> <br />12/11/2024<br />FURNISH AND INSTALL FENCING AS NEEDED (CITYWIDE)<br />Sealed Bid No. 24-6859<br /> <br /> <div style="text-align: center;">The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <br />Furnish and Install Fencing as Needed (Citywide)<br /> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until January 16th, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<br /> <br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062<br /> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.</div> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />December 11, 2024<br />December 18, 2024<br />December 25, 2024
https://www.centralauctionhouse.com/rfp71799999-sealed-bid-24-6859-furnish-and-install-fencing-as-neededcitywide.html
11-Dec-2024 9:00:00 AM CST |
16-Jan-2025 9:45:00 AM CST |
Jefferson Parish Government |
5000146678 Fairmont St., Patriot St., Marrero Rd., Lafitte. West Water Treatment Plant and Wall Blvd. Water Storage Tank Rehabilitation
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146678<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 23, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Fairmont St., Patriot St., Marrero Rd., Lafitte, West Water Treatment Plant, & Wall Blvd.<br />Water Storage Tank Rehabilitation.<br />Project No. 2024-005-WR<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Burk-Kleinpeter Inc., 2400 Veterans Memorial Blvd., Kenner, La. 70062 Phone: 504-486-5901 by licensed contractors upon receipt of $104.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00AM on January 06, 2025 at Jefferson Parish General Government Building, 200 Derbigny Street, Suite 4400, Gretna, La.70053. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: December 11, 18 and 25, 2024.<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp80312065-5000146678-fairmont-st-patriot-st-marrero-rd-lafitte-west-water-treatment-plant-and-wall-blvd-water-storage-tank-rehabilitation.html
11-Dec-2024 9:00:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146930-Clearview And West Napoleon (F6-1) Lift Station Improvements Sewer Capital Improvement Program (SCIP) Project No. D55123
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146930<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 28, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project: <br /> <br /> Clearview And West Napoleon (F6-1)<br /> Lift Station Improvements<br /> Sewer Capital Improvement Program (SCIP)<br /> Project No. D55123<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from ECM Consultants, Inc., 1301 Clearview Parkway, Suite 200, Metairie, LA 70001, (Phone: 504.885.4080 or Fax: 504.885.1439) by licensed contractors upon receipt of<br />$150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders shall be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond and a payment bond guaranteeing faithful performance of the contract. of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00 AM on January 7, 2025 at the General Government Building located at 200 Derbigny Street, Suite 4400 Gretna, LA 70053. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: December 11, 18, & 25, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp26033116-5000146930-clearview-and-west-napoleon-f6-1-lift-station-improvements-sewer-capital-improvement-program-scip-project-no-d55123.html
11-Dec-2024 11:36:00 AM CST |
28-Jan-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146514-Provide all Labor, Materials, Equipment, Transportation, & All Other Incidentals necessary to provide Elevator Modernization at Various Jefferson Parish Facilities for The Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146514<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 9, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Provide all Labor, Materials, Equipment, Transportation, & All Other<br /> Incidentals necessary to provide Elevator Modernization at Various<br />Jefferson Parish Facilities for The Department of General Services<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: December 11, 18, & 25, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp71714614-5000146514-provide-all-labor-materials-equipment-transportation-all-other-incidentals-necessary-to-provide-elevator-modernization-at-various-jefferson-parish-facilities-for-the-department-of-g.html
11-Dec-2024 12:42:00 PM CST |
23-Jan-2025 2:00:00 PM CST |
Meyer Engineers - Central Bidding Plan Room |
Town of Jean Lafitte Art Center Demolition
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b></div> <br /><b>Seal bids </b>will be received until the hour of <b><u>2:00 p.m.</u>,</b> local time on <b><u>JANUARY 17, 2025</u></b> at Jean Lafitte Multi-Purpose Center (<i>Temporary Town Hall</i>), located at 4917 City Park Drive, Lafitte, LA 70067, and publicly opened upon completion of administrative tasks for the following:<br /> <div style="text-align: center;"><b>TOWN OF JEAN LAFITTE ART CENTER DEMOLITION</b></div> <br />The project consists of demolition of the existing Art Center and associated CMU piers. The existing concrete foundation and paving to remain.<br /> <br />Bids shall be addressed to the Town of Jean Lafitte and delivered to the Jean Lafitte Multi-Purpose Center (<i>Temporary Town Hall</i>) located at 4917 City Park Drive, Lafitte, LA 70067 not later than <b><u>2 p.m.</u></b>, on the <b><u>17<sup>th</sup></u> day of<u> JANUARY, 2025</u></b>. Sealed bids to be marked “Sealed Bid –Town of Jean Lafitte Art Center Demolition.” Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at <b><u>2 p.m</u></b>. on the <b><u>17<sup>th</sup></u> day of <u>JANUARY, 2025</u></b>, at the aforementioned location.<br /> <br />A complete set of Construction Documents may be secured from <b>Meyer Engineers, Ltd. located at 4937 Hearst Street, Suite 1B, Metairie, LA 70001 (Phone: 504-885-9892) by licensed contractors upon receipt of $<u> 75.00 for hard copy set and/or a non-refundable fee of $25.00 for an electronic set on USB flash drive</u></b>. A complete set of Contract Documents in PDF Format may be also secured by licensed contractors from <b><u>Meyer Engineers, Ltd. Plan Room, Phone: 504-885-9892 via Central Bidding at:</u></b> <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>, fees are applicable to Central Bidding Membership.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in <b><u>Building Construction and/or Rigging, House Moving, Wrecking, and Dismantling</u> </b>Classification.<br /> <br />All bids must be in accordance with the contract documents on file with the Town of Jean Lafitte, 2654 Jean Lafitte Blvd, Lafitte, Louisiana 70067. <b>Late bids will not be accepted.</b><br /> <br />Each Bid must be accompanied by certified check, cashier’s check, or bid bond acceptable to the owner in the amount equal to five percent (5%) of the total amount bid, including all alternates, and payable without condition to the owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with his proposal and all terms and conditions of the contract documents.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Town of Jean Lafitte reserves the right to reject all bids, waive informalities and to reject non-conforming, non-responsive, un-balanced, or conditional bids, pursuant to the law.<br /> <br /><b><u>A Pre-Bid Conference will be held on JANUARY 3, 2025 at 2:00 p.m. – 3:00 p.m. at <a name="_Hlk184657440">Jean Lafitte Multi-purpose Center (<i>Temporary Town Hall</i>), Lafitte, Louisiana 70067.</a> All interested parties are strongly encouraged to attend.</u></b><br /> <br /><b>ADV: Times-Picayune - Town of Jean Lafitte Legals</b><br /> <br /><b>December 13, 2024</b><br /><b>December 20, 2024</b><br /><b>December 27, 2024</b>
https://www.centralauctionhouse.com/rfp98884229-town-of-jean-lafitte-art-center-demolition.html
13-Dec-2024 12:00:00 AM CST |
24-Jan-2025 2:00:00 PM CST |
Terrebonne Parish School District |
H. L. Bourgeois High School Gym Renovation
|
Sealed bids will be received on January 16, 2025, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 1:30 pm CST. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 1:30 pm CST, all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br />WORK DESCRIPTION:<br /> <br />H.L. Bourgeois Gym Update<br />H. L. Bourgeois High School<br />1 Reservation CT<br />Gray, Louisiana 70359<br />Architect’s Project No. 24017<br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within 150 (One Hundred Fifty) calendar days, from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An On-Site Non-Mandatory Pre-Bid Conference shall be held for bidders on (January 07, 2025), commencing at 11:00 a.m. at H.L. Bourgeois High School, 1 Reservation CT, Gray Louisiana, 70359). Attendees will be required to sign-in in the Receptionist’s Office and will be directed to the meeting location.<br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br />Bid Security in an amount equal to not less than FIVE PERCENT (5%) of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the TERREBONNE PARISH SCHOOL BOARD. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />A corporate resolution or other written evidence of the person signing the bid for the Public Work as prescribed by LA RS 38: 2212 (B) (5) shall be required for submission of bid. Failure to include shall result in the rejection of the bid. <br />Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />All other information contained in the Instructions to Bidders, Articles 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of BUILDING CONSTRUCTION.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The TERREBONNE PARISH SCHOOL BOARD, to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any or all Bids/Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /> <br />Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board <br /> <br /> <br />FIRST PUBLICATION: December 13, 2024<br />SECOND PUBLICATION: December 16, 2024<br />THIRD PUBLICATION: December 23, 2024
https://www.centralauctionhouse.com/rfp36183424-h-l-bourgeois-high-school-gym-renovation.html
13-Dec-2024 8:00:00 AM CST |
28-Jan-2025 1:30:00 PM CST |
Terrebonne Parish School District |
District Surveillance System and Access Control RFP #012325
|
Notice is hereby given that the Terrebonne Parish School Board will receive proposals until the hour of nine o’clock AM (9:00 AM) on January 23, 2025 to install I-Pro Video Insight Video Management Systems using the Video Insight MonitorPlus as our surveillance console to several schools throughout the district. This project also includes I-Pro Access Controls using our existing MonitorCast Access Control Platform. All proposals received by 9:00 AM on January 23, 2025 will be publicly opened at 9:00 AM and acknowledged in the office of the Purchasing Agent, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later time.<br />There will be no pre-bid meeting, however it is expected that all participants will need to do a site walk through to assess what is needed in order to create proposals for each site. All inquiries/questions must be submitted in writing by January 16, 2025 at 4:30 PM. Information regarding the proposals may also be obtained by emailing
[email protected].<br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute the Request for Proposals (RFP), collect responses, and/or allow proposers and vendors the ability to respond through a uniform and secure electronic interactive system. Official RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic proposals can be submitted at www.centralbidding.com at no charge. Proposers participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic submission process at (225) 810-4814. There may be fees for downloading RFP’s that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. There will be no bid bond required for this project. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this RFP. This RFP has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit proposals as advertised.<br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all proposals for just cause.<br />Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board<br /> <br />Publication Dates: December 13, 2024; December 18, 2024; December 30, 2024; January 6, 2025<br /> <br /> <br />This institution is an equal opportunity employer.
https://www.centralauctionhouse.com/rfp22203446-district-surveillance-system-and-access-control-rfp-012325.html
13-Dec-2024 8:00:00 AM CST |
23-Jan-2025 9:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
RENOVATIONS TO THE SCOTLANDVILLE BRANCH LIBRARY PHASE II CITY PARISH PROJECT NO. 21-ASC-CP-1449
|
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: December 13th, December 20th, and December 27 th, 2024 NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge (City-Parish) will receive electronic or paper bids for the construction of the following project: RENOVATIONS TO THE SCOTLANDVILLE BRANCH LIBRARY PHASE II 7373 SCENIC HWY., BATON ROUGE, LOUISIANA 70807 CITY PARISH PROJECT NO. 21-ASC-CP-1449 PROJECT DESCRIPTION: Renovations and additions to the existing Scotlandville Branch Library. Bid Package with Plans and Specifications may be obtained online at www.centralauctionhouse.com. Alternately, paper copies may be obtained through most reprographic vendors for their printing cost. All Bids shall be made on the Bid Package Forms. Statutory Forms (Bid Package Part 1-A) shall be submitted to the Purchasing Division prior to Bid Opening: Certification Regarding Debarment, Suspension and Other Responsibility Matters Attestation of No Past Criminal Convictions Legal Citizen Affidavit Non-Collusion & Non-Solicitation Affidavit Bid Forms (Bid Package Part 1) submitted shall be accompanied by a Certified Check or Cashier's Check payable to the Parish of East Baton Rouge, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Building Construction, and must show their license number on the face of the bid envelope. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, La RS 37:2150-2163 for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. Bids will be received online through www.centralauctionhouse.com or in an envelope delivered to the Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802 until the BID OPENING 2:00 PM Local Time, Thursday, January 16th, 2025 with no exceptions. At Bid Opening in Purchasing Division Room 826 City Hall, electronic Bids and Bid Bonds will be downloaded, then all electronic and paper Bids will be publicly read aloud. Bidders and/or their authorized representatives are invited. Bid results can also be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp The contract shall be awarded to the lowest responsible and responsive bidder. In accordance with Louisiana Revised Statute (La RS) 38:2214 B, the City-Parish reserves the right to reject any and all bids exceeding the preconstruction cost estimate, or for just cause. In accordance with La RS 38:2212 B (1), the provisions and requirements stated in the Bid Package and this advertisement shall not be waived by any entity. Bids shall be firm for a period of 45 days from the date of the Bid Opening, except as allowed per La RS 38:2214 C. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 7% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. A non-mandatory pre-bid conference will be held at 10:00 AM on Friday, December 27th, 2024 on the site of the Scotlandville Branch Library building, located at 7373 Scenic. Hwy., Baton Rouge, LA 70807. All parties interested in this project are invited to attend this conference. For additional information regarding the construction documents, please contact Bid related: Purchasing Division (225) 389-3259; General Documents related: Rob Gray, AIA, LEED BD+C, (225) 389-4694 or
[email protected] and Architectural and Construction Documents related: Lynn Bradley, Stantec (225) 765- 7400 or
[email protected]
https://www.centralauctionhouse.com/rfp17231363-renovations-to-the-scotlandville-branch-library-phase-ii-city-parish-project-no-21-asc-cp-1449-.html
13-Dec-2024 8:00:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
Morehouse Parish School Board |
E-RATE RFP #2025-2026 WAN AND INTERNET
|
SEE ATTACHED
https://www.centralauctionhouse.com/rfp57877536-e-rate-rfp-2025-2026-wan-and-internet.html
16-Dec-2024 12:00:00 AM CST |
24-Jan-2025 2:00:00 PM CST |
Jefferson Parish Public School System |
New Pre-K – 8 School at St. Ville School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Thursday, January 23, 2025 for a New Pre-K – 8 School at St. Ville School, Project No. 2023-10. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, LACHIN Architects, APC, 5190 Canal Blvd. Suite 201, New Orleans, LA 70124 Phone: 504-835-8013 for $1,500.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Monday, January 6, 2025 at 10:00 a.m. at the former Helen Cox High School site, 2200 Lapalco Blvd., Harvey, LA 70058 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E(1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as General Construction.
https://www.centralauctionhouse.com/rfp22286824-new-pre-k-8-school-at-st-ville-school.html
17-Dec-2024 12:00:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3104: UNSEASONED LUMBER
|
<div style="text-align: center;">NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br /> <br />INVITATION TO BID 3104:<br /> <br />UNSEASONED LUMBER</div> <br />Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is soliciting bids for Unseasoned Lumber, which consists of purchasing unseasoned rough sawn Southern Yellow Pine lumber in accordance with the specifications. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of<br />those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification<br /><br />BID SUBMISSION: NOPB will accept ELECTRONIC BIDS for this Project until 11:00 a.m. CDT on Tuesday, January 21, 2025 (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronic bids must be submitted for this project at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. NOLA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by Friday, January 10, 2025, 5:00pm CDT. As necessary, an addenda to this RFP will be issued to all respondents receiving this RFQ. Questions, answers, and all required forms will be posted on www.centrabidding.com and the SEBConnect App.
https://www.centralauctionhouse.com/rfp90084764-invitation-to-bid-3104-unseasoned-lumber.html
18-Dec-2024 12:00:00 AM CST |
21-Jan-2025 11:00:00 AM CST |
New Orleans Public Belt Railroad |
Request for NON-PROFESSIONAL SERVICES – Weed and Vegetation Herbicide Application Services
|
<div style="text-align: center;"><br />New Orleans Public Belt Railroad Commission for the Port of New Orleans<br /> <br />Request for NON-PROFESSIONAL SERVICE<br /> <br /> Weed and Vegetation Herbicide Application</div> <br />Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is soliciting bids for Weed and Vegetation Herbicide Application, which consists of the performance of weed and vegetation herbicide application services on approximately three hundred twenty (320) acres of land owned or otherwise operated by the NOPB, which is occupied by main line, other-than-main lines, yard tracks and facilities, and signal and sidings as well as fifteen (15) additional acres of land along the Huey P. Long Bridge right of way. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of<br />those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification<br /><br />BID SUBMISSION: NOPB will accept ELECTRONIC BIDS for this Project until 10:00 a.m. CDT on Tuesday, January 21, 2025 (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronic bids must be submitted for this project at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. NOLA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by Friday, January 10, 2025 5:00pm CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFQ. Questions and answers and all forms required will be posted on www.centrabidding.com and SEBConnect App.
https://www.centralauctionhouse.com/rfp32366665-request-for-non-professional-services-weed-and-vegetation-herbicide-application-services.html
18-Dec-2024 12:00:00 AM CST |
21-Jan-2025 10:00:00 AM CST |
St. John the Baptist Parish Government |
Bid 2024.44 Canal Maintenance Project
|
Bid 2024.44 Canal Maintenance Project
https://www.centralauctionhouse.com/rfp86398832-bid-202444-canal-maintenance-project.html
18-Dec-2024 8:00:00 AM CST |
21-Jan-2025 9:45:00 AM CST |
Port of New Orleans |
Harmony St. and Seventh St. Wharf Shed Repairs Damaged by Hurricane Ida - Overhead Rollup Door Replacement
|
Harmony St. and Seventh St. Wharf Shed Repairs Damaged by Hurricane Ida - Overhead Rollup Door Replacement per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp37585580-harmony-st-and-seventh-st-wharf-shed-repairs-damaged-by-hurricane-ida--overhead-rollup-door-replacement.html
18-Dec-2024 8:00:00 AM CST |
28-Jan-2025 11:00:00 AM CST |
City of Abbeville |
Water Treatment Plant Improvements for the City of Abbeville
|
<div style="text-align: center;"><b>NOTICE TO BIDDERS</b></div><br />Notice is hereby given that sealed bids will be received by the Mayor and Council of the City of Abbeville, Vermilion Parish, Louisiana, on-line with http://www.centralbidding.com and at 101 North State Street, in the Council Meeting Room, Abbeville, Louisiana, <b>until 2:00 p.m., Thursday, February 6, 2025</b>, for:<br /> <div style="text-align: center;"><b>WATER TREATMENT PLANT IMPROVEMENTS<br />FOR THE<br />CITY OF ABBEVILLE </b><br /> </div>and the bids will be opened and publicly read aloud at that time. Bids received after the specified time will not be considered.<br /> <br />The Project Consists of Constructing – A New Solids Contact Clarifier, A New Waste Sludge Pump Station, A New Sludge Thickener with a Sludge Withdrawal Pump Station, A New Backwash Transfer Pump Station, A New Backwash Settling Tank, Yard Piping Modifications, Lime Feed System Modifications, Chemical Feed System Modifications, Electrical Work, and Associated Miscellaneous Work.<br /> <br />The Project is funded by the DOA/OCD – Water Sector Program and by the LDH Drinking Water Revolving Loan Fund as well as a grant from the Delta Regional Authority.<br /> <br />Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.<br /> <br />A Mandatory Pre-Bid Conference will be held at 2:00 p.m. on Wednesday, January 29, 2025, at the City Council Meeting Room, located at 101 North State Street, Abbeville, LA 70511.<br /> <br />Only the bids of Contractors licensed under Louisiana Contractor’s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, Contractors desiring to bid shall hold license of proper classification under <b>“Municipal and Public Works Construction” and/or “Heavy Construction”</b> in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />As evidence of good faith of the bidder, a “Bid Guarantee” equivalent to 5% of the base bid plus any additive alternates, consisting of a firm commitment, such as a bid bond, certified check, or cashier’s check, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies, which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an “A–” rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to 10% of policyholders’ surplus, as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The successful Contractor will be required to execute a Performance Bond and a Payment Bond in the full amount of the contract as more fully defined in the Bidding Documents.<br /> <br />Bidding documents (plans, specifications, and any published addenda) may be examined and obtained on all business days at the following location during the specified hours:<br /> <br />1. Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095Telephone: 337.232.0777 / Fax: 337.232.0851<br /> Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m.<br /> Friday: 8:00 a.m. to 12:00 Noon<br /> <br />2. The City of Abbeville’s on-line bid submittal service.<br /><br />Contractors, sub-contractors, and suppliers may also view and download the plans, specifications, and any published addenda at https://www.centralbidding.com. For assistance on how to register on-line or if encountering problems with the web site, contact 225.810.4814 or 866.570.9620. Properly licensed contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include the Bid Form, Bid Security with Power of Attorney Certification, and Certificate of Resolution/Authority. Regardless of the bid results, the Contractor will have 48-hours from opening of bids to provide the Owner the original documents. If a certified check or cashier’s check is submitted as the bid security, electronic copies of both the front and back of the check shall be included with the electronic bid. If a Contractor fails to provide the original hard copies of these documents within 48-hours of the bid opening, bid shall be considered non-responsive.<br /> <br />3. A $201.00 Deposit on a set of paper documents shall be fully refunded upon return of the paper documents no later than 10-days after receipt of bids. On other sets of documents furnished, the deposit less the actual cost of reproduction ($196.00), shall be refunded upon return of the documents no later than 10-days after receipt of bids.<br /> <br />4. Complete Bid Documents for this project are also available in electronic form and may be obtained without charge and without deposit from Sellers & Associates, Inc. Plan holders are responsible for their own reproduction costs.<br /> <br />5. Ordering Plans and Specifications shall be directed to:
[email protected]<br />Project questions shall be directed to the Design Engineer:
[email protected]<br /> <br /><b>LDH-DWRLF Statements: “Equal Opportunity in Employment”: </b> All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin. Bidders on this work will be required to comply with the President’s Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications. “Wage Determinations”: “The bidding documents include a Wage Determination for the project based on the current U.S. Department of Labor wage rates obtained from Wage Determinations Online (http://www.wdol.gov). The Wage Determination will be re-checked ten days before the bid opening, and if it has been revised, the revised version will be issued to bidders as an addendum”.<br /> <br />Bidding documents shall be available until twenty-four (24) hours before the bid opening date. No bidder may withdraw his bid for at least 45-days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Louisiana Uniform Public Work Bid Form provided in the specifications. The Owner reserves the right to reject any and all bids for just cause. In accordance with R.S. §38:2212, the provisions and requirements of this section and those stated in the bidding documents shall not be waived by any public entity.<br /> <br />By order of the Aldermen of the City of Abbeville, Abbeville, LA.<br /> <br /><u>s/Roslyn White</u> <u> s/Kathleen Faulk</u><br />Mayors City Clerk<br /><br />Publication Dates: Wednesday: December 18, 2024, January 8, 2025, and January 15, 2025<br />Official Journal: The Abbeville Meridional
https://www.centralauctionhouse.com/rfp90021371-water-treatment-plant-improvements-for-the-city-of-abbeville.html
18-Dec-2024 8:00:00 AM CST |
06-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147023 LABOR AND MATERIALS NEEDED TO RESURFACE AND CONVERT FOUR (4) TENNIS COURTS INTO THREE (3) TENNIS COURTS AND ONE (1) BASKETBALL COURT AT ROSETHORN PLAYGROUND
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147023<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 23, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor And Materials Needed to Resurface and Convert Four (4) Tennis Courts into<br />Three (3) Tennis Courts and One (1) Basketball Court at Rosethorne Playground<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: December 18 and 25, 2024, and January 1, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp86304138-5000147023-labor-and-materials-needed-to-resurface-and-convert-four-4-tennis-courts-into-three-3-tennis-courts-and-one-1-basketball-court-at-rosethorn-playground.html
18-Dec-2024 8:53:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
EBR Sheriff's Office |
BID #1094 CAMERA TRAILER
|
Camera Trailer
https://www.centralauctionhouse.com/rfp36180479-bid-1094-camera-trailer.html
18-Dec-2024 10:00:00 AM CST |
17-Jan-2025 10:00:00 AM CST |
St. John the Baptist Parish Public Schools |
RFP - - Disaster Management Service
|
The St. John the Baptist Parish School Board will receive sealed bids for the following:<br />Re advertisement - <b>Disaster Management Service<br /><br />Addendum 1 added to change the time of openting </b>
https://www.centralauctionhouse.com/rfp15629298-rfp-disaster-management-service-.html
18-Dec-2024 10:00:00 AM CST |
17-Jan-2025 2:00:00 PM CST |
Twin Parish Port Commission |
Bayou Carlin Cove Site Improvements & Restaurant Shell Construction
|
<b>NOTICE TO BIDDERS </b><br />Notice is hereby given that sealed bids will be received by the Twin Parish Port Commission, State of Louisiana at the Offices of Primeaux, Touchet & Associates, LLC, 124 North State Street, Suite 200, Abbeville, Louisiana, 70510, Abbeville, Louisiana, 70510, until 10:00 a.m., Monday, January 20, 2025, for the following:<br /> <div style="text-align: center;"><b>BAYOU CARLIN COVE SITE IMPROVEMENTS<br />& RESTAURANT SHELL CONSTRUCTION<br />FOR<br />TWIN PARISH PORT COMMISSIONDELCAMBRE, LOUISIANA</b></div> <br />and shall at that time and place publicly open the bids and read aloud. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />The project consists of the construction of 2,829 square foot foundation and shell building for future restaurant and associated drainage, site grading, parking and drives per attached construction documents.<br /> <br />Complete Bid Documents for this project are available from Primeaux, Touchet & Associates, LLC, 124 North State Street, Suite 200, Abbeville, Louisiana, 70510, (337) 893-8397 during business hours Monday - Thursday: 7:00 a.m. to 4:30 p.m. and Friday 7:00 a.m. to 11:00 p.m. General Contractors (Prime Bidders), subcontractors and material suppliers interested in bidding shall obtain complete sets of printed plans, specifications and bid documents upon deposit of $100 for each set of documents plus $20.00 postage and handling fee if applicable. Deposit for the first set is fully refundable to all bona fide prime contract bidders and a refund less actual cost of reproduction will be made for all additional sets to general contractors and to all subcontractors and material suppliers upon return of documents in good condition not later than ten (10) days after receipt of bid. The deposit for damaged, incomplete or late returned documents may be forfeited. Partial sets of documents will not be issued. Bid documents shall be available until twenty-four (24) hours before the bid opening.<br /> <br /><b>Notice: Prime Bidders (General Contractors) must register with the office of the Engineer for verifying Contractor’s license in order to be eligible to bid the project. Any Bid submitted by a Prime Bid Contractor that is not properly licensed shall be rejected.</b><br /> <br />Each quotation shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Owner, the amount of which shall be five percent (5%) of the total amount bid (including alternates). If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best Key Rating Guide or by an insurance company in good standing licensed write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The certified check, cashier’s check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents.<br /> <br />The successful contractor will be required to execute Performance and Labor and Material Payment Bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Title 37 of the Louisiana Revised Statutes (La. R.S. 37:2150-2192) for the classification of <b>COMMERCIAL BUILDING CONSTRUCTION</b> and show their license number on the front of the sealed envelope in which their bid is enclosed. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. If the contract price is less than $50,000.00, the contractor need not be licensed. Any bid submitted that does not require the contractor to hold a license shall state the exemption on the bid envelope. Additional information relative to the licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />Bidder is required to comply with provisions and requirements in accordance with La. R.S. 38:2212(B)5. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of La. R.S. 38:2214.<br /> <br />Each bid shall be submitted only on the Bid Form included in the Specifications.<br /> <br />The Owner may reject any and all bids for just cause as allowed by La. R.S. 38:2214. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /> <br />Bid Forms and other related information are available to be viewed, downloaded and submitted on-line at www.centralbidding.com.<br /> <br />Any person with disabilities requiring special accommodations must contact the Twin Parish Port Commission no later than seven (7) days prior to bid opening.<br /> <br /> <br /><b>Twin Parish Port Commission<br />Delcambre, Louisiana</b><br /> <br />Legal Journal: Abbeville Meridional<br />Publish Dates: December 18, 2024<br /> January 8, 2025<br /> January 15, 2025
https://www.centralauctionhouse.com/rfp77875926-bayou-carlin-cove-site-improvements-restaurant-shell-construction.html
18-Dec-2024 10:00:00 AM CST |
21-Jan-2025 10:00:00 AM CST |
St. Bernard Parish Government |
Sewer and Water Maintenance Contract - SBPG
|
<h1>ADVERTISEMENT FOR BIDS</h1> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br /> <br />Sealed Bids will be received until the hour of <b>2:00 p.m., Thursday, January 9, 2025</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <h2>St. Bernard Parish Government</h2>Sewer and Water Maintenance Contract<br /> <br />To be a valid delivery, Sealed Bids must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana during the normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before <b>2:00 p.m., Thursday, January 9, 2025.</b><br /> <br /><b><u>Sealed bids delivered to any other St. Bernard Parish Government location or other room number prior to the bid receipt deadline will not be considered. </u></b><br /> <br />Each bid must be accompanied by a certified check, cashier's check or bid bond acceptable to the Owner in the amount equal to at least five percent (5%) of the total amount bid and payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with all terms and conditions of the Contract Documents.<br /> <br />The drawings and specifications are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, (504) 278-4314 <a href="mailto:
[email protected]">
[email protected]</a> and may be secured from the office by only licensed contractors.<br /> <br /><b>Bids may also be viewed and submitted online at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>.</b><br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to apply.<br /> <br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp35121941-sewer-and-water-maintenance-contract--sbpg.html
18-Dec-2024 10:54:00 AM CST |
21-Jan-2025 2:00:00 PM CST |
Livingston Parish Government |
Livingston Parish Drainage Improvement Program 2024/2025
|
ADVERTISEMENT FOR BIDS<br /> <br />LIVINGSTON PARISH<br />DRAINAGE IMPROVEMENT PROGRAM 2024/2025<br /> <br />Sealed Bids will be received at the Office of the Parish President, Livingston Parish Government Purchasing Office, located on the 2nd floor of the Livingston Parish Health Unit, located at 29261 South Frost Road Livingston, Louisiana 70754 until 2:00 p.m., 01/14/2025 at which time the sealed bids will be publicly opened and read aloud. Bids received after the above time will be returned unopened. Complete electronic bidding documents may be obtained from the office of McLin Taylor, Inc. 28339 FROST ROAD , Livingston, Louisiana. Electronic documents may be obtained upon request at no charge. Electronic bid documents may also be obtained at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br /> <br />A mandatory pre-bid meeting will be held in the conference room on the first floor of the Livingston Parish Health Unit, 29261 Frost Road, Livingston, Louisiana 70754 on January 7, 2025 at 10:00 a.m.<br /> <br />The Contract will be awarded to the lowest, responsible, responsive bidder.<br /> <br />Contractors submitting bids shall be licensed under LA License R.S. 37:2150-2164 and shall be classified under Highway, Street, and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />All bids must be accompanied by a bid security equal to five percent (5%) of the base bid and any alternatives and subject to the conditions provided in the instructions to Bidders. The successful contractor will be required to enter into contracts with the above OWNER and to furnish all the materials, perform all of the work, supervise, coordinate, administrate and be responsible for the work of the entire project. No bids may be withdrawn after the closing time for receipt of bids for at least forty-five (45) days. The bond of the low bidder will be held for forty-five (45) days, or until the contract is signed, whichever is shorter.<br /> <br />PERFORMANCE AND PAYMENT BOND: A performance and payment bond for the work will be required upon execution of the contract equal to one hundred percent (100%) of said contract written by a company licensed to do business in Louisiana and who is currently on the U.S. Department of the Treasury Financial Management Service List or be a Louisiana domiciled company with at least an “A” Best rating.<br /> <br />The Livingston Parish Government reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38.2212 (A) (1) (b), the provisions and requirements of this section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. <br /> <br />Equal Employment Opportunity (EEO) Statement – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will be required to comply with the President’s Executive Order No. 11246, as amended. <br /> <br /> <br />LIVINGSTON PARISH GOVERNMENT<br />BY: RANDY DELATTE, PARISH PRESIDENT<br /> <br />PUBLISH: <br />12/19/2024 <br />12/26/2024 <br />01/02/2025
https://www.centralauctionhouse.com/rfp15640039-livingston-parish-drainage-improvement-program-20242025.html
18-Dec-2024 11:00:00 AM CST |
21-Jan-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146765 Three (3) Year Contract to Provide Labor Only for Maintenance and Repairs on Various specialty HVAC Units on an as needed basis Parish wide for the Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146765<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 23, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Contract to Provide Labor Only for Maintenance and Repairs on<br />Various Specialty HVAC Units on an as needed basis Parish Wide for the<br />Department of General Services<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: December 18, 25, 2024 and January 1, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp15620255-5000146765-three-3-year-contract-to-provide-labor-only-for-maintenance-and-repairs-on-various-specialty-hvac-units-on-an-as-needed-basis-parish-wide-for-the-department-of-general-services.html
18-Dec-2024 11:28:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146972 Furnish Labor, Materials and Equipment to Supply and Install Prefabricated/Manufactured Building as a Temporary Facility to House Fire Station No. 13 for the Eastbank Consolidated Fire Department
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146972<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 16, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Furnish Labor, Materials and Equipment to Supply and Install<br />Prefabricated/Manufactured Building as a Temporary Facility to House Fire Station No.13 for the Eastbank Consolidated Fire Department<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The successful bidder will be required to furnish a performance bond and a payment bond guaranteeing faithful performance of the contract. of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: December 18, 25, 2024 and January 01, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp11086912-5000146972-furnish-labor-materials-and-equipment-to-supply-and-install-prefabricatedmanufactured-building-as-a-temporary-facility-to-house-fire-station-no-13-for-the-eastbank-consolidated-fire-depa.html
18-Dec-2024 12:00:00 PM CST |
16-Jan-2025 2:00:00 PM CST |
Lower Cameron Parish Hospital Service District |
Hurricane Laura Repairs to the Lower Cameron Hospital Service District Clinic
|
<b>ADVERTISEMENT FOR BIDS </b><br />Electronic Sealed bids will be received by the Lower Cameron Hospital Service District through Central Bidding. The deadline for <br />receipt of bids is 2:00 PM on January 23, 2025, at which time bids will be authenticated online and a bid tab will be posted. <br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY LOWER CAMERON HOSPITAL SERVICE <br />DISTRICT OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID <br />OPENING. <br /> <br /><b>FOR: Hurricane Laura Repairs to the Lower Cameron Hospital Service District Clinic <br /> 114 Leboeuf Road <br /> Creole, LA 70632 </b><br /> <br />Complete Bidding Documents for this project are being distributed in electronic form on behalf of the Owner by <br />Central Bidding. They may be obtained from the Public Plan Room at www.centralauctionhouse.com. Printed copies are not available <br />from the Owner or Designer but arrangements can be made to obtain them through most reprographic firms. Plan holders are <br />responsible for their own reproduction costs. <br /> <br />Refer questions to the Designer at: <br /><b>Hoffpauir/WHLC Architecture – A Joint Venture </b><br />1669 Lobdell Avenue, Suite H1 <br />Baton Rouge, LA 70806 <br />(225) 926-7406 <br />
[email protected] <br /> <br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The <br />form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project. <br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders <br />included in the Bid Documents for this project. <br /> <br /><b>A PRE-BID CONFERENCE WILL BE HELD </b><br />at 10am on Thursday, January 9, 2025 at Project Site <br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Building <br />Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn <br />for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. <br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and <br />requirements of this Section; and those stated in the bidding documents shall not be waived by any entity. <br /> <br />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds <br />which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of <br />credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The Parish shall incur no obligation <br />to the Contractor until the Contract Between Owner and Contractor is fully executed. <br /> <br /> <br /> <br /><b>LOWER CAMERON HOSPITAL SERVICE DISTRICT </b><br />
https://www.centralauctionhouse.com/rfp82551072-hurricane-laura-repairs-to-the-lower-cameron-hospital-service-district-clinic.html
18-Dec-2024 4:00:00 PM CST |
23-Jan-2025 2:00:00 PM CST |
St. John the Baptist Parish Public Schools |
BID 25.75CUSTODIAL SERVICE EQUIPMENT MAINTENANCE
|
<br /><br />The St. John the Baptist Parish School Board will receive sealed bids for Custodial Service Equipment Maintenance <br /> <br /><br /> <br /><br />
https://www.centralauctionhouse.com/rfp11223584-bid-2575custodial-service-equipment-maintenance.html
18-Dec-2024 6:00:00 PM CST |
16-Jan-2025 10:00:00 AM CST |
St. Martin Parish Government |
ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4 WATER SYSTEM IMPROVEMENTS PROJECT 2 – WATER DISTRIBUTION SYSTEM IMPROVEMENTS FOR THE ST. MARTIN PARISH GOVERNMENT
|
Notice is hereby given that sealed bids will be received electronically at http://www.centralbidding.com and at the Carroll J. Fuselier Parish Council Meeting Room, at the St. Martin Parish Annex Building, 301 West Port Street, St. Martinville, LA 70582, until 10:30 a.m., Wednesday, January 22, 2025, for:<br /> <br />ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4 WATER SYSTEM IMPROVEMENTS<br />PROJECT 2 – WATER DISTRIBUTION SYSTEM IMPROVEMENTS<br />FOR THE<br />ST. MARTIN PARISH GOVERNMENT<br /> <br />and the bids will be opened and publicly read aloud at that time. Bids received after the specified time will not be considered.<br /> <br />The Work Shall Consist of Furnishing and Installing Approximately 32,770’ of 4” – 8” C-900/DR-18 Water Main, 20,830’ of 2”- 3” SDR 26 Water Main, 980’ of 4” – 8” DIPS/SDR 11 PE Water Main, 11,700’ of 3/4" – 2” SDR 9<br />PE Service Tubing, 384’ of 3/4" – 2” Service Connections, and 890 Automatic Read Meters. Along with Associated Work.<br /> <br />No Pre-Bid Conference will be held on this project.<br />
https://www.centralauctionhouse.com/rfp15931151-st-martin-parish-consolidated-waterworks-district-no-4-water-system-improvements-project-2-water-distribution-system-improvements-for-the-st-martin-parish-government.html
18-Dec-2024 6:00:00 PM CST |
22-Jan-2025 10:30:00 AM CST |
St. James Parish Government |
FY2024 Roadway Rehabilitation
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by the ST. JAMES PARISH GOVERNMENT (herein referred to as “Owner”) for the construction of the FY2024 Roadway Rehabilitation project described as follows:<br /> <br />Project Description: Milling of asphaltic concrete, asphaltic concrete overlay, pavement patching, and related work. <br /> <br />Sealed bids shall be addressed to St. James Parish Government, and delivered to the St. James Parish Courthouse, 2nd Floor, Council Chambers, located at 5800 LA Hwy. 44, Convent, Louisiana 70723, not later than 10:00 AM (Central Standard Time), on the 23rd day of January, 2025 and thereafter, sealed bids will be publicly opened and read aloud at the Council Chambers, located at the 2nd Floor, Parish Courthouse, 5800 LA Hwy. 44, Convent, Louisiana 70723. Any bid received after the specified time and date will not be considered.<br /> <br />The Bidding Documents (including Instructions to Bidders, Bid Form, Contract, Construction Drawings and Specifications and other related documents) may be examined at St. James Parish Operations office, 3rd Floor, 5800 Hwy 44, Convent, LA 70723 between the hours of 9:00 AM and 3:00 PM, Monday through Friday. (contact Ryan Larousse at
[email protected]). Printed copies may be obtained from the office of the Engineer, Crescent Engineering & Mapping, LLC, located at 315 E. Second St., Thibodaux, LA 70301. A single set of Bidding Documents may be obtained from this office upon payment of $150.00 per set (non-refundable) to cover the cost of printing, payable to Crescent Engineering & Mapping, LLC. Validation of the Contractor’s license and proper classification will be made prior to issuance of Bidding Documents. This Project shall require a Louisiana Contractors license for Classification II – Highway, Street and Bridge Construction. Bidders shall show his/her license number on the exterior of the sealed envelope submitting the bid in accordance with LA Revised Statute 37:2163.<br /> <br />A Pre-bid Conference will be held on Tuesday, January 14th, 2025 at 10:00 AM (Central Standard Time) in the Parish Courthouse, 3rd Floor, Operations Department Conference Room, located at 5800 LA Hwy. 44, Convent, Louisiana. Attendance at the pre-bid conference is Non-Mandatory.<br /> <br />Bid documents will be posted on www.centralbidding.com. To view these, download, and receive bid notices by e-mail, Contractors will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance with the Louisiana State Bid Law.<br /> <br />The Owner requires that each bidder attach to his/her bid, a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />Any persons with disabilities requiring special accommodations must contact the St. James Parish Government no later than seven (7) days prior to the bid opening.<br /> <br /> <br /> St. James Parish Government<br /> <br /> <br /> Rick Webre, Operations Director<br /> <br /> <br />Please publish this ad in the<br />News Examiner on the following dates:<br />December 19, 2024<br />December 26, 2024<br />January 9, 2025
https://www.centralauctionhouse.com/rfp50546065-fy2024-roadway-rehabilitation-.html
19-Dec-2024 12:00:00 AM CST |
23-Jan-2025 10:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0645-2 Interior Horticultural Services for Baton Rouge Metro Airport
|
Addendum No. 1 added to move bid opening date to January 16, 2025<br /><br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. CST January 10, 2025 for the following:<br /> <br />A24-0645 – Interior Horticultural Service for the Baton Rouge Metropolitan Airport<br /> <br /> <br />A mandatory pre-bid conference shall be held on December 31, 2024 at 9:00 a.m., at the Baton Rouge Metropolitan Airport, 9430 Jackie Cochran Drive, Main Terminal Building, 1st Floor Conference Room, Baton Rouge, LA.<br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on January 03, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Shiwonda Harris at (225) 389-3259, Ext. 3271, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303
https://www.centralauctionhouse.com/rfp13153641-a24-0645-2-interior-horticultural-services-for-baton-rouge-metro-airport.html
19-Dec-2024 6:00:00 PM CST |
16-Jan-2025 11:00:00 AM CST |
Iberville Parish Government |
Asphaltic Roadway Improvements Program 2025 (ID/IQ Contract)
|
https://www.centralauctionhouse.com/rfp40901812-asphaltic-roadway-improvements-program-2025-idiq-contract.html
20-Dec-2024 8:00:00 AM CST |
16-Jan-2025 2:00:00 PM CST |
West Baton Rouge Parish School Board |
RFQ FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES - COHN ELEMENTARY SCHOOL RENOVATIONS AND ADDITIONS
|
Public Notice<br />Invitation for Construction Management at Risk (CMAR) Services for Cohn Elementary School Renovations and Additions Project<br /> <br />The West Baton Rouge Parish School Board (“School Board”) is seeking Statements of Qualifications (SOQ) from highly qualified construction firms interested in providing Construction Management at Risk (CMAR) Services for:<br /> <br />Cohn Elementary School Renovations and Additions Project<br />805 14th Street<br />Port Allen , Louisiana 70767<br /> <br />An electronic file is available at www.centralauctionhouse.com<br /> <br />In addition to the above website location, interested firms may obtain official Request for Qualifications (RFQ) packages from:<br /> <br />West Baton Rouge Parish School Board<br />Attention: Chad Fontenot<br />3761 Rosedale Road<br />Port Allen, LA 70767<br />(225) 343-8309<br />Email:
[email protected]<br /> <br />Only those firms that have obtained the official RFQ package for this solicitation from the West Baton Rouge Parish School Board or online at Central Auction House will be considered by the School Board Selection Committee.<br /> <br />The original and ten (10) copies of the SOQ are to be delivered to the West Baton Rouge Parish School Board at 3761 Rosedale Road, Port Allen, LA 70767.<br /> <br />The SOQ submissions for this project will be accepted until 2:00 P.M. on January 24, 2025.<br /> <br />SOQ submissions that have not been received by the aforementioned deadline date and time will be rejected. Additionally, failure to submit all of the information required by the RFQ may render the SOQ non?responsive and may result in the SOQ submission being rejected.<br /> <br />A Mandatory Pre?Proposal Conference will be conducted at 10:00 A.M. on Wednesday, January 8, 2024. Proposers desiring to submit an SOQ must meet at the School Board’s Central Office located at 3761 Rosedale Road, Port Allen, LA 70767 , after which a site visit will take place at the Project location. All firms interested in submitting a SOQ in response to the RFQ are required to attend the entire Pre-Proposal Conference. SOQs submitted by firms who do not attend the Mandatory Pre?Proposal Conference will be rejected.<br /> <br />SOQ Respondents, their consultants, sub?consultants, or other parties representing the proposed team for this solicitation may not contact any School Board CMAR Selection Committee members, Board members, or employees other than the RFQ Coordinator concerning this project from the date of the solicitation until after the date of selection.<br /> <br />The School Board and the School Board’s CMAR Selection Committee reserve the right to reject any or all timely submitted SOQs in response to this RFQ for just cause and waive any informalities with any proposals received.
https://www.centralauctionhouse.com/rfp2349753-rfq-for-construction-management-at-risk-services--cohn-elementary-school-renovations-and-additions.html
20-Dec-2024 11:00:00 AM CST |
24-Jan-2025 2:00:00 PM CST |
St. Bernard Parish Government |
Hyacinth Removal Services Drainage Canals Phase II St. Bernard Parish, Louisiana
|
<b>Request for Proposals</b><br /> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br />Sealed Proposals will be received until the hour of <b>10:00 a.m. on Tuesday, January 21, 2025, in the St. Bernard Parish Government Office of the Department of Public Works, located at 1125 East St. Bernard Highway, Chalmette, Louisiana</b> for furnishing all labor, materials, equipment, etc. and performing all work necessary for:<br /><br /><b>Hyacinth Removal Services </b><br /><b>Drainage Canals</b><br /><b>Phase II</b><br /><b>St. Bernard Parish, Louisiana</b><br /> <br /> St. Bernard Parish Government seeks to secure hyacinth removal services on drainage canals throughout St. Bernard Parish.<br />The primary intent of this Request for Proposals is for the following services relating to drainage canals to be maintained by the Parish of St. Bernard: <ul> <li>Written assessment of existing canal conditions and recommendations for hyacinth removal</li> <li>Establishing a hyacinth removal schedule and tracking system</li> <li>Debris removal to canal bank</li> <li>Hyacinth removal from canals</li> <li>Report any deficiencies on canals</li></ul> <br />Evaluation/Award Criteria<br /> <br /> <b>a</b>. Experience and Qualifications 25 points possible <br /> b. Capacity of Firm and Workload 15 points possible<br /> c. Proposed Approach 25 points possible<br /> d. Past Performance 15 points possible<br /> e. Proposed Fees 20 points possible<br /> <br /> Total Possible Points 100 <br /> <br />To be a valid delivery, Sealed Proposals must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:00 a.m. to 4:30 p.m. Monday through Friday on or before <b>10:00 a.m., on Tuesday, January 21, 2025.</b><br /> <br /><b><u>Sealed Proposals delivered to any other St. Bernard Parish Government location or other room number prior to the proposal receipt deadline will not be considered.</u></b><br /> <br />The Request for Proposals package is on file and open for inspection at the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043 (504) 278-4314. Packages may be secured from the office between the hours of 8:00 a.m. to 4:30 p.m. Monday thru Friday or requested by e-mail at <a href="mailto:
[email protected]">
[email protected]</a>.<br /> <br /><b>Request for Proposal may also be viewed and submitted online at www.centralauctionhouse.com.</b><br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to apply.<br /> <br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br />St. Bernard Parish Government
https://www.centralauctionhouse.com/rfp86314042-hyacinth-removal-services-drainage-canals-phase-ii-st-bernard-parish-louisiana.html
20-Dec-2024 11:00:00 AM CST |
21-Jan-2025 10:00:00 AM CST |
St. Bernard Parish Government |
Grass Cutting Services Miscellaneous Sites (Public Buildings, Parks, Playgrounds, Rights-of-Way, Medians, etc. ) St. Bernard Parish, Louisiana
|
<b>Request for Proposals</b><br /> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br />Sealed Proposals will be received until the hour of <b>10:00 a.m. on Tuesday, January 21, 2025, in the St. Bernard Parish Government Office of the Department of Public Works, located at 1125 East St. Bernard Highway, Chalmette, Louisiana</b> for furnishing all labor, materials, equipment, etc. and performing all work necessary for:<br /><br /><b>Grass Cutting Services</b><br /><b>Miscellaneous Sites</b><br /><b>(Public Buildings, Parks, Playgrounds, Rights-of-Way, Medians, etc. )</b><br /><b>St. Bernard Parish, Louisiana</b><br /> <br /> The primary intent of this Request for Proposal is to obtain a contract for grass cutting services at miscellaneous sites (public buildings, parks, playgrounds, rights-of-way, medians, etc. ) for the following services:<ul> <li>Establishing a grass cutting schedule and tracking system</li> <li>Grass Cuts for Contract properties</li> <li>Litter and debris removal and disposal</li> <li>Grass cutting, removal of clippings</li> <li>The term “Grass Cut” shall have the following meaning – cutting of grass to an acceptable groomed level customary for well maintained recreational/ commercial/ residential areas accomplished by a standard push/ride lawn mowers; weed eat and edging where grass meets all concrete or other hard/solid surfaces; removal of all clippings, fallen tree limbs, etc. as well as cleaning of the street and other concrete surfaces of all clippings</li> <li>Report any deficiencies</li></ul> <br />To be a valid delivery, Sealed Proposals must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:00 a.m. to 4:30 p.m. Monday through Friday on or before <b>10:00 a.m., on Tuesday, January 21, 2025.</b><br /> <br /><b><u>Sealed Proposals delivered to any other St. Bernard Parish Government location or other room number prior to the proposal receipt deadline will not be considered.</u></b><br /> <br />The Request for Proposals package is on file and open for inspection at the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043 (504) 278-4314. Packages may be secured from the office between the hours of 8:00 a.m. to 4:30 p.m. Monday thru Friday or requested by e-mail at <a href="mailto:
[email protected]">
[email protected]</a>.<br /><br clear="all" /> <br /><b>Request for Proposal may also be viewed and submitted online at www.centralauctionhouse.com.</b><br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to apply.<br /> <br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br />St. Bernard Parish Government
https://www.centralauctionhouse.com/rfp13172873-grass-cutting-services-miscellaneous-sites-public-buildings-parks-playgrounds-rights-of-way-medians-etc-st-bernard-parish-louisiana.html
23-Dec-2024 10:05:00 AM CST |
21-Jan-2025 10:00:00 AM CST |
St. Charles Parish Public Schools |
ST. CHARLES PARISH SCHOOL BOARD LULING ELEMENTARY SCHOOL BUILDINGS B, C & D RENOVATION
|
ADVERTISEMENT FOR BIDS<br />A. PROJECT IDENTIFICATION<br />Sealed bids are requested by St. Charles Parish School Board from general contractors for<br />construction of:<br />ST. CHARLES PARISH SCHOOL BOARD<br />LULING ELEMENTARY SCHOOL BUILDINGS B, C & D RENOVATION<br />Bids will be received at the St. Charles Parish School Board, Physical Plant Services, 13855<br />River Road, Luling, Louisiana 70070 at 2:00 P.M., LOCAL TIME, JANUARY 28, 2025, at<br />which time the bids will be publicly opened and read aloud in the St. Charles Parish School Board<br />Annex Conference Room.<br />B. BID DOCUMENTS AND DEPOSITS<br />Complete Bid Documents for this project are available in electronic form. They may be obtained<br />without charge and without deposit by visiting the public projects area at www.cityblueprint.com.<br />Printed copies are not available from the Designer, but arrangements can be made to obtain them<br />through City Blueprint & Supply Co. or most other reprographic firms. Please note that Plan<br />holders are responsible for their own reproduction costs. Questions about this procedure shall be<br />directed to:<br />City Blueprint & Supply Co.<br />1904 Poydras Street<br />New Orleans, LA 70112<br />504-522-0387<br />
[email protected]<br />Bidding documents are also available at www.wearescpps.org under “Resources,” select<br />“Online Bids, RFP’s, etc.<br />All other questions regarding the scope of work of the project should be directed to the Project<br />Architect in writing via email only:
[email protected].<br />C. BID SECURITY AND PERFORMANCE AND PAYMENTS BONDS<br />Bids must be accompanied by a bid security at least equal to five percent (5%) of the base bid and<br />all additive alternates in the form of a certified check, cashier’s check or bid bond. The successful<br />bidder will be required to furnish a performance bond and a payment bond, each in an amount<br />equal to one hundred percent (100%) of the contract amount.<br />Contract, if awarded, will be on the basis of the lowest responsive and responsible bidder, if within<br />the budget. No bid may be withdrawn for a period of 45 days after bid opening except as provided<br />by law.<br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S.<br />37:2151 et seq.<br />D. REJECTION OF BIDS<br />St. Charles Parish School Board reserves the right to award the project on whatever basis is in<br />the interest of the Owner and to accept or reject any or all bids and to waive technicalities and<br />informalities as allowed by law.<br />E. PRE-BID CONFERENCE<br />A PRE-BID CONFERENCE will be held at the St. Charles Parish School Board Annex<br />Conference Room, 13855 River Road, Luling, LA on JANUARY 14, 2025, at 2:00 PM<br />Attendance at this pre-bid conference is Mandatory.<br />F. ADVERTISEMENT DATES<br />LEGAL AD TO RUN:<br />December 26, 2024<br />January 2, 2025<br />January 9, 2025<br />St. Charles Parish Public Schools<br />Ellis A. Alexander, President<br />Dr. Ken Oertling, Superintendent<br />13855 River Road<br />Luling, LA 70070
https://www.centralauctionhouse.com/rfp73324311-st-charles-parish-school-board-luling-elementary-school-buildings-b-c-d-renovation.html
26-Dec-2024 12:00:00 AM CST |
28-Jan-2025 2:00:00 PM CST |
Ascension Parish Government |
SCADA Support
|
<h1 style="text-align: center;">REQUEST FOR QUALIFICATIONS</h1>Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>January 30, 2025</b>, at 3:00 p.m. (CST) for the following:<br /> <h1 style="text-align: center;">SCADA Support</h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) Data and Analytics Department has begun building a team that is skilled and responsible for the Parish Supervisory Control and Data Acquisition (SCADA) system in support of the Parish Drainage infrastructure with coordinated efforts of the East Ascension Consolidated Gravity Drainage District. Our SCADA team still has resources needed to fill the gaps due to skill level or time constraints necessary to maintain our critical responsiveness. As our team grows and becomes skilled, there is the immediate need to respond to or react to issues arising within our infrastructure. This critical equipment is in place and being built for the life safety and welfare of our residents and protection the properties in which they reside. <br /><br /><b>PROJECT DESCRIPTION: </b><br />Technical field and office support for the Parish SCADA system. The Parish staff needs planned and emergency support for SCADA and instrumentation support services throughout the year. This is a task generated contract and shall be costs as bid and awarded based on the hourly rate schedule adopted as part of the contract. Each task will be created by a scope and request for proposal. Each proposal shall accompany the estimated costs breakdown of the task. A final Notice to Proceed shall be issued for each acceptable proposal for the applicable task, as accepted or modified by the project manager. <br /><br /><b>Services to provide hourly rate for:</b><ol> <li>Programmable Logic Controller (PLC) software</li> <li>Hardware installation</li> <li>Hardware configuration</li> <li>Troubleshoot Signals / Data</li> <li>EMERGENCY Troubleshoot / Repair</li> <li>Prepare Design with part list and electrical schematics</li> <li>VTScada Software</li> <li>Certified Electrical Work</li> <li>Professional Electrical Engineering</li></ol> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CST) on <b>January 14, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CST) no later than <b>January 21, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Standard Time on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the proposal submission deadline (i.e. the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 1/2/2025, 1/9/2025, 1/16/2025<br />GONZALES WEEKLY PLEASE PUBLISH 1/2/2025, 1/9/2025, 1/16/2025<br />
https://www.centralauctionhouse.com/rfp15941345-scada-support.html
26-Dec-2024 12:00:00 AM CST |
30-Jan-2025 3:00:00 PM CST |
Zachary Community School District |
Zachary High School Track Replacement
|
ADVERTISEMENT FOR BIDS<br />Sealed Bids are requested by Zachary Community School Board from general contractors for construction of:<br />ZACHARY HIGH SCHOOL TRACK REPLACEMENT<br /> <br />Sealed bids will be received by and at the Zachary Community School Board<br />3755 Church St - Zachary, La 70791 before or until:<br /> <br />2:00 p.m., (local time), Tuesday, January 28, 2025.<br /> <br />at which time and place the bids will be publicly opened and read aloud.<br />Complete Bid Documents and Preliminary information may be obtained from the Architect:<br /> Fusion Architects, APC<br /> 3488 Brentwood Dr. Ste 101<br /> Baton Rouge, La. 70809<br /> 225-766-4848<br /> <br />Electronic bids may be submitted on or before 2:00 p.m., (local time), Tuesday, January 28, 2025.<br />Electronic bids shall be submitted via www.centralbidding.com<br /> <br />Bids must be accompanied by a bid security equal to 5 percent of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond.<br /> <br />The successful Bidder is allowed Forty-Five (45) calendar days to complete the Project from the commencement date of May 19, 2025. Liquidated damages will be assessed at $300.00 for each consecutive calendar day for which the work is not substantially complete and $300.00 for each consecutive calendar day beginning the 46th day after the date of Substantial Completion for which all of the work listed on the punch list is not complete.<br /> <br />A MANDATORY PRE-BID CONFERENCE will be held at the job site, Zachary High School Track Replacement – 4100 Bronco Lane, Zachary, La. (Meet at entrance on west side) at 10:00 am (local time), Tuesday, January 14, 2025. No bid will be accepted from any contractor who did not attend and sign-in at the Pre-Bid Conference.<br />The contract, if awarded, will be on the basis stated in the Instructions to Bidders. No Bids may be withdrawn for a period of 45 days after bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq.<br /> <br />Zachary Community School Board reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids for just cause.<br /> <br />Bid Date: January 28, 2025
https://www.centralauctionhouse.com/rfp41517361-zachary-high-school-track-replacement.html
26-Dec-2024 8:00:00 AM CST |
28-Jan-2025 2:00:00 PM CST |
Lafourche Parish School District |
Golden Meadow Middle - Demolition and Campus Improvements
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School District until <b> 2:00 PM on Thursday, February 6, 2025</b>, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the <b>Golden Meadow Middle Demolition and Campus Improvements, South Bayou Drive, Golden Meadow, LA 70357.</b><br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid Enclosed <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within <b>six hundred and sixty (660) Calendar Days from the Notice to Proceed.</b> Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instructions To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for <b>BUILDING CONSTRUCTION</b> that is in full force and effect.<br /><b>A MANDATORY Pre-bid Conference will be held at 10:00 AM on Tuesday, January 14, 2025; at the project site</b> (Golden Meadow Middle School - address above)<br /> <br />Lafourche Parish School Board<br />Valerie Bourgeois, President<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: 12/27/2024<br />SECOND DATE: 01/02/2025<br />THIRD DATE: 01/09/2025
https://www.centralauctionhouse.com/rfp73397772-golden-meadow-middle--demolition-and-campus-improvements.html
27-Dec-2024 7:00:00 AM CST |
06-Feb-2025 2:00:00 PM CST |
Lafayette Parish School System |
RFQ# 29-25 CMAR NEW WING ADDITIONS AND RENOVATIONS AT 3 SCHOOLS
|
Advertisement:<br /> PUBLIC NOTICE – Invitation for Construction Management at Risk (CMAR)<br />New Wing Additions and Renovations at, Judice Middle School, Acadiana High School and L.J. Alleman Middle School<br /> <br />The Lafayette Parish School System (LPSS) is seeking Statements of Qualifications (SOQ) from highly qualified Construction Management firms interested in providing Construction Management at Risk (CMAR) Services for:<br />New Wing Additions and Renovations at Judice Middle School, Acadiana High School and L.J. Alleman Middle School<br /> <br />The Lafayette Parish School System desires to design wing additions at three (3) existing school campuses:<br />Judice Middle School<br />Acadiana High School<br />L.J. Alleman Middle School <br />Each new wing additions consists of classrooms, administrative spaces, and support spaces as required for the grade level and individual needs of each school campus. The projects also includes some renovations to the existing school building interior and exterior spaces and site improvements.<br /> <br />In addition to the website, interested firms may obtain official REQUEST FOR QUALIFICATIONS (RFQ) packages from:<br />Lee Francis, Purchasing Agent <br />Lafayette Parish School System<br />202 Rue Iberville<br />Lafayette, LA 70508<br />Telephone: (337) 521-7329<br />Fax: (337)233-0782<br />Email:
[email protected]<br />This LPSS Selection Committee will evaluate only the firms that have obtained the official RFQ package for this solicitation from the RFQ Coordinator - Lee Francis, or website(s) authorized by LPSS.<br />The original and SIX (6) copies of the SOQ, per Section 4 of the RFQ dated 12/27/2025 may be delivered to the Lafayette Parish School System (LPSS) at the Office of Purchasing, 202 Rue Iberville, Lafayette, Louisiana 70508.<br />The SOQ submissions for this project will be accepted until 10:00 A.M. on 1/28/2025.<br />SOQ submissions that have not been received by the aforementioned deadline date and time will be rejected. Additionally, failure to submit all of the information stipulated per Section 4 – Response Instructions of the RFQ, dated 12/27/2024, shall be considered non?responsive and will result in the SOQ submission being rejected.<br />A Mandatory Pre?Proposal Conference will be conducted at 10:00 am on 01/13/2025 at 202 Rue Iberville, Lafayette, LA 70508 in the Board Room. All firms interested in submitting a SOQ in response to the RFQ are required to attend. SOQ’s submitted by firms who do not attend the Mandatory Pre?Proposal Conference will be rejected.<br />SOQ Respondents, their consultants, sub?consultants, or other parties representing the proposed team for this solicitation may not contact any LPSS CMAR Selection Committee members concerning this project from the date of the solicitation until after the date of the selection.<br />LPSS and the LPSS CMAR Selection Committee, reserve the right to reject any or all timely submitted SOQs in response to this RFQ for just cause and waive any information with any proposals received.
https://www.centralauctionhouse.com/rfp29306536-rfq-29-25-cmar-new-wing-additions-and-renovations-at-3-schools.html
27-Dec-2024 10:00:00 AM CST |
28-Jan-2025 10:00:00 AM CST |
Plaquemines Parish Government |
25-82 River Pumped Sand
|
Please complete the enclosed bid packet.
https://www.centralauctionhouse.com/rfp90288676-25-82-river-pumped-sand.html
27-Dec-2024 10:00:00 AM CST |
17-Jan-2025 10:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid 24-WHSE-44 Purchase of New/Unused Transformers and Pedestal Boxes
|
<br />Bid Title: Bid 24-WHSE-44 Purchase of New/Unused Transformers and Pedestal Boxes<br />Bid Date & Time: January 13, 2025 @ 2:00 P.M. CST
https://www.centralauctionhouse.com/rfp41562933-bid-24-whse-44-purchase-of-newunused-transformers-and-pedestal-boxes.html
27-Dec-2024 1:30:00 PM CST |
21-Jan-2025 2:00:00 PM CST |
City of Carencro |
I-49 TO GLORIA SWITCH COULEE PROJECT
|
NOTICE TO BIDDERS<br /> <br />Public Notice is hereby given that sealed bids will be received either electronically at http://www.centralbidding.com or at the office of City of Carencro, located at 210 East St. Peter Street, Carencro, Louisiana 70520, until two o'clock p.m. (2:00) central standard time on the 23rd day of January 2025 for the following: <br /> <br />I-49 TO GLORIA SWITCH COULEE PROJECT<br /> <br />The work shall consist of, but is not limited to, approximately 3000’ of coulee cleaning and re-grading in three sections of the coulee. The first section being immediately north and south of W. Gloria Switch Road, the second section beginning approximately 400’ north of W. Gloria Switch Road then travelling north 400’. The third section beginning at Saddlecrest Drive traveling north and ending at Interstate 49 South Service Road. The work shall also consist of installing articulating concrete block matting in two sections within the coulee: the first section shall be across from the incoming ditch from Pothier Road, and the second section shall be at the outfall of the culverts crossing under I-49.<br /> <br />Bid related documents may be downloaded at http://www.centralbidding.com. Electronic Bids may be submitted by visiting http://www.centralbidding.com. For any technical questions regarding the Electronic Bidding Process, contact Central Bidding support at
[email protected] or (225) 810-4814. If contractor elects to use electronic bid submission, the contractor is responsible for investigating and complying with electronic bid submission with and through the electronic bidding service. It is recommended that bidders navigate the service in advance to upcoming bid deadlines.<br /> <br />Bidders submitting bids electronically are required to provide the same documents as vendors submitting through the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from the opening of the bids to provide the City of Carencro the original documents. Only a bid bond shall be submitted as the bid security. Electronic copies of the bid bond shall be included with the electronic bid. If a vendor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non-responsive.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to LA R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Lafayette Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />Original Contract Documents including drawings and specifications are available at the office of C.H. Fenstermaker and Associates, L.L.C. located at 135 Regency Square, Lafayette, LA 70508, phone: (337) 237-2200, upon payment of two hundred dollars ($200) per set, payable to City of Carencro. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO CITY OF CARENCRO SHALL BE ACCEPTED. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders the deposit less actual cost of reproduction will be refunded upon return of the documents no later than ten (10) days after receipt of bids. An electronic copy of the bid documents may be obtained by contacting Mrs. Meghan Broussard at
[email protected] or by telephone at (337) 237-2200. There will be no deposit required to receive an electronic copy of bid documents. Plans and specifications shall be available until twenty-four hours before the bid opening date.<br /> <br />There will be a non-mandatory Pre-Bid Conference at Carencro City Hall on January 15th, 2025 at 2:00 p.m. Physical street address of City Hall is 210 East St. Peter Street, Carencro, LA 70520.<br /> <br />Each bid shall be accompanied by a bid bond payable to the City of Carencro, the amount of which shall be five percent (5%) of the base bid plus additive alternates. Bid bond shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and who is under contract with the surety company or bond issuer as a licensed agent in this state and residing in this state. The bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within thirty (30) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids unless the withdrawal is in accordance with LA R.S. 38§2214.C. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on LA Bid Law statutes, including the lowest responsible bid submitted which is also in compliance with the specifications. The City of Carencro reserves the right to reject any and all bids for just cause as allowed by LA R.S. 38§2214.<br /> <br />Contractors or contracting firms doing work which is classed as “Hazardous Materials” or any subclassifications, shall be properly licensed when the work to be performed is $1.00 or more. Contractors or contracting firms submitting bids for work besides Hazardous Materials, shall be properly licensed for any work in the amount of $50,000.00 or more. All such bidders shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950. Contractors for this project shall be licensed for the classification of “MUNICIPAL and PUBLIC WORKS CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The City of Carencro strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the City of Carencro for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling, 896-8481. <br /> <br /> s/Charlotte Stemmans Clavier<br /> City of Carencro<br />
https://www.centralauctionhouse.com/rfp7056367-i-49-to-gloria-switch-coulee-project.html
30-Dec-2024 12:00:00 AM CST |
23-Jan-2025 2:00:00 PM CST |
Port of New Orleans |
ITB: CRANE 9 HEADBLOCK REPLACEMENT
|
<div style="text-align: center;"><b>Invitation to Bid:<br />CRANE 9 HEADBLOCK REPLACEMENT<br /> </b></div> <br /> Notice is hereby given that The Board of Commissioners for the Port of New Orleans is soliciting bids for the Crane 9 Headblock Replacement. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /><br />The Board strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the Board’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br /><br />The Board desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, The Board derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /><br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /><br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br />The Board accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification.<br /><br />PRE-BID CONFERENCE: An optional pre-bid conference will be held at the Board’s Nashville Napoleon Terminal Complex located at 4951 Terminal Drive New Orleans, LA 70115 at <b>10:00 am (CST) on Thursday, January 16, 2025</b>. Attendance via video conference will be accommodated upon request. Send requests to
[email protected].<br /><br />BID SUBMISSION: PONO will accept electronic bids for this Project until <b>10:00 a.m. CDT on Thursday, January 30, 2025 </b>(the “Bid Submission Deadline”). Any bid received after the Bid Submission Deadline will not be considered. Bidders must be submitted electronically at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents.<br /> <br />PONO CONTACT: Respondents must submit Questions in writing to
[email protected] by <b>Tuesday, January 21, 2025 at 5:00 p.m. CDT.</b> As necessary, addenda to this ITB will be issued to all respondents receiving this ITB. Questions, answers, and all forms required will be posted on www.centralbidding.com.<br />
https://www.centralauctionhouse.com/rfp82370028-itb-crane-9-headblock-replacement.html
03-Jan-2025 12:00:00 AM CST |
30-Jan-2025 10:00:00 AM CST |
St. Mary Parish Government |
RENOVATIONS TO QUINTANA CANAL BOAT LAUNCH PROJECT
|
The St. Mary Parish Government, St. Mary Parish, Louisiana, acting through its President, Sam Jones, will<br />receive sealed bids for the Renovations to Quintana Canal Boat Launch project, at the St. Mary Parish<br />Courthouse Council Meeting Room, Fifth Floor, Franklin, Louisiana 70538, until January 30, 2025, at 10:00<br />A.M., local time, at which time and place, they will be publicly opened and read aloud. Bids received after the<br />time set forth above for opening of bids will not be considered and will be returned unopened.<br />The Contract Documents (Plans, Information for Bidders, Bid Form, Specifications, and other pertinent<br />documents) may be examined at the following locations:<br />• Miller Engineers & Associates, Inc. – 601 Main Street; Franklin, Louisiana 70538<br />• St. Mary Parish Purchasing Agent’s Office – Fifth Floor, Courthouse Building; Franklin, Louisiana<br />70538
https://www.centralauctionhouse.com/rfp17203564-renovations-to-quintana-canal-boat-launch-project-.html
03-Jan-2025 12:00:00 AM CST |
30-Jan-2025 10:00:00 AM CST |
Port of New Orleans |
Request for Proposals - Construction Management Services for the Louisiana International Terminal
|
<div style="text-align: center;"><b>REQUEST FOR PROPOSALS<br />Construction Management Services for the Louisiana International Terminal</b></div> <br /> <br />Notice is hereby given that the Board of Commissioners of the Port of New Orleans (“Board”) is seeking proposals from qualified firms licensed to do business in the state of Louisiana (“Respondent(s)” or “Prime Consultant(s)”) who have demonstrated commensurate experience and expertise for providing Construction Management Services for the Louisiana International Terminal (the “Services”)<br /> <br /> Official Request for Proposal (RFP) documents can be downloaded from Central Bidding at www.centralbidding.com and the SEBConnectApp. <br /> <br /><b>PRE-PROPOSAL MEETING: </b> <b>A pre-proposal meeting will be held on Wednesday, January 22, 2025 at 10:00 a.m. CST in the Auditorium located on the 1st floor of the Port of New Orleans’ Administration Building at 1350 Port of New Orleans Place, New Orleans, LA 70130.</b><br /> <br /><b>PROPOSAL SUBMISSION:</b> <b>Proposals must be submitted electronically, no later than 10:00 AM (CDT), on Thursday February 27, 2025, at www.centralbidding.com (“Central Bidding”). </b>For any questions relating to the electronic bidding process, contact Central Bidding at (225) 810-4814. The Board shall not be responsible if a proposer cannot complete or submit an electronic bid. All proposal received after the Proposal Submission Deadline will not be considered. Respondents shall follow the instructions given in the Request for Proposals (RFP) in order to respond with a valid proposal for evaluation by the Evaluation Committee. <br /> <br />BOARD CONTACT: Respondents must submit Questions in writing to
[email protected].<br /> <br /><b>All inquiries shall be directed to the Procurement Department at
[email protected] by Friday, February 14, 2025 at 5:00PM (CDT).</b> As necessary, addenda to this RFP will be issued to all Respondents receiving this RFP. Questions and answers and all forms required will be posted on Central Bidding’s website at www.centralbidding.com .<br />
https://www.centralauctionhouse.com/rfp63187036-request-for-proposals--construction-management-services-for-the-louisiana-international-terminal-.html
06-Jan-2025 12:00:00 AM CST |
27-Feb-2025 10:00:00 AM CST |
North Oaks Medical Center |
Contact Center Software
|
This Request for Proposal (RFP) is issued by North Oaks Health System for the purpose of procuring contact center software and implementation services at its North Oaks Medical Center and Rehab Center campuses. Specifically, the scope will include:<br /> <br />Acquisition and implementation of advanced, scalable contact center software and components.<br />Integration with Cisco’s CUCM VOIP system.<br />Epic EMR Integration.<br />Physician Credentialing Software Integration<br />Infor (ERP) System Integration<br />Training/Education
https://www.centralauctionhouse.com/rfp31605792-contact-center-software.html
07-Jan-2025 12:01:00 AM CST |
07-Feb-2025 5:00:00 PM CST |
Diocese of Houma-Thibodaux |
Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church, Interior Restoration Building "A" Church, Administration & Rectory, 1985 Highway 308, Thibodaux, LA 70301
|
Sealed Bids will be received by the Diocese of Houma-Thibodaux on behalf of and for the benefit of St. Charles Borromeo Church at the Diocese of Houma-Thibodaux Pastoral Center, 2779 Highway 311, Schriever, LA 70395, until 3:00 pm, Thursday, February 6, 2025, at which time all bids will be opened and read aloud.<br /><br />For: Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church<br /> Interior Restoration Building “A” – Church, Administration & Rectory<br /> 1985 Highway 308, Thibodaux, LA 70301<br /><br /> OWNER’S PROJECT NUMBER: PACS-1-925<br /> ARCHITECT'S PROJECT NUMBER: 2201C<br /><br />The estimated probable construction cost for the Base Bid for this project is $550,000.00.<br /><br />Bids shall be submitted in accordance with LA R.S. 37:2163, in an envelope displaying the Contractor’s license number, except bids submitted electronically, which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br /><br />It is highly recommended that each bid shall be enclosed in a sealed envelope and displaying legibly on the exterior, the following information:<br /> 1. Address to Owner: The Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of the Congregation of St. Charles Borromeo Catholic<br /> Church, 2779 Highway 311, Schriever, LA 70395<br /> 2. Name of Project: Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church – Interior Restoration Building “A” Church, Administration & Rectory, 1985<br /> Highway 308, Thibodaux, LA 70301<br /> 3. Contractor’s Name: <br /> 4. Contractor’s Address: <br /> 5. Contractor’s License #: <br /> 6. Include the words: “SEALED BID ENCLOSED”<br /><br /><br />Bid documents will be posted on www.centralbidding.com. To view, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy. Electronic Bids can be submitted at www.centralbidding.com . Contact Central Bidding at (225)810-4814 concerning any questions about this process.<br /><br />Any bids received after the above-mentioned time will be returned unopened.<br /><br />All bids shall be accompanied by bid security for Bids exceeding $100,000 in an amount of five percent (5%) of the sum of the base bid and all alternates (No bid security required for bids under $100,000). The form of security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful bidder will be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana in an amount equal to one hundred percent (100%) of the contract amount.<br /><br /><br /><br /><br />A Mandatory Pre-Bid Conference will be held at the site, in the Administration Conference Room at 3:00 PM on Thursday, January 23, 2025.<br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of “Building Construction”. Bidder is required to comply with the provisions and requirements of LA. R.S. 38:2212(B)(5). No bid may be withdrawn for a period of thirty (30) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with LA. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The Owner shall incur no obligation to the Contractor until the Contract between the Owner and Contractor is fully executed.<br /><br />Advertise January 7, 2025 / January 15, 2025 / January 23, 2025
https://www.centralauctionhouse.com/rfp34101776-hurricane-ida-damage-repairs-to-st-charles-borromeo-catholic-church-interior-restoration-building-a-church-administration-rectory-1985-highway-308-thibodaux-la-70301.html
07-Jan-2025 7:00:00 AM CST |
06-Feb-2025 3:00:00 PM CST |
Ascension Parish Government |
“Remove & Replace 13 Exterior Windows and Frames at the Government Annex Bldg.”
|
<b>Request For INFORMAL QUOTES<br /><br />Remove & Replace 13 Exterior Windows of the Old Courthouse East Annex<br />Located at 828 S. Irma Blvd., Gonzales, La. 70737<br /><br />Parish Project No. PM-24-10-002</b><br /><br />
https://www.centralauctionhouse.com/rfp69660710-remove-replace-13-exterior-windows-and-frames-at-the-government-annex-bldg--.html
07-Jan-2025 10:00:00 AM CST |
21-Jan-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146633 LABOR, MATERIALS, AND EQUIPMENT FOR A (5) FIVE YEAR TERMITE TREATMENT CONTRACT FOR JEFFERSON PARISH WATER DEPARTMENT BOTH EAST AND WESTBANK LOCATIONS
|
LABOR,MATERIALS, AND EQUIPMENT FOR A (5) FIVE YEAR TERMITE TREATMENT CONTRACT FOR JEFFERSON PARISH WATER DEPARTMENT BOTH EAST AND WESTBANK LOCATIONS
https://www.centralauctionhouse.com/rfp10815511-5000146633-labor-materials-and-equipment-for-a-5-five-year-termite-treatment-contract-for-jefferson-parish-water-department-both-east-and-westbank-locations---.html
07-Jan-2025 4:05:00 PM CST |
22-Jan-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147118 PURCHASE OF BANNER SAVERS AND RELATED ITEMS FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
|
PURCHASE OF BANNER SAVERS AND RELATED ITEMS FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
https://www.centralauctionhouse.com/rfp69672101-5000147118-purchase-of-banner-savers-and-related-items-for-jefferson-parish-engineering-department-.html
07-Jan-2025 4:56:00 PM CST |
17-Jan-2025 11:00:00 AM CST |
Vermilion Parish Sheriff's Office |
Patrol SRO Vehicle Equipment with Install
|
NOTICE TO BIDDERS<br /> <br />Sealed bids will be received by the Vermilion Parish Sheriff’s Office Purchasing Division, until January 23, 2025, 10:00 A.M. for the following:<br />The following items are being advertised for bidding for a twelve (12) month period beginning January 23, 2025 through January 31, 2026 with the option to renew for one additional twelve (12) month period beginning January 31, 2026 through January 31, 2027.<br />Equipment for Patrol SRO vehicles with installation option<br />At precisely 10:00 A.M. bids will be opened and read aloud by the Purchasing Agent, bid proposals, amendments to bid or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever. Bidders or their authorized representatives are invited to be present. No other information or tabulations will be available until awards are made after all bids are fully checked as to specifications and accuracy. We reserve the right to divide items to avail ourselves of the low bid.<br />Bids received after the specified time or from vendors further than a 25 mile radius of 101 South State Street, Abbeville, LA will not be considered. Within the warranty period the winning bidder, shall pickup and service the items at a time acceptable to the department.<br />The bid proposal is firm for a period from January 23, 2025 through January 31, 2026, and no bid proposal can be withdrawn for any reason during this period of time.<br />Each bid must be accompanied by a certified check, cashier’s check or bidder’s bond in an amount equal to five percent (5%) of the bid only when requested.<br />Full information may be obtained upon request from 101 South State Street, Abbeville, Louisiana 70510.<br />Bid information also available online, and electronic bids may be submitted online at http://www.centralbidding.com<br /> The Vermilion Parish Sheriff’s Office reserves the right reject any and all bids.<br /> <br /> <br /> Sheriff Eddie Langlinais<br /> Vermilion Parish Sheriff’s Office<br /> By: Shane Guidry<br /> Purchasing Agent<br /> Bids to be opened: January 23, 2025 10:00 A.M.<br />To be published legal:<br />01/08/25, 01/11/25
https://www.centralauctionhouse.com/rfp95931223-patrol-sro-vehicle-equipment-with-install.html
08-Jan-2025 12:00:00 AM CST |
23-Jan-2025 10:00:00 AM CST |
State of Louisiana Military Department |
CMF High-Volume, Low-Speed Fan Installation, Pineville, Louisiana 71360
|
See attached Solicitation for: CMF High-Volume, Low-Speed Fan Installation, Pineville, Louisiana 71360
https://www.centralauctionhouse.com/rfp69629899-cmf-high-volume-low-speed-fan-installation-pineville-louisiana-71360.html
08-Jan-2025 12:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
New Orleans Ernest N. Morial Convention Center |
C-2028 Procurement of Road Barriers
|
<b>Information </b><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Procurement for C-2028 Procurement of Road Barriers as described in the bid documents and related exhibits. Response to this solicitation does not guarantee a contract. <br /><br /><b>How to Obtain Documents</b><br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br /><br /><b>Response Requirements</b><br />All proposals are due by 10:00 a.m. on Friday, January 14, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center<br />
https://www.centralauctionhouse.com/rfp14174007-c-2028-procurement-of-road-barriers.html
08-Jan-2025 12:00:00 AM CST |
24-Jan-2025 10:00:00 AM CST |
City of Youngsville |
WATER LINE INTERCONNECTIONS 2024
|
The work includes the installation of water lines to interconnect the City of Youngsville water system and other appurtenant and related items of construction.<br />
https://www.centralauctionhouse.com/rfp74635747-water-line-interconnections-2024.html
08-Jan-2025 6:00:00 AM CST |
04-Feb-2025 10:00:00 AM CST |
Iberia Parish School Board |
RFP 1162 - Wide Area Network and Internet Access Services (24-25)
|
RFPs are DUE by 12:00 noon CST on Wednesday, Februay 5, 2025
https://www.centralauctionhouse.com/rfp1411047-rfp-1162--wide-area-network-and-internet-access-services-24-25.html
08-Jan-2025 7:00:00 AM CST |
05-Feb-2025 12:00:00 PM CST |
Lafayette Consolidated Government |
Electric Stock Material - Group 3 Re-Bid
|
NOTICE TO BIDDERS<br /><br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 am Central Time on the 11th day of February, 2025 for the following:<br /> <br />2025 Electric Stock Material – Group 3 Re-Bid<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders may attend the bid opening in person, but are highly encouraged to call into the bid openings at the following phone number: 337-291-5100.<br /> <br />In accordance with Louisiana RS 38:2212 vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Morgan Broussard at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account.<br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8263 (Attn: Morgan Broussard). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the quotation form provided with the specifications.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling (337) 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp78452762-electric-stock-material--group-3-re-bid.html
08-Jan-2025 8:00:00 AM CST |
11-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Switzerland Road Bridge Replacement
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 7th day of February, 2025 for the following:<br /> <br />Switzerland Road Bridge Replacement<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The work to be performed by the contractor includes but is not limited to removing the existing railroad flat car superstructure and timber abutment and installing a new concrete box culvert bridge with associated roadway reconstruction, subsurface drainage work, channel improvements, etc. All work to be completed within one hundred and twenty (120) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $130.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 22, 2025 at 10:30 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAYM STREET AND BRIDGE CONSTRUCTION OR HEAVY CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/8, 1/12, 1/19<br />DPR 952779<br /> <br />
https://www.centralauctionhouse.com/rfp78409491-switzerland-road-bridge-replacement-.html
08-Jan-2025 8:00:00 AM CST |
07-Feb-2025 10:30:00 AM CST |
Lafayette Consolidated Government |
Serenity Road Bridge Replacement
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 6th day of February, 2025 for the following:<br /> <br />Serenity Road Bridge Replacement<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The project consists of the removal and replacement of an existing bridge on Serenity Road in Lafayette Parish, LA. The existing bridge and pilings have deteriorated and are being replaced in this project with cast-in-place concrete box culvert. Roadway, drainage and channel improvement will be performed in the proposed improvements. All work to be completed within 120 working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $140.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 22, 2025 at 9:30 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY, STREET AND BRIDGE CONSTRUCTION OR HEAVY CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/8, 1/12, 1/9<br />DPR 985853<br /> <br />
https://www.centralauctionhouse.com/rfp78485405-serenity-road-bridge-replacement-.html
08-Jan-2025 8:00:00 AM CST |
06-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Wastewater Collection System Rehabilitation 2024 Point Repair Project 700-24-124
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 3rd day of February, 2025 for the following:<br /><br />Wastewater Collection System Rehabilitation 2024 Point Repair Project<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders may attend the bid opening in person or call into the bid openings at the following phone number 337-291-5100.<br /> <br />Scope of Services: The rehabilitation of deteriorated wastewater collection mains using point repair will require excavation to correct structural defects and to reduce inflow/infiltration. All work shall be completed within one hundred eighty (180) calendar days.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Bidders or firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Bidders shall be licensed for the classification of “Municipal and Public Works Construction.” Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 01-08-25; 01-12-25; 01-19-25<br />DPR: 986724<br /> <br />
https://www.centralauctionhouse.com/rfp59928954-wastewater-collection-system-rehabilitation-2024-point-repair-project-700-24-124.html
08-Jan-2025 8:00:00 AM CST |
03-Feb-2025 3:00:00 PM CST |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.1120 GAS TURBINE GENERATOR
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 24th day of January, 2025 for the following:<br /> <br /><b>167118.5.1120 GAS TURBINE GENERATOR RE-BID</b><br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Combustion Turbine Generator and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between nine hundred fifty-eight (958) and one thousand two hundred fifty-nine (1259) calendar days from issuance of Notice to Proceed. Refer to 1.04 Contract Dates and Liquidated Damages section of the General Specifications for further details.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on January 13, 2025 at 10 a.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Webex using the following link: https://lus.webex.com/lus/j.php?MTID=m2d39de87934722700eeb4c3093a5430c or by calling into 1-408-418-9388 and using access code 2486 359 3955##. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 01-08-25; 01-12-25; 01-19-25<br />DPR 988928<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp33231584-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711851120-gas-turbine-generator.html
08-Jan-2025 8:00:00 AM CST |
24-Jan-2025 4:00:00 PM CST |
Jefferson Parish Government |
SOQ 25-001 Psychological and/or Psychiatric Evaluation Services Jefferson Parish Department of Juvenile Services
|
PUBLIC NOTICE<br />SOQ NO. 25-001<br /> <br />Psychological and/or Psychiatric Evaluation Services<br />Jefferson Parish Department of Juvenile Services<br /> <br /> <br />The Parish of Jefferson, authorized by Resolution No.145486, is hereby soliciting Statements of Qualifications (General Professional Services Questionnaire), from individuals and/or agencies interested in providing forensic psychological and/or psychiatric evaluations for juveniles and family members as a result of Juvenile Court orders for such evaluations. Contracts will be awarded on an as needed basis. The minimum evaluation services will include the following in whole or in part:<br /> <br />DEADLINE FOR SUBMISSIONS: 3:30 PM on January 31, 2025<br /> <br />General<br />Clinical interview; review of records; social history (including educational performance); educational evaluation (for those receiving Special Education services); standardized intelligence test; standardized adaptive behavior assessment; and other needed clinician-identified measures (evaluation measures used must be objective, standardized measures); and appropriate psychiatric evaluations as specifically requested by Juvenile Court.<br /> <br />The evaluations of juveniles and family members will be used to answer such questions as:<br />1. Is out of home placement needed?<br />2. What treatment or services will benefit the youth and family and why?<br />3. Does the child need to be referred for Special Education or Developmental Disability Services?<br /> <br />Qualified professionals and/or agencies must be able to provide emergency evaluations and sexual perpetrator evaluations. Qualified professionals and/or agencies are to work collaboratively with Juvenile Court, including case processing time (usually 21 days), with the Department of Juvenile Services, and other juvenile service entities. Qualified professionals and/or agencies must be able to manage the number of evaluations ordered by Juvenile Court. For reference in 2023 there were approximately 110 psychological and psychiatric evaluations conducted.<br /> <br />Evaluation Criteria:<br />The following criteria will be used to measure proposal qualifications:<br />1. Ability to provide quality evaluations as per advertised criteria (40 points).<br />2. Ability to provided evaluations in a timely manner (20 points).<br />3. Qualifications of evaluators (20 points).<br />4. Professional experience of agency in providing similar services (20 points).<br /> <br />Individual performing evaluations must be licensed psychologists and/or psychiatrists who have experience assessing at-risk adolescents and families. Psychiatrists must have certification in child psychiatry. Qualifying applicants will conform to appropriate professional ethical guidelines regarding scope of practice. For further information, contact Dr. John Ryals, Jr. at (504) 364-3750 ext. 87438.<br /> <br />Submittal Requirements:<br />Statement of Qualifications - General Professional Services Questionnaire<br /><br />All firms must submit a Statement of Qualifications - General Professional ServicesQuestionnaire and must identify all sub-consultant individuals/firms (for which they expect to use to provide professional services) on said questionnaire.<br />All firms must also submit a Statement of Qualifications - General ProfessionalServices Questionnaire for each sub-consultant individual/firm (for which they expect to use to provide professional services). <br />(Refer to Jefferson Parish Code Ordinance, Section 2-928). <br /> <br />The Statement of Qualifications – General Professional Services Questionnaire can be obtained by contacting the Jefferson Parish Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at www.jeffparish.gov.<br /> <br />License Requirements<br /><br />All firms must submit license information as indicated above for firm.<br />All firms must submit license information as indicated above for each sub-consultantindividual/firm.<br /> <br />Submissions:<br />The deadline for submittal is January 31, 2025 at 3:30 PM.<br />No SOQ submittals will be accepted after the deadline.<br />Submissions will only be accepted electronically via the Jefferson Parish’s e-Procurement system, Central Bidding. Central Bidding can be accessed by visiting either www.jeffparish.gov or www.centralauctionhouse.com.<br />All vendors are required to register with Central Bidding. Jefferson Parish vendors are able to register for free by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />SOQ Affidavits are not required to be submitted with the Statement of Qualifications (General Professional Services Questionnaire) but shall be submitted prior to contract approval, including any sub-consultants. <br /> <br />All required insurance under this SOQ shall conform to Jefferson Parish Resolution No. 141125, as applicable. In addition, Medical Professional Liability Insurance in the sum of at least One Million Dollars ($1,000,000.00) unless FIRM is enrolled in the Louisiana Patient’s Compensation Fund as per R.S. 40:1299.41, et seq. <br />Insurance Certificates are not required to be submitted with the Statement of Qualifications (General Professional Services Questionnaire) but shall be submitted prior to contract approval, including any sub-consultants. <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: January 8, and 15, 2025
https://www.centralauctionhouse.com/rfp7137469-soq-25-001-psychological-andor-psychiatric-evaluation-services-jefferson-parish-department-of-juvenile-services.html
08-Jan-2025 8:40:00 AM CST |
31-Jan-2025 3:30:00 PM CST |
St. Tammany Parish School Board |
St. Tammany Junior High School, Termite Damage Repair at Gymnasium/Locker Room
|
<div style="text-align: justify;">ADVERTISEMENT FOR BIDS <br />Separate sealed bids will be received by the St. Tammany Parish School Board at the St. Tammany Parish School Board C.J. Schoen Administrative Complex, Reception Desk, 321 N. Theard St., Covington, LA 70433 for St. Tammany Junior High School, Termite Damage Repair at Gymnasium/Locker Room, STPSB Project No. P0514 on the 4th day of February, 2025 at 2:00 p.m. (Time shall be established by the PBX clock at the above referenced address), at which time and place bids will be publicly opened and read aloud.<br /> <br />Complete Bidding Documents provided by the Engineer, Dammon Engineering, Inc., 554 Old Spanish Trail, Slidell, LA 70458, 985-649-5832, may be obtained through City Blueprint & Supply Co. located at 1200 West Causeway Approach, Suite 24, Mandeville, LA 70471, upon payment of a deposit of $60.00 for each set of documents. Deposits are refundable as provided for by law. Complete Bidding Documents are also available in electronic form. Electronic documents can be downloaded at no cost ($0.00) from City Blue Print at www.cityblueprint.com and are also available at www.centralbidding.com. Printing costs from electronic download of documents are the responsibility of the prospective bidder. Bid documents should be obtained through City Blueprint or at www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Engineer as set forth above or notify the Engineer of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /> <br />The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn except as provided for by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Preference may be given to materials, supplies and provisions produced, manufactured or grown in Louisiana in accordance with law.<br /> <br />The Owner reserves the right, in accordance with law, to reject any and all bids.<br /> <br />A pre-bid conference will be held on the 22nd day of January, 2025 at 3:30 p.m. at the project site, St. Tammany Junior High School, 701 Cleveland Avenue, Slidell,LA 70458. Bidders are strongly urged to attend and participate in the conference. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 A(1)(f)(i). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Visitors on St. Tammany Parish Public School campuses are required to check in at the front office of the school. If there are any questions regarding this project, please contact the St. Tammany Parish Public School System Construction Department at 985-898-3287.<br /> <br />Print Dates: Wednesday, January 8, 2025<br /> Wednesday, January 15, 2024<br /> Wednesday, January 22, 2024</div>
https://www.centralauctionhouse.com/rfp44685400-st-tammany-junior-high-school-termite-damage-repair-at-gymnasiumlocker-room.html
08-Jan-2025 9:00:00 AM CST |
04-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146985 Eastbound West Esplanade Avenue Improvements (Haring Road to Hudson Street) Project No. 2020-012A- RBP
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146985<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 13, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />EASTBOUND WEST ESPLANADE AVENUE IMPROVEMENTS<br />(HARING RD. TO HUDSON ST.)<br />JEFFERSON PARISH PROJECT NO. 2020-012A-RBP<br /> <br />The project consists of mill & overlay, asphalt pavement, concrete pavement, sidewalks, driveways, curb & gutter, waterline improvements, drainage improvements, pavement striping, and related work.<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. All bidders must show the Bid Number on the outside of their bid envelope. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from T. Baker Smith, LLC, 6660 Riverside Dr. Suite 101 Metairie, LA 70003 Phone: 504-323-3460 by licensed contractors upon receipt of $100.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00 a.m. on January 23, 2025 at Joseph S. Yenni Building, 1221 Elmwood Park Blvd. Room 405, Jefferson, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 8, 15 and 22, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp24190645-5000146985-eastbound-west-esplanade-avenue-improvements-haring-road-to-hudson-street-project-no-2020-012a-rbp.html
08-Jan-2025 9:45:00 AM CST |
13-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
SOQ 25-005-Provide Professional Engineering Services for the Sala Avenue Historic District Drainage Feasibility Analysis and Improvements Project
|
PUBLIC NOTICE<br />SOQ #25-005<br /> <br />Sala Avenue Historic District Drainage Feasibility Analysis and Improvements<br /> <br />The Parish of Jefferson, authorized by Resolution No 145576. is hereby soliciting a Statement of Qualifications ((TEC) Professional Services Questionnaire) for persons or firms interested and qualified to provide Professional Engineering Services for the Sala Avenue Historic District Drainage Feasibility Analysis and Improvements Project (Council District 2).<br /> <br /> <br />Deadline for Submissions: 3:30 p.m., January 23, 2025<br /> <br /> <br />General<br /> <br />The scope of work associated with this project consists of streetscape and drainage improvements to the Sala Avenue corridor between River Road and 4th Street in the City of Westwego. The intention for the project is to beautify and improve the drainage of the corridor for a 10-year design storm utilizing alternative drainage methods, such as green infrastructure (bioswales, permeable pavement, rain gardens, etc.). Jefferson Parish anticipates the project will require the following supplemental services: hydraulic analysis, geotechnical services, surveying, landscape architecture, and resident inspection.<br /> <br />Compensation<br /> <br />Compensation for the required design services will be made on an hourly rate basis or a fixed fee basis, or a combination of both, depending on scope and complexity of the work. The Parish reserves the right to determine the method of payment (hourly or fixed) for each individual assignment.<br /> <br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized burdened rate in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br /> <br />For fixed fee work, the fee shall be negotiated with the firm by the Jefferson Parish Department of Capital Projects and shall be mutually agreeable to both parties.<br /> <br />Compensation for supplemental services, if required, shall be in the form of a “lump sum” or hourly rate for each supplemental service, which shall be mutually agreeable to the Parish and the Consultant.<br /> <br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br /> <br />Minimum Requirements for Selection<br /> <br />The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional engineer in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:”; of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline (Section D. of TEC Professional Services Questionnaire). <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br /> <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications: <br /> <br />1) Professional training and experience in relation to the type and magnitude of work required for the particular project – (Maximum points awarded shall be 35).<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – (Maximum points awarded shall be 10).<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel – (Maximum points awarded shall be 20). <br />4) Past Performance on a project in which the person or firm assisted a governmental entity in dealings with Disaster Recovery and any other projects relating to CDBG – (Respondent should provide a list of completed Disaster Recovery projects and/or similar CDBG projects for which firm has provided verifiable references) (Maximum points awarded shall be 10).<br />5) Location of the principal office – Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points). Location of the principal office shall only factor into the evaluation criteria if adequate competition (two or more firms that are responsive and responsible) are located within Jefferson Parish - (Maximum points awarded shall be 15).<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded) - (Maximum points awarded shall be 15).<br />7) Prior successful completion of projects of the type and nature of engineering services, as defined, for which firm has provided verifiable references - (Maximum points awarded shall be 5).<br /> <br />Project will include Federal Disaster and Resiliency funds and therefore will include associated federal requirements, including Section 3, as applicable. Statements of Qualifications from Minority, Female-Owned, and local firms / individuals are invited.<br /> <br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members, shall be deemed qualified to perform these professional services.<br /> <br />The person or firm submitting a Statement of Qualification ((TEC) Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a ((TEC) Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications ((TEC) Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br /> <br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No Statements will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br /> <br />ADV: The New Orleans Advocate: January 8, & 15, 2025<br />
https://www.centralauctionhouse.com/rfp21220634-soq-25-005-provide-professional-engineering-services-for-the-sala-avenue-historic-district-drainage-feasibility-analysis-and-improvements-project-.html
08-Jan-2025 9:53:00 AM CST |
23-Jan-2025 3:30:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
M4781-REBID5 2024 OR NEWER CHEVROLET TAHOE
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. January 23, 2025 for the following:<br /> <br />M4781-Rebid5 2024 or Newer Chevrolet Tahoe 2WD 4DR<br />[with All Standard Equipment]<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected]<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 A.M. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on January 16, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Elizabeth Miller at (225) 389-3259, Ext. 3283, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp34125775-m4781-rebid5-2024-or-newer-chevrolet-tahoe-.html
08-Jan-2025 11:00:00 AM CST |
23-Jan-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0306 READY MIX PORTLAND CEMENT
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. January 23, 2025 for the following:<br /> <br />A25-0306 READY MIX PORTLAND CEMENT<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected]<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 A.M. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on January 16, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Elizabeth Miller at (225) 389-3259, Ext. 3283, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp34116367-a25-0306-ready-mix-portland-cement.html
08-Jan-2025 11:00:00 AM CST |
23-Jan-2025 11:00:00 AM CST |
Jefferson Parish Government |
SOQ 25-002 Routine Engineering Services for Drainage Projects (Supplemental)
|
PUBLIC NOTICE<br />SOQ 25-002<br /> <br />Routine Engineering Services for Drainage Projects (Supplemental)<br /> <br /> The Parish of Jefferson, authorized by Resolution No. 145514 is hereby soliciting a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in providing routine engineering services for Drainage Projects in Jefferson Parish, who are not one of the fifty-one (51) persons or firms approved by Resolution No. 144663, dated August 7, 2024. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine drainage contracts for the remainder of the two-year period beginning August 7, 2024.<br /> <br />Deadline for submissions: 3:30 p.m. on February 21, 2025<br /> <br />The following criteria will be used to evaluate the statement of the firms submitting: <br />1) Professional training and experience in relation to the type of work required for the routine engineering services - 35 points;<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of routine engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points;<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of routine engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points; <br />4) Past Performance by person or firm on Parish contracts - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.).<br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).);<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.);<br />7) Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points; <br /> The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br />one principal who is a professional engineer who shall be registered as such in Louisiana<br />a professional in charge of the project who is a professional engineer who shall be registered as such in Louisiana with a minimum of five (5) years experience in the disciplines involved<br />one employee who is a professional engineer registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline.) <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform architectural, engineering, surveying, and laboratory and field services tasks.<br /> The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<br /> <br />The person or firm submitting a Statement of Qualification (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: January 8, 15 and 22, 2025
https://www.centralauctionhouse.com/rfp24192701-soq-25-002-routine-engineering-services-for-drainage-projects-supplemental.html
08-Jan-2025 11:23:00 AM CST |
21-Feb-2025 3:30:00 PM CST |
Jefferson Parish Government |
Bid 50-00146819 Two Year Contract for the Restoration of Sidewalks and Driveways for the Jefferson Parish Department of Public Works - Engineering
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146819<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 11, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two Year Contract for the Restoration of Sidewalks and Driveways for the Jefferson Parish Department of Public Works - Engineering<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />A MANDATORY Pre-Bid Conference will be held at General Government Building on January 24, 2025 at 10:00 a.m. in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA 70053. All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 08, 15 and 22, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp24175946-bid-50-00146819-two-year-contract-for-the-restoration-of-sidewalks-and-driveways-for-the-jefferson-parish-department-of-public-works--engineering.html
08-Jan-2025 12:00:00 PM CST |
11-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147124 PURCHASE OF BANNERS FOR JEFFERSON PARISH DEPARTMENT OF TRAFFIC ENGINEERING
|
PURCHASE OF BANNERS FOR JEFFERSON PARISH DEPARTMENT OF TRAFFIC ENGINEERING
https://www.centralauctionhouse.com/rfp90698286-5000147124-purchase-of-banners-for-jefferson-parish-department-of-traffic-engineering.html
08-Jan-2025 1:00:00 PM CST |
16-Jan-2025 11:00:00 AM CST |
Jefferson Parish Government |
SOQ 25-004 Routine engineering Services for Streets Projects (Supplemental)
|
PUBLIC NOTICE<br />SOQ 25-004<br /> <br />Routine Engineering Services for Streets Projects (Supplemental)<br /> <br /> The Parish of Jefferson, authorized by Resolution No. 145518 is hereby soliciting Statements of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in providing routine engineering services for Streets Projects in Jefferson Parish, who are not one of the fifty-four (54) persons or firms approved by Resolution No. 144993, dated September 25, 2024. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine streets contracts for the remainder of the two-year period beginning September 25, 2024.<br /> <br />Deadline for Submissions: 3:30 p.m. on February 21, 2025<br /> <br />The following criteria will be used to evaluate the statement of the firms submitting: <br />1) Professional training and experience in relation to the type of work required for the routine engineering services - 35 points;<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of routine engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points;<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of routine engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points; <br />4) Past Performance by person or firm on Parish contracts - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.).<br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).);<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.);<br />7) Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points; <br /> The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br />one principal who is a professional engineer who shall be registered as such in Louisiana<br />a professional in charge of the project who is a professional engineer who shall be registered as such in Louisiana with a minimum of five (5) years’ experience in the disciplines involved<br />one employee who is a professional engineer registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline.) <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform architectural, engineering, surveying, and laboratory and field services tasks.<br /> The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<br /> <br />The person or firm submitting a Statement of Qualification (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: January 8, 15 and 22, 2025
https://www.centralauctionhouse.com/rfp90683922-soq-25-004-routine-engineering-services-for-streets-projects-supplemental.html
08-Jan-2025 1:15:00 PM CST |
21-Feb-2025 3:30:00 PM CST |
Port of New Orleans |
Invitation for Bids : Cranes 8 & 9 HVAC Replacement
|
<div style="text-align: center;"><b>Invitation to Bid:<br />HVAC Replacement Cranes 8 and 9</b></div> <br /> <br /> <br /> Notice is hereby given that The Board of Commissioners for the Port of New Orleans is soliciting bids for the HVAC Replacement Cranes 8 and 9 . Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /><br />The Board strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the Board’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br /><br />The Board desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, The Board derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /><br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /><br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /><br />The Board accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification.<br /><br />PRE-BID CONFERENCE: An optional pre-bid conference will be held at the Board’s Nashville Napoleon Terminal Complex located at 4951 Terminal Drive New Orleans, LA 70115 at <b>2:00 pm (CST) on Thursday, January 16, 2025.</b> Attendance via video conference will be accommodated upon request. Send requests to
[email protected].<br /><br />BID SUBMISSION: PONO will accept sealed bids for this Project until <b>10:30 a.m. CDT on Tuesday, February 4, 2025</b> (the “Bid Submission Deadline”). Any bid received after the Bid Submission Deadline will not be considered. <br /><br />Bidders must be submitted electronically at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents.<br /> <br />PONO CONTACT: Respondents must submit Questions in writing to
[email protected] by Monday, January 27, 2025 at 5:00 p.m. CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFP. Questions, answers, and all forms required will be posted on www.centralbidding.com.<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp92561530-invitation-for-bids-cranes-8-9-hvac-replacement-.html
08-Jan-2025 6:00:00 PM CST |
04-Feb-2025 10:30:00 AM CST |
Lafourche Parish Government |
Hurricane Ida Repairs to Lafourche Government Complex (Phase 2 Buildback)
|
OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br /><b>Electronic bids for the HURRICANE IDA REPAIRS LAFOURCHE GOVERNMENT COMPLEX (PHASE 2 BUILDBACK), Architect’s Project Number 2117DBB, will be received electronically by the LAFOURCHE PARISH GOVERNMENT until 2:00 PM on THURSDAY, FEBRUARY 13, 2025, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301. Only electronic bids submitted on www.centralbidding.com will be accepted.</b><br /> <br />Bid documents are posted on www.centralbidding.com. To view these, download, receive bid notices by email, and submit the bid, you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620. No project Contract Documents will be provided by the Architect or Owner.<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />Each bid shall be accompanied by a bid security of not less than five (5%) percent of the total bid amount. Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s Check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish Government.<br /> <br />The successful lowest responsible and responsive bidder shall be required to furnish the Owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. The Bidder agrees to commence work under this contract not later than the date indicated in the Owner’s written Notice to Proceed. All of the work required shall be completed within 450 calendar days from the Notice to Proceed. Should the Contractor neglect, refuse or fail to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the amount of calendar days indicated above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as indicated in Article 9 of the Instructions to Bidders for each and every day that such completion of the work is delayed beyond the prescribed date / calendar days, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to affect such payment in full. Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner in which the amount retained, deducted, or claimed as liquidated damages was computed. It is hereby further stipulated that the Professional of Record receives hourly compensation as indicated in the Owner/Architect Agreement for continued contract administration for the Project. This hourly compensation shall be deducted from monies which may become due and payable to the Contractor.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect. Bidder shall certify that he meets all licensing requirements of Louisiana and is duly and currently licensed under LA. R.S. 37:2150-2164.<br /> <br /><b>A MANDATORY Pre-bid Conference will be held on THURSDAY, JANUARY 30, 2025, at 10:00 AM at the Lafourche Parish Government Office located at 402 Green Street, Thibodaux, LA</b>. At the MANDATORY Pre-Bid the design professional shall pass around a Sign-In Sheet prior to beginning the formal meeting. The sign-in sheet shall have an area to fill in the signature of the person representing a contractor, the company being represented, the Louisiana license number of the contractor, phone and fax number of the Contractor, and an email address of the Contractor. The Architect prefers that all of the five above items be filled out at the pre-bid. (The information required may be emailed to our office before or 24 hrs. after the Mandatory Pre-Bid at
[email protected]. Emailing this information to our office shall not relieve the contractor of the requirement to be represented at the Mandatory Pre-Bid Conference.) The sign-in sheet shall be collected by the design professional prior to the completion of the meeting. Contractors shall not be allowed to sign the sign-in sheet after it is collected by the design professional. Contractors shall also be required to sign the sign-out sheet after the entire pre-bid conference is complete. (All Contractors shall sign the sign-in sheet and the sign-out sheet in order to bid this project.) Note: Bids shall be accepted only from contractors that attended the entire Pre-bid Conference. All questions from bidders shall be submitted by email to
[email protected]. <b>All questions sent by email shall have the project name in the subject area of the email. The last day to submit questions from the MANDATORY Pre-bid Conference on this project is TUESDAY, FEBRUARY 4, 2025, at 5:00 PM. The response to questions shall be THURSDAY, FEBRUARY 6, 2025.</b><br /> <br />All drawings, specifications and other Contract Documents for the project are on file and open for review at the office of Gossen-Holloway-Cortez, 315 East Second Street, Thibodaux, Louisiana.<br /> Lafourche Parish Government<br /> Archie Chaisson, Parish President<br />ADVERTISEMENT DATES:<br />FIRST ADVERTISEMENT – THURSDAY, JANUARY 9, 2025<br />SECOND ADVERTISEMENT – THURSDAY, JANUARY 16, 2025<br />THIRD ADVERTISEMENT – THURSDAY, JANUARY 23, 2025
https://www.centralauctionhouse.com/rfp63137715-hurricane-ida-repairs-to-lafourche-government-complex-phase-2-buildback.html
09-Jan-2025 12:00:00 AM CST |
13-Feb-2025 2:00:00 PM CST |
Iberville Parish School Board |
2588MC01-(RFP)-Project Management Software Services 2025-2026
|
<div style="text-align: center;">January 09, 2025 <br /><br />Advertisement for Proposals <br /><br />Proposals will be received by the Iberville Parish School Board, Attention Evan Cagnolatti, Director of Facilities and Projects, at 59125 Bayou Rd., Plaquemine, LA. 70764, not later than 2:00 PM (local time), Monday, February 3rd, 2025, for the following: <br /><br />Project Management Software Services 2025-2026 (IPSB Project #2588MC01) <br /><br /> <br />NOTE ** Outer envelope if mailed shall be marked SEALED BID. <br /><br />Please find bid-related materials and place electronic bids at – www.centralbidding.com <br /><br /> <br />The bids will be opened at the School Board Maintenance Office immediately following the close of bid time on the above-noted date. <br /><br /> <br />Preliminary bid information may be obtained by contacting the Owner: <br /><br /><br />Evan Cagnolatti <br /><br />Director of Facilities & Projects <br /><br />
[email protected] <br /><br />It is the policy of the Iberville Parish School Board to provide equal opportunities without regard to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and activities. This includes but is not limited to, admissions, educational services, financial aid, and employment. <br /><br /> </div><div>Insertion Dates: January 9th, 2025, <br /><br /> January 16th, 2025, <br /><br /> January 23rd, 2025. </div>
https://www.centralauctionhouse.com/rfp15613217-2588mc01-rfp-project-management-software-services-2025-2026.html
09-Jan-2025 12:00:00 AM CST |
03-Feb-2025 2:00:00 PM CST |
Lafourche Parish School District |
Ida Repairs to Bayou Blue Middle School Gymnasium
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School District until 2:00 PM on Tuesday, February 11, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the Hurricane Ida Repairs to Bayou Blue Middle School Gymnasium.<br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid EnclosedOfficial bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One-hundred (100) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br />A NON-MANDATORY Pre-bid Conference will be held on January 29, 2025 at 10:00am at the school located at 196 Mazerac St. Houma, La. 70364.<br /> <br />Lafourche Parish School Board<br />Ray Bernard, President<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 9,2025<br />SECOND DATE: January 16, 2025<br />THIRD DATE: January 23, 2025
https://www.centralauctionhouse.com/rfp90626509-ida-repairs-to-bayou-blue-middle-school-gymnasium.html
09-Jan-2025 8:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Slaughter - 2025 Slaughter Road Rehabilitation - 11743-2
|
ADVERTISEMENT FOR BIDS<br /> <br />Town of Slaughter (herein referred to as the "Owner") hereby solicits sealed bids for the 2025 Slaughter Road Rehabilitation project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11743): Asphalt road patching, cold planing, soil cement/lime treatment of base, asphalt overlay, shoulder material and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the Town of Slaughter, and delivered to the Slaughter Town Hall, 3337 Church Street (Post Office Box 29), Slaughter, LA 70777) not later than 10:00 a.m. on Thursday, February 6th, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 a.m. on Tuesday, February 6th, 2025, at the Slaughter Town Hall located at 3337 Church Street, Slaughter, LA 70777.<br /> <br />Complete Bid Documents, Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of the Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be downloaded from the Professional Engineering Consultants (PEC) Plan Room as hosted by Central Bidding https://www.centralbidding.com (subject to fees and conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online bidding portal. Bids will be received by mail and/or hand delivery to the location as stated above.<br /> <br />Complete Bid Documents may also be examined by emailing
[email protected] or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />OWNER<br />TOWN OF SLAUGHTER<br />BY: /s/ JANIS LANDRY, MAYOR<br /> <br />PUBLICATION/DATES<br /> The Watchman / The Advocate<br /> <br />Wednesday, January 8, 2025<br />Wednesday, January 15, 2025<br />Wednesday, January 22, 2025
https://www.centralauctionhouse.com/rfp43420153-city-of-slaughter--2025-slaughter-road-rehabilitation--11743-2.html
09-Jan-2025 8:25:00 AM CST |
06-Feb-2025 10:00:00 AM CST |
Vermilion Parish School Board |
Vermilion Parish School System- Fresh Produce SY24-25
|
Fresh Produce Bid- Dates 2/14/2025-3/20/2025
https://www.centralauctionhouse.com/rfp32473755-vermilion-parish-school-system-fresh-produce-sy24-25.html
09-Jan-2025 12:00:00 PM CST |
16-Jan-2025 10:00:00 AM CST |
Lafourche Parish School District |
Hurricane Ida - Galliano Elementary School Annex Building Outside Air Renovations for the Lafourche Parish School Board (Project No. GES-2501)
|
<div style="text-align: center;"><b>LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</b></div><br />Sealed bids will be received by the <u><i><b>Lafourche Parish School Board until 3:00 PM on Thursday, February 6, 2025</b></i></u>, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the <b>Hurricane Ida – Galliano Elementary School Annex Building Outside Air Renovations for the Lafourche Parish School Board</b>.<br /><br /><b>Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.</b><br /><br /><b>All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following:</b><ol> <li>Hurricane Ida – Galliano Elementary School Annex Building Outside Air Renovations</li> <li>Project No. GES-2501</li> <li>Date</li> <li>Contractor’s name, address and license number</li> <li>Sealed Bid Enclosed</li></ol><br />Official bid documents can be downloaded from Central Bidding at <u><b>www.centralbidding.com</b></u>. Electronic bids and/or reverse auction bids can be submitted at <b><u>www.centralbidding.com</u></b>. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect/Engineer or Owner.<br /><br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /><br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br /><br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed by <b>July 15, 2025</b>. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for <u><b>MECHANICAL</b></u> or <u><b>BUILDING CONSTRUCTION</b></u> that is in full force and effect.<br /><br /><b>A <u>NON-MANDATORY</u> Pre-bid Conference will be held on <u>Wednesday, January 22, 2025 at 2:30 PM at Galliano Elementary School</u></b> located at 148 West 158th Street, Galliano, Louisiana 70354.<br />Any other questions on this project should be made to the Engineer:<br /> <br /> Castagnos Goodwin Utley Engineers, L.L.C.<br /> 200 LA-24<br /> Schriever, LA 70395<br /> Telephone: (985) 876-4200<br /> <br />Contract Documents may also be reviewed at the office of the Engineer.<br /> <br /> Lafourche Parish School Board<br /><br /> <b>Marian Fertitta, President</b><br /> <b> Jarod Martin, Superintendent</b><br /> <br />ADVERTISING DATES:<br /><br />FIRST ADVERTISEMENT: Thursday, January 09, 2025<br />SECOND DATE: Thursday, January 16, 2025<br />THIRD DATE: Thursday, January 23, 2025
https://www.centralauctionhouse.com/rfp52276690-hurricane-ida--galliano-elementary-school-annex-building-outside-air-renovations-for-the-lafourche-parish-school-board-project-no-ges-2501.html
09-Jan-2025 3:00:00 PM CST |
06-Feb-2025 3:00:00 PM CST |
Lafayette Consolidated Government |
Implement Shed-Shooting Range-Lafayette Police Department
|
REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 10:00 a.m., Monday, December 16, 2024 for the following:<br /> <br />RANGE REMEDIATION FOR LAFAYETTE POLICE DEPARTMENT<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp96665077-implement-shed-shooting-range-lafayette-police-department.html
09-Jan-2025 4:00:00 PM CST |
27-Jan-2025 10:00:00 AM CST |
Jefferson Parish Public School System |
Hurricane Ida Damage Repair at Truman School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, February 4, 2025 for Hurricane Ida Damage Repair at Truman School, Project No. 2023-29. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer Albert Architecture & Urban Design, APLLC, 2739 Conti Street, New Orleans, LA 70119, ­­Phone: 504-827-0056 for a deposit of $175.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, January 28, 2025 at 3:00 p.m. at Truman School, 5417 Ehret Road, Marrero, LA 70072 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as General Construction.
https://www.centralauctionhouse.com/rfp34100251-hurricane-ida-damage-repair-at-truman-school.html
10-Jan-2025 12:00:00 AM CST |
04-Feb-2025 2:00:00 PM CST |
Jefferson Parish Public School System |
Hurricane Ida Damage Repair at Janet School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, February 11, 2025 for Hurricane Ida Damage Repair at Janet School, Project No. 2023-23. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer Albert Architecture & Urban Design, APLLC, 2739 Conti Street, New Orleans, LA 70119, ­­Phone: 504-827-0056 for a deposit of $150.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Thursday, January 30, 2025 at 3:00 p.m. at Janet School, 2500 Bent Tree Blvd., Marrero, LA 70072 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as General Construction.
https://www.centralauctionhouse.com/rfp59054173-hurricane-ida-damage-repair-at-janet-school.html
10-Jan-2025 12:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
St. Bernard Parish Sheriff's Office |
St. Bernard Parish Sheriff's Office New Warehouse and Office
|
BID ADVERTISEMENT<br />ST. BERNARD SHERIFF’S OFFICE, PARISH OF ST. BERNARD, STATE OF LOUISIANA<br /><br />PROJECT NAME: St. Bernard Parish Sherrif’s Office New Warehouse and Office<br />Sealed Bids will be received by the St. Bernard Parish Sheriff’s Office, Administration Building,<br />Second Floor Tax Collection located at, #2 Courthouse Square, Chalmette, Louisiana, 70043, at the<br />receptionist's desk during the normal business hours of 8:30 A.M. to 4:30 P.M. Monday through<br />Friday, or electronically submitted on www.centralbidding.com until February 5, 2025, at 2:00 P.M.<br />Local Time. Sealed bids delivered to any other St. Bernard Sheriff’s Office location or other room<br />number will not be considered.<br /><br />Bids shall be addressed to the St. Bernard Parish Sheriff’s Office. Bid envelopes shall be sealed,<br />display the name and address of the bidder, the bidders Louisiana license number and be clearly<br />marked on the outside of the envelope with “St. Bernard Parish Sheriff’s Office, New Warehouse and<br />Office.” Any bids received after the specified time and date will not be considered. The sealed<br />bids will be officially opened publicly and read aloud.<br /><br />Bid documents may be viewed at the St. Bernard Sheriff’s Office Administration Building located at<br />#2 Courthouse Square Chalmette, Louisiana, 70043 on the 2?? Floor at the Tax Collection reception<br />desk, and may be secured electronically by email request at bids@pi?aec.com or downloaded at<br />www.centralbidding.com.<br /><br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the<br />base bid and all alternates. The form of this security shall be as stated in the Instructions to<br />Bidders included in the Bid Documents for this project. The successful Bidder shall be required to<br />furnish a Performance and Payment Bond written as described in the Instructions to Bidders included<br />in the Bid Documents for this project.<br /><br />The Prime contractor must certify that he and his subcontractors to be used for the project hold an<br />active Louisiana license by displaying his license number and Major Classification of “Building<br />Construction” on the bid envelope. In the case of an electronic bid proposal, a contractor may<br />submit an authentic digital signature on the electronic bid proposal accompanied by the<br />contractor's license number to meet the requirements of this Paragraph. If the bid does not display<br />the contractor’s license number the bid shall be automatically rejected, the bid shall be returned<br />to the bidder marked “Rejected,” and shall not be read aloud.<br /><br />Questions regarding the bid documents and budget shall be made in writing to the designer of record<br />no later than January 24, 2025 at 2:00 P.M. Local Time to bids@pi?aec.com and<br />
[email protected]. All communication submitted by bidders must copy John Vickers, SBSO<br />Director of Administration email address,
[email protected] whether in electronic or paper format.<br />The bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid<br />may be withdrawn for a period of forty?five (45) days after receipt of bids, except under the<br />provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject or cancel any and all bids for just cause. In accordance<br />with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section and those stated in<br />the bidding documents shall not be waived by any entity.<br /><br />When this project is financed either partially or entirely with State Bonds or financed in whole or<br />in part by federal or other funds which are not readily available at the time bids are received,<br />the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds<br />by the Bond Commission or the availability of federal or other funds.<br /><br /><br />LA R.S. 38:2295 requests shall include a detailed product comparison to the contract documents.<br />Requests with insufficient data and product comparison outline will not be reviewed.<br /><br />All Respondents are encouraged to attend the Pre?Bid Conference on January 15, 2025, at 2:00 P.M.<br />beginning at the St. Bernard Sheriff’s Office, third floor conference room located in the<br />administration building at #2 Courthouse Square Chalmette, Louisiana, 70043. An on?site tour of the<br />project site will take place immediately following the conclusion of the Pre?Bid Conference.<br /><br />St. Bernard Sheriff’s Office is an Equal Opportunity Employer. St. Bernard Sheriff’s Office<br />encourages all small and minority?owned firms and women’s business enterprises (DBE’S, including<br />MBE’s, WBE’s) Veteran Owned, Service? Connected Disabled Veteran?Owned to consider participation.<br /><br />The St. Bernard Sheriff’s Office encourages the participation of qualified SECTION 3 and DBEs,<br />including MBEs, WBEs, Veteran Owned, Service?Connected Disabled Veteran?Owned and labor surplus<br />area firms desiring to submit bids to a Prime contractor, subcontractor, supplier, or equipment<br />vendors are encouraged to participate. SBSO requires prime contractors, when subcontracts are let,<br />to take affirmative steps to select such firms.<br /><br />Verification of Contractor Eligibility:<br />The St. Bernard Sheriff’s Office is required to ensure that all contractors meet all eligibility<br />requirements. The following steps shall be taken to verify and document contractor eligibility for<br />all services procured.<br /><br />Prime Contractor Clearance<br />Prior to the award of a construction contract with a prime contractor, SBSO must obtain contractor<br />clearance from SAM.gov. . All proposers are encouraged to register your firm at the following<br />website: https://www.sam.gov/portal/public/SAM/.<br /><br />Any person with disabilities requiring special accommodations must contact the St. Bernard<br />Sheriff’s Office at 504? 271?2504 no later than seven (7) days prior to the bid opening.<br />John Vickers, Director of Administration<br /><br />Publication Dates: <br />January 10, 2025<br />January 17, 2025<br />January 24, 2025<br />
https://www.centralauctionhouse.com/rfp92328444-st-bernard-parish-sheriffs-office-new-warehouse-and-office.html
10-Jan-2025 12:00:00 AM CST |
05-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Asbestos Inspection
|
REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 10:00 a.m., Monday, January 27, 2025 for the following:<br /> <br />ASBESTOS INSPECTION<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp15099221-asbestos-inspection.html
10-Jan-2025 10:00:00 AM CST |
27-Jan-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Pine Bark Mulch
|
REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 10:00 a.m., Monday, January 27, 2024 for the following:<br /> <br />PINE BARK MULCH<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp86139227-pine-bark-mulch.html
10-Jan-2025 2:00:00 PM CST |
27-Jan-2025 10:00:00 AM CST |
Lafourche Parish School District |
Lafourche Parish School Board: Bus Fleet Facility
|
<div style="text-align: center;">LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</div>Sealed bids will be received by the Lafourche Parish School Board until 2:00 PM on Thursday, February 06, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the LPSB Bus Fleet Facility, Lockport, LA.<br /><br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br /><br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. Sealed Bid Enclosed<br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />No project Contract Documents will be provided by the Architect or Owner.<br /><br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /><br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br /><br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed in within Three Hundred (300) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /><br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br /><br />A MANDATORY Pre-bid Conference will be held on Wednesday, January 22, 2025 at 10:00 AM, located at the Project Site,<br /> <br />Lafourche Parish School Board<br />Marian Fertitta, President<br />Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 10, 2025<br />SECOND DATE: January 13, 2025<br />THIRD DATE: January 21, 2025
https://www.centralauctionhouse.com/rfp11070945-lafourche-parish-school-board-bus-fleet-facility.html
10-Jan-2025 2:00:00 PM CST |
06-Feb-2025 2:00:00 PM CST |
Lafourche Parish School District |
Lafourche Parish School Board: Hurricane Ida - HVAC Renovations at South Lafourche High School
|
<div style="text-align: center;">LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</div>Sealed bids will be received by the Lafourche Parish School Board until 2:30 PM on February 6, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the Hurricane Ida – HVAC Renovations at South Lafourche High School.<br /><br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br /><br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. Sealed Bid Enclosed<br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br /><br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /><br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br /><br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within Four-Hundred Fifty (450) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for mechanical that is in full force and effect.<br /><br />A NON-MANDATORY Pre-bid Conference will be held on Wednesday, January 22, 2025 at 1:00 PM at South Lafourche High School located at 16911 East Main Street, Cut Off, Louisiana 70345.<br /> <br />Lafourche Parish School Board<br />Marian Fertitta, President<br />Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 10, 2025<br />SECOND DATE: January 13, 2025<br />THIRD DATE: January 21, 2025
https://www.centralauctionhouse.com/rfp15080198-lafourche-parish-school-board-hurricane-ida--hvac-renovations-at-south-lafourche-high-school.html
10-Jan-2025 2:30:00 PM CST |
06-Feb-2025 2:30:00 PM CST |
Jefferson Parish Government |
5000146679 LABOR, MATERIALS, AND EQUIPMENT NECESSARY TO PROVIDE LEAD ABATEMENT FOR THE JEFFERSON PARISH DEPARTMENT OF COMMUNITY DEVELOPMENT
|
LABOR, MATERIALS, AND EQUIPMENT NECESSARY TO PROVIDE LEAD ABATEMENT FOR THE JEFFERSON PARISH DEPARTMENT OF COMMUNITY DEVELOPMENT
https://www.centralauctionhouse.com/rfp86110059-5000146679-labor-materials-and-equipment-necessary-to-provide-lead-abatement-for-the-jefferson-parish-department-of-community-development---.html
10-Jan-2025 4:07:00 PM CST |
17-Jan-2025 11:00:00 AM CST |
Port of New Orleans |
Invitation to Bid: Purchase and Delivery of Rubber Tire Gantry (RTG) Crane Tires
|
Invitation to Bid: Purchase and Delivery of Rubber Tire Gantry (RTG) Crane Tires per specifications provided.
https://www.centralauctionhouse.com/rfp74533188-invitation-to-bid-purchase-and-delivery-of-rubber-tire-gantry-rtg-crane-tires-.html
13-Jan-2025 8:00:00 AM CST |
28-Jan-2025 11:00:00 AM CST |
Tangipahoa Parish Government |
TPG-2025-001 TPG MAINTENANCE OVERLAY PROGRAM
|
NOTICE ISH HERE BY GIVEN THAT SEALED BIDS OR ELECTRONIC SUBMITTALS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, WEDNESDAY, FEBRUARY 12, 2025, AT 10:00 A.M. IN THE TPC CHAMBERS, COURTHOUSE ANNEX, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp74538832-tpg-2025-001-tpg-maintenance-overlay-program.html
13-Jan-2025 9:55:00 AM CST |
12-Feb-2025 10:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0702 OEM SRP & Labor for Dodge Jeep Trucks & Cars
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. January 28, 2025, for the following:<br /> <br />A25-0702 OEM SRP & MAS for DODGE JEEP TRUCKS & CARS<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on January 22, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp90615920-a25-0702-oem-srp-labor-for-dodge-jeep-trucks-cars.html
13-Jan-2025 11:00:00 AM CST |
28-Jan-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0701 OEM SRP & MAS for Chevrolet Trucks & Cars
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. January 28, 2025, for the following:<br /> <br />A25-0701 OEM SRP & MAS for chevrolet trucks & cars<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm January 22, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp10602723-a25-0701-oem-srp-mas-for-chevrolet-trucks-cars.html
13-Jan-2025 11:00:00 AM CST |
28-Jan-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147157 PURCHASE OF WATER HEATER FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
|
PURCHASE OF WATER HEATER FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
https://www.centralauctionhouse.com/rfp64808416-5000147157-purchase-of-water-heater-for-jefferson-parish-department-of-drainage.html
13-Jan-2025 12:00:00 PM CST |
16-Jan-2025 11:00:00 AM CST |
Central Community School System |
Central Community School System Central HS Chiller Replacements
|
<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of <b>MECHANICAL</b> are requested by Central Community School System for construction of:<br /><br />Project Name: Central High School Chiller Replacements<br />10200 East Brookside Drive Baton Rouge, LA 70818<br />Project Number: 23400<br /> <br />Bids will be received at the main office of the Central Community School System located at 11576 Sullivan Road, Baton Rouge, LA 70818 until 2:00 PM., Local Time on Tuesday, February 11, 2025.<br /><br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com).<br /><br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Engineer:<br /><br />Associated Design Group, Inc.<br />3909 West Congress<br />Lafayette, LA 70506 (337)234-5710<br />
[email protected] <br /><br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data in writing directly from the Engineer. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be issued to all plan holders.<br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of <b>MECHANICAL</b>. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />The successful Bidder will be allowed Two Hundred and Seventy Five (275) calendar days to complete the Chiller Replacement Project from the date established in a Notice to Proceed. Liquidated Damages will be assessed at $500.00 for each consecutive calendar day for which work is not substantially completed beyond the date set as the completion date in the Notice to Proceed.<br /><br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /> <br /><b>A MANDATORY Pre-Bid Conference will be held at 10:00 AM on Friday, January 31, 2025 at Central Community School System Office, located at 11576 Sullivan Road, Baton Rouge, LA 70818. Attendance at this Pre-Bid Conference is MANDATORY and bidders must be present for the entire conference in order to submit a bid. At the completion of the pre-bid conference, a walk through the project site at Central High School will occur.</b><br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of 45 days after the bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing law,<br />R.S. 37:2151 et seq.<br /><br />The Central Community School System reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /><br />Roxanne Atkinson, President Central Community School System<br /> <br />Jason Fountain, Superintendent Central Community School System<br /> <br /> Advertisement Dates: Tuesday, January 14, 2025<br /> Tuesday, January 21, 2025<br /> Tuesday, January 28, 2025
https://www.centralauctionhouse.com/rfp11234419-central-community-school-system-central-hs-chiller-replacements.html
14-Jan-2025 12:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Terrebonne Parish Consolidated Waterworks District No. 1 |
Tank Painting and Repair 24-25 – North Terrebonne, Dumas, Cocodrie Tank
|
Sealed bids will be received on Wednesday, February 12, 2025, by the Board of Commissioners of Consolidated Waterworks District No. 1, at 8814 Main Street, Houma, Louisiana, until 2:00 p.m. At exactly 2:00 p.m., all bids will be publicly opened and read in the Board meeting room. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Board for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Sealed bids shall be either hand-delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. Bids may also be delivered by a package or express delivery service or carrier. However, if this form of delivery is utilized, the form of delivery receipt utilized by said carrier or service shall be considered as a sufficient written receipt received by the bidder.<br /> <br />Bid documents will be posted on https://www.centralauctionhouse.com/rfpc91-terrebonne-parish- consolidated-waterworks-district-no-1.html. To view these, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids & bid bonds electronically or by paper copy. Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened.<br />Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />All proposals must be sealed and addressed as follows:<br />PROPOSAL: Consolidated Waterworks District No. 1<br />Tank Painting and Repair 24-25 – North Terrebonne, Dumas, Cocodrie Tank<br />Project L-06-24-03<br />LICENSE NO.: <br /> <br />Work on which proposals are invited consists of repairs including coating rehabilitation, structural repairs and repair or replacement of other appurtenances at multiple tank locations throughout the water district.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the bidding documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. Unlicensed contractors must note on the bid envelope that their bid is being submitted under R.S. 37:2157, Paragraph (A)(6) of the Louisiana Contractor’s Law.<br />Specifications and proposal forms are on file in the office of High Tide Consultants, LLC, 700 Canal Blvd., Thibodaux, Louisiana 70301, and a single copy may be obtained by each prospective bidder upon the payment of $100.00 per set (non-refundable) to cover the cost of printing. Please contact B. Shane<br /><br />Guin, PE, Principal-in-Charge, for any clarification or information with regard to the plans and specifications.<br /> <br />A Pre-Bid Conference will be held on Wednesday, January 29, 2025, at 10:00 a.m. at the office of Consolidated Waterworks, located at 8814 Main Street, Houma, LA 70363. Following the conference, a project tour may be conducted, weather or conditions permitting. All prospective bidders are cordially invited and encouraged to attend the Pre-bid conference.<br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(A) (1) (C) or LA R.S. 38:2212(0).<br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Consolidated Waterworks District #1. Failure to do so will result in the bid/bids being declared non-responsive and shall be cause for rejection.<br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. The Consolidated Waterworks District #1, reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br />/s/ Teri Chatagnier <br />Teri Chatagnier, President Board of Commissioners,<br />Consolidated Waterworks District No. 1<br />Terrebonne Parish, Louisiana
https://www.centralauctionhouse.com/rfp97819991-tank-painting-and-repair-24-25-north-terrebonne-dumas-cocodrie-tank.html
14-Jan-2025 12:00:00 AM CST |
12-Feb-2025 2:00:00 PM CST |
Meyer Engineers - Central Bidding Plan Room |
CITY OF KENNER BUDDY LAWSON PLAYGROUND RESTROOM BUILDING
|
<div style="text-align: center;"><u>INVITATION TO BID</u><br /> <br />Sealed Bid No. 25-6861</div> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b><i>City of Kenner Buddy Lawson Playground Restroom Building</i></b></div> <br />The proposed work (“Work”) includes: <b><i>Construction of a new accessible restroom building at Buddy Lawson Playground for the City of Kenner. The structure has 284 square feet of interior space and a total area of 482 square feet. The restroom structure is elevated above base flood elevation and consists of two-family type restrooms, a concrete porch, ramp, sand steps. The porch, ramp, and steps have galvanized steel pipe handrails. A portion of the existing site paving is to be removed and replaced as part of this project. Additional new site paving is also included in the project.</i></b><br /> <br />Sealed bids will be received until <b><u>10:00 A.M., February 18, 2025 at 9:45 a.m.</u></b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /><b>There will be a pre-bid meeting on January 29, 2025 at 10:00 a.m. at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.</b><br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with <b><u>Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001</u></b>, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /><br />Copies of Contract Documents for review or for use in preparing bids may be obtained from <b><u>Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001</u></b>, upon deposit of <b><u>$75.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive.</u></b> Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. <br /> <div style="text-align: right;"><b>CITY OF KENNER</b><br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer<br /> </div>Advertisement:<br />The Advocate<br /> <br />January 15, 2025<br />January 22, 2025<br />January 29, 2025
https://www.centralauctionhouse.com/rfp60645199-city-of-kenner-buddy-lawson-playground-restroom-building.html
14-Jan-2025 12:00:00 AM CST |
18-Feb-2025 9:45:00 AM CST |
Meyer Engineers - Central Bidding Plan Room |
FASSBENDER COMMUNITY CENTER ROOF REPAIRS
|
<div style="text-align: center;"><u>INVITATION TO BID</u><br />Sealed Bid No. 25-6860<br /> </div>The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><b><u>Fassbender Community Center Roof Repairs.</u></b></div><br />The proposed work (“Work”) includes:<br /><b>Removing the existing modified bitumen roof system and replacing with new TPO membrane over sloped, rigid insulation. Rebuild existing parapets to accommodate the new roof height. Remove asphalt shingles and decking from the entrance and install new metal roof panels. Raise existing rooftop units and curbs to accommodate new sloped roof construction.</b><br />Sealed bids will be received until <b><u>Thursday, February 13, 2025 at 9:45 a.m.</u>, by the City of Kenner in the Finance Department located at:</b><div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div>All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /><br /><b>There will be a pre-bid meeting on <u>Tuesday, January 28, 2025 at 10 a.m.</u> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encouraged to attend.</b><br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with <b><u>Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001</u></b>, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /><br />Copies of Contract Documents for review or for use in preparing bids may be obtained from either: Meyer Engineers, Ltd.’s Plan Room via Central Bidding at - <a href="https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom">https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom</a>, fees are applicable to Central Bidding Membership;. Or may be picked up from Meyer Engineers, Ltd., upon deposit of <b><u>$50.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive.</u></b> Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /><br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. <div style="text-align: right;"><b>CITY OF KENNER</b><br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate: January 15, 22, and 29, 2025
https://www.centralauctionhouse.com/rfp371549-fassbender-community-center-roof-repairs.html
14-Jan-2025 12:00:00 AM CST |
13-Feb-2025 9:45:00 AM CST |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.5110 GENERATOR STEP-UP TRANSFORMER
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 10th day of February, 2025 for the following:<br /> <br />167118.5.5110 GENERATOR STEP-UP TRANSFORMER RE-BID<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Generator Step-up Transformer and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between January 1, 2028, and April 1, 2028<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on January 22, 2025 at 1:00 p.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Webex using the following link: https://lus.webex.com/lus/j.php?MTID=m184add20e59799a405f4fa40e080fdb7 or by calling into 1-408-418-9388 and using access code 2490 545 6214##. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp74506709-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711855110-generator-step-up-transformer.html
14-Jan-2025 8:00:00 AM CST |
10-Feb-2025 4:00:00 PM CST |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.5120 AUXILIARY TRANSFORMER
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 7th day of March, 2025 for the following:<br /> <br />167118.5.5120 AUXILIARY TRANSFORMER<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Auxiliary Transformer and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between January 1, 2028, and March 1, 2028<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on January 22, 2025 at 2 p.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Webex using the following link: https://lus.webex.com/lus/j.php?MTID=mee0e28ea0565385ff9eec9dac751385a or by calling into 1-408-418-9388 and using access code 2489 338 1847##. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp74583753-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711855120-auxiliary-transformer.html
14-Jan-2025 8:00:00 AM CST |
07-Mar-2025 4:00:00 PM CST |
Jefferson Parish Government |
5000146990 LABOR, MATERIALS, AND EQUIPMENT TO REMOVE AND REINSTALL THE EXISTING ROOF CIRCUIT LIGHTING PROTECTION SYSTEM FOR THE JEFFERSON PARISH COMMUNITY JUSTICE AGENCY DEPARTMENT
|
LABOR, MATERIALS, AND EQUIPMENT TO REMOVE AND REINSTALL THE EXISTING ROOF CIRCUIT LIGHTING PROTECTION SYSTEM FOR THE JEFFERSON PARISH COMMUNITY JUSTICE AGENCY DEPARTMENT
https://www.centralauctionhouse.com/rfp75176992-5000146990-labor-materials-and-equipment-to-remove-and-reinstall-the-existing-roof-circuit-lighting-protection-system-for-the-jefferson-parish-community-justice-agency-department-.html
14-Jan-2025 1:20:00 PM CST |
22-Jan-2025 11:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1002, 2011 Audi A6
|
Runs. Fair Condition. VIN# WAUFGAFB8BN063337. Approximately 138,035 miles.
https://www.centralauctionhouse.com/rfp49364578-24-1002-2011-audi-a6.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1008 Generac generator w/o transfer switch
|
Generac generator without transfer switch
https://www.centralauctionhouse.com/rfp12589165-24-1008-generac-generator-wo-transfer-switch.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1009 2006 BMW 750
|
2006 BMW 750, WHITE, DECENT CONDITION. MILEAGE 147,337, VIN # WBAHNE3526DT36208
https://www.centralauctionhouse.com/rfp49383880-24-1009-2006-bmw-750.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1010 2002 Ford Taurus
|
2002 Ford Taurus Mileage 188,207, VIN# IFAHP53U32AAA073
https://www.centralauctionhouse.com/rfp33451336-24-1010-2002-ford-taurus.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24--1011 208 GMC SIERRA 1500 CREW CAB DENALI
|
208 GMC SIERRA 1500 CREW CAB DENALI; 4 DOOR; BLACK; VIN 2GTEC638681310154; MILEAGE 230,982
https://www.centralauctionhouse.com/rfp22255934-24-1011-208-gmc-sierra-1500-crew-cab-denali.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1012 2009 HONDA CIVIC LX-S 4 DOOR RED
|
2009 HONDA CIVIC LX-S 4 DOOR RED, MILEAGE 221,849, VIN#19XFA16659E021858
https://www.centralauctionhouse.com/rfp17272470-24-1012-2009-honda-civic-lx-s-4-door-red.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1013 2008 Sierra Quad Cab
|
2008 GMC SIERRA QUAD CAB RED, MILEAGE 274,856 VIN 3GTEC13J68G171561
https://www.centralauctionhouse.com/rfp22288251-24-1013-2008-sierra-quad-cab-.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1014 2007 GMC YUKON
|
2007 GMC YUKON WHITE<br /> <br />CLEAR COAT PEELING ON FENDER <br />MILEAGE 147,253<br /> <br />VIN # 1GKFC13037R226756
https://www.centralauctionhouse.com/rfp33499511-24-1014-2007-gmc-yukon.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1015 1993 International Dump TRUCK
|
1993 International Dump VIN 1HTSHPPR9PH484912
https://www.centralauctionhouse.com/rfp17271231-24-1015-1993-international-dump-truck-.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1016 New Holland Backhoe
|
NEW HOLLAND BACKHOE MODEL LB75B SERIAL NO 031033547
https://www.centralauctionhouse.com/rfp22274199-24-1016-new-holland-backhoe.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0004 Lot of (94) SCBA Bottles
|
Expired hydro test Honeywell SCBA bottles. Some have reached service life; others are within service life. Fair Condition.
https://www.centralauctionhouse.com/rfp49399294-24-0004-lot-of-94-scba-bottles.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0007 Toshiba TV
|
Model PN50B450B1D<br />No remote. No stand.
https://www.centralauctionhouse.com/rfp33422432-24-0007-toshiba-tv.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0008, (4) 20” Chrome Rims with (3) mounted tires
|
(4) VCT Chrome Rims with (3) tires
https://www.centralauctionhouse.com/rfp49367616-24-0008-4-20-chrome-rims-with-3-mounted-tires.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0019, Lot of 2 Folding Chairs w/Tablet Arms
|
Lot of 2 Folding Chairs w/Tablet Arms
https://www.centralauctionhouse.com/rfp33411758-24-0019-lot-of-2-folding-chairs-wtablet-arms.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0022, Lot of (8) Children’s Tables
|
Lot of (8) Children’s Tables
https://www.centralauctionhouse.com/rfp22249006-24-0022-lot-of-8-childrens-tables.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0023, Bus Equipment
|
(12) fareboxes<br />(4) brackets<br />(21) 2-way radios<br />(17) Motorolla radio cases & extended mics<br />(2) EF Johnson handheld radio<br />(4) Mobile DVR; (3) S28, (1) 508HD1022242<br />(6) Gateway boxes for surveillance system<br />(1) Monitor<br />(7) Cameras<br />(10) Handheld radios w/batteries w/(4) chargers<br />(1) 8-port switch
https://www.centralauctionhouse.com/rfp22242164-24-0023-bus-equipment.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0024, Bus Parts
|
Miscellaneous Bus Parts (Brake Drums, Belts, Filters, Lights, G3 Dinex Tool Kit)<br />(2) Carrier Condenser Motors, SN-5BC58JBS6287
https://www.centralauctionhouse.com/rfp17215470-24-0024-bus-parts.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0026, Lot of (2) Toddler Play Chairs
|
Two toddler play chairs. New
https://www.centralauctionhouse.com/rfp22271361-24-0026-lot-of-2-toddler-play-chairs-.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Pallet New/Unused 70W Streetlight Fixtures (Obsolete)
|
1- New/Unused 70W Streetlight fixture (Obsolete)
https://www.centralauctionhouse.com/rfp49318889-pallet-newunused-70w-streetlight-fixtures-obsolete.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0031 Camper AC –Scrap
|
Camper AC –Scrap
https://www.centralauctionhouse.com/rfp33459216-24-0031-camper-ac-scrap.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0032 IBM WW3O TYPEWRITER
|
IBM WW30 TYPEWRITER
https://www.centralauctionhouse.com/rfp22264003-24-0032-ibm-ww3o-typewriter.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0033 Pitney Bowes D1425 3 station folder-inserter
|
Pitney Bowes D1425 3 station folder-inserter
https://www.centralauctionhouse.com/rfp17271144-24-0033-pitney-bowes-d1425-3-station-folder-inserter-.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0034 Trusted clean 2000 rpm floor buffer new in box
|
Trusted clean 2000 rpm floor buffer new in box
https://www.centralauctionhouse.com/rfp9424663-24-0034-trusted-clean-2000-rpm-floor-buffer-new-in-box.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0035 Trusted clean 2000 rpm floor buffer Like new--oUT OF box
|
Trusted clean 2000 rpm floor buffer Like new out of box--slightly used
https://www.centralauctionhouse.com/rfp48701279-24-0035-trusted-clean-2000-rpm-floor-buffer-like-new-out-of-box.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0036 2-polycom sound station IP5000
|
2-polycom sound station IP5000
https://www.centralauctionhouse.com/rfp36103151-24-0036-2-polycom-sound-station-ip5000.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
234-0037 Pallet of street lights obsolete
|
Pallet of street lights obsolete
https://www.centralauctionhouse.com/rfp52603533-234-0037-pallet-of-street-lights-obsolete.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0038 Trusted clean 2000 rpm floor buffer new in box
|
Trusted clean 2000Trusted clean 2000 rpm floor buffer new in box<br /><br /><br />
https://www.centralauctionhouse.com/rfp33483914-24-0038-trusted-clean-2000-rpm-floor-buffer-new-in-box.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0039 LOT OF VCR/DVD PLAYERS
|
EMERSON EV506N VCR ,MAGNOVOX VCR/DVD,EMERSON DVD,SONY VCR,
https://www.centralauctionhouse.com/rfp22285122-24-0039-lot-of-vcrdvd-players.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0040 CASSETTE DECK
|
SONY STERO CASETTE DEC TCWE305<br />RCA SCT-520 HIGH SPEED DUBBER
https://www.centralauctionhouse.com/rfp21659909-24-0040-cassette-deck.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0043 ONAN GENERATOR TRANSFER SWITCH
|
Onan Generator Transfer Switch 600 amp 3 phase model OTC-U600-G-15G SERIAL NUMBER D870884108
https://www.centralauctionhouse.com/rfp33427649-24-0043-onan-generator-transfer-switch.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0044Onan Generator Transfer Switch
|
Onan Generator Transfer Switch 600 amp 3 phase model OTC-U600-G-15G SERIAL NUMBER D870884108
https://www.centralauctionhouse.com/rfp22245358-24-0044onan-generator-transfer-switch.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0045 TRUCK CAMPER SHELL
|
TRUCK CAMPER SHELL/TOP FOR TRUCK WITH 8FT BED
https://www.centralauctionhouse.com/rfp22295567-24-0045-truck-camper-shell.html
15-Jan-2025 12:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
City of New Iberia |
Automated GPS Sports Field Marking Machine
|
<div style="text-align: center;"><b>NOTICE OF INVITATION TO BID<br />Automated GPS Sports Field Marking Machine</b><br /> </div><div style="text-align: justify;">Sealed bids will be received by the City of New Iberia at any time or day prior to, but not later than 2:00 PM CST on Monday, February 3, 2025 for the above listed equipment and related software.<br /> <br />Bids may be mailed to the City of New Iberia, Attn. City Clerk or delivered to the Mayor’s Office, 457 East Main St., Suite 300, New Iberia, LA 70560, between the hours of 8:30 AM and 4:30 PM on any working day prior to the bid opening or delivered at the time of the bid opening as listed below.<br /> <br />All bids, with a properly executed envelope, will be opened and read at 2:00 PM CST on Monday, February 3, 2025 in the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor). Bids will be publicly opened and read aloud to all in attendance. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The City of New Iberia reserves the right to reject any and all bids for just cause in accordance with the Public Bid Law LA R.S. 38§2214.B.<br /> <br />If there are any questions regarding bidding procedures, contact the City Clerk located at 457 E. Main Street, Suite 300, New Iberia, LA 70560;
[email protected]; or 337-369-2300.</div>
https://www.centralauctionhouse.com/rfp14194262-automated-gps-sports-field-marking-machine.html
15-Jan-2025 12:00:00 AM CST |
03-Feb-2025 2:00:00 PM CST |
State of Louisiana Military Department |
JB Museum BAS Retrofit, Jackson Barracks, New Orleans, Louisiana
|
See attached Solicitation for: JB Museum BAS Retrofit, Jackson Barracks, New Orleans, Louisiana
https://www.centralauctionhouse.com/rfp14143331-jb-museum-bas-retrofit-jackson-barracks-new-orleans-louisiana.html
15-Jan-2025 12:00:00 AM CST |
12-Feb-2025 11:00:00 AM CST |
Port of Iberia |
Port Improvements, East and West Yard Expansion & Site Improvements, Building D Repairs (Phase VII of SPN H.011928)
|
Sealed bids for the construction of the following project will be received at the office of the Port of Iberia (POI) Board of Commissioners, at the POI Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, until 11:00 A.M. on February 11, 2025 at which time and place bids will be publicly opened and read. No bids will be received after 11:00 A.M.<br /> <br />STATE PROJECT NO: H.011928 (327)<br /> <br />STATE PROJECT NAME: Port Improvements<div style="margin-left: 200px;">East & West Yard Expansion & Site Improvements</div> Building D Repairs<br /> (Phase VII of SPN H.011928)<br /> Iberia Parish<br /> <br />IMPROVEMENTS TO: Port Infrastructure Improvements Program, Port of Iberia<br /> <br />LOCATED IN: Iberia Parish, Louisiana<br /> <br />TYPE OF CONSTRUCTION: Building Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia (POI) Board of Commissioners<br /> 4611 South Lewis Street<br /> New Iberia, LA 70562<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <br />SCOPE OF WORK: This is a site improvements project at the Port of Iberia. CONTRACTOR is responsible for performing repairs and improvements on the existing Building D as outlined in the Contract Documents to restore the functionality and appearance of the building. The scope of work includes facility cleanup and scheduled demolition, installation of new structural steel, metal building repairs and improvements, installation of new scheduled personnel and overhead doors, concrete work, electrical and lighting, exterior pressure washing and building painting, insulation and HVAC, and all other work specified in the Contract Documents.<br /> <br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br />Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00. In accordance with R.S. 38:2212 (D), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br />Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html<br />To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.<br /> <br />A Non-Mandatory Pre-Bid meeting will be held on January 23, 2025 at 2:00 P.M. at the Port of Iberia District Office, located at 4611 S. Lewis St., New Iberia, LA. Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. <br /> <br />The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.<br /> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving Federal funds the award of contract will also be contingent upon concurrence by the appropriate Federal agency.<br /> <br />On projects involving State funds the award of contract will also be contingent upon concurrence by the appropriate State agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br />
https://www.centralauctionhouse.com/rfp15810584-port-improvements-east-and-west-yard-expansion-site-improvements-building-d-repairs-phase-vii-of-spn-h011928.html
15-Jan-2025 12:00:00 AM CST |
11-Feb-2025 11:00:00 AM CST |
City of Mandeville |
MANDEVILLE SEAWALL REPAIRS PROJECT SEGMENT 1
|
INVITATION TO BID<br />CITY OF MANDEVILLE<br /><br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, February 12, 2025, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete MANDEVILLE SEAWALL REPAIRS PROJECT SEGMENT 1, A/E PROJECT NO. 100.21.019; for the City of Mandeville. Bids will be opened and publicly read aloud after 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received after 11:00 A.M. will be returned unopened.<br /><br />This contract's work consists of rehabilitating a steel sheet pile seawall and stairs, replacing concrete caps and splash blocks, and installing cathodic protection. A non-mandatory pre-bid conference will be held Thursday, January 23, 2025; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169).<br />Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of Contract Documents may be secured from Burk-Kleinpeter, Inc., located at 2400 Veterans Memorial Blvd., Suite 310, Kenner, LA 70062; (504-486-5901); by licensed Contractors upon payment of ONE HUNDRED dollars ($100.00) per set. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids.<br /><br />Please find bid related materials and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process please call Central Bidding at (225) 810-4814.<br /><br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents.<br /><br />The outside envelope in which the bid is placed must be clearly marked as follows:<br /><br />Sealed Bid: MANDEVILLE SEAWALL REPAIRS PROJECT SEGMENT 1<br />A/E PROJECT NO.: 100.21.019<br />Bid Due Date and Time: WEDNESDAY, FEBRUARY 12, 2025; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND LOUISIANA CONTRACTOR’S LICENSE NUMBER<br /><br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 3xs: January 15, 22, 29, 2025
https://www.centralauctionhouse.com/rfp26913511-mandeville-seawall-repairs-project-segment-1.html
15-Jan-2025 12:00:00 AM CST |
12-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2024-16-4010 - BR Convention Center Expansion & HQs Hotel Devel. Project
|
NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on April 8, 2025 in Room 826 of City Hall, 222<br />Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Baton Rouge Convention Center Expansion and Headquarters Hotel Development Project<br />RFP Solicitation No.:2024-16-4010<br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is February 11, 2025 at 5:00 PM CST.<br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806 of City Hall. All interested parties are invited to be present.<br /><br />Teleconference Call-in information for Public Access to RFP Opening:<br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening.<br /> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of _25%__of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br />Though not required if receiving solicitation and addenda notices from LaPAC, the City of Baton Rouge, Parish of East Baton Rouge will e-mail or mail addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /><br /> <br />
https://www.centralauctionhouse.com/rfp58847812-rfp-2024-16-4010--br-convention-center-expansion-hqs-hotel-devel-project.html
15-Jan-2025 12:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Economic Development Commission (JEDCO) |
Request for Proposal To Complete Market Studies of Select Corridors in Jefferson Parish
|
NOTICE IS HEREBY GIVEN THAT THE BOARD OF COMMISSIONERS OF THE JEFFERSON PARISH ECONOMIC DEVELOPMENT COMMISSION (JEDCO) will receive proposals electronically through Central Bidding or at JEDCO’s Administration Building, located at 700 Churchill Parkway in Avondale, LA 70094 on February 13, 2025, on or before the hour of 2:00 p.m., for the development of market studies in select corridors of Jefferson Parish. All proposers must submit sealed proposals with their qualifications, relevant experience, and proposed cost to develop market studies and associated work detailed in the RFP. A copy of the Request for Proposals may be picked up at the JEDCO’s Administration Building, 700 Churchill Parkway, Avondale, LA 70094, or by contacting JEDCO at (504) 875-3908 or email at
[email protected]. The Request for Proposals will be available on JEDCO’s website at http://www.jedco.org/public-notifications/ from January 15 to February 13, 2025. JEDCO reserves the right to reject any and all proposals, to modify the terms of the RFP within three (3) days of the deadline for submission, negotiate with one or more of the firms, to call for additional proposals, or to refrain from accepting any proposal. The contract that JEDCO expects to award shall in no event become effective until an award of contract is approved by resolution of JEDCO’s Board of Commissioners or its Executive Committee. JEDCO’s policy in awarding a proposal will be based primarily on the most qualified firm and the proposed cost to provide the required services. JEDCO will carefully investigate each firm’s background and experience in the production of like services.<br /><br />No RFP submittals will be accepted after the deadline.<br /><br />Affidavits are not required to be submitted with the Request for Proposals, but shall be submitted prior to contract approval, including any subs.<br /><br />Insurance is not required to be submitted with the Request for Proposals, but shall be submitted prior to contract approval, including any subs.
https://www.centralauctionhouse.com/rfp9317661-request-for-proposal-to-complete-market-studies-of-select-corridors-in-jefferson-parish.html
15-Jan-2025 12:00:00 AM CST |
13-Feb-2025 2:00:00 PM CST |
Sabine Parish Police Jury |
New Dozer
|
The Sabine Parish Police Jury is accepting sealed bids for a new dozer.<br /> <br /><b>OPENING DATE-SEALED BIDS</b><br />Sealed bids will be received in the Police Jury Office, at the Sabine Parish Courthouse, 400 S. Capitol Street, Room 101, Many, Louisiana 71449 until 11:00 a.m. on January 31, 2025, at which time they will be opened and publicly read aloud. The bids will then be presented to the Police Jury during its next meeting, at which time they will be reviewed and awarded.
https://www.centralauctionhouse.com/rfp97764613-new-dozer.html
15-Jan-2025 12:00:00 AM CST |
31-Jan-2025 11:00:00 AM CST |
V.B. Glencoe Charter School |
Milk Bid 2024-2025
|
INVITATION TO BIDDERS<br />BID - PURCHASE OF MILK PRODUCTS<br /> <br />Notice is hereby given that sealed bids will be received by School Food Service Authority, V.B. Glencoe Charter School, until 10:00 a.m. on Monday, February 10, 2025 at V.B. Glencoe Charter School, located at 4491 Hwy 83 Franklin, LA 70538, for the purchase of Milk & Juice products for the remainder of the 2024 - 2025 school year. All bids will be opened at 10:10 am on Monday, February 10, 2025. The public is invited to attend.<br />Specifications, instructions to bidders and bid form may be obtained at no cost from V.B. Glencoe Charter School, 4491 LA Hwy 83 Franklin, LA 70538 - Katie Bouillion, CFO. (337-923-6900) Official bid documents are also available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />The School Food Service Authority, V.B. Glencoe Charter School reserves the right to disqualify any bid as unresponsive and reserves the right to reject any and all bids that exceed the budgeted amount for this procurement.<br />For any questions regarding bidding procedures, please contact Katie Bouillion, CFO.<br /> <br />This institution is an equal opportunity provider.<br /> <br />Publication Dates<br />Wednesday, January 15, 2025<br />Wednesday, January 22, 2025<br />Wednesday, January 29, 2025<br /> <br />ALL BIDDERS SHALL ADDRESS A PLAIN ENVELOPE TO V.B. GLENCOE CHARTER SCHOOL CLEARLY MARKED - "BID - MILK PRODUCTS" DUE MONDAY, FEBRUARY 10, 2025 AND TO THE ATTENTION OF KATIE BOUILLION, CFO.<br /> <br />ALL BIDS NOT CLEARLY MARKED WILL NOT BE ACCEPTED.<br /> <br />
https://www.centralauctionhouse.com/rfp7759863-milk-bid-2024-2025.html
15-Jan-2025 12:00:00 AM CST |
10-Feb-2025 10:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0046 1986 AIR COMPRESSOR(STILL WORKS)
|
1986 AIR COMPRESSOR(STILL WORKS) SERIAL # 745771
https://www.centralauctionhouse.com/rfp17247751-24-0046-1986-air-compressorstill-works-.html
15-Jan-2025 8:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-0047 YARDMAN LAWNMOWER
|
Yardman Lawnmower
https://www.centralauctionhouse.com/rfp22223361-24-0047-yardman-lawnmower.html
15-Jan-2025 8:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1018 2009 Dodge Charger Gray
|
2009 Dodge Charger<br />VIN 2B3KA33V99H557899<br />
https://www.centralauctionhouse.com/rfp15698548-24-1018-2009-dodge-charger-gray-.html
15-Jan-2025 8:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-1019 2006 Dodge Charger Blk
|
2006 Dodge Charger<br />VIN 2B3KA43G66H335209
https://www.centralauctionhouse.com/rfp43164669-24-1019-2006-dodge-charger-blk.html
15-Jan-2025 8:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
24-2017 2005 Chevrolet Trailblazer--no Keys--sold for scrap
|
2005 Chevrolet Trailblazer<br />VIN # 1GNERT16S956191764<br /> <br />No keys, window busted out for scrap only $1000.00<br />
https://www.centralauctionhouse.com/rfp86316535-24-2017-2005-chevrolet-trailblazer-no-keys-sold-for-scrap.html
15-Jan-2025 8:00:00 AM CST |
27-Jan-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-82-Re-bid Surplus Sale of Adjudicated Property Located at Morgan St., Houma, LA 70363 (100%) (Parcel # 56679)
|
LOT 4 BLOCK 123 ELIZABETHTOWN
https://www.centralauctionhouse.com/rfp8972546-bid-22-sp-82-re-bid-surplus-sale-of-adjudicated-property-located-at-morgan-st-houma-la-70363-100-parcel-56679.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-66(re-Bid) Surplus Sale of Adjudicated Property Located at 621 Clinton St., Chauvin, LA 70344 (100%) (Parcel # 34769)
|
PARCEL 6 TRACT 6, "MAP SHOWING TRACT 6 DIVISION OF PROPERTY OF LLOYD, CLAUDE, DRUIS & LYES BOURG, JR. IN SECTION 6 T19S R18E.
https://www.centralauctionhouse.com/rfp8926889-bid-23-sp-66re-bid-surplus-sale-of-adjudicated-property-located-at-621-clinton-st-chauvin-la-70344-100-parcel-34769.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-28(Re-bid) Surplus Sale of Adjudicated Property Located at 1423 Gautreaux St. (100%) (Parcel # 25132)
|
LOT 10 BLOCK 9 EAST SIDE GAUTREAUX STREET, DEWEYVILLE. CB 651/135
https://www.centralauctionhouse.com/rfp8962171-bid-24-sp-28re-bid-surplus-sale-of-adjudicated-property-located-at-1423-gautreaux-st-100-parcel-25132.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-29(Re-Bid) Surplus Sale of Adjudicated Property Located at 1215 Hwy 55 (100%) (Parcel # 30741)
|
LOTS 1 & 2 BLOCK 1 MONTEGUT HEIGHTS SUBD. CB 1769/44
https://www.centralauctionhouse.com/rfp41534112-bid-24-sp-29re-bid-surplus-sale-of-adjudicated-property-located-at-1215-hwy-55-100-parcel-30741.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-68(Re-Bid) Surplus Sale of Adjudicated Property Located at 130 Wilderness St., Montegut, LA 70377 (100%) (Parcel # 31777)
|
LOT 6 OF REDIVISION OF BLOCKS 7 & 15 ADDEN. 4 MONTEGUT HEIGHTS S/D.
https://www.centralauctionhouse.com/rfp95401604-bid-23-sp-68re-bid-surplus-sale-of-adjudicated-property-located-at-130-wilderness-st-montegut-la-70377-100-parcel-31777.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-31(Re-bid) Surplus Sale of Adjudicated Property Located at 109 Laura Lynn Ln. (100%) (Parcel # 49234
|
LOT 21 ADDEN. 2 PHASE B, SOUTHWOOD PLACE SUBD.
https://www.centralauctionhouse.com/rfp60026636-bid-24-sp-31re-bid-surplus-sale-of-adjudicated-property-located-at-109-laura-lynn-ln-100-parcel-49234.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 20-S/P-39 (Re-Bid) Surplus Sale of Adjudicated Property Located at 117, 119, 121 Avet St., Dulac, LA (100%) (Parcel #43330 & 26385)
|
PARCEL #43330 ON THE LEFT DESCENDING BANK OF BAYOU GRAND CAILLOU. LOTS 9, 10 & 11 BLOCK 1 AVET SUBD. ALSO TRACT 60' ON NORTH LOT 9, 60' ON NORTH LOT 10, 60' ON NORTH LOT 11 AVET SUBD. BEING A PORTION OF TRACT A-3. ALSO TRACT EAST OF AVET SUBD. & AVET STREET BY DEPTH OF SURVEY OR CONFIRMATION.<br />PARCEL #26385 ON THE LEFT DESCENDING BANK OF BAYOU GRAND CAILLOU. BOUNDED ABOVE BY JOHN PORTIER ETALS. BOUNDED BELOW BY FRANCIS AVET. TRACT KNOWN AND DESIGNATED BY THE LETTERS "A3" ON MAP RECORDED IN INSTRUMENT #252524, LOCATED IN SECTION 85 T19S R17E. LESS FRACTIONAL LOT 60 X 12' SOLD TO FRANCIS A. AVET CB 429/614. LESS 12 X 120 FT. STRIP IN REAR OF LOTS 7 & 8 SOLD CB 661/700. LESS PORTION OF TRACT "A3" SOLD TO MERLIN J. AVET. CB 1592/679
https://www.centralauctionhouse.com/rfp64480166-bid-20-sp-39-re-bid-surplus-sale-of-adjudicated-property-located-at-117-119-121-avet-st-dulac-la-100-parcel-43330-26385.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-33(re-bid) Surplus Sale of Adjudicated Property Located at 708 Wilson Ave. (56.8541%) (Parcel # 15773)
|
LOTS 4 & 5 BLOCK 3. LOTS 4 & 5 BLOCK 6 JASTREMSKI ADDITION.
https://www.centralauctionhouse.com/rfp27897252-bid-24-sp-33re-bid-surplus-sale-of-adjudicated-property-located-at-708-wilson-ave-568541-parcel-15773.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-95(Re-bid) Surplus Sale of Adjudicated Property Located at 171 Marjorie St., Dulac, 70353 (100%) (Parcel # 27928)
|
LOT 18 BLOCK 1 A.J. AUTHEMENT SUBD. #2.
https://www.centralauctionhouse.com/rfp35488706-bid-22-sp-95re-bid-surplus-sale-of-adjudicated-property-located-at-171-marjorie-st-dulac-70353-100-parcel-27928.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-36(Re-bid) Surplus Sale of Adjudicated Property Located at 404 Eighth St. (32.2916%) (Parcel # 13132)
|
BOUNDED ABOVE BY EMILE DAIGLE (S/D) REALTY CO. BOUNDED BELOW BY CLYDE MARTIN NOW OR FORMERLY. LESS LOT 100 X 362' IN REAR OF BLOCK 14 JASTREMSKI ADDITION SOLD CB 219/680 COMPRISED IN SECTION 96 T17S R17E. ALSO LOT 5 BLOCK 15 AS SHOWN ON PLAT RECORDED IN CB 282/2 LESS TRACTS SHOWN ON PLAT RECORDED IN CB<br />
https://www.centralauctionhouse.com/rfp2000058-bid-24-sp-36re-bid-surplus-sale-of-adjudicated-property-located-at-404-eighth-st-322916-parcel-13132.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-63 Surplus Sale of Adjudicated Property Located at 213 Stovall St., Houma, LA 70364 (100%) (Parcel # 26197)
|
https://www.centralauctionhouse.com/rfp74651628-bid-23-sp-63-surplus-sale-of-adjudicated-property-located-at-213-stovall-st-houma-la-70364-100-parcel-26197.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Project 24-121 Houma Bayou Walk Lighting and Painting Project
|
Sealed bids will be received on February 11, 2025, by the Terrebonne Parish Consolidated Government Purchasing Division on behalf of the Houma Restoration District Commission, at 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and, at that time sealed bids shall be publicly opened and read aloud in the Purchasing Division Conference Room.<br /> <br />Bid documents are posted on http://www.centralauctionhouse.com/rfp.php?cid=65. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-225-810-4814. <br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Terrebonne Parish Consolidated Government <br />Purchasing Division, For the Houma Restoration District<br /> 301 Plant Road<br /> Houma, Louisiana 70363<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br /> Project Name: Houma Bayou Walk Lighting and Painting Project<br /> <br /> Project Number: 24-121<br /> <br />Project Description: To provide labor, materials and to repair and/or restore guardrails by painting and installing lighting according to specifications provided with the bid documents.<br /> <br /> This Project shall require a Louisiana Contractors license number for Electrical Work.<br /> <br /> Bidding Documents for this Project are on file in the office of the Terrebonne Parish Consolidated Government, Purchasing Division, 301 Plant Road, Houma, Louisiana. <br /> <br />Please contact Electrical Engineer-ADG, Richard LeBlanc at
[email protected] or Structural Engineer-Providence, Murtada Mousa at
[email protected] for any clarification or information with regard to the specifications.<br /> <br />A non-mandatory Pre-bid Conference will be held on January 30, 2025, at 10:00 am at the office of Terrebonne Parish Consolidated Government, Planning & Zoning, 1st floor, 8026 Main Street, Houma LA.<br /> <br />The Terrebonne Parish Consolidated Government on behalf of the Houma Restoration District Commission reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br />
https://www.centralauctionhouse.com/rfp64895723-project-24-121-houma-bayou-walk-lighting-and-painting-project.html
15-Jan-2025 8:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Vermilion Parish School Board |
2025.766 MATERIALS FOR SCHOOL BUS TURNAROUNDS/MAINTENANCE NEEDS
|
<span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">NOTICE TO BIDDERS</span><br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Sealed bids will be received by the Vermilion Parish School System either online at </span><a href="http://www.centralbidding.com">www.centralbidding.com</a> or at the Vermilion Parish School System Main Building, 3rd Floor Conference Room, 220 South Jefferson Street, Abbeville, Louisiana until TWO (02:00 P.M.), Tuesday, February 4, 2025 at which time the sealed bids will be publicly opened and read for the following:<br /><br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Bid 2025.766 - MATERIALS FOR SCHOOL BUS TURNAROUNDS/</span><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">MAINTENANCE NEEDS</span><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Opening Date: Tuesday, February 4, 2025 @ 02:00 P. M.</span><br /><br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Bids must be sealed and the envelope marked: </span>"Bid 2025.766 -MATERIALS FOR SCHOOL BUS TURNAROUNDS/MAINTENANCE NEEDS, Opening Date: Tuesday, February 4, 2025 @ 02:00 P. M., and include Bidder’s name and address"<br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Specifications and bid forms for the above may be obtained by writing, calling or emailing Lori Fontenot, Purchasing Agent, Vermilion Parish School System, P. O. Drawer 520, Abbeville, Louisiana 70511, Phone-(337)898-5707, </span><a href="mailto:
[email protected]">
[email protected]</a>. Specifications can also be found on <a href="http://www.centralbidding.com">www.centralbidding.com</a>. <br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Bids submitted prior to this date and time should be properly marked on the outside of the sealed envelope and should be delivered or mailed to Lori Fontenot, Purchasing Agent, Vermilion Parish School System, 220 South Jefferson Street, Abbeville, LA 70510 or P. O. Drawer 520, Abbeville, Louisiana 70511. Written receipts for bids will be issued according to law.</span><br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">The Vermilion Parish School System reserves the right to reject any and/or all bids and to waive any informalities incident thereto.</span><br /><br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">VERMILION PARISH SCHOOL SYSTEM</span><br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Thomas J. Byler</span><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">Superintendent</span><br /><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">PUBLICATION DATES:</span><br /><span id="docs-internal-guid-af8d9f17-7fff-21af-18a7-ab6192b797f8">January 15 and January 22, 2025</span><div> </div>
https://www.centralauctionhouse.com/rfp69602663-2025766-materials-for-school-bus-turnaroundsmaintenance-needs.html
15-Jan-2025 8:00:00 AM CST |
04-Feb-2025 2:00:00 PM CST |
Vermilion Parish School Board |
2025.767 - S16-T15S-R2E HUNTING, GRAZING AND TRAPPING (EXCLUDING ALLIGATOR) LEASE, 640 ACRES MORE OR LESS
|
<span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">NOTICE TO BIDDERS</span><br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">The Vermilion Parish School System will receive sealed bids either online at </span><a href="http://www.centralbidding.com">www.centralbidding.com</a> or at the Vermilion Parish School System Main Building, 3rd Floor Conference Room, 220 South Jefferson Street, Abbeville, Louisiana 70510, until 1:30 p.m. on Tuesday, February 4, 2025 for Hunting, Grazing and Trapping (Excluding Alligator) purposes on the following Sixteenth Section, in accordance with statutes regulating the leasing of public lands:<br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Bid 2025.767 - Section 16, Township 15 South, Range 2 East Hunting, Grazing and Trapping (Excluding Alligator) Lease – 640 Acres More or Less. (Schooner Bayou)</span><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">BID OPENING: </span> Tuesday, February 4, 2025 @ 1:30 p.m. <br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">It will be understood that the successful bidder will take into consideration that another lessee may use the land for hunting and trapping or baiting alligator (alligator only) according to regulations set forth by the Louisiana Wildlife and Fisheries Commission.</span><br /> <ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Bids may be submitted for a period not to exceed five (5) years.</span></li> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">No bid can be considered for less than eleven thousand fifty-two dollars </span>($11,052.00) per year.</li> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Payment for first year rental must accompany the bid form obtained from The Vermilion Parish School System for Bid 2025.767, and the contract will be issued for a period beginning March 14, 2025.</span></li> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">No lease can be executed for more than the amount of acres in the section to bid on, and no lessee can own more than one lease.</span></li> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">The lease will be covered by the Vermilion Parish School System blanket insurance policy. Lessee will be required to pay their portion of the insurance premium upon execution of the lease.</span></li> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">No Lessee may assign, sublease, or transfer his lease.</span></li> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">The payment required in Paragraph 2, shall be by certified or cashier’s check.</span></li></ol><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Bids must be sealed and the envelope marked: </span>"Bid 2025.767 - S16-T15S-R2E, Hunting, Grazing and Trapping (Excluding Alligator) Lease – BID OPENING: Tuesday, February 4, 2025 @ 1:30 P.M. and include the bidder’s name and address.”<br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Bid packet for the above may be obtained by emailing Lori Fontenot (</span><a href="mailto:
[email protected]">
[email protected]</a>), visiting www.vpsb.net, or <a href="http://www.centralbidding.com">www.centralbidding.com</a>.<br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Bids submitted prior to this date and time should be properly marked on the outside of the sealed envelope and should be mailed or delivered to Lori Fontenot, Purchasing Agent, Vermilion Parish School System, 220 South Jefferson Street, P. O. Drawer 520, Abbeville, Louisiana 70510. Written receipts for bids will be issued according to law. Bids can be submitted through </span><a href="http://www.centralbidding.com">www.centralbidding.com</a> also.<br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">The Board reserves the right to reject any and/or all bids.</span><br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">VERMILION PARISH SCHOOL SYSTEM</span><br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Thomas J. Byler</span><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">Secretary-Treasurer</span><br /><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">PUBLICATION DATES:</span><br /><span id="docs-internal-guid-716b5b5a-7fff-7b83-22b6-58cbc04d53f4">January 15, January 22, and January 29, 2025</span><div> </div>
https://www.centralauctionhouse.com/rfp42279269-2025767--s16-t15s-r2e-hunting-grazing-and-trapping-excluding-alligator-lease-640-acres-more-or-less.html
15-Jan-2025 8:00:00 AM CST |
04-Feb-2025 1:30:00 PM CST |
Lafayette Consolidated Government |
Mounted Patrol Offices
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 13th day of February, 2025 for the following:<br /> <br />Mounted Patrol Offices<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services The work shall consist of, but is not limited to, renovations to the Lafayette Police Department Mounted Patrol Offices facility that generally consists of the construction of new offices, tack room, break room, and restroom/shower areas inside of an existing metal building. All work to be completed within one hundred twenty (120) workings days from the issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $210.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting which will be held on January 30th,2025 at 2:00 p.m. on site of the Mounted Patrol Offices located at 1200 Lajaunie Rd, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES 1/15, 1/19, 1/26<br />DPR 985862<br /> <br />
https://www.centralauctionhouse.com/rfp78432637-mounted-patrol-offices-.html
15-Jan-2025 8:00:00 AM CST |
13-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Urban Asphalt Street Preservation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:15 AM Central Time on the 13th day of February, 2025 for the following:<br /> <br />Urban Asphalt Street Preservation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc., to furnish and install micro surfacing overlay, scrub seal overlay, asphalt patches, striping, reflectors, and all other incidentals associated with this work for those streets identified in specifications contained in the document. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, etc., to this listing should additional funding become available. All work to be completed within eighty (80) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 976458<br /> <br />
https://www.centralauctionhouse.com/rfp69688176-urban-asphalt-street-preservation-project-2025.html
15-Jan-2025 8:00:00 AM CST |
13-Feb-2025 10:15:00 AM CST |
Lafayette Consolidated Government |
Liquid Aluminum Sulfate
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 4th day of February, 2025 for the following:<br /> <br />Liquid Aluminum Sulfate<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212 Electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Morgan Broussard at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No vendor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. No vendor may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. <br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp98621724-liquid-aluminum-sulfate.html
15-Jan-2025 8:00:00 AM CST |
04-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Two 230kV SF6 Circuit Breakers
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 6th day of February, 2025 for the following:<br /> <br />Two 230kV SF6 Circuit Breakers<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212 electronic bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Morgan Broussard at
[email protected].<br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8263 (Attn: Morgan Broussard). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the quotation form provided with the specifications.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling (337) 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp90605466-two-230kv-sf6-circuit-breakers.html
15-Jan-2025 8:00:00 AM CST |
06-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
RFP LCG Website Redevelopment
|
<br />Notice is hereby given that sealed proposals will be received in the office of the Purchasing Division at Lafayette Consolidated Government’s building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 p.m. Central Time on the __14th day of _February__, 2025 for the following:<br /> <br />RFP FOR THE LAFAYETTELA.GOV WEBSITE REDEVELOPMENT<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Proposals received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed proposals may be hand carried or mailed to the address listed above.<br /> <br />Copies of the proposal specifications are available to VIEW ONLY on the website at www.centralbidding.com. [HJK1] [HJK2] [HJK3] [HJK4] Vendor may request an electronic copy of the RFP by email to Heather Kestler at
[email protected] or by phone at the number below. <br /> <br />Vendors shall submit one (1) marked Original, five (5) exact copies marked Copy, one (1) electronic version and one (1) Redacted Copy [JB5] [JB6] [JB7] [JB8] of the proposal at the date and time specified. Proposals received after the due date and time shall be returned unopened to the vendor. Each proposal shall follow the instructions listed in the RFP regarding submittal of their proposal. <br /> <br /> <br />Proposals will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Proposals. Lafayette Consolidated Government reserves the right to reject any and all proposals or any portions thereof, to waive informalities and to select the proposal that best suits its needs. LCG further reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms that the Vendor can offer. At its discretion, LCG reserves the right to request best and final offers from the RFP finalists. The Vendor should be prepared to accept this RFP for incorporation into a contract resulting from this RFP. The contract may incorporate some or all of the Vendor’s proposal. It is understood that the proposal will become a part of the official file on this matter without obligation to LCG.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises[JB9] [JB10] [JB11] in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES 1/15, 1/19, 1/26<br />DPR[HJK12] [HJK13] # 978149<br />Affidavit of Publication<br /> <br />
https://www.centralauctionhouse.com/rfp44856645-rfp-lcg-website-redevelopment-.html
15-Jan-2025 8:00:00 AM CST |
15-Feb-2025 3:00:00 PM CST |
Lafayette Consolidated Government |
DOWNTOWN SIDEWALKS/CURB/OVERLAY PHASE II
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:30 PM Central Time on the 6th day of February, 2025 for the following:<br /> <br />DOWNTOWN SIDEWALKS/CURB/OVERLAY PHASE II<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services The work shall consist of, but is not limited to, the contractor supplying labor, equipment, superintendence, material, etc. to accomplish the removal of asphalt surfacing, concrete pavement, concrete curb and gutter, concrete walks and drives, catch basins, storm drain pipe, and pavement markings; construction of concrete walks and drives, concrete curb and gutter, catch basins, storm drain pipe, and placing pavement markings. Additionally, the project includes the adjustment of light poles, utility values and boxes, fire hydrants, and other miscellaneous work. All work is to be completed within one hundred and twenty (120) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $190.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting which will be held on January 21,2025 at 10:30 a.m. in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY, STREET, AND BRIDGE CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES 1/8, 1/12, 1/19<br />DPR 944439<br />
https://www.centralauctionhouse.com/rfp26961151--downtown-sidewalkscurboverlay-phase-ii.html
15-Jan-2025 8:00:00 AM CST |
06-Feb-2025 2:30:00 PM CST |
Rapides Parish School Board |
Bid 62-25-05: Chiller Replacement at Alexandria Senior High School
|
ADVERTISEMENT<br /> <br />INVITATION TO BID<br /> <br />Sealed bids will be received in the Purchasing Department of the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana 71301 until 2:00 PM, Thursday, February 20, 2025 for:<br /> <br /> Chiller Replacement at Alexandria Senior High School<br /> <br />(BID NO. 62-25-05) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time (2:00 PM, Thursday, February 20, 2025) will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to 619 Sixth Street, Alexandria, LA 71301. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by an original bid security equal to five (5%) of the total amount bid and must be in the form of a Certified Check, Cashier’s Check, Bank Money Order or Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />There will be a Mandatory Pre-Bid Meeting on Thursday, February 6, 2025 at 10:00 AM at Alexandria Senior High – Front Office Entrance.<br /> <br />Award will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211, et seq., the Rapides Parish School Board reserves the right to reject any or all bids for just cause. Each bidder, shall submit with their bid satisfactory evidence that they have complied with the requirements of the LA Contractor's Licensing Law, Louisiana R.S. 37:2150, et seq., and are fully qualified to enter into contract with the Rapides Parish School Board. <br /> <br />Bid envelopes shall be marked "Chiller Replacement at Alexandria Senior High School – Bid # 62-25-05”, Contractor’s Name and Contractor’s License Number and delivered to:<br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, CFO<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp9381583-bid-62-25-05-chiller-replacement-at-alexandria-senior-high-school.html
15-Jan-2025 8:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Rapides Parish School Board |
RFP 26-30: Category 1 Internet Service Provider E-Rate Services
|
ADVERTISEMENT<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide goods and services to the District to obtain a solution for internet services throughout Rapides Parish in the District’s schools and support facilities. Rapides Parish School Board is seeking Internet services to all schools and administrative offices.<br />Proposal information may be obtained by sending a request to
[email protected] or from centralbidding.com; fees may be associated with the use of this site.<br />Sealed proposals will be received in the Purchasing Department of the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025. Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and should be marked “RFP # 26-30: Category 1 Internet Service Provider E-Rate Services” with the proposer’s name.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp9345783-rfp-26-30-category-1-internet-service-provider-e-rate-services.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
RFP 26-40: Category 1 Wide Area Network E-Rate Services
|
ADVERTISEMENT<br />Request for Proposal (RFP) for Category 1 Wide Area Network E-Rate Services (RFP #26-40)<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide goods and services to the District to obtain a solution for E-Rate services throughout Rapides Parish in the District’s schools and support facilities. Rapides Parish School Board is seeking Internet services to all schools and administrative offices.<br />Proposal information may be obtained by sending a request to
[email protected] or from www.centralbidding.com; fees may be associated with the use of this site.<br />Sealed proposals will be received in the Purchasing Department, in the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025. Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and shall be marked “RFP # 26-40 Category 1 Wide Area Network E-Rate Services” with the proposer’s name.<br />Late proposals arriving after the state due date and time will not be considered and will be returned unopened.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br /> <br /> <br /> <br />Publication Dates: January 15, 2025<br />January 22, 2025<br />January 29, 2025
https://www.centralauctionhouse.com/rfp9336658-rfp-26-40-category-1-wide-area-network-e-rate-services.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
RFP 26-41A: Category 2 E-Rate Firewall Smartnet Services
|
ADVERTISEMENT<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide Category 2 E-Rate Firewall Smartnet Services to the District and its schools. Proposers must be registered and qualified with the FCC to provide E-rate discounts where applicable. <br />Proposal information may be obtained by sending a request to
[email protected] or from www.centralauctionhouse.com (fees may be associated with the use of this site).<br />Sealed proposals will be received by the Purchasing Department, in the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025. Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and should be clearly marked with the proposer’s name and “RFP # 26-41A Category 2 E-Rate Firewall Smartnet Services”.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp9314265-rfp-26-41a-category-2-e-rate-firewall-smartnet-services.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
RFP 26-41B: Category 2 E-Rate Technology Supplies
|
ADVERTISEMENT<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide Category 2 E-Rate Technology Supplies to the District and its schools. Proposers must be registered and qualified with the FCC to provide E-Rate discounts where applicable. <br />Proposal information may be obtained by sending a request to
[email protected] or from www.centralauctionhouse.com (fees may be associated with the use of this site).<br />Sealed proposals will be received by the Purchasing Department, in the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025 Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and should be clearly marked with the proposer’s name and “RFP # 26-41B Category 2 E-Rate Technology Supplies”.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp75198464-rfp-26-41b-category-2-e-rate-technology-supplies.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147073 THREE (3) YEAR LABOR ONLY CONTRACT TO TROUBLESHOOT, REPAIR, INSTALL, AND CALIBRATE COMMERCIAL KITCHEN EQUIPMENT FOR THE JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147073<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until<br />2:00 p.m., February 11, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson<br />Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Three (3) Year Labor Only Contract to Troubleshoot, Repair, Install, and Calibrate Commercial Kitchen Equipment for the Jefferson Parish Department of General Services<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp58497841-5000147073-three-3-year-labor-only-contract-to-troubleshoot-repair-install-and-calibrate-commercial-kitchen-equipment-for-the-jefferson-parish-department-of-general-services.html
15-Jan-2025 8:01:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Rural Asphalt Street Preservation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:30 AM Central Time on the 13th day of February, 2025 for the following:<br /> <br />Rural Asphalt Street Preservation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but not limited to, the contractor supplying the labor, equipment, superintendence, material, etc., to furnish and install micro surfacing overlay, scrub seal overlay, asphalt patches, striping, reflectors, and all other incidentals associated with this work for those streets identified in the specifications contained in the document. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, etc. to this listing should additional funding become available. All work to be completed within eighty (80) working days from issuance of the Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 968881<br /> <br />
https://www.centralauctionhouse.com/rfp69666571-rural-asphalt-street-preservation-project-2025.html
15-Jan-2025 9:00:00 AM CST |
13-Feb-2025 10:30:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6861 RESTROOM FACILITY AT BUDDY LAWSON PLAYGROUND
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6861<br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <br /><b>City of Kenner Buddy Lawson Playground Restroom Building</b></div> <br />The proposed work (“Work”) includes: Construction of a new accessible restroom building at Buddy Lawson Playground for the City of Kenner. The structure has 284 square feet of interior space and a total area of 482 square feet. The restroom structure is elevated above base flood elevation and consists of two-family type restrooms, a concrete porch, ramp, sand steps. The porch, ramp, and steps have galvanized steel pipe handrails. A portion of the existing site paving is to be removed and replaced as part of this project. Additional new site paving is also included in the project.<br /> <br />Sealed bids will be received until <b>February 18, 2025 at 9:45AM</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on <b>January 29, 2025 at 10:00 a.m.</b> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br />Copies of Contract Documents for review or for use in preparing bids may be obtained from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, upon deposit of $75.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /> <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br /> <br />January 15, 2025<br />January 22, 2025<br />January 29, 2025
https://www.centralauctionhouse.com/rfp58897993-sealed-bid-25-6861-restroom-facility-at-buddy-lawson-playground.html
15-Jan-2025 9:00:00 AM CST |
18-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6860 FASSBENDER COMMUNITY CENTER ROOF REPAIR
|
<div style="text-align: center;">INVITATION TO BID<br />Sealed Bid No. 25-6860<br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /><b>Fassbender Community Center Roof Repairs.</b></div><br />The proposed work (“Work”) includes:<br />Removing the existing modified bitumen roof system and replacing with new TPO membrane over sloped, rigid insulation. Rebuild existing parapets to accommodate the new roof height. Remove asphalt shingles and decking from the entrance and install new metal roof panels. Raise existing rooftop units and curbs to accommodate new sloped roof construction.<br /><br />Sealed bids will be received until <b>Thursday, February 13, 2025 at 9:45 a.m</b>., by the City of Kenner in the Finance Department located at:<div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div><br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /><br />There will be a pre-bid meeting on <b>Tuesday, January 28, 2025 at 10 a.m</b>. at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encouraged to attend.<br /><br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /><br />Copies of Contract Documents for review or for use in preparing bids may be obtained from either: Meyer Engineers, Ltd.’s Plan Room via Central Bidding at - https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom, fees are applicable to Central Bidding Membership;. Or may be picked up from Meyer Engineers, Ltd., upon deposit of $50.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /><br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <div style="text-align: right;">CITY OF KENNER<br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate: January 15, 22, and 29, 2025
https://www.centralauctionhouse.com/rfp29103689-sealed-bid-25-6860-fassbender-community-center-roof-repair.html
15-Jan-2025 9:00:00 AM CST |
13-Feb-2025 9:45:00 AM CST |
Jefferson Parish Government |
5000146982 Rehabilitation of the Transcontinental & Belle Lift Station (E8-1) Department of Sewerage
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146982<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 20, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />REHABILITATION OF THE TRANSCONTINENTAL & BELLE<br />LIFT STATION (E8-1)<br />SEWER CAPITAL IMPROVEMENT PROGRAM PROJECT NO.<br />D55124<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from ECM Consultants, Inc., 1301 Clearview Pkwy Suite 200, Metairie, LA, Phone: 504-885-4080 or fax 504-885-1439 by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are<br />dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at General Government Building 200 Derbigny St. Suite 4400 Gretna, La 70053 on January 30, 2025 at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp36548622-5000146982-rehabilitation-of-the-transcontinental-belle-lift-station-e8-1-department-of-sewerage.html
15-Jan-2025 9:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146881 LAFRENIERE PARK BIKE PATH – PHASE 1 3000 DOWNS BLVD., METAIRIE, LA 70003 - PROJECT NO. 2023-056-REC
|
<br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146881<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 27, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Lafreniere Park Bike Path - Phase 1<br />3000 Downs Blvd., Metairie, LA 70003<br />Project No. 2023-056-REC<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, Phone: 504.885.9892 by licensed contractors upon receipt of a non-refundable fee of $25.00 for an electronic set on a compact disc, or a hard copy set will be available upon request for a deposit of Sixty ($60.00) dollars per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on January 30, 2025 at The Laferniere Park (Foundation Center) located at 3000 Downs Blvd., Metairie, LA 70003. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678. <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp58891936-5000146881-lafreniere-park-bike-path-phase-1-3000-downs-blvd-metairie-la-70003--project-no-2023-056-rec.html
15-Jan-2025 9:02:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147022 LABOR, MATERIALS, AND EQUIPMENT NEEDED TO INSTALL INCLUSIVE PLAYGROUND AT PARC DES FAMILLES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147022<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 25, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor, Materials, and Equipment Needed to Install Inclusive Playground at<br />Parc Des Familles <br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at on January 31, 2025 at 9:00AM. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp58416326-5000147022-labor-materials-and-equipment-needed-to-install-inclusive-playground-at-parc-des-familles.html
15-Jan-2025 9:39:00 AM CST |
25-Feb-2025 2:00:00 PM CST |
St. John the Baptist Parish Public Schools |
Bond Project - Security Upgrades and Improvements at Laplace Elementary School
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, until 2:00 P.M. C.S.T. on Tuesday, February 18th, 2025 for the Security Upgrades and Improvements at Laplace Elementary School project located at 393 Greenwood Drive, Laplace, Louisiana 70068.
https://www.centralauctionhouse.com/rfp61650186-bond-project--security-upgrades-and-improvements-at-laplace-elementary-school-.html
15-Jan-2025 10:00:00 AM CST |
15-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Lafayette Fire Station 13 Roof Replacement and Interior and Exterior Water Damage Repairs
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 PM Central Time on the 13th day of February 2025 for the following:<br /> <br />Lafayette Fire Station 13 Roof Replacement and Interior and Exterior Water Damage Repairs<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: Scope of work includes, but is not limited to, renovation of the interior of the building by removals and replacement of existing ceilings, light fixtures, and HVAC Ductwork. Paint interior. Installation of new spray foam insulation at existing roof deck. Installation of retrofit Standing Seam metal roof and metal soffits. Coating existing exterior wall finishes. Work shall be completed within 150 calendar days.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $88.97 (Eighty-eight dollars and 97/100) per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 21, 2025 at 10:00 AM at the Lafayette Fire Station 13 located at 6507 Johnston Street, Lafayette, LA 70503.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 984400<br /> <br />
https://www.centralauctionhouse.com/rfp88505486-lafayette-fire-station-13-roof-replacement-and-interior-and-exterior-water-damage-repairs.html
15-Jan-2025 10:00:00 AM CST |
13-Feb-2025 4:00:00 PM CST |
Lafayette Consolidated Government |
Lafayette Fire Station 12 Roof Replacement and Interior and Exterior Water Damage Repairs
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:30 PM Central Time on the 13th day of February 2025 for the following:<br /> <br />Lafayette Fire Station 12 Roof Replacement and Interior and Exterior Water Damage Repairs<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: Scope of work includes, but is not limited to, renovation of the interior of the building by removals and replacement of existing ceilings, light fixtures, and HVAC Ductwork. Paint interior. Installation of new spray foam insulation at existing roof deck. Installation of retrofit Standing Seam metal roof and metal soffits. Coating existing exterior wall finishes. Work shall be completed within 150 calendar days.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $88.97 (Eighty-eight dollars and 97/100) per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 21, 2025 at 12:00 PM at the Lafayette Fire Station 12 located at 2856 Verot School Road, Lafayette, LA 70508.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 984399<br />
https://www.centralauctionhouse.com/rfp26933658-lafayette-fire-station-12-roof-replacement-and-interior-and-exterior-water-damage-repairs.html
15-Jan-2025 10:00:00 AM CST |
13-Feb-2025 3:30:00 PM CST |
Jefferson Parish Government |
RFP 0495 To Provide a Status Youth Alternative Program to Divert Non-Delinquent at Risk Youth from Court processing and into expedited services that more clearly meet their needs for the Parish of Jefferson Department of Juvenile Services -Parishwide
|
REQUEST FOR PROPOSAL<br />RFP 0495<br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide a Status Youth Alternative Program to Divert Non-Delinquent at Risk Youth from Court processing and into expedited services that more clearly meet their needs for the Parish of Jefferson Department of Juvenile Services (Parishwide)<br />The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified Proposers who are interested in providing Scope of Work as defined in Part II hereof. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on February 21, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp58466684-rfp-0495-to-provide-a-status-youth-alternative-program-to-divert-non-delinquent-at-risk-youth-from-court-processing-and-into-expedited-services-that-more-clearly-meet-their-needs-for-the-parish-of-jef.html
15-Jan-2025 12:00:00 PM CST |
21-Feb-2025 3:30:00 PM CST |
Jefferson Parish Government |
5000146964 THREE (3) YEAR LABOR ONLY CONTRACT TO TROUBLESHOOT, REPAIR, AND REPLACE VARIOUS AUTOMATIC AND MANUAL ENTRANCE DOORS FOR THE JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
THREE(3) YEAR LABOR ONLY CONTRACT TO TROUBLESHOOT, REPAIR, AND REPLACE VARIOUS AUTOMATIC AND MANUAL ENTRANCE DOORS FOR THE JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
https://www.centralauctionhouse.com/rfp15823761-5000146964-three-3-year-labor-only-contract-to-troubleshoot-repair-and-replace-various-automatic-and-manual-entrance-doors-for-the-jefferson-parish-department-of-general-services--.html
15-Jan-2025 12:35:00 PM CST |
22-Jan-2025 11:00:00 AM CST |
Food & Nutrition Services Diocese of Lafayette |
Produce #8-2025-4
|
NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br />9 week Produce Contract<br />July 24th, 2024 at 1:00 PM<br />September 11th,2024 at 1:00 PM<br />November 20th, 2024 at 1:00 PM<br />February 5th, 2025 at 1:00 PM<br />At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected].<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp58880086-produce-8-2025-4.html
15-Jan-2025 1:00:00 PM CST |
05-Feb-2025 12:50:00 PM CST |
Jefferson Parish Government |
5000146949 Two (2) Year Contract to Supply Herbicides, Labor and Equipment to Control Weeds and Undesired Vegetation on Drainage Canals, Ditches and Servitudes on the East and West Bank of Jefferson Parish for the Jefferson Parish Department Drainage
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146949<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 13, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Contract to Supply Herbicides, Labor and Equipment to Control Weeds and Undesired Vegetation on Drainage Canals, Ditches and Servitudes on the East and West Bank of Jefferson Parish for the Jefferson Parish Department of Public Works- Drainage<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025.<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp58412487-5000146949-two-2-year-contract-to-supply-herbicides-labor-and-equipment-to-control-weeds-and-undesired-vegetation-on-drainage-canals-ditches-and-servitudes-on-the-east-and-west-bank-of-jefferson-p.html
15-Jan-2025 1:00:00 PM CST |
13-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147091 Two (2) Year Contract, with No Option to Renew, for Dispensing of On-Site and Off-Site Consignment Motor Fuels, East and West Bank of Jefferson Parish for Fleet Management and All Parish Municipalities'
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147091<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 25, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract, with No Option to Renew, for Dispensing of On-Site and Off-Site Consignment Motor Fuels, East and West Bank of Jefferson Parish for Fleet Management and All Parish Municipalities<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp15895987-5000147091-two-2-year-contract-with-no-option-to-renew-for-dispensing-of-on-site-and-off-site-consignment-motor-fuels-east-and-west-bank-of-jefferson-parish-for-fleet-management-and-all-paris.html
15-Jan-2025 1:21:00 PM CST |
25-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147012 LABOR, MATERIALS, AND NECESSARY ESSENTIALS TO PERFROM ROOT COLLAR EXCAVATION ON LIVE OAK TREES FOR THE JEFFERSON PARISH PARKWAYS DEPARTMENT
|
LABOR, MATERIALS, AND NECESSARY ESSENTIALS TO PERFROM ROOT COLLAR EXCAVATION ON LIVE OAK TREES FOR THE JEFFERSON PARISH PARKWAYS DEPARTMENT
https://www.centralauctionhouse.com/rfp9927369-5000147012-labor-materials-and-necessary-essentials-to-perfrom-root-collar-excavation-on-live-oak-trees-for-the-jefferson-parish-parkways-department.html
15-Jan-2025 1:41:00 PM CST |
22-Jan-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000146705 Jefferson Parish Recreation Department East Bank - New Warehouse Building
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146705<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 25, 2025, and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053, beginning at 2:30 p.m. on each bid opening date for the following project:<br />JEFFERSON PARISH RECREATION DEPARTMENT EAST BANK– NEW WAREHOUSE BUILDING<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001 (PHONE: 504-885-9895) by licensed contractors upon receipt of $75.00 for a hard copy set and/or a non-refundable fee of $25.00 for an electronic set on a USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at Jefferson Parish Recreation Department - Downstairs Conference Room, 6921 Saints Drive, Metairie, LA 70003 on Thursday, January 30, 2025, at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025.<br /> <br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp36596052-5000146705-jefferson-parish-recreation-department-east-bank--new-warehouse-building.html
15-Jan-2025 1:50:00 PM CST |
25-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147002 Jefferson Parish Fire Station No. 15 HVAC Replacement
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147002<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 20, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Jefferson Parish Fire Station No. 15<br />HVAC Replacement<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from IMC Consulting Engineers, 2714 Independence Street, Metairie, LA, 70006 (tel. 504-831-9119) by licensed contractors upon receipt of $250.00 per set hard copy or $25.00 per set for electronic copy on CD. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00 AM on January 31, 2025 at Fire Station No. 15, 1101 North Service Road, Metairie, LA 70005. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp29189218-5000147002-jefferson-parish-fire-station-no-15-hvac-replacement.html
15-Jan-2025 3:06:00 PM CST |
20-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
50-00147024 LABOR, MATERIALS, AND NECESSARY ESSENTIALS TO PROVIDE AND INSTALL ONE (1) NEW HIGH DENSITY URETHANE DECORATIVE SIGN FOR THE JEFFERSON PARISH PARKWAYS DEPARTMENT
|
LABOR, MATERIALS, AND NECESSARY ESSENTIALS TO PROVIDE AND INSTALL ONE(1) NEW HIGH DENSITY URETHANE DECORATIVE SIGN FOR THE JEFFERSON PARISH PARKWAYS DEPARTMENT
https://www.centralauctionhouse.com/rfp58448470-50-00147024-labor-materials-and-necessary-essentials-to-provide-and-install-one-1-new-high-density-urethane-decorative-sign-for-the-jefferson-parish-parkways-department---.html
15-Jan-2025 3:38:00 PM CST |
27-Jan-2025 11:00:00 AM CST |
Jefferson Parish Public School System |
RFQ 3379 - Real Estate Broker
|
ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS<br /> <br />Requests for Qualifications (RFQ) will be received by the Jefferson Parish School Board, Purchasing Department, 501 Manhattan Boulevard, Suite 2200, Harvey, LA 70058 until 11:00 a.m. CST on February 3, 2025 for the following:<br /> <br />RFQ 3379 – Real Estate Broker<br /> <br />RFQ packet may be picked up from the Purchasing Department at 501 Manhattan Blvd., Suite 2200 Harvey, LA, 70058, call (504) 349-7667, or email a request to
[email protected].<br /> <br />Participation by minority and female-owned businesses is encouraged.<br /> <br />Tom Doster<br />Director of Purchasing & Procurement
https://www.centralauctionhouse.com/rfp15863647-rfq-3379--real-estate-broker.html
15-Jan-2025 4:26:00 PM CST |
03-Feb-2025 11:00:00 AM CST |
Port of Iberia |
Port Improvements, Unifab Road Warehouse & Site Improvements, Initial Improvements
|
Sealed bids for the construction of the following project will be received at the office of the Port of Iberia (POI) Board of Commissioners, at the POI Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, until 12:00 P.M. on February 11, 2025 at which time and place bids will be publicly opened and read. No bids will be received after 12:00 P.M.<br /> <br />STATE PROJECT NO: H.015864 (321)<br /> <br />STATE PROJECT NAME: Port Improvements<br /> Unifab Road Warehouse and Site Improvements<br /> Initial Improvements, (Phase I of SPN H.015864)<br /> Iberia Parish<br /> <br />IMPROVEMENTS TO: Port Infrastructure Improvements Program, Port of Iberia<br /> <br />LOCATED IN: Iberia Parish, Louisiana<br /> <br />TYPE OF CONSTRUCTION: Building Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia (POI) Board of Commissioners<br /> 4611 South Lewis Street<br /> New Iberia, LA 70562<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <br />SCOPE OF WORK: This is a site improvements project at the Port of Iberia. CONTRACTOR is responsible for performing repairs and improvements at the existing Building C as outlined in the Contract Documents to improve the functionality and appearance of the facility. The scope of work includes mobilization, pressure washing and painting the building exterior, relocation of existing chain link fencing and security gates, metal building system improvements, electrical & lighting, and all other specified work and incidental work required to successfully complete the project in accordance with the Contract Documents.<br /> <br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br />Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00. In accordance with R.S. 38:2212 D deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br /> <br />Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html<br />To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.<br /> <br />A Non-Mandatory Pre-Bid meeting will be held on January 23, 2025 at 3:00 P.M. at the Port of Iberia District Office, located at 4611 S. Lewis St., New Iberia, LA. Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. <br /> <br />The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.<br /> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving Federal funds the award of contract will also be contingent upon concurrence by the appropriate Federal agency.<br /> <br />On projects involving State funds the award of contract will also be contingent upon concurrence by the appropriate State agency.<br /> <br />The right is reserved to reject bids and waive informalities.
https://www.centralauctionhouse.com/rfp96521730-port-improvements-unifab-road-warehouse-site-improvements-initial-improvements.html
15-Jan-2025 6:00:00 PM CST |
11-Feb-2025 12:00:00 PM CST |
St. James Parish Government |
Vehicles Annual Bid
|
Notice to Bidders <br />St. James Parish Government will be accepting sealed bids on current year or newer vehicles. These vehicles are listed in Article V, of the general specifications section of this document. Sealed bids will be opened in the St. James Parish Council Chambers, located at 5800 HWY 44, Convent, LA 70723 at 10:00 AM, February 18, 2025<br /> <br />Prospective bidders must bid on all items as listed and must meet minimum requirements as specified in the bid documents. Vehicle specifications and documents are available from the St. James Parish Government, Department of Operations, 5800 HWY 44, Convent, LA 70723, Room 311.<br /> <br />The envelope containing the bid must be marked "Annual Vehicle Bid, Department of Operations” clearly on the outside of the envelope.<br /> <br />All bids must be complete and include the delivery schedule and warranty.<br /> <br />Immediate delivery and availability of parts, service, and warranty will be considered in the awarding of bids.<br /> <br />The Council reserves the right to reject all bids and to waive any formalities.<br /> <br />Advertise Dates<br />News Examiner<br /> <br />January 16, 2025<br />January 23, 2025<br />January 30, 2025<br /> <br />Rick Webre
https://www.centralauctionhouse.com/rfp74531648-vehicles-annual-bid.html
16-Jan-2025 12:00:00 AM CST |
18-Feb-2025 10:00:00 AM CST |
Facility Planning and Control - Division of Administration |
Precisoin Agriculture Training Facility, Fletcher Techinical Community College (FTCC), Schriever, Louisiana
|
<b>ADVERTISEMENT FOR BIDS</b><br />Sealed bids will be received for the State of Louisiana by the Division of Administration and shall be directed to the Office of Facility Planning and Control, 1201 North Third Street, Claiborne Office Building, Suite 7-160, Baton Rouge, Louisiana, 70802 or P.O. Box 94095, Baton Rouge, Louisiana, 70804-9095. The deadline for receipt of bids is 2:00 PM on Thursday, February 20, 2025, at which time bids will be opened and read aloud in a public meeting in the Claiborne Office Building, Conference Room 1-145.<br /><br />FOR: <b>Precision Agriculture Training Facility<br /> Fletcher Technical Community College (FTCC)<br /> Schriever, Louisiana</b><br /><br />PROJECT NUMBER: <b>19-731-21-01, F.19002367</b><br /><br />Complete Bidding Documents for this project are available in electronic form. They may be obtained without charge and without deposit from <b>Gros Flores Positerry, LLC</b>. Printed copies are not available from the Designer but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs.<br /><br />Questions about this procedure shall be directed to the Designer at:<br /><br /><b>Gros Flores Positerry, LLC<br />104 Rue Angelique, Suite A<br />Thibodaux, LA 70301<br />Telephone: 985-447-9931<br />E-mail:
[email protected]</b><br /><br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /><br /><b>A PRE-BID CONFERENCE WILL BE HELD at 9:00 AM on Tuesday, February 04, 2025 at<br />Fletcher Technical Community College (FTCC), Room 213/217, 1407 Hwy. 311, Schriever, LA 70395.</b><br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of <b>Building Construction</b>. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section and those stated in the bidding documents shall not be waived by any entity.<br /><br />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The State shall incur no obligation to the Contractor until the Contract Between Owner and Contractor is fully executed.<br /><br />Facility Planning and Control is a participant in the Small Entrepreneurship (SE) Program (the Hudson Initiative) and the Veteran-Owned and Service-Connected Disabled Veteran-Owned (LaVet) Small Entrepreneurships Program. Bidders are encouraged to consider participation. Information is available from the Office of Facility Planning and Control or on its website at https://www.doa.la.gov/doa/fpc/.<br /><br />If you have a disability and would like to request an accommodation in order to participate in this meeting, please contact Christina Cardona at
[email protected] or (225) 342-6060 as soon as possible but no later than 48 hours before the scheduled meeting.<br /><br />STATE OF LOUISIANA<br />DIVISION OF ADMINISTRATION<br />FACILITY PLANNING AND CONTROL<br />ROGER E. HUSSER, JR., DIRECTOR
https://www.centralauctionhouse.com/rfp60447267-precisoin-agriculture-training-facility-fletcher-techinical-community-college-ftcc-schriever-louisiana.html
16-Jan-2025 12:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Ascension Parish Government |
Limestone #57 (Gray), #89 (Gray), #610 (Gray) & 610 (Mexican)
|
<br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 (mailing address PO Box 2392, Gonzales, LA 70707-2392) until <b>January 30,2025,at 2:00 p.m. local time.</b> The bids will be publicly opened and read aloud for the following:<br /><b>LIMESTONE</b><br /><b>#57(GRAY), #89 (GRAY), #610 (GRAY) & #610 (MEXICAN)</b><br /> <br /><b>TO BE DELIVERED TO VARIOUS LOCATIONS THROUGHOUT ASCENSION PARISH.</b><br /> <br /><b>ALTERNATE BID #1</b><br /><b>LIMESTONE PICKED UP BY PARISH TRUCKS</b><br /> <br /><b>Bid will be accepted on a <u>price per ton basis only</u> for a one-year period.</b><br /> <br />Specifications/bidding documents may be obtained at the Ascension Parish Government, Purchasing Department located at 615 E. Worthey Street, Gonzales, LA 70737. Electronic Bids are accepted at Central Bidding <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. All addenda, corrections, and responses to this public notice shall be posted to <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>.<br /> <br /> <br />The Ascension Parish shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />The lowest responsive bidder that is awarded the bid must have a minimum of $300,000 of General Liability Insurance and Workmen’s Compensation Insurance. A copy of the insurance must be sent to Ascension Parish Government before vendor can deliver the material.<br /> <br />Requirements: All material ordered must be delivered within fifteen (15) working days from the date of order. During a declared state of emergency by the Ascension Parish Government or the State of Louisiana, delivery of requested material must begin within six (6) hours of request. <b>If any name material above is not available, please state in Bid Response.</b><br /> <br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualifications, or Request for Proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to deem bids(s) non-responsive if vendor cannot comply with these requirements.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br />ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT<br /> <br />WEEKLY – 1/16/24, 1/23/24 <br /> <br />CHIEF - 1/16/24, 1/23/24 <br />
https://www.centralauctionhouse.com/rfp34119875-limestone-57-gray-89-gray-610-gray-610-mexican-.html
16-Jan-2025 7:00:00 AM CST |
30-Jan-2025 2:00:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0612 Diamond Saw Blades
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 4, 2025 for the following:<br /> <br />A25-0612 DIAMOND SAW BLADES<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /><br /><br /><br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm CST on January 28, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Tian Clark at (225) 389-3259, Ext. 3271, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp81659820-a25-0612-diamond-saw-blades.html
16-Jan-2025 11:00:00 AM CST |
04-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0747 OEM SRP & MAS for Bobcat Company Loaders
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 4, 2025, for the following:<br /> <br />A25-0747 OEM SRP & MAS for BOBCAT COMPANY LOADERS<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on January 28, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp81670217-a25-0747-oem-srp-mas-for-bobcat-company-loaders.html
16-Jan-2025 11:00:00 AM CST |
04-Feb-2025 11:00:00 AM CST |
Beauregard Parish Police Jury |
New Asphalt Distributor Truck and 2000 Gallon Tank
|
ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Thursday, February 06, 2025 <br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. Bids will be accepted through 9:30 a.m. on Thursday, February 6, 2025. <br />For the following item(s):<br /><br />One (1) New Asphalt Distributor Truck with 2000 Gallon Tank. <br />All bids must be submitted on the PARISH BID FORM located in the bid packet which may be obtained at the Beauregard Parish Police Jury Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com. <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award. <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All bids MUST SEALED and be plainly marked on the outside of the envelope:BID FOR “DISTRIBUTOR TRUCK”<br /> <br />PUBLISH DATES: Friday, January 17, 2025, and Friday, January 24, 2025<br /> <br />/s/ Tina Simmons<br />Purchasing Agent<br />
https://www.centralauctionhouse.com/rfp98664742-new-asphalt-distributor-truck-and-2000-gallon-tank-.html
17-Jan-2025 12:00:00 AM CST |
06-Feb-2025 9:30:00 AM CST |
St. Mary Parish Government |
6" WATERLINE REPLACEMENT ALONG YELLOW BAYOU ROAD
|
The St. Mary Parish Water & Sewer Commission No. 3, acting through its President, Mike M. Ortiz, will receive<br />sealed bids for the 6” Waterline Replacement Along Yellow Bayou Road project, which consists of<br />furnishing and installing approximately 1,955 linear feet of 6” waterline pipe, at the St. Mary Parish<br />Courthouse, 5th Floor, Franklin, Louisiana 70538, until February 20, 2025, at 10 A.M. local time, at which time<br />and place, they will be publicly opened and read aloud. Bids received after the time set forth above for opening<br />of bids will not be considered and will be returned unopened.<br />The Contract Documents (Plans, Information for Bidders, Bid Form, Specifications and other pertinent<br />documents) may be examined at the following locations:<br />• Miller Engineers & Associates, Inc. – 601 Main Street; Franklin, Louisiana 70538<br />• St. Mary Parish Water & Sewer Commission No. 3 Administrative Office – 9331 LA Hwy. 182;<br />Centerville, Louisiana 70522
https://www.centralauctionhouse.com/rfp50369864-6-waterline-replacement-along-yellow-bayou-road.html
22-Jan-2025 12:00:00 AM CST |
20-Feb-2025 10:00:00 AM CST |
City of New Iberia |
LIL BROOKLYN PARK – CITY OF NEW IBERIA
|
<b>OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />LIL BROOKLYN PARK – CITY OF NEW IBERIA</b><br /> <br />Sealed bids will be received by the City of New Iberia at any time or day prior to, but not later than 2:00 PM CST on Wednesday, February 19th, 2025 for the above listed general construction work.<br /> <br />A non-mandatory pre-bid conference will be held on at 9:00 AM CST on Wednesday, February 5th, 2025 at the proposed site location, 164 Rosier Street (corner of Rosier Street and Henry Street), New Iberia, LA 70563, for all bidders of record. Representatives of the Owner and Architect will be present to discuss the project. Bidders are strongly encouraged to attend and participate in the conference.<br /> <br />Bids may be mailed to the City of New Iberia, Attn. City Clerk or delivered to the Mayor’s Office, 457 East Main St., Suite 300, New Iberia, LA 70560, between the hours of 8:30 AM and 4:30 PM on any working day prior to the bid opening or delivered at the time of the bid opening as listed below.<br /> <br />All bids, with a properly executed envelope, will be opened and read at 2:00 PM CST on Wednesday, February 19th, 2025 in the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor). Bids will be publicly opened and read aloud to all in attendance.<br /> <br />Proposed contract documents may be obtained by calling the office of Paul J. Allain, Architect APAC at 337-365-9493. After depositing $100.00 for one compact disc of contract documents, deposits on the first set of documents furnished, prime bidders shall be fully refunded upon return of the documents no later than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after receipt of bids. No hard copy sets of contract documents will be provided for bidding and/or construction. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bid must be accompanied by a bid security (certified check, cashier’s check or bid bond with power of attorney for an amount equal to 5% of the total bid. Money orders and/ or company checks will not be acceptable. Such security will be no less than 5% of the net amount bid, excluding taxes.<br /> <br />Once the NOTICE TO PROCEED is issued, the project must be substantially completed in<br />180 calendar days. Rain delay days will be accepted. Liquidated damages are $100.00 per calendar day.<br /> <br />The City of New Iberia reserves the right to reject any and all bids for just cause in accordance with the Public Bid Law LA R.S. 38§2214.B.<br /> <br />If there are any questions regarding bidding procedures, contact Paul J. Allain, Architect APAC located at 109 N. Weeks Street, New Iberia, LA 70560; 337-365-9493; or
[email protected].<br /> <br />Publication dates: January 22nd, 2025; January 29th, 2025; & February 5th, 2025;<br /> <br />Approved By: Mayor Freddie DeCourt
https://www.centralauctionhouse.com/rfp69680050-lil-brooklyn-park-city-of-new-iberia.html
22-Jan-2025 3:00:00 AM CST |
19-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
EQ Convenience Center
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 20th day of February, 2025 for the following:<br /> <br />Environmental Quality Convenience Center <br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: A convenience center for the daily use of dropping off various types of materials from a raised pad down into roll-off style dumpsters. The project includes, but is not limited to, a pavilion type covers to accommodate monthly drop off, fencing and gates, an entrance check-in building, an employee break room, and drainage, including an oil/water separator. All work to be completed in one hundred eighty (180) working days for issuance of Notice to Proceed. <br /> <br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $240 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on February 6, 2025 at 2:00 PM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/22, 1/26, 2/2<br />DPR 992855<br /> <br />
https://www.centralauctionhouse.com/rfp63160898-eq-convenience-center-.html
22-Jan-2025 8:00:00 AM CST |
20-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Rural Asphalt Street Overlay and Rehabilitation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:15 AM Central Time on the 20th day of February, 2025 for the following:<br /> <br />Rural Asphalt Street Overlay and Rehabilitation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc to furnish and install asphalt, soil cement base course, striping, reflectors, drainage pipe, asphalt speed lumps, parking lot improvements and all other incidentals associated with this work for those streets identified in the specifications contained in the bid documents. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, drainage, etc. to this listed should the additional funding become available. All work is to be completed within one hundred twenty (120) workings days from issuance of the Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/22, 1/26, 2/2<br />DPR 968853<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp14114368-rural-asphalt-street-overlay-and-rehabilitation-project-2025.html
22-Jan-2025 8:00:00 AM CST |
20-Feb-2025 10:15:00 AM CST |
Lafayette Consolidated Government |
Acadiana Center for the Arts Roof Replacement and Repairs
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:30 PM Central Time on the 20th day of February, 2025 for the following:<br /> <br />Acadiana Center for the Arts Roof Replacement and Repairs<br /> <br />and will, shortly thereafter, be opened and read aloud in Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The work of this project shall consist of the complete removal and replacement of the existing roof system on the above referenced building. The existing roof system shall be removed down to the existing roof deck(roof deck to remain) and replaced as described in the contract documents. This work is inclusive of but not limited to removal of the roofing system at the parapets, associated blocking, expansion joints, base and turn up flashings, and coping and replacement of same as well as any tie ins to existing curbs, roof drainage system, and penthouse components. All work shall be completed within one hundred fifty (150) calendar days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $250.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on February 3, 2025 at 10:00 AM at the Acadiana Center for the Arts located at 101 W. Vermilion Street , Lafayette, LA 70501<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1-22-25, 1-26-25, 02-02-25<br />DPR 989951<br /> <br />
https://www.centralauctionhouse.com/rfp75111378-acadiana-center-for-the-arts-roof-replacement-and-repairs.html
22-Jan-2025 10:00:00 AM CST |
20-Feb-2025 2:30:00 PM CST |
Livingston Parish Government |
Livingston Parish Disaster Emergency Feeding Plan
|
REQUEST FOR PROPOSALS FOR<br />EMERGENCY FEEDING FOR LIVINGSTON PARISH EMPLOYEES DURING A DECLARED STATE OF EMERGENCY<br /> <br />The Parish of Livingston is soliciting a Request for Proposal (RFP)/Solicitation from professionals to provide debris monitoring and management services in the event of a natural or manmade catastrophe.<br /> <br />Our community is subject to the ravages of such disasters and catastrophes. Therefore, as set forth by FEMA, each community should be prepared in advance for such an occurrence. One step in this process is to contract with qualified firms for them to be on standby to assist immediately in the Response, Logistics, and/or Recovery from any such disaster.<br /> <br />We are therefore soliciting proposals for Emergency Feeding for Livingston Parish Employees during a Declared State of Emergency. This solicitation contains detailed requirements and directions. Please follow them very closely. Failure to follow these directions, provide the required attachments, or submit the proposal in the required format, may lead to disqualification.<br /> <br />Proposers shall be judged on multiple criteria, not primarily on price, and the firm or firms found to be the most qualified and, in the Owner’s, best interest shall be selected. Minority, women-owned, and small disadvantaged businesses are encouraged to participate. <br /> <br />Interested parties are invited to obtain a Request for Proposal package by contacting Mr. Shannon Dyer at (225) 686-3066 or by sending an e-mail request to
[email protected] by mailing a written request to Mr. Shannon Dyer, Deputy Director, P.O. Box 1060, Livingston, LA 70754.<br /> <br />Proposals are to be addressed as follows for mail, express delivery or hand delivery:<br /> <br />Owner/Representative: Livingston Parish Office of Homeland Security<br /> and Emergency Preparedness<br />Title: Shannon Dyer, Deputy Director<br />Owner: Randy Delatte, Parish President<br /> <br />Physical Address: 20355 Government Blvd, Suite D<br /> Livingston, LA 70754<br /> Office: 225-686-3066<br /> Fax: 225-686-7280<br /> <br />Mailing Address: Post Office Box 1060<br /> Livingston, LA 70754<br /> <br />Responses to this RFP must be received no later than 3:00 p.m. on Thursday, February 20, 2025. Proposals shall be enclosed in an opaque sealed envelope or package, addressed to the Owner. The name and address of the prospective Contractor, the date and hour of the proposal submittal, and the title “Request for Proposals for Emergency Feeding for Livingston Parish Employees During a Declared State of Emergency” RFP shall be placed on the outside of the envelope.<br /> <br />Livingston Parish is an Equal Opportunity Employer. The Parish encourages all small and minority-owned firms and women’s business enterprises to apply.<br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp9329852-livingston-parish-disaster-emergency-feeding-plan.html
23-Jan-2025 12:00:00 AM CST |
20-Feb-2025 3:00:00 PM CST |
St. Charles Parish Hospital |
SCPH Intensive Outpatient Program St. Charles Parish Hospital
|
<p>ADVERTISEMENT FOR BIDS <br /> <br />Project Title: SCPH – Intensive Outpatient Program <br />Owner: St. Charles Parish Hospital, Managed by Ochsner Health <br />Description: New construction of outpatient clinic for psychological group therapy.<br />Location: 146 Hall Drive, Luling, Louisiana 70070 <br /> <br />Sealed bids will be received until the hour of 2:00 PM CST, on February 18, 2025 <br />by St. Charles Parish Hospital District #1 in the large conference room in the Education <br />Training Center at St. Charles Parish Hospital, 1057 Paul Maillard Rd., Luling, LA 70070 and all <br />bids will be publicly opened and read. <br /> <br />SCPH – Intensive Outpatient Program <br /> <br />To Obtain Bidding Documents: <br /> <br />Licensed General Contractors or their agent may obtain one (1) set of the complete bidding <br />documents from AQ Studios, 1100 Poydras St., Ste. 3550, New Orleans, LA 70163. Contractors <br />shall call ahead at (504) 523-4375 to coordinate pick-up. <br /> <br />Alternately, Bidding documents may be accessed online through a uniform and secure <br />electronic interactive system. WWW.CENTRALBIDDING.COM <br /> <br />No bidding documents will be issued later than 24 hours prior to the date and time set for the <br />bid opening. Late bids will not be accepted. <br /> <br />Bids received in violation of LSA-R.S. 37:2163 (failure to provide contractor’s license number <br />on the bid envelope) shall be stamped “Rejected”, returned unopened to the bidder and shall <br />not be read aloud. <br /> <br />Contractors are provided the option to submit bid for public contracts through a uniform and <br />secure electronic interactive system: WWW.CENTRALBIDDING.COM Comply with electronic <br />bidding as stated in the Louisiana Bid Law 2212.1. <br /> <br />Sealed bids must have project name boldly displayed on outside of envelope. <br /> <br />Each bid must be accompanied by certified check, cashier's check or bid bond made payable <br />to St. Charles Parish Hospital and acceptable to the owner in the amount equal to five (5%) of <br />the total amount bid, including all alternates, and payable without condition to the owner as <br />guarantee that the bidder, if awarded the contract, will promptly execute a contract in <br />accordance with his/her proposal and all terms and conditions of the contract documents. A <br />bid bond shall comply with LSA-R.S. 38:2218(B) and 38:2219, as applicable. <br /> <br />The owner reserves the right to reject any and all bids, waive formalities and to reject non-conforming,<br />non-responsive, unbalanced or conditional bids or bids submitted by non-responsible<br />parties pursuant to the law. Bids which deviate from the project plan and <br />specifications will not be considered.</p><p> </p><p>SCPH – Intensive Outpatient Program <br />St. Charles Parish Hospital District #1 <br />1057 Paul Maillard Rd. <br />Luling, LA 70070 <br /> <br />A Mandatory Pre-Bid Conference will be held on 02/04/2025 at 2:00 PM CST located in the <br />large conference room in the Education Training Center at St. Charles Parish Hospital, 1057 <br />Paul Maillard Rd., Luling, LA 70070. Walk through of area will follow. Please note that <br />attendees arriving later than 2:05 PM will not be granted admittance to the meeting. Bids <br />received from Contractors who did not attend the mandatory pre-bid conference will not be <br />considered. <br /> <br />Published in the Bids and Proposal Section of the Herald Guide Newspaper on <br />01/23/25, 01/30/25 and 02/06/25. </p>
https://www.centralauctionhouse.com/rfp9337621-scph-intensive-outpatient-program-st-charles-parish-hospital.html
23-Jan-2025 12:00:00 AM CST |
18-Feb-2025 2:00:00 PM CST |
State of Louisiana Military Department |
Hammond Airport RC Chiller Replacement, Hammond, Louisiana
|
See attached Solicitaion: Hammond Airport RC Chiller Replacement, Hammond, Louisiana
https://www.centralauctionhouse.com/rfp9369631-hammond-airport-rc-chiller-replacement-hammond-louisiana.html
24-Jan-2025 12:00:00 AM CST |
12-Mar-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
Urban Asphalt Street Overlay & Rehabilitation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 27th day of February, 2025 for the following:<br /> <br />Urban Asphalt Street Overlay & Rehabilitation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc. to furnish and install asphalt, soil cement base course, striping, reflectors, drainage pipe, asphalt speed lumps, parking lot improvements and all other incidentals associated with this work for those streets identified in the specifications contained in the bid documents. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, drainage, etc. to this listing should the additional funding become available. All work is to be completed within one hundred twenty (120) working days from issuance of the Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/29, 2/2, 2/9<br />DPR 968925<br /> <br />
https://www.centralauctionhouse.com/rfp69610866-urban-asphalt-street-overlay-rehabilitation-project-2025.html
29-Jan-2025 8:00:00 AM CST |
27-Feb-2025 10:00:00 AM CST |