Agency |
Title |
Date published |
Bid opening date |
City of Covington |
MENETRE BOAT LAUNCH IMPROVEMENTS
|
<div style="text-align: center;"><b>SECTION 00100</b><br /><b>ADVERTISEMENT FOR BIDS</b></div> <br />Sealed bids will be received until the hour of <b>2:00 P.M.</b>, local time, <b><u>Thursday, August 29, 2024</u> </b>at City Hall, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433 and online at <a href="https://cityofcoving.sharepoint.com/sites/CityOfCovington/Engineering/Projects/100%20City%20of%20Covington%20Capital%20Improvements/2021/121-113%20-%20C0133%20-%2016th%20Water%20Well%20Building%20Rehab/Engineering/Specifications/www.centralbidding.com">www.centralbidding.com</a>; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete the <b><u>MENETRE BOAT LAUNCH IMPROVEMENTS, PROJECT NO. C0209</u></b>; for the City of Covington, Louisiana. Bids will be opened and publicly read aloud after <b>2:00 P.M. </b>in the City Hall Executive Conference Room, City Hall, Covington, Louisiana. Any bids received after <b>2:00 P.M. </b>will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in the <u> Municipal and Public Works </u> Classification.<br /> <br />The work consists of providing all labor and materials necessary to remove and replace three (3) boat slips and piers, construction of a new dock pier, removal and replacement of the existing pavement adjacent to the piers at the existing Menetre boat launch, and all other related work in accordance to the plans and detailed in these Specifications.<br /> <br />A <b><u>non-mandatory</u> </b>pre-bid conference will be held<b> <u>Thursday, August 15, 2024</u>. </b>The meeting will be held at 2:00 p.m. at City of Covington, City Hall Executive Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433.<br /> <br />A complete set of Bid Documents are available to download from our web site free of charge: <a href="https://www.covla.com/finance">https://www.covla.com/finance</a><br />A complete set of Bid Documents are also available at Central Bidding (<a href="https://cityofcoving.sharepoint.com/sites/covlat_engineering/Shared%20Documents/ENGINEERING/Projects/100%20City%20of%20Covington%20Capital%20Improvements/122-114%20-%20C0209%20-%20Menetre%20Boat%20Launch/Engineering/Front%20Ends/www.centralbidding.com">www.centralbidding.com</a>). Electronic Bids may be submitted at Central Bidding (<a href="https://cityofcoving.sharepoint.com/sites/covlat_engineering/Shared%20Documents/ENGINEERING/Projects/100%20City%20of%20Covington%20Capital%20Improvements/122-114%20-%20C0209%20-%20Menetre%20Boat%20Launch/Engineering/Front%20Ends/www.centralbidding.com">www.centralbidding.com</a>). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<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 /> <b>Sealed Bid: CITY OF COVINGTON</b><br /><b>MENETRE BOAT LAUNCH IMPROVEMENTS</b><br /> <b><u>PROJECT NO. C0209</u></b><br /> <br /> Bid Due Date and Time: August 29, 2024, 2:00 P.M.<br /> <br /><b>INCLUDE: Contractor’s name, address, and Louisiana state contractor’s license number</b><br /> <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 />St Tammany Farmer 3xs: 7/31/24, 8/7/24, & 8/14/24
https://www.centralauctionhouse.com/rfp26599631-menetre-boat-launch-improvements.html
31-Jul-2024 12:00:00 AM CDT |
29-Aug-2024 2:00:00 PM CDT |
Tangipahoa Parish School System |
Gym HVAC Ponchatoula High School
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 11:00 AM on September 3, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp20997432-gym-hvac-ponchatoula-high-school.html
30-Jul-2024 12:00:00 AM CDT |
03-Sep-2024 11:00:00 AM CDT |
Tangipahoa Parish School System |
Gym HVAC Greenville Park Leadership Academy
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 11:00 AM on September 3, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp75505341-gym-hvac-greenville-park-leadership-academy.html
30-Jul-2024 12:00:00 AM CDT |
03-Sep-2024 11:00:00 AM CDT |
Zachary Community School District |
September 2024 Produce Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, August 19, 2024 for furnishing Produce Items. Bids will be opened at 9:00 am, August 20, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 205 East Flanacher Road, Zachary, Louisiana 70791 or at 225-658-7049. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp49883641-september-2024-produce-bid.html
29-Jul-2024 12:00:00 AM CDT |
19-Aug-2024 4:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M17 SIRCHIE EVIDENCE COLLECTION VEHICLE
|
<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. August 14, 20204 for the following:<br /> <br />M17 Sirchie ECV100-1 Evidence Collection<br />Vehicle Built on a 2024 or Newer Ford Transit T250 Van Platform<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 /> <br />Inquiries will be received up until 5 pm on August 7, 2024<br /> <br />All 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/rfp16330318-m17-sirchie-evidence-collection-vehicle.html
29-Jul-2024 12:00:00 AM CDT |
14-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145782 LABOR AND MATERIALS NEEDED TO SUPPLY AND INSTALL AUTOMOTIVE ACCESSORIES FOR A 2024 FORD EXPEDITION FOR THE JEFFERSON PARISH FIRE DEPARTMENT
|
LABOR AND MATERIALS NEEDED TO SUPPLY AND INSTALL AUTOMOTIVE ACCESSORIES FOR A 2024 FORD EXPEDITION FOR THE JEFFERSON PARISH FIRE DEPARTMENT
https://www.centralauctionhouse.com/rfp70101914-5000145782-labor-and-materials-needed-to-supply-and-install-automotive-accessories-for-a-2024-ford-expedition-for-the-jefferson-parish-fire-department.html
26-Jul-2024 3:43:00 PM CDT |
01-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145956 PURCHASE OF GRIDCOOLER FOR WESTBANK PUMP STATION WAREHOUSE
|
PURCHASE OF GRIDCOOLER FOR WESTBANK PUMP STATION WAREHOUSE
https://www.centralauctionhouse.com/rfp5578524-5000145956-purchase-of-gridcooler-for-westbank-pump-station-warehouse---.html
26-Jul-2024 3:39:00 PM CDT |
31-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145615 PURCHASE OF VISION VIDEO DETECTION SYSTEM
|
PURCHASE OF VISION VIDEO DETECTION SYSTEM FOR JEFFERSON PARISH DEPARTMENT OF ENGINEERING, TRAFFIC ENGINEERING DIVISION <br />
https://www.centralauctionhouse.com/rfp46954989-5000145615-purchase-of-vision-video-detection-system.html
26-Jul-2024 3:35:00 PM CDT |
01-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145793 PURCHASE OF FLEX ISOLATOR AND RELATED PARTS
|
PURCHASE OF FLEX ISOLATOR AND RELATED PARTS
https://www.centralauctionhouse.com/rfp46976374-5000145793-purchase-of-flex-isolator-and-related-parts---.html
26-Jul-2024 3:33:00 PM CDT |
01-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145781 PURCHASE OF PVC PIPE AND RELATED ITEMS
|
PURCHASE OF PVC PIPE AND RELATED ITEMS
https://www.centralauctionhouse.com/rfp5532870-5000145781-purchase-of-pvc-pipe-and-related-items.html
26-Jul-2024 11:07:00 AM CDT |
31-Jul-2024 11:00:00 AM CDT |
EBR Sheriff's Office |
BID #1086 INMATE MATTRESS
|
Inmate Mattress
https://www.centralauctionhouse.com/rfp48187947-bid-1086-inmate-mattress.html
26-Jul-2024 10:00:00 AM CDT |
26-Aug-2024 10:00:00 AM CDT |
Rapides Parish School Board |
Bid 57-24-02: Carter C. Raymond Jr. High Gym HVAC Replacement
|
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, Tuesday, August 27, 2024 for:<br /> <br /> Carter C. Raymond Jr. High Gym HVAC Replacement<br /> <br />(BID NO. 57-24-02) <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, Tuesday, August 27, 2024) 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 Friday, August 16, 2024 at 9:00 AM at Carter C. Raymond Jr. 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 "Carter C. Raymond Jr. High Gym HVAC Replacement – Bid # 57-24-02”, 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: July 26, 2024<br /> August 2, 2024<br /> August 9, 2024
https://www.centralauctionhouse.com/rfp93125198-bid-57-24-02-carter-c-raymond-jr-high-gym-hvac-replacement.html
26-Jul-2024 8:00:00 AM CDT |
27-Aug-2024 2:00:00 PM CDT |
City of Alexandria |
City of Alexandria Customer Service Building - 1st and 2nd Floor HVAC Replacement
|
ADVERTISEMENT TO BID<br /> <br />CITY OF ALEXANDRIA<br /> <br />PUBLIC Building HVAC Improvements<br />For Indoor Air Quality<br />Phase 1 Customer Service Building<br /> <br />Separate sealed bids for Customer Service Building IAQ Enhancements project will be received by the City of Alexandra in the City Council Chambers at 915 3rd St, Alexandria, LA 71301, until 10:00 A.M. (Central time), September 3, 2024. Sealed bids will then be publicly opened and read aloud in the City Council Chambers on the first floor. Any bid received after the specified time and date will not be considered.<br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance Bond and Payment Bond, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />ADG ENGINEERING<br />301 JACKSON STREET, SUITE 204<br />ALEXANDRIA, LOUISIANA 701301<br /> <br />Bidding documents may be obtained from CentralAuctionHouse.com (fees may be associated with this site). Printed copies are not available from the Designer, but arrangements can be made to obtain them electronically. Send request to
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Mandatory Pre-Bid Conference will be held at 9:30 AM on August 6, 2024, at Customer Service Building, 625 Murray St, Alexandria, LA 71301.<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 Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <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 R.S. 38:2219.A.( l )(a), (b) and (c).<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.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Friday, July 26, 2024<br />Friday, August 2, 2024<br />Friday, August 9, 2024<br />
https://www.centralauctionhouse.com/rfp26559531-city-of-alexandria-customer-service-building--1st-and-2nd-floor-hvac-replacement.html
26-Jul-2024 8:00:00 AM CDT |
03-Sep-2024 10:00:00 AM CDT |
Lincoln Parish Police Jury |
ONE (1) USED MOTOR GRADER
|
Sealed bids will be received by the Police Jury of Lincoln Parish until MONDAY,<br />AUGUST 12, 2024 at 9:00 am at its office in the Courthouse, Ruston, Louisiana, For furnishing:<br /> <br />ITEM 1. ONE (1) USED MOTOR GRADER<br /> <br /> <br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston LA 71270. Bids can also be submitted electronically at www.centralauctionhouse.com.<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer<br />
https://www.centralauctionhouse.com/rfp49259262-one-1-used-motor-grader.html
26-Jul-2024 12:00:00 AM CDT |
12-Aug-2024 9:00:00 AM CDT |
Jefferson Parish Government |
5000145865 - Furnish Labor, Materials and Equipment to Install Techmatic Window Shades for Jefferson Parish Recreation Department
|
Furnish Labor, Materials and Equipment to Install Techmatic Window Shades for Jefferson Parish Recreation Department
https://www.centralauctionhouse.com/rfp97917561-5000145865--furnish-labor-materials-and-equipment-to-install-techmatic-window-shades-for-jefferson-parish-recreation-department.html
26-Jul-2024 12:00:00 AM CDT |
01-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Public School System |
Tornado Damage Repairs at West Jefferson High 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, August 20, 2024 for Tornado Damage Repairs at West Jefferson High School, Project No. 2022-37. 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 $250.00 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, August 12, 2024 at 10:00 a.m. West Jefferson High School, 2200 8th Street., 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/rfp94921065-tornado-damage-repairs-at-west-jefferson-high-school.html
26-Jul-2024 12:00:00 AM CDT |
20-Aug-2024 2:00:00 PM CDT |
City of Alexandria |
Alexandria Public Safety Building Transfer Switch Replacement
|
This project consists of replacing the existing 1600 amp, 480 volt service entrance rated transfer switch, with a new switch, in the existing location. Reconnected to the existing feeders. The project also includes the furnishing of a portable generator to provide backup power during the required outage.
https://www.centralauctionhouse.com/rfp63185659-alexandria-public-safety-building-transfer-switch-replacement.html
26-Jul-2024 12:00:00 AM CDT |
03-Sep-2024 10:00:00 AM CDT |
City of Alexandria |
Bid #2491 Turn Out Gear - Fire Department
|
It is the intent of the City of Alexandria to secure pricing on Turn-Out Gear, for use by the City of Alexandria Fire Department. All items bid shall meet or exceed National Fire Protection Association (NFPA) criteria, NFPA 1971 (2007 Edition), as well as NFPA 1500 (2007 Edition) Overlap Requirements, and be ISO 9001 Certified. All products shall be new and of current manufacture.
https://www.centralauctionhouse.com/rfp33123447-bid-2491-turn-out-gear--fire-department.html
26-Jul-2024 12:00:00 AM CDT |
03-Sep-2024 10:00:00 AM CDT |
City of Alexandria |
Bid 2492 DG Hunter Units 5, 6, & 9 Wartsila Overhaul Maintenance Services
|
It is the intent of the City of Alexandria, Louisiana to secure price proposals for services related to the Overhaul/Maintenance for three (3) Wartsila Engines at the City's D.G. Hunter Electrical Power Plant Units 5, 6, & 9.
https://www.centralauctionhouse.com/rfp20945909-bid-2492-dg-hunter-units-5-6-9-wartsila-overhaul-maintenance-services.html
26-Jul-2024 12:00:00 AM CDT |
03-Sep-2024 10:00:00 AM CDT |
University Lakes |
University Lakes Phase 1: Package 2 - May Street
|
Public notice is hereby given that sealed bids are to be received in this project’s listing on Central Bidding www.centralauctionhouse.com until August 21, 2024 at 2:00 pm central time. At that time, the Bids will be publicly opened and read aloud at 8555 United Plaza Blvd., Suite 100, Baton Rouge, LA 70809 for the following Project:<br /> <br />UNIVERSITY LAKES PHASE 1: PACKAGE 2 – MAY STREET<br />Baton Rouge, Louisiana<br /> <br />All bids must be submitted on the proper bid form or electronic bid form. The Contractor shall display their Contractor’s license number prominently on the outside of the envelope on paper bids. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. <br /> <br />For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814.<br /> <br />Complete Bidding Documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralauctionhouse.com<br /> <br />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. <br /> <br />Prospective Bidders are urged to register with http://www.centralauctionhouse.com website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date Bidding Documents from the designated website. Neither Owner nor Architect will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.<br /> <br />All bids shall be accompanied by a certified check, cashier's check, or bid bond payable to University Lakes, LLC, the amount of which shall be five percent (5%) of the base bid and all 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's Key Rating Guide. 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 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 fifteen (15) days of the Notice of Award.<br /> <br />No Bidder may withdraw their bid within forty-five (45) days after the actual date of the opening thereof; except as prescribed in LA R.S. 38:2215 A. Bids and Bid Bonds shall be submitted only on the forms provided with the specifications.<br /> <br />Due to the nature of potential Project funding sources, full funding may not be readily available at the time the bids are received. As a result, pursuant to Louisiana Revised Statute 38:2215, the Owner is exempt from the requirement of acting to award the Contract or reject all bids within forty-five (45) calendar days of receipt of the bids. Pursuant to this Statute, the Owner specifically reserves the right to hold all bids for greater than forty-five (45) calendar days.<br /> <br />The public shall incur no obligation to the Contractor until the contract between the Owner and the Contactor is fully executed.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. The work covered by these bid documents has been classified by the Architect in accordance with LA R.S. 37:2156.1 and LA R.S. 37:2156.2 as: Highway, Street, and Bridge Construction. Successful bidder must have an active Unique Entity ID (UEI), as verified on www.sam.gov, prior to award of contract.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible bid submitted which is also in compliance with the specifications. The Owner reserves the right to reject any and all bids in accordance with the provisions of LA R.S. 38.2211, et seq. Bids 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 />Attention of Bidders is called particularly to the requirements of Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities) and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana.<br /> <br />Minority owned firms, small businesses, and/or Section 3 businesses are encouraged to participate.<br /> <br />Any person with disabilities requiring special accommodations must contact Mark Goodson at CSRS, LLC no later than seven (7) days prior to bid opening.<br /> <br />For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.<br /> <br />A pre-bid conference will be held at 8555 United Plaza Blvd., Suite 100, Baton Rouge, LA 70809 on August 8, 2024 at 2:00 pm central time. Attendance at this conference is NON-MANDATORY.<br /> <br /> <br />CSRS, LLC<br />8555 UNITED PLAZA BLVD.<br />BATON ROUGE, LOUISIANA 70809<br />1-833-523-2526<br />
[email protected]
https://www.centralauctionhouse.com/rfp97924850-university-lakes-phase-1-package-2--may-street.html
26-Jul-2024 12:00:00 AM CDT |
21-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145745 Purchase of Cylinder Parts for the West Bank Plant
|
Purchase of Cylinder Parts
https://www.centralauctionhouse.com/rfp75564434-5000145745-purchase-of-cylinder-parts-for-the-west-bank-plant.html
25-Jul-2024 4:00:00 PM CDT |
31-Jul-2024 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M1977 Drones
|
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 August 12, 2024 for the following:<br /> <br />M1977 Drones<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. CST. 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 5:00 P.M. CST on August 2, 2024<br /> <br />Full information may be obtained upon request from the above address or by telephoning Maggie Duvall at (225) 389-3259, Ext. 3272, 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/rfp26507201-m1977-drones.html
25-Jul-2024 4:00:00 PM CDT |
12-Aug-2024 11:00:00 AM CDT |
Ouachita Parish School Board |
6-25 Buses
|
See Attached
https://www.centralauctionhouse.com/rfp4892692-6-25-buses.html
25-Jul-2024 2:00:00 PM CDT |
12-Aug-2024 2:00:00 PM CDT |
Lincoln Parish School Board |
FRESH PRODUCE_Invitation to Bid_Lincoln Parish School Board
|
<b>INVITATION TO BID</b><br /> <br />Notice to Bidders:<br /> <br />Sealed bids will be received by the Lincoln Parish School Board, at 1428 Arlington Street, Ruston, LA until 10:00 AM, Monday, August 12th, 2024. At which time bids will be publicly opened for the following: <b>FRESH PRODUCE.<br /> </b><br />To obtain specifications for the Fresh Produce Bid, please contact the Lincoln Parish School Board, Child Nutrition office by emailing your request to Cody Carrico at
[email protected], or by sending your written request to 1428 Arlington Street, Ruston, LA 71270 to the attention of Cody Carrico, Lincoln Parish Child Nutrition Program Supervisor. <br /> <br />The Lincoln Parish School Board is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp50176293-fresh-produce_invitation-to-bid_lincoln-parish-school-board.html
25-Jul-2024 12:00:00 PM CDT |
12-Aug-2024 10:00:00 AM CDT |
Ascension Parish Government |
MOSQUITO CONTROL CHEMICAL BID - MINERAL OIL
|
SEALED BID<br />MOSQUITO CONTROL CHEMICAL<br />Sealed Bids will be received by the Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 until Thursday, August 15, 2024 @ 10:00 AM local time for the following:<br /> Ascension Parish (Parish) is accepting Sealed Bids for Mosquito Control Chemical.<br /> <br />MINERAL OIL<br /> <br />Specifications: Clear Mineral Oil, per gallon size tote.<br /> <br /> <br />LA. R.S. 38:2212.1 (C) (2)<br />Wherever in specifications the name of a certain brand, make, manufacturer, or definite specification is utilized, the specifications, shall state clearly that they are used only to denote the quality standard of product desired and that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable.<br /> <br /> <br />All Bid responses must be quoted per the above Unit of Measure (UOM), Specifications. <br />Bids are to be submitted for a one-year period. Pesticide must be registered by the EPA.<br />Material Safety Data Sheets must be provided for chemical. <br /> <br />Unless submitting bid via online, bids must be enclosed in a sealed envelope bearing on the outside, the name of the Bidder, Bidder’s address, and the name of the material/project for which the bid is submitted. The bids will be publicly open and read aloud on the above stated date and time.<br />Bid information shall be received in legible print by: Ascension Parish Government, Purchasing Department, 615 East Worthey Street, Gonzales, LA 70737 on or before 10:00 a.m. Central Standard Time on the specified date stated above. Electronic bid submittals are permitted via http://www.centralauctionhouse.com.<br /> <br />Chemicals must be delivered to Ascension Parish Government Mosquito Control, St. Amant, Louisiana within 30 days of order, if not the order will be cancelled and issued to the next qualifying bidder. <br /> <br />Specifications/bidding documents may be obtained at the Ascension Parish Government, Purchasing Department located at 615 E. Worthey Street, Gonzales, Louisiana 70737. Electronic Bids are accepted at Central Bidding http://www.centralauctionhouse.com. 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 http://www.centralauctionhouse.com.<br /> <br />The Ascension Parish Government 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 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 reject any and all bids for just cause.<br /> <br /> <br /> <br /> <br />DONALDSONVILLE CHIEF - PLEASE PUBLISH 7/25/2024 8/01/2024<br />GONZALES WEEKLY - PLEASE PUBLISH 7/25/2024 8/01/2024<br /> <br /> <br /> <br /> <br />BID PRICING:<br />DESCRIPTION: Clear Mineral Oil<br />UNIT OF MEASURE: Gallon Size Tote<br />UNIT PRICE:<br />UNIT PRICE EXTENSION:<br /> <br />Name OF BIDDER: <br />ADDRESS OF BIDDER: <br />NAME OF AUTHORIZED SIGNATORY OF BIDDER <br />TITLE OF AUTHORIZED SIGNATORY BIDDER: <br /> <br />SIGNATURE OF AUTHORIZED SIGNATORY BIDDER: <br />DATE:
https://www.centralauctionhouse.com/rfp13356436-mosquito-control-chemical-bid--mineral-oil-.html
25-Jul-2024 10:00:00 AM CDT |
15-Aug-2024 10:00:00 AM CDT |
Terrebonne Parish School District |
THE FLETCHER BUILDING HURRICANE IDA DAMAGE ROOFING AND INTERIOR REPAIRS
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b><br /> </div><br />Sealed bids will be received on <b>THURSDAY, August 22, 2024</b>, by the Terrebonne Parish School Board,<br />at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until <b>2:00PM</b><br /><b>CT.</b> Bids will be accepted ONLY electronically via Central Bidding; <u><b>www.centralbidding.com</b></u>. At<br />exactly <b>2:00pm CT</b>, all bids will be publicly opened and read aloud for the furnishing of item/items listed<br />below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will<br />be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or<br />evaluation.<br /><br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to<br />distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond<br />through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be<br />downloaded from Central Bidding at submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to<br />www.centralbidding.com. Electronic bids and/or RFPs can be<br />contact Central Bidding if they have any questions or issues relating to the electronic bidding process at<br />(225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding.<br />Where applicable, and in all construction projects, an electronic bid bond is also required and must be<br />furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne<br />Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /><br /><b><u>WORK DESCRIPTION:</u><br /><br />THE FLETCHER BUILDING<br />HURRICANE IDA DAMAGE – ROOFING AND INTERIOR REPAIRS<br />310 ST. CHARLES STREET<br />HOUMA, LOUISIANA 70360<br />Architect’s Project No. 22010-A</b><br /><br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and<br />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<br />within <u><b>THREE HUNDRED SIXTY (360) consecutive calendar days</b></u> from the written Notice to Proceed,<br />subject to milestone phase completion deadlines identified in the Project Manual or written approved<br />Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the<br />State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from<br />and retain out of such moneys which may be due or which may become due and payable to the Contractor,<br />the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every<br />day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not<br />as a penalty.<br /><br />An <b>On-Site MANDATORY Pre-Bid Conference</b> shall be held for bidders on <b>Monday, August 12, 2024</b>,<br />commencing at <b>9:00am CT at The Fletcher Building, 310 St. Charles Street; Houma, LA 70360.<br />Attendees will be required to sign-in at the site.</b><br /><br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract<br />Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in<br />accordance with La. R.S. 38:2212(B)(5).<br /><br />All Bid packages shall be accompanied with the following:<br /> <div style="margin-left: 40px;">1. Bid Security in an amount equal to not less than <b>FIVE PERCENT (5%)</b> of the Bid Amount. Bid<br />Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of<br />Credit will not be accepted) made payable to the <b>TERREBONNE PARISH SCHOOL BOARD</b>.<br />Bid Bond shall be accompanied with Power of Attorney.<br /><br />2. Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br /><br />3. If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate<br />resolution or other signature authorization shall be required for submission of bid. Failure to include<br />a copy of the appropriate signature authorization, if required, may result in the rejection of the bid<br />unless bidder has complied with LA R.S. 38:2212(B)(5).</div><br />Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works<br />Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular<br />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 />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150-2164 for the<br />classification of <b>BUILDING CONSTRUCTION</b>.<br /><br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar<br />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<br />School Board. The <b>TERREBONNE PARISH SCHOOL BOARD</b>, to the extent permitted by State and<br />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<br />governments from state and local tax effective September 1, 1991. Proposal prices shall include any<br />shipping / transportation charges, if applicable.<br /><br /><br /><b>Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board</b><br /><br /><br /><b>FIRST PUBLICATION: Thursday, July 25, 2024<br />SECOND PUBLICATION: Wednesday, July 31, 2024<br />THIRD PUBLICATION: Wednesday, August 7, 2024</b><br /><br />
https://www.centralauctionhouse.com/rfp4864626-the-fletcher-building-hurricane-ida-damage-roofing-and-interior-repairs.html
25-Jul-2024 9:45:00 AM CDT |
22-Aug-2024 2:00:00 PM CDT |
Lafourche Ambulance District #1 |
Surplus Equipment
|
<div style="text-align: center;">Legal Notice<br />To Bidders</div><br />Lafourche Ambulance District No. 1 is now accepting “Sealed bids” for the sale of the following surplus equipment. Bids will be received at 17078 West Main St., Cut Off, LA 70345 until 10:00am. on Monday, September 16, 2024. Bids for the 35KW Generator will be opened and read aloud on Monday, September 16, 2024@ 10:15 AM.<br /> <div style="text-align: center;"><b>Surplus Equipment</b></div><br /><b>1. 35 KW Generac Natural Gas Generator, with aluminum stand. <br />Self-contained water cooled generator. <br />Minimum Bid: None</b><br /><br /><b>This surplus item is sold as is and where is condition. </b><br /><br />Inspection of this equipment will be available by appointment only on the following dates: 7/31/2024, 8/06/2024 and 8/12/2024. To bid on this equipment, a bid package must be completed and returned prior to the date and time as above. The bid package will include a list of requirements that must be met by the purchaser of this equipment. To make an appointment or to request a bid package, contact Brady Daigle or Michelle Pierce, Monday-Friday 7:30 a.m.-4:00 p.m. (985) 632-7192. Packets will be available 7/31/2024. Lafourche Ambulance District #1 reserves the right to refuse any and all bids in accordance with the State Public Bid Law.<br /> <div style="text-align: center;"><b>INSTRUCTIONS TO BIDDERS</b></div><br />1. Bids will be received until 10:00 A.M. on 9/16/2024.<br /><br />2. Bids can be dropped off or mailed to Lafourche Ambulance District No. 1, 17078 West Main Street, Cut Off, LA 70345.<br /><br />3. Bids must be sealed and written in Bold Print on the outside of the envelope (<u><b>Sealed Bid 35 KW Generator</b></u>).<br /><br />4. The bid must be on the enclosed form, completed and signed by the prospective bidder.<br /><br />5. Payment ability needs to be proven within 30 days of acceptance of bid. Payment ability may be demonstrated in the form of cash, a letter of approval from a financial institution or cashier’s check. If payment is not proven within 30 days, the next highest bid will be accepted. In the event of the high bid amount being exactly the same, the two or more bidders will be allowed to submit an additional sealed bid.<br /><br />6. The buyer is responsible for the moving of the equipment from 17078 West Main St Cut Off, La 70345.<br /><br />7. These generators are being sold in an (as is and where is condition). <br /><br />8. Once the bid is awarded, the buyer will have 90 days to remove the generator from the property. An extension may be requested in writing to the Lafourche Ambulance District No. 1 Board of Commissioners, (
[email protected] or
[email protected] ) if the removal cannot be accomplished within the 90 days. This request must document the reason for the delay and expected removal date.<br /><br />9. The bidders will be informed of the result of the bids no later than 9/17/2024
https://www.centralauctionhouse.com/rfp28131744-surplus-equipment.html
25-Jul-2024 9:00:00 AM CDT |
16-Sep-2024 10:00:00 AM CDT |
Ascension Parish School Board |
RFQ-9889 Professional Services for 2024 Bond Funded Projects and Facilities Maintenance Projects
|
<div style="text-align: center;"><b>REQUEST FOR QUALIFICATIONS</b></div> <br /> <br />Proposals will be received by the Ascension Public Schools, Attention: Amber Miller, Purchasing Department, 932 W. Orice Roth Road, Gonzales, LA 70737, not later than 2:00 p. m., Thursday, August 29, 2024, for the following:<br /> <div style="text-align: center;"><b>RFQ-9889<br />Professional Services for 2024 Bond Funded Projects and<br />Facilities Maintenance Projects<br /> </b></div> <br />The Proposals will be opened at the APSB Distribution Center immediately following the close of proposal time on the above noted date.<br /> <br />Preliminary proposal information may be obtained by emailing
[email protected] or via www.beaconbid.com/solicitations/ascension-parish-schools.<br /> <br />It is the policy of the Ascension Public Schools 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.
https://www.centralauctionhouse.com/rfp75519553-rfq-9889-professional-services-for-2024-bond-funded-projects-and-facilities-maintenance-projects.html
25-Jul-2024 8:15:00 AM CDT |
29-Aug-2024 2:01:00 PM CDT |
Ascension Parish Government |
Isolated Pumping Stations
|
<div style="text-align: center;"><b>REQUEST FOR QUALIFICATIONS</b></div>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>August 22, 2024, at 3:00 p.m</b>. (CST) for the following:<div style="text-align: center;"><b>Isolated Pumping Stations</b></div><br /><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) is soliciting Statement of Qualifications for Professional Engineering Design & Related Services. The services under the contract will commence after the Parish’s evaluation process, recommendation, and East Ascension Consolidated Gravity Drainage District #1’s (EACGDD#1) approval. Responders must have experience in state and federal grant programs including HUD’s Office of Community Development (OCD), Federal Emergency Management (FEMA), and other federal funding sources. <br /><br />The selected firm will be required to comply with applicable regulations and perform engineering services in support of the EACGDD #1 as required to prepare (conceptual, 30%, 60%, 90% and final design, administration to sign off for each interval) and associated services for regional small-scale pumping stations within the limits of EACGDD#1. Tasks associated with the project include but are not limited to H&H Study, Topographical survey, Geotechnical Design, Environmental Assessment, project permitting (USACE, LA DNR), Right of way acquisition, Benefit-Cost Analysis, Project Design and Specifications, Construction Bid Package, and Construction Management Services as required. Projects under consideration are but not limited to Conway Regional Pumping Station, Buxton Subdivision Pump Station, Astro land Subdivision Pumping Station, and Ascension Parish Courthouse Pumping Station. <br /><br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at
[email protected] by 3:00 p.m. local time (CST) on <b>August 6, 2024</b>. Responses will be coordinated with the Project Coordinator and posted on the www.centralauctionhouse.com by 3:00 p.m. local time (CST) no later than <b>August 13, 2024</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 http://www.centralauctionhouse.com; 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 />DONALDSONVILLE CHIEF PLEASE PUBLISH 7/25, 8/1, 8/8/24<br />GONZALES WEEKLY PLEASE PUBLISH 7/25, 8/1, 8/8/24
https://www.centralauctionhouse.com/rfp20490160-isolated-pumping-stations.html
25-Jul-2024 12:00:00 AM CDT |
22-Aug-2024 3:00:00 PM CDT |
South Lafourche Levee District |
Floodwall Improvements for Section D-South Project at Crawfish Farms, Phase III
|
Sealed Bids will be received by the South Lafourche Levee District at their office located at 17904 Hwy. 3235, Galliano, LA 70354 until on Tuesday, August 27, 2024 at 10:00 a.m. At 10:00 a.m., Bids will be publicly opened and read aloud at their office.<br /> <br />Bidders will have the option to submit their Bids electronically or by paper copy. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process or obtaining the Bidding / Contract Documents & Specifications electronically, please call Central Bidding at 225-810-4814.<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. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the Bid prior to the date and time of the above stated Bid Opening shall not be considered due cause for the scheduled time of the Bid Opening to be extended.<br /> <br />FLOODWALL IMPROVEMENTS FOR SECTION D-SOUTH PROJECT<br /> AT CRAWFISH FARM, PHASE III<br /> <br />Project consists of:<ul> <li> Saw cut removal of existing concrete as required for sheet pile installation</li> <li>Construction of levee tie-ins including the installation of approximately 180’ of steel sheet pile, embankment and concrete scour pad </li></ul>Bids must be submitted on the Louisiana Uniform Public Work Bid Form furnished with the Contract Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of LA R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Numbers as evidence that they hold a license of the proper classification that is in full force and effect.<br /> <br />Contract Documents are on file in the office of GIS Engineering, LLC, hereinafter referred to as ENGINEER, located at 197 Elysian Drive, Houma, Louisiana 70363 or by contacting Ann Schouest at (985) 219-1001 or
[email protected].<br /> <br />In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $150.00 for one (1) set of Contract Documents, and upon return of the complete Contract Documents in good condition within 10 days from receipt of Bids, shall be refunded the full deposit.<br /> <br /><b>A mandatory Pre-Bid Conference will be held on Wednesday, August 7, 2024 at 10:00 a.m.at the office of the South Lafourche Levee District located at 17904 Hwy. 3235, Galliano, LA 70354.</b><br /> <br />Bidders are required to comply with La. R.S. 38:2212.B.(5), as may be amended (further described in the Instructions to Bidders). Failure to include a copy of the appropriate signature authorization, if required, shall result in the rejection of the bid as non-responsive.<br /> <br />All Bids shall be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the Bid made payable to the South Lafourche Levee District. Failure to do so will result in the Bid/Bids being declared nonresponsive and shall be cause for rejection.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Contract Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, and signed and be responsive in all respects to the Contract Documents; (b) be made on the Bid Forms provided. The South Lafourche Levee District reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br />The Bidder must be a properly licensed CONTRACTOR under the provision of Chapter 24 of Title 37, Louisiana Revised Statutes, together with any other applicable laws. Work Classification: Heavy Construction.<br /> <br />On any Bid submitted in the amount of fifty thousand dollars ($50,000.00) or more, the Bidder shall certify that he is licensed under R.S. 37:2151-2163 and show his license number on the Bid Form above the signature of his duly authorized representative, as well as showing his license number on the outside of the sealed envelope containing his Bid.<br /> <br />Any person with disabilities requiring special accommodations must contact the OWNER no later than seven (7) days prior to bid opening.<br /> <br />Successful Bidder must register with the Lafourche Parish Sales and Use Tax Department for use tax purposes.<br /> <br />/s/ Nicholas Matherne<br />NICHOLAS MATHERNE, GENERAL MANAGER SOUTH LAFOURCHE LEVEE DISTRICT
https://www.centralauctionhouse.com/rfp20981586-floodwall-improvements-for-section-d-south-project-at-crawfish-farms-phase-iii.html
25-Jul-2024 12:00:00 AM CDT |
27-Aug-2024 10:00:00 AM CDT |
St. Charles Parish Sheriff's Office |
East Bank Station
|
ADVERTISEMENT FOR BIDS<br />PROJECT IDENTIFICATIONSealed bids are requested by the St. Charles Parish Sheriff’s Office from general contractors for construction of:<br />ST. CHARLES PARISH SHERIFF’S OFFICE<br />EAST BANK STATION<br />Bids will be received at the St. Charles Parish Sheriff’s Office, 260 Judge Edward Dufresne Parkway, Luling, LA 70070 at 2:00 P.M., LOCAL TIME, August 15, 2024 at which time the bids will be publicly opened and read aloud in the conference room.<br />BID DOCUMENTS AND DEPOSITSComplete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit by visiting the public projects area at www.cityblueprint.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through City Blueprint & Supply or most other reprographic firms. Please note that Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to:<br />City Blueprint & Supply Co.<br />1904 Poydras Street<br />New Orleans, LA 70112<br />Phone: 504-522-0387<br />Email:
[email protected]<br />All other questions regarding the scope of work of the project should be directed to the Project Architect in writing via email only:
[email protected].<br />BID SECURITY AND PERFORMANCE AND PAYMENT BONDSBids must be accompanied by a bid security at least equal to five percent (5%) of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond. The successful bidder will be required to furnish a performance bond and a payment bond, each in an amount 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 the budget. No bid 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 /> <br />REJECTION OF BIDSSt. Charles Sheriff Sheriff’s Office 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 as allowed by law.<br />PRE-BID CONFERENCEA PRE-BID CONFERENCE will be held at the project site, 14558 River Road, New Sarpy, LA 70047 on August 6, 2024 at 10:00 a.m. Attendance at this pre-bid conference is MANDATORY.<br />ADVERTISEMENT DATES <br /> LEGAL AD TO RUN: Thursday, July 25, 2024<br /> Thursday, August 1, 2024<br /> Thursday, August 8, 2024<br /> <br /> <br /> <br /> <br />St. Charles Parish Sheriff’s Office<br /> Sheriff Greg Champagne<br />260 Judge Edward Dufresne Parkway<br />Luling, LA 70070<br />
https://www.centralauctionhouse.com/rfp62840179-east-bank-station.html
25-Jul-2024 12:00:00 AM CDT |
15-Aug-2024 2:00:00 PM CDT |
St. Landry Parish Government |
PARISHWIDE DRAINAGE IMPROVEMENTS (D#205)
|
<br />ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the St. Landry Parish Government, up to the hour of 2:00 o'clock p.m. CDST 118 S. Court Street, Opelousas, Louisiana, 70570 on<br />WEDNESDAY, AUGUST 21, 2024<br />and then publicly opened and read aloud, for Parishwide Drainage Improvements including all necessary labor, materials, equipment, tools, etc., required as set forth in the Bid Documents of Morgan Goudeau & Associates, Inc. for clearing, cleaning and debris removal in Bayous Mallet and Carron for the St. Landry Parish Government. Bid Documents are available and may be seen and examined at the Clerk's Office, Opelousas, Louisiana, or at the office of Morgan Goudeau & Associates, Inc., Consulting Engineers, Opelousas, Louisiana. Copies of Bid Documents may be obtained from the office of Morgan Goudeau & Associates, Inc., 1703 West Landry Street, Opelousas, Louisiana, upon deposit of $50.00 dollars for each set of documents. Deposits on the first set of documents furnished to bona fide PRIME BIDDERS, fully licensed by the Louisiana State Licensing Board of Contractors, will be fully refunded upon the return of the documents in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to said prime bidders, the payment of $50.00 dollars shall constitute the cost of reproduction and handling and WILL NOT BE REFUNDED. Contractors must have a contractor license for the category of “Heavy” Construction. Bid Documents and related materials may be found online at www.centralbidding.com. Bids may be submitted electronically at www.centralbidding.com. <br />Bids shall be enclosed in a sealed envelope addressed to Jessie Bellard, Parish President, St. Landry Parish Government, Opelousas, Louisiana and plainly marked on the outside, “Bid for Parishwide Drainage Improvements, MGA Project D#205”. Bids must be accompanied by a certified check or bid bond in the amount equal to 5% of the bid, made payable to the St. Landry Parish Government, as a guarantee that the bidder will furnish all necessary bonds and enter into a contract if his bid is accepted. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570 and be licensed to do business in the State of Louisiana.<br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof, unless withdrawal of bid is in accordance with LA. R.S. 38:2214C.<br />Minority owned firms and small businesses are encouraged to participate.<br />The St. Landry Parish Government reserves the right to reject any and all bids for just cause, in accordance with Public Bid Law.<br />Thus done and signed at Opelousas, Louisiana, this 17th day of July, 2024.<br />JESSIE BELLARD<br />PARISH PRESIDENT<br />Attest: Jennie Ledoux<br />Grants Administrator<br /><br />ADVERTISE: JULY 25, AUGUST 1, 8, 2024 (3T)
https://www.centralauctionhouse.com/rfp82634166-parishwide-drainage-improvements-d205.html
25-Jul-2024 12:00:00 AM CDT |
21-Aug-2024 2:00:00 PM CDT |
Tangipahoa Parish School System |
Gym HVAC Amite Westside Middle
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on August 29, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp66972942-gym-hvac-amite-westside-middle-.html
25-Jul-2024 12:00:00 AM CDT |
29-Aug-2024 2:00:00 PM CDT |
Tangipahoa Parish School System |
Gym HVAC Loranger Middle School
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on August 29, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp41018997-gym-hvac-loranger-middle-school.html
25-Jul-2024 12:00:00 AM CDT |
29-Aug-2024 2:00:00 PM CDT |
Town of Addis |
2024 TOWN OF ADDIS ROAD REHAB PROJECT
|
Sealed bids will be received by The Town of Addis, 7818 LA-1, Addis, LA 70710, on Thursday, August 22, 2024, until 10:00 A.M.) and then at said office publicly opened and read aloud for construction of the project described as follows:<br /> <br /><b>2024 TOWN OF ADDIS ROAD REHAB PROJECT</b><br /> <br /><b>STATEMENT OF WORK:</b><br /> <br />This project consists of road repair work throughout the Town of Addis as shown in the construction plans and as required by the Town on various roadways throughout the Town Limits. Construction work generally includes asphaltic concrete overlay, cold planing, pavement patching, temporary traffic control, pavement markings, and other necessary items as shown on the plans & specifications. <br /> <br />Electronic bids will be accepted. Please find bid-related materials and place your electronic bids at www.centralauctionhouse.com. Bids received after the above time will not be accepted.<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.centralauctionhouse.com. 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. Questions about this procedure shall be directed to the Designer at: Novus Reb Engineering, LLC – Jason Ellis, 1651 Lobdell Ave., Ste 202, Baton Rouge, Louisiana 70806 via email to
[email protected].<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. The bond shall be countersigned by a person who is under contract and who is licensed as an insurance agent in the State of Louisiana, and who is residing in this state.<br /> <br />ATTESTATION AFFIDAVIT: The bidding documents shall not require any bidder, other<br />than the apparent low bidder, to furnish any other information or documentation, including the Attestation Affidavit, any sooner than ten days after the date bids are opened; however, the apparent low bidder may submit such information or documentation at any time prior to the expiration of the ten-day period.<br /> <br />All mailed or hand delivered bids must be submitted in a sealed envelope marked “SEALED BID FOR 2024 TOWN OF ADDIS ROAD REHAB PROJECT”, including Louisiana Contractor’s license number and Construction Firm name. All bids must be submitted in one of three ways. For bids hand delivered to Addis Town Hall, 7818 LA-1, Addis, LA 70710 by the bidder or his agent, a written receipt shall be handed to the deliverer. For bids submitted by mail, bids shall be sent by registered or certified mail with a return receipt requested, the sealed envelope containing the bid must be enclosed in another envelope addressed to the Town of Addis, 7818 LA-1, Addis, Louisiana 70710, and must be received no later than the bid opening. Bids will not be accepted on days that are recognized as holidays by the United States Postal Service. Electronic bids will also be accepted. Please find bid related materials and place your electronic bids at www.centralauctionhouse.com. All electronic bids must contain the bidders license number. Bids received after the above time will not be accepted. All bidders are required to have an active license for “Highway, Street, And Bridge Construction” from the Louisiana State Licensing Board for Contractors prior to bidding this project.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each Bid, and shall be made payable to the Owner. <br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />All questions and/or request for clarifications must be electronically submitted to the project engineer, Jason Ellis via email to
[email protected] by Tuesday, August 13, 2024 at 10:00 a.m. No questions will be answered after the deadline for questions passes.<br /> <br /> <br /> <br />OWNER<br />TOWN OF ADDIS<br /> <br />BY: /s/ MR. David H. Toups, Mayor<br /> <br /> <br /> <br />TO APPEAR IN THE:<br /> <br />WESTSIDE JOURNAL <br /> <br />Thursday, July 25, 2024 Thursday, August 1, 2024 Thursday, August 8, 2024
https://www.centralauctionhouse.com/rfp18828702-2024-town-of-addis-road-rehab-project.html
25-Jul-2024 12:00:00 AM CDT |
22-Aug-2024 10:00:00 AM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida Damage Repairs to Christ the Redeemer Catholic Church, Interior
|
SECTION 001113 - LEGAL NOTICE ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Diocese of Houma Thibodaux on behalf of and for the Benefit of the Congregation of Christ the Redeemer Roman Catholic Church, 720 Talbot Avenue, Thibodaux, LA until 2:00 CST on Thursday, August 22nd, 2024, at its office located at 2779 Louisiana Highway 311, Schriever, Louisiana, 70395 at which time bids will be publicly opened and read-aloud for the Hurricane Ida Damage Repairs for Christ the Redeemer Catholic Church - Interior, Thibodaux, LA, Architect’s Project No. 2181D-1.<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 />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. 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 />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 Owner.<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 Two-Hundred and Forty (240) 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, if required, 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 />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 />ADVERTISEMENT FOR BIDS 001113 - 2<br />A MANDATORY Pre-bid Conference will be held on Thursday, August 8th @ 10:00 AM at Christ the Redeemer Catholic Church, 720 Talbot Avenue, Thibodaux, LA<br />The Roman Catholic Church for the Diocese of Houma-Thibodaux, on Behalf of and for the Benefit of the Congregation of Christ the Redeemer Roman Catholic Church, Thibodaux, LA<br />William J. Barbera<br />Chief Operating & Financial Officer<br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: Thursday, July 25th, 2024<br />SECOND DATE: Wednesday, July 31st, 2024<br />THIRD DATE: Wednesday, August 7th, 2024
https://www.centralauctionhouse.com/rfp62838955-hurricane-ida-damage-repairs-to-christ-the-redeemer-catholic-church-interior.html
25-Jul-2024 12:00:00 AM CDT |
22-Aug-2024 2:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
CITY OF VIDALIA - WILLIAM T. POLK CITY PARK PHASE III – INFRASTRUCTURE IMPROVEMENTS
|
ADVERTISEMENT FOR BIDS<br />07/24/2024<br /> <br />The City of Vidalia will receive Sealed Bids marked "Bid" for the construction of the project described as follows:<br /> <br />CITY OF VIDALIA<br />WILLIAM T. POLK CITY PARK<br />PHASE III – INFRASTRUCTURE IMPROVEMENTS<br /> <br />Sealed Bids for the construction of the above project will be received by the City of Vidalia located at 200 Vernon Stevens Blvd, Vidalia, LA 71373 <b>until 10:00 a.m. Central Time on Tuesday, August 27, 2024</b>, at which time and place bids will be publicly opened and read. Any bids submitted after the above date and time will not be considered. All bids must be submitted on the proper form. The contractor must include his contractor's license number on the Bid. <br /> <br />Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com, Louisiana Agencies, under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submit a bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Construction documents can also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail. Printed sets require payment of $200 dollars per set. Documents can be mailed to bidders for an additional 15.00 per set. In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to 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. Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids in accordance with LSA R.S. 38:2212(e). Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the Engineer or designated website. <br /> <br /><b>Bid Proposals will not be accepted through email or the central bidding website.Bids will be accepted in person, delivery or mail and must be received prior to the bid opening date and time.</b><br /> <br />Contractors are responsible for reproduction/printing of pdf Bidding Documents.Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect.For contractor information, this project is classified as Municipal & Public Works and/or Heavy construction.<br /> <br />In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date.<br /> <br />The Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. 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 /> <br />All bidders must have an active www.sam.gov, prior to the beginning of construction. The prime contractor is responsible for all Subcontractor’s. All subcontractor’s must also have a current Unique Entity ID Number (UEI), as verified on www.sam.gov, to be eligible to work on federally funded projects.<br /> <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Instructions to Bidders. Bid bonds 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. <br /> <br />The contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance with LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. The Bids will remain subject to acceptance for forty-five (45) days after the Bid has opened, or for such longer period of time that Bidder may agree to in writing upon request of Owner.<br /> <br />Any interpretation of the bid documents shall be in writing addressed to <u><b>Bryant Hammett & Associates, L.L.C.</b></u> at <u><b>6885 Hwy. 84 West</b></u>, <u><b>Ferriday, LA 71334</b></u> or <u><b>emailed to
[email protected]</b></u> and to be given consideration must be received at least <u><b>ten days prior</b></u> to the date fixed for the opening of bids. <u><b>No communication after this date.</b></u><br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.<br /> <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. <br /> <br />The successful bidder shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.<br />Please notify the City of Vidalia (318) 336-5206 seven (7) days in advance of the scheduled bid opening if special accommodation specified under ADA are required.<br /> <br />The Owner hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.<br /> <br />On projects involving state or federal funds the award of contract will be contingent upon concurrence by the appropriate funding agencies.<br /> <br />Concordia Sentinel Publication Dates: City of Vidalia<br /> 7/24/2024 Buz Craft, Mayor<br /> 7/31/2024<br /> 8/7/2024<br /> <br />
https://www.centralauctionhouse.com/rfp16382506-city-of-vidalia--william-t-polk-city-park-phase-iii-infrastructure-improvements-.html
24-Jul-2024 11:45:00 PM CDT |
27-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000145744 PURCHASE OF STANDARD MECHANICAL JOINTS AND SUPPLIES FOR WESTBANK WAREHOUSE
|
PURCHASE OF STANDARD MECHANICAL JOINTS AND SUPPLIES FOR WESTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp62825875-5000145744-purchase-of-standard-mechanical-joints-and-supplies-for-westbank-warehouse--.html
24-Jul-2024 4:22:00 PM CDT |
29-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145718 PURCHASE OF SIGNS FOR THE DEPARTMENT OF ENGINEERING
|
PURCHASE OF SIGNS FOR THE DEPARTMENT OF ENGINEERING
https://www.centralauctionhouse.com/rfp63193108-5000145718-purchase-of-signs-for-the-department-of-engineering.html
24-Jul-2024 4:15:00 PM CDT |
29-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145735 PURCHASE OF HEX NUTS AND HEX HEAD BOLTS FOR JEFFERSON PARISH EASTBANK WAREHOUSE
|
PURCHASE OF HEX NUTS AND HEX HEAD BOLTS FOR JEFFERSON PARISH EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp16382780-5000145735-purchase-of-hex-nuts-and-hex-head-bolts-for-jefferson-parish-eastbank-warehouse.html
24-Jul-2024 4:12:00 PM CDT |
29-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
SOQ 24-026 Professional Electrical Engineering Services for Miscellaneous Street Lighting Projects and Other Electrical Related Work throughout Jefferson Parish
|
PUBLIC NOTICE<br />SOQ 24-026<br />Professional Electrical Engineering Services for Miscellaneous Street Lighting Projects and Other Electrical Related Work throughout Jefferson Parish<br />The Parish of Jefferson, authorized by Resolution No. 144425, is hereby soliciting a Statement of Qualifications from persons or firms interested in providing professional electrical engineering services for miscellaneous street lighting projects and other electrical related work throughout Jefferson Parish for the Department of Public Works on an as-needed basis for the remainder of the two (2) year period with maximum allowable fees of $500,000.00 per year.<br />Deadline for Submissions: 3:30 p.m. August 23, 2024<br />General<br />The firms submitting a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) 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 Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<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 />Compensation<br />The cost of these electrical engineering services for miscellaneous street lighting projects will be negotiated by the Jefferson Parish Department of Engineering. As determined by the Engineering Department, services will be paid for on a lump sum fee basis or on the basis of the person or firm’s certified and itemized salary costs plus a fee to cover overhead cost and profit in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. Copy of Attachment “A” may be obtained by calling the Jefferson Parish Engineering Department at (504) 736-6505.<br />Minimum Requirements for Selection<br />1. one principal who is a professional engineer who shall be registered as such in Louisiana<br />2. 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 />3. 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 />Evaluation Criteria<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 electrical engineering services - 35 points.<br />2) Size of firm, considering the number of professional and support personnel required to perform electrical 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 by person or firm on projects of similar or comparable size, scope, and scale - 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 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 the electrical engineering services, as defined, for which firm has provided verifiable references - 15 points.<br />The maximum cumulative fee that can be charged for all work on this contract shall not exceed $500,000 per year unless increased by contract amendment approved by the Jefferson Parish Council.<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 professional electrical engineering services tasks.<br />All firms (including sub-consultants) must submit a Statement of Qualifications (Jefferson Parish TEC Questionnaire) by the deadline. Please obtain the latest questionnaire form by calling the Purchasing Department by telephone at (504) 364-2678 or using our web address: www.jeffparish.net.. This questionnaire can be accessed by hovering over “Business and Development” on the website and clicking on the Professional Services Questionnaires option under “Doing Business in Jefferson Parish”.<br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralsuctionhouse.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 (Jefferson Parish 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 with submission but will be required prior to contract execution.<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: July 24, 31, and August 1, 2024
https://www.centralauctionhouse.com/rfp16329949-soq-24-026--professional-electrical-engineering-services-for-miscellaneous-street-lighting-projects-and-other-electrical-related-work-throughout-jefferson-parish.html
24-Jul-2024 4:00:00 PM CDT |
23-Aug-2024 3:30:00 PM CDT |
Jefferson Parish Government |
SOQ 24-024 Professional Veterinarian Services for the Jefferson Protection and Animal Welfare Services Parish Wide
|
PUBLIC NOTICE<br />SOQ 24-024<br />Professional Veterinarian Services for the<br />Jefferson Protection & Animal Welfare Services Parish Wide<br />The Parish of Jefferson, authorized by Resolution No. 144324 is hereby soliciting Statements of Qualifications (General Professional Services Questionnaire) from persons or firms qualified and interested in providing Professional Veterinarian Services for the Jefferson Protection & Animal Welfare Services. (Parishwide)<br />Deadline for submissions: 3:30 p.m. August 8, 2024<br />Evaluation Criteria:<br />All proposals shall be evaluated with respect to the completeness of data provided, support for all claims made, and the overall approach taken. The following criteria will be used to evaluate each person or firm submitting a Statement of Qualifications (total maximum of 100 points):<br />1) Professional education and training, including breadth and quantity of surgical experience. (40 points)<br />2) Past and current professional accomplishments and experience. (30 points)<br />3) Nature, quantity, and value of prior shelter medicine services previously performed and/ or currently being performed. (15 points)<br />4) Past performance on contracts, factoring any problems with performance inadequacies or benchmarks for performance. (15 points)<br />Minimum Criteria:<br />That the person or firm submitting a proposal shall have the following minimum qualifications: Possession of a current and valid veterinary license issued by the Louisiana Board of Veterinary Medicine. Professional Liability Insurance in the sum of at least $1,000,000.00 in effect at the time of submission and adequate financial resources to fund potential obligations resulting from malfeasance, inappropriate conduct, and negligence.<br />All firms must submit a Statement of Qualifications (General Professional Services Questionnaire) and must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (General Professional Services Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<br />All persons or firms (including sub-consultants) must submit a Statement of General Professional Services Questionnaire by the deadline. Please obtain the latest questionnaire form by contacting the Purchasing Department by telephone at (504)364-2678 or via the Jefferson Parish website at www.jeffparish.net. Submissions will only be accepted electronically through Jefferson Parish’s E-Procurement site, Central Bidding, at www.jeffparishbids.net or www.centralauctionhouse.com. Registration is required and free for Jefferson Parish vendors by accessing the following link:<br />www.centralauctionhouse.com/registration.php.<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: July 24 and 31, 2024
https://www.centralauctionhouse.com/rfp63120138-soq-24-024-professional-veterinarian-services-for-the-jefferson-protection-and-animal-welfare-services-parish-wide.html
24-Jul-2024 3:06:00 PM CDT |
08-Aug-2024 3:30:00 PM CDT |
Terrebonne Parish Consolidated Government |
Request for Proposal: Restoration of Various Guardrails (Readvertisement)
|
Sealed proposals will be received on August 13, 2024, by Terrebonne Parish Consolidated Government, Purchasing Division for the Houma Restoration District Committee at the Purchasing Division located at 301 Plant Road, in Houma, Louisiana 70363 until 10:00 AM as shown on the Purchasing Division Conference Room Clock at which time sealed proposals shall be publicly opened and the name of the Proposers read aloud.<br /> <br />The Request for Proposal are posted on www.centralauctionhouse.com. To view these, download, and receive proposal notices by email, you have to register with Central Auction House (CAH). Any questions about this process, contact Ted Fleming with Central Auction House at 1-225-810-4814.<br /> <br />Request for Proposal: Restoration of Various Guard Rails (Readvertisement)<br /> <br />Each proposal shall be either hand delivered by the Proposer or his agent, or such proposal shall be sent by United States Postal Service registered or certified mail with a return receipt requested. Proposals shall not be accepted or taken, including receiving any hand delivered proposals, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for proposals is: Terrebonne Parish Consolidated Government Purchasing Division <br /> 301 Plant Road<br /> Houma, LA 70363<br /> <br />Proposal forms and information concerning proposal documents may be obtained by contacting Bryan Bunn at
[email protected] or Nicholas Hebert at
[email protected] . The Request for Proposal (RFP) is posted on Central Auction House. To view, download, and receive proposal notices by email, you must register with Central Auction House (CAH). Any questions about the CAH process, contact Ted Fleming with Central Auction House at 1-225-810-4814.<br /> <br />No proposals will be received after the date and hour specified. The Houma Restoration District Commission reserves the right to reject any and all proposals and to waive any informalities.
https://www.centralauctionhouse.com/rfp62844619-request-for-proposal-restoration-of-various-guardrails-readvertisement.html
24-Jul-2024 1:00:00 PM CDT |
13-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000145795 SIX (6) MONTH CONTRACT FOR DEMOLITION AND ASSOCIATED SERVICES FOR THE JEFFERSON PARISH DEPARTMENT OF CODE COMPLIANCE AND ENFORCEMENT
|
SIX (6) MONTH CONTRACT FOR DEMOLITION AND ASSOCIATED SERVICES FOR THE JEFFERSON PARISH DEPARTMENT OF CODE COMPLIANCE AND ENFORCEMENT
https://www.centralauctionhouse.com/rfp23852671-5000145795-six-6-month-contract-for-demolition-and-associated-services-for-the-jefferson-parish-department-of-code-compliance-and-enforcement.html
24-Jul-2024 12:49:00 PM CDT |
01-Aug-2024 11:00:00 AM CDT |
Concordia Parish School Board |
2024-2025 CPSB Paper Bid
|
BID NOTICE<br />NOTICE IS HEREBY GIVEN that the Concordia Parish School Board will receive sealed bids until 2:00 p.m., August 8, 2024, at the Parish Revenue Department Facility, 508 John Dale Drive, Vidalia, Louisiana, for the following item(s).<br />20# 8 ½ " x 11" Multi-purpose premium white office paper, having no less than a 96 % technical brightness, suitable for high speed copiers, offset duplicators, and laser/inkjet printers. Bids are to be received on a delivered case price only, containing 10 each 500 count reams. The bid quantity is to be 750 cases.<br />The Bids will be opened and read aloud in public at the regular monthly meeting of the Concordia Parish School Board on Thursday, August 8, 2024 at 6:00 o'clock p.m.<br />Under established statutory guidelines the Concordia Parish School Board reserves the right to reject any and all bids and to waive any informalities incidental thereto.<br />Please find bid related materials and place your electronic bids at www.centralbidding.com.<br />In accordance with the provisions of LRS 38:2251, and upon quality certification by a corporate official this bid does qualify for a Louisiana preference...<br />/s/ Thomas H. O'Neal<br />Director Business Affairs<br />Please publish: July 24, July 31 & August 7, 2024
https://www.centralauctionhouse.com/rfp43050578-2024-2025-cpsb-paper-bid.html
24-Jul-2024 12:00:00 PM CDT |
08-Aug-2024 2:00:00 PM CDT |
Concordia Parish School Board |
2024-2025 Janitorial Supplies Bid
|
<u>BID NOTICE</u><br /><u>NOTICE IS HEREBY GIVEN </u>that the Concordia Parish School Board will receive sealed bids/quotes until 2:00 p.m., August 8, 2024, at the Parish Department of Revenue Facility, 508 John Dale Drive, Vidalia, Louisiana 71373 for the following:<br />JANITORIAL MATERIALS/SUPPLIES<br />FOR SCHOOL YEAR 2024/2025<br />The bid will be awarded on composite and/or product classification totals and not on individual items. The school system does not have ample storage facilities and therefore will make a draw against supplies in accordance with the bid throughout the school year. Although supplies may be drawn as needed, they will primarily be drawn during the months of September, January and May. Advance notification will be given to the vendor prior to that primary request for such supplies.<br />The bids will be opened and read aloud in public at the monthly meeting of the Concordia Parish School Board on Thursday, August 8, 2024 at 6:00 p.m.<br />Specifications and quantities may be obtained at the Parish Revenue Department Building between the hours of 7:30 a.m. <img height="1" src="file:///C:/Users/Student/AppData/Local/Temp/msohtmlclip1/01/clip_image002.jpg" width="9" /><br />4:00 p.m. Monday — Friday. For additional information you may contact Mr. Glenn Henderson/Ms. Suzy Geter in the maintenance department; Telephone (318) 336-4226, Extension #3511 or #3510 respectively.<br />Under established statutory guidelines the Concordia Parish School Board reserves the right to reject any and all bids and to waive any informalities incidental thereto.<br />For your convenience, please find bid related materials and place your electronic bids at <u>www.centralbidding.com</u>.<br />/s/ Thomas H. O'Neal<br />Director Business Affairs<br />Publish dates: July 24, July 31 & August 7, 2024
https://www.centralauctionhouse.com/rfp66971043-2024-2025-janitorial-supplies-bid-.html
24-Jul-2024 12:00:00 PM CDT |
08-Aug-2024 2:00:00 PM CDT |
St. Bernard Parish Government |
One or More Freightliner 114SD Plus: 12 Yard Dump or Equal St. Bernard Parish Government, Department of Public Works
|
<h1>ADVERTISEMENT FOR BIDS</h1> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br />Sealed Bids will be received until the hour of <b>2:00 p.m. on Tuesday, August 13, 2024 in the Office of the Department of Public Works, St. Bernard Parish Government located at 1125 East St. Bernard Highway, Chalmette, Louisiana</b> and opened at 2:00 p.m., at which time they will be publicly read, for:<br /> <br /><b>One or More </b><br /><b>Freightliner 114SD Plus: 12 Yard Dump or Equal</b><br /><b>St. Bernard Parish Government, </b><br /><b>Department of Public Works</b><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 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before <b>2:00 p.m. on Tuesday, August 13, 2024.</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 />The specifications are on file and may be secured from the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043<br />(504) 278-4314 <a href="mailto:
[email protected]">
[email protected]</a>.<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/rfp83632303-one-or-more-freightliner-114sd-plus-12-yard-dump-or-equal-st-bernard-parish-government-department-of-public-works.html
24-Jul-2024 12:00:00 PM CDT |
13-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145791 One Year Contract for Supply of C-900 PVC Pressure Pipe for the Jefferson Parish Department of Water, Sewerage and any other Jefferson Parish Agencies and Municipalities
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145791<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 08, 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 />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 />One (1) Year Contract for Supply of C-900 PVC Pressure Pipe for the Jefferson Parish Department of Water, Sewerage and all other Jefferson Parish Agencies and Municipalities<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, 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: July 24 and 31, 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/rfp66280014-5000145791-one-year-contract-for-supply-of-c-900-pvc-pressure-pipe-for-the-jefferson-parish-department-of-water-sewerage-and-any-other-jefferson-parish-agencies-and-municipalities.html
24-Jul-2024 12:00:00 PM CDT |
08-Aug-2024 2:00:00 PM CDT |
Port of South Louisiana |
ADVERTISEMENT FOR BID SECURITY WILDLIFE FENCE
|
STATEMENT OF WORK: This project is the installation of a new wildlife and chain link fence along portions of the airfield property. This includes the construction of a new wildlife and chain link fence (8 feet tall with 3 strands of barbed wire at the top), vehicle swing gates, drainage fence crossing, and drainage outfall end treatment(s).<br />PROJECT DURATION: 135 Calendar Days
https://www.centralauctionhouse.com/rfp81559840-advertisement-for-bid-security-wildlife-fence.html
24-Jul-2024 11:00:00 AM CDT |
27-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145810 LABOR, MATERIALS AND EQUIPMENT NEEDED TO REMOVE AND INSTALL NEW GUTTER SYSTEM FOR THE JEFFERSON PARISH - JOHNNY JACOBS PLAYGROUND
|
LABOR, MATERIALS AND EQUIPMENT NEEDED TO REMOVE AND INSTALL NEW GUTTER SYSTEM FOR THE JEFFERSON PARISH - JOHNNY JACOBS PLAYGROUND
https://www.centralauctionhouse.com/rfp16344151-5000145810-labor-materials-and-equipment-needed-to-remove-and-install-new-gutter-system-for-the-jefferson-parish--johnny-jacobs-playground.html
24-Jul-2024 10:45:00 AM CDT |
31-Jul-2024 11:00:00 AM CDT |
St. Tammany Parish School Board |
SUPPLEMENTAL INSTRUCTIONAL PROGRAMS & SOFTWARE FOR STUDENTS (2ND REQUEST)
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp88059862-supplemental-instructional-programs-software-for-students-2nd-request.html
24-Jul-2024 10:00:00 AM CDT |
23-Aug-2024 3:00:00 PM CDT |
Jefferson Parish Government |
5000145408 Two (2) Year Contract for Truck Rental Including Operator and Fuel for the Jefferson Parish Department of Public Works – All Divisions
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145408<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 20, 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<br />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 for Truck Rental Including Operator and Fuel for the<br />Jefferson Parish Department of Public Works – All Divisions<br /> <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 /> <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: July 24, 31 and August 7, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp16312702-5000145408-two-2-year-contract-for-truck-rental-including-operator-and-fuel-for-the-jefferson-parish-department-of-public-works-all-divisions.html
24-Jul-2024 10:00:00 AM CDT |
20-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145645 PURCHASE OF LIGHT FIXTURES FOR THE JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145645<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 15, 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 />Purchase of Light Fixtures 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.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 />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: July 24 and 31, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp45794931-5000145645-purchase-of-light-fixtures-for-the-jefferson-parish-department-of-general-services.html
24-Jul-2024 9:30:00 AM CDT |
15-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145608 TWO (2) YEAR CONTRACT FOR A SUPPLY OF RUBBER STEEL TOE BOOTS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS- ENGINEERING
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145608<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 15, 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 />Two (2) Year Contract for a Supply of Rubber Steel Toe Boots for The<br />Jefferson Parish Department of Public Works- Engineering<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.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 />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 />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br /> <br />ADV: The New Orleans Advocate: July 24 and 31, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp16386067-5000145608-two-2-year-contract-for-a-supply-of-rubber-steel-toe-boots-for-the-jefferson-parish-department-of-public-works-engineering.html
24-Jul-2024 9:01:00 AM CDT |
15-Aug-2024 2:00:00 PM CDT |
City of Kenner, LA |
SOQ 24-6843 PROVIDE PROESSIONAL A AND E SERVICES RELATED TO A NEW FIRE STATION FACILTY
|
<br /> PUBLIC NOTICE<br /> <br />The City of Kenner (Kenner) is soliciting the submittal of Statements of Qualifications from persons or firms interested and qualified to provide professional architectural and engineering services for the design, construction administration and supplemental services (surveying, geotechnical, resident inspection (if necessary) etc...) relating to a new two (2) story Fire Station Facility.<br /><br />GENERAL <br />Kenner reserves the right to select one or more persons or firms for this project.<br /> <br />Persons or firms must be familiar with State Capital Outlay Program rules and regulations, as Kenner “may” be receiving financial assistance from this agency.<br /> <br />Plans and specifications will be subject to review and approval by Kenner’s Code Enforcement Department, Public Works Department, State Fire Marshal’s office and the Fire Department. Plans and specifications may also be subject to review by the State Facility Planning and Control (FP&C) Division.<br /> <br />A driveway permit may be required from the State Department of Transportation if new driveway(s) are to be connected to a State Route.<br />Kenner is an Equal Opportunity Employer. We encourage small and minority owned firms and women's business enterprises to participate in this solicitation.<br />Agreements will only be executed after a funding source is established and proper approvals are received from entities involved with the financing of the project.<br />COMPENSATIONCompensation will be on an hourly rate basis or a fixed fee basis per individual work task, or a combination of both depending on scope and complexity of work. For hourly rate agreements and tasks a maximum limitation amount shall be established in the agreement. Kenner reserves the right to dictate the method of payment.<br />For hourly rate agreements, the consultant shall be compensated on the basis of a reasonable certified and itemized salary cost plus an acceptable fee to cover overhead cost and profit. Kenner reserves the right to establish maximum direct and payable hourly rates based on personnel classifications.<br />All fees shall be negotiated with the consultant and shall be mutually agreeable to both parties.<br />All costs associated with the project shall be subject to the approval of the Mayor, Kenner Council and any entities involved with the financing of the project.<br /> <br />MINIMUM REOUIREMENTS FOR SELECTION <br />The persons or firms under consideration shall have a least one principal who is a licensed/registered architect or professional engineer in the State of Louisiana. A subcontractor/sub-consultant may not be used to meet this requirement. <br />The persons or firms under consideration shall have a professional in charge of the project who is a licensed, registered architect in the State of Louisiana with a minimum of five (5) years of experience. Professional experience indicates architectural work performed with a Professional Architectural license. A subcontractor/sub-consultant may not be used to meet this requirement. <br />The persons or firms under consideration shall have at least one (1) employee who is licensed, registered architect or professional engineer in the State of Louisiana, with a minimum of five (5) years of experience in the applicable disciplines involved. Professional architectural/engineering experience indicates architectural/engineering work performed with a Professional Architectural/Engineering license. A subcontractor/sub-consultant may meet this requirement only if the advertised project involves more than one (1) discipline. <br />The persons or firms under consideration must also employ a full-time supporting technical and clerical staff.<br /> <br />INSURANCE REQUIREMENTSUpon selection for a particular project, successful firm(s) shall provide insurance certificates in accordance with Kenner's insurance requirements for professional service agreements. Requirements are available from the Kenner Finance Department (504) 468-4049.<br /> <br />EVALUATION CRITERIAThe following criteria listed in order of importance will be used to evaluate each person or firm submitting a Statement of Qualifications:<br />I) Professional training and experience both generally and in relation to the type and magnitude of work required for the particular project- 60 points maximum<br /> <br />Capacity for timely completion of the work, taking into consideration the person's or firm's current and projected workload and professional and support manpower- 50 points maximum <br />Size of the firm based on the number of personnel, as related to project requirements and/or scope and complexity of project- 25 points maximum <br />Past performance by the person or firm on public agreements; especially with Kenner, including any problems with time delays, cost overruns, and/or design inadequacies in prior projects for which said person or firm was held to be at fault, as evidenced by documentation provided by the administration - 20 points maximum <br />Location of business office. Preference shall be given to persons or firms with a business office as follows: (I) Jefferson Parish, including municipalities located within Jefferson Parish (15 points);(2) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (3) Parishes other than the foregoing (10 points); (4) Outside the State of Louisiana (6 points) - 15 Points maximum<br /> <br />Adversarial legal proceedings between Kenner and the person or firm perfo1ming professional services, in which Kenner prevailed or any ongoing adversarial legal procedures between Kenner 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 Kenner, 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. - 15 points maximum <br />Prior successful completion of projects of the type and nature of the engineering services, as defined, for which firm has provided verifiable references. - 15 points maximumAll firms (including sub-consultants) must submit a Statement of Qualifications (SOQ) in Professional Services Evaluation Committee Format. Interested firms must submit one (1) original, (5) copies and a digital copy on a flash drive for this Statement of Qualifications to the Office of Finance, City of Kenner, 1610 Reverend Richard Wilson Drive, Building D, Kenner, LA 70062 no later than August 23rd, 2024 at 10:00 AM. Packets can also be submitted electronically via www.centralauctionhouse.com. No submittals will be accepted after this deadline. Any inquiries regarding this SOQ should be sent in writing to
[email protected] no later than five (5) working days before deadline submission. Kenner reserves the right to reject any and all submissions.<br /> <br /> <br /><br /> <br />Michael J. GlaserMAYOR<br />CITY OF KENNER<br /><br />Jose Gonzalez, P.E.Chief Administrative Officer City of Kenner<br /><br /><br /> <br /> <br />SOQ No. 24-6843<br />ADV. THE ADVOCATE<br />July 24th, 31st AND August 7th
https://www.centralauctionhouse.com/rfp16397623-soq-24-6843-provide-proessional-a-and-e-services-related-to-a-new-fire-station-facilty.html
24-Jul-2024 9:00:00 AM CDT |
23-Aug-2024 10:00:00 AM CDT |
St. Tammany Parish School Board |
SUPPLEMENTAL ELA INSTRUCTIONAL MATERIALS FOR K-12 STUDENTS
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp28423848-supplemental-ela-instructional-materials-for-k-12-students.html
24-Jul-2024 9:00:00 AM CDT |
26-Aug-2024 3:00:00 PM CDT |
Jefferson Parish Government |
5000145706 Three Year Contract for Grass Cutting and Debris Removal Including but not Limited to Occupied, Vacant, Residential and Commercial Properties Including Lots without Improvements for Jefferson Par Dept of Code, Compliance and Enforcement
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145706<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 20, 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 />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 />Three (3) Year Contract for Grass Cutting and Debris Removal Including but not Limited to Occupied, Vacant, Residential and Commercial Properties Including Lots Without Improvements for the Jefferson Parish Department of Code, Compliance and Enforcement<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, 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: July 24, 31 and August 07, 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/rfp63140569-5000145706-three-year-contract-for-grass-cutting-and-debris-removal-including-but-not-limited-to-occupied-vacant-residential-and-commercial-properties-including-lots-without-improvements-for-jeffer.html
24-Jul-2024 9:00:00 AM CDT |
20-Aug-2024 2:00:00 PM CDT |
Evangeline Parish Police Jury |
ACCEPTING PROPOSALS FOR PURCHASE OF PARISH OWNED SEWER ASSETS
|
LEGAL NOTICES<br /> <div style="text-align: center;">EVANGELINE PARISH POLICE JURY<br />ACCEPTING PROPOSALS<br /> <br /> <br />The Evangeline Parish Police Jury will be accepting proposals for the purchase of parish owned sewer assets. Information packets can be picked up at 1008 West LaSalle Street, Ville Platte, La 70586, between the hours of 8:00 a.m. – 4:00 p.m. Monday through Friday. Proposals will be accepted until 8:00 a.m. on Monday, September 2, 2024. The proposals will be publicly opened at 2:00 p.m. on Monday, September 2, 2024 at the Police Jury Office located at 1008 West LaSalle Street, Ville Platte, La. The Police Jury reserves the right to reject any and all bids.</div>
https://www.centralauctionhouse.com/rfp63123312-accepting-proposals-for-purchase-of-parish-owned-sewer-assets.html
24-Jul-2024 9:00:00 AM CDT |
02-Sep-2024 8:00:00 AM CDT |
Greater Lafourche Port Commission |
2024 Airport On-Call Planning Services
|
REQUEST FOR QUALIFICATIONS<br />Notice is hereby given that the Greater Lafourche Port Commission (“Port Commission”) is requesting Statements of Qualifications from qualified firms for Airport On-Call Planning Services for a five (5) year period beginning from the Notice to Proceed date of the first planning project which the Port Commission may deem necessary for South Lafourche Leonard Miller, Jr. Airport in Galliano, Louisiana. The projects are subject to the availability of funding from the Federal Aviation Administration, the State of Louisiana and the Port Commission.<br /> <br />The Request for Qualifications and required forms can be obtained by contacting the Port Commission by calling (985) 632-6701, emailing
[email protected] ATTN.: Serena Bruce, from our website at https//portfourchon.com/news-events/public-notices, or online at www.centralauctionhouse.com.<br /> <br />Sealed submittals labeled “Airport On-Call Planning Services” will be received by the Port Commission at their Administration Office located at 16829 East Main Street, Cut Off, LA 70345 until 2:00 PM local time, WEDNESDAY, AUGUST 21, 2024. Submittals can be hand delivered or mailed to 16829 East Main Street, Cut Off, LA 70345, or submitted online through www.centralauctionhouse.com. The Port Commission requests three (3) bound, printed copies if sending hard copies. Electronic copies sent via email will not be accepted. All submittals received after the above specified time will not be considered. Statements of Qualifications must be submitted on a Standard Form 330 (SF 330), which may be obtained from the Port Commission or from the LADOTD Aviation Section.<br /> <br />The scope of services is to provide professional Airport On-Call Planning Consultant Services to the Port Commission, furnishing all services required to assist in the development and management of financing, planning, and design of its general airport development. Services may include the following: Assistance in the administration of the Airport’s Capital Program, Coordination with Design Consultants, Contractors, and Governmental Agencies, Management and administration of the Airport’s DBE Program, Provision of Program Implementation Services, Preparation of Independent Fee Analysis, Preparation of General Planning and Environmental Documents, Preparation of Benefit Cost Analysis, Airport Operational Planning, Coordination and Assistance in updates to the ALP and eALP, Airport Rates and Charges, Preparation of Airport Master Plan update and FAA AGIS survey, Updates to Airport Operations Manual-minimum standards and rules & regulations, Updates to Airport Emergency Plan, Wildlife Mitigation, Obstruction/ Hazard Mitigation, Compatible Land Use Study, and Pavement Maintenance.<br /> <br />The scope of projects for implementation under this planning contract may include the following: Continuation of Airport Terminal Development, Airfield Lighting System Upgrades, Airfield Pavement Strengthening, including Runways, Taxiways and Aprons, Taxiway and Apron Pavement Rehabilitation, Airfield Markings, Runway and Taxiway Extension, Airfield Drainage Improvements, Construction of New Aircraft Hangar Facilities, Airport Perimeter Fencing, Airfield Electrical Vault Improvements, Construction of New Airport Traffic Control Tower/ Remote Tower, Airport Fuel System Upgrades, Lightning Detection System, Runway Safety Area, Instrument Landing System, and International Arrival Facility.<br /> <br />Firms interested in performing these services shall furnish statement of qualifications on a Standard Form 330 (SF 330). Only the prime (lead) firm must fill out the SF 330 and list any Subconsultants. Criteria and weighting factors will be used by the Port Commission’s selection committee in evaluating proposals. The Port Commission reserves the right to reject all applicants and re-advertise the contract. Following the successful negotiation of fees with the Port Commission, the successful firm will be required to execute the standard LADOTD Aviation Section contract and have an active Dun & Bradstreet (DUNS) number through www.sam.gov.<br /> <br />The Port Commission, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. Section 2000 d et. seq. and 49 CFR Part 26 issued pursuant to The Airport and Airway Development Act, affords Disadvantaged Business Enterprises (DBEs) full opportunity to submit an indication of interest in response to this invitation and will not discriminate against any interested firm on the ground of race, creed, color, sex, age, or national origin in a contract award.<br /> <br />Questions regarding this project should be addressed to Serena Bruce via telephone at (985) 632-6701 or via email at
[email protected]. Firms wishing to apply must submit a fully completed SF 330 along with your proposal. Failure to provide all the information requested may result in the submission being considered non-responsive and the firm will not be given a total score in the evaluation process.<br /> <br />Chett C. Chiasson, Executive Director<br />Greater Lafourche Port Commission
https://www.centralauctionhouse.com/rfp28493311-2024-airport-on-call-planning-services.html
24-Jul-2024 8:00:00 AM CDT |
21-Aug-2024 2:00:00 PM CDT |
Vermilion Parish Police Jury |
CDFA 14.228 / GRANT B-16-DP-22-0001 - ABBEVILLE AREA VERMILION RIVER BRIDGE DEBRIS BARRIER SYSTEMS FOR THE VERMILION PARISH POLICE JURY
|
S/A 9256-09 ADVERTISEMENT FOR BIDS Page 1 of 2<br /> <hr />Notice is hereby given that sealed bids will be received at the Vermilion Parish Police Jury, 100 North State Street, Suite 200, Abbeville, LA 70510 and electronically at http://www.centralbidding.com and until 11:00 a.m., Thursday, August 15, 2024, for:<br /> <div style="text-align: center;"><b>CDFA 14.228 / Grant B-16-DP-22-0001ABBEVILLE AREA<br />VERMILION RIVER BRIDGE DEBRIS BARRIER SYSTEMS<br />FOR THE<br />VERMILION PARISH POLICE JURY</b></div> <br />and the bids will be opened and read aloud at that time. Bids received after the specified time will not be considered.<br /> <br />Base Bid: The Work Shall Consist of Constructing a Floating Debris Barrier System at LA-14 Bypass, at LA-14, and at LA-82 with HSS Pile Supports at Each Location, and Associated Work. Add Alternate No. 1: The Work Shall Consist of Dredging and Disposal of Material at LA-14 Bypass Along with Associated Work.<br /> <br />No Pre-Bid Conference will be held on this project.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, Contractors desiring to bid shall submit evidence that they hold license of proper classification under the following classifications: “Heavy Construction” in full force and effect at the time Bidding Documents are requested from the office of the Engineers (LA R.S. §37:2163).<br /> <br /> A. Obtaining Bid Documents:<br /> <br /> 1. Contractors may obtain an electronic or paper set of “Bidding Documents” from the Design Engineer listed below at the following location and during the specified hours:<br /> <br /> Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095<br /> For Plans and Specifications Contact:
[email protected]<br /> The Design Engineer can be Contacted at
[email protected]<br /> Telephone: 337.232.0777 / Fax: 337.232.0851<br /> Office Hours are Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m. / Friday: 8:00 a.m. to 12:00 Noon.<br /> <br />A $106.80 Deposit on the first set of paper documents furnished to all who request bidding documents shall be fully refunded upon return of the documents no later than 10-days after receipt of bids. On other sets of documents furnished, the deposit ($106.80) less the actual cost of reproduction ($101.80), shall be refunded upon return of the documents no later than 10-days after receipt of bids.<br /> <br /> 2. 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 /> 3. Contractors may also view and download the “Bidding Documents” with the Owner’s electronic bid submittal service:<br /> <br /> https://www.centralbidding.com<br /> Prospective Bidder may register on-line in order to establish an account. For assistance on how to register on-line or if encountering problems with the web site, contact Central Bidding at https://www.centralbidding.com. Bidding Documents are available 7-days a week / 24-hours a day by electronic means. Bidders may submit their bid electronically at http://www.centralbidding.com.<br /> <br /> 4. The Bidding Documents shall be available until 24-hours before the bid opening date.<br /> <br /> B. CDBG Requirements:<br /> <br /> 1. This project is receiving a construction grant under the Louisiana Watershed Initiative Program, Community Development Block Grant (CDBG) Program.<br /> <br /> 2. The Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract (Davis- Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities), and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.<br /> <br /> 3. All contractors and subcontractors will be required to comply with the Title VI of the Civil Rights Act of 1964, the Davis?Bacon Act pertaining to the minimum wage rates, the Anti- Kickback Act, the Contract Work Hours Standards Act, the Local Public Works Payroll Evaluation Program, and take all necessary affirmative steps to assure that minority firms, women’s business enterprises, and labor surplus area firms are used when possible.<br /> <br /> 4. The prime contractor and all subcontractors are required to have an active SAM Unique Entity ID (UEI) number prior to award of contract.<br /> <br /> 5. All contractors and sub-contractors will be required to certify that they do not and will not maintain or provide for their employees any facilities that are segregated on a basis of race, color, creed, or national origin.<br /> <br /> 6. Minority, female-owned, and Section 3 firms are encouraged to submit bids.<br /> <br /> 7. 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 /> 8. No bidder may withdraw his bid for at least 45-days after the actual date of the opening thereof.<br /> <br /> 9. Any person with disabilities requiring special accommodations must contact the Owner no later than 7-days prior to bid opening.<br /><br />10. The Contractor shall obtain, maintain during the life of the project and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner’s approval.<br /> <br /> a. Bid Bond: A “Bid Guarantee” equivalent to 5% of the bid price (includes base bid plus any add alternates) consisting of a firm commitment, such as a bid bond, certified check, cashier’s check, money order, or other negotiable instrument, 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.<br /> <br /> b. Performance Bond: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor’s faithful performance of the contract.<br /> <br /> c. Payment Bond: a payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />The provisions and requirements of this section and those stated in the bidding documents shall not be waived by any entity.<br /> <br />By order of the Members of the Police Jury.<br /> <br />ATTEST: s/Mark Poché s/Keith Roy<br /> President Parish Administrator<br /> <br />Publication Dates: Wednesday: July 24, July 31, and August 7, 2024<br />Official Journal: Abbeville Meridional<br /> <br />
https://www.centralauctionhouse.com/rfp16336938-cdfa-14228-grant-b-16-dp-22-0001--abbeville-area-vermilion-river-bridge-debris-barrier-systems-for-the-vermilion-parish-police-jury.html
24-Jul-2024 8:00:00 AM CDT |
15-Aug-2024 11:00:00 AM CDT |
Port of New Orleans |
Inner Harbor Navigation Canal Florida Avenue Bridge Miscellaneous Paint Repairs
|
Inner Harbor Navigation Canal Florida Avenue Bridge Miscellaneous Paint Repairs per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp2885467-inner-harbor-navigation-canal-florida-avenue-bridge-miscellaneous-paint-repairs.html
24-Jul-2024 8:00:00 AM CDT |
19-Aug-2024 11:00:00 AM CDT |
Rapides Parish School Board |
Bid 25-02: Peabody Magnet High Security Vestibule
|
NOTICE TO BIDDERS <br />Sealed Bids will be received by the Rapides Parish School Board, PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until 2:00 P.M., August 22, 2024<br /> <br />For: Peabody Magnet High School Security Vestibule / Mantrap<br /> 2727 Jones Ave, Alexandria, LA 71302<br />Rapides Parish School Board<br /> <br />BID NUMBER: Bid 25-02: Peabody Magnet High School Security Vestibule / Mantrap.<br />Complete Bidding Documents for this project are available in electronic form. They may be obtained from www.centralbidding 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. Questions about this procedure shall be directed to the Architect at<br />TBA Studio 103 Cypress Street West Monroe, Louisiana 71291 Telephone: (318) 340-1550<br />Facsimile: (318) 998-1315<br />E-mail:
[email protected]<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the base bid and all additive alternates, and must be in the form of a certified check, cashier's check or bid bond written by a company licensed to do business in Louisiana, countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this State and who is residing in this state. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable. Contractors have the option of submitting bids electronically at www.centralauctionhouse.com or www.centralbidding in lieu of sealed bids.<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 provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn except under the provisions of LA. R.S. 38:2214.<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, and shall be countersigned by a person who is contracted with the surety company or bond issuer as agent of the company or issuer, and who is licensed as an insurance agent in this State, and who is residing in this State, in an amount equal to the 100% of the contract amount.<br /> <br />A non mandatory pre-bid conference will be held August 9, 2024, at 10:00 A.M., at the main entrance to Peabody Highschool, 2727 Jones Ave, Alexandria, LA 71302. Attendance at this conference is not mandatory, but strongly encouraged.<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 />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY ARCHITECT OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br /><br /> <br />RAPIDES PARISH SCHOOL BOARD<br />ATTN: MS. ELIZABETH DOMITE,<br />CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br /> <br /> <br /> <br />Publications Dates: 07-24-2024 / 07-31-2024 / 08-07-2024
https://www.centralauctionhouse.com/rfp48142510-bid-25-02-peabody-magnet-high-security-vestibule.html
24-Jul-2024 8:00:00 AM CDT |
22-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145310 Purchase of Turbo Terrain Cut Commercial Wide-Area Mower with 4-Post ROPS Canopy (Model Year 2024)
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145310<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 8, 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 />Purchase of Turbo Terrain Cut Commercial Wide-Area Mower with 4-Post ROPS Canopy (Model Year 2024)<br /> <br /> <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 /> <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 />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: July 24 and 31, 2024.<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/rfp83664829-5000145310-purchase-of-turbo-terrain-cut-commercial-wide-area-mower-with-4-post-rops-canopy-model-year-2024.html
24-Jul-2024 8:00:00 AM CDT |
08-Aug-2024 2:00:00 PM CDT |
Lafayette Regional Airport |
Lafayette Regional Airport: T-Hangar Pavement Reconstruction
|
<b>Notice is hereby given that sealed bids will be received until 9:30 a.m. CT on Monday, August 26, 2024 at the offices of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508-2124, or online at https://www.centralauctionhouse.com, and thereafter be publicly opened and read aloud at the Commission Room Lobby, 200 Terminal Drive, Second Floor, Room 239, Lafayette, LA 70508, for the following project.</b><br /><br />Lafayette Airport Commission – Lafayette Regional Airport<br />T-Hangar Pavement Reconstruction<br /><br />The base bid for this project includes the mill and overlay of the existing T-hangar pavement. The pavement section will consist of an asphaltic section. Specific elements of work for this project include, but are not limited to: milling of existing asphalt pavement; asphalt pavement overlay; installation of airfield pavement markings; and site restoration in accordance with the terms and conditions and plans and specifications set forth in the Bid Documents.<br /><br />Bids received after the above stated date and time will be returned unopened to the sender.<br /><br />Bidders submitting bids must be licensed contractors in the state of Louisiana under La. R.S. 37:2156.2 II. Highway, Street and Bridge Construction, III. Heavy Construction, or IV. Municipal and Public Works Construction.<br /><br />The Bid Documents, which include the Advertisement for Bids, Instructions to Bidders, Bid Form, General Information, General Conditions, Agreement, Plans and Specifications, exhibits, affidavits, attestations, and forms for this project may be obtained at the offices of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508, (337) 703-4800, Monday through Friday, 8:00 a.m. - 4:00 p.m. Each interested party requesting printed Bid Documents will be required to submit, to RS&H Inc., a Fifty and No/100 dollar ($50.00) fee to cover the cost of reproduction. Bid Documents in PDF format may be obtained by sending an email request to Graeme Scott at
[email protected]. Bid Documents are also available online and bids may also be submitted online at: https://www.centralauctionhouse.com. Use only original bid forms which are part of the Bid Documents. The Owner does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents.<br /><br />The Owner in making the Bid Documents available on the above terms, do so only for the purpose of obtaining bids on the work and do not confer a license or grant for any other use. Questions about this project must be received in writing by 10:00 a.m. CDT on Friday, August 16, 2024 and sent to:<br /><br />Graeme Scott, PE<br />RS&H, Inc.<br />Telephone: 469-857-7745<br />E-mail:
[email protected]<br /><br /><b>A non-mandatory pre-bid conference will be held on Friday, August 9, 2024 at 9:00 a.m. in the Administrative Conference Room of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508. All prospective Bidders and subcontractor are highly encouraged to attend. No additional site visits will be available. Important operational and security information which may affect bids will be presented at this meeting.</b><br /><br />Each bid must be accompanied by a bid security (certified check, cashier’s check or bond with power of attorney) for an amount equal to <b>FIVE PERCENT (5%)</b> of the total bid and all alternates. MONEY ORDERS WILL NOT BE ACCEPTED. Such security to be equal to five percent (5%) of the net amount proposed, including taxes. If a bond is used, it must 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 bonds which is either domiciled in Louisiana or owned by Louisiana residents. No bond indicating an obligation less than five percent (5%) by any method is acceptable.<br /><br />The successful Bidder shall be required to furnish a Performance Bond, written by a surety or insurance company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount, and all alternates, and who is 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 that is either domiciled in Louisiana or owned by Louisiana residents and is licensed to write surety bonds. No Performance Bond shall be accepted unless it is written in compliance with La. R.S. 38:2219.<br /><br />The Lafayette Airport Commission, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award<br /><br />It is the policy of the Lafayette Airport Commission to create a level playing field on which Small Business Enterprises (SBEs) can compete fairly for opportunities. Accordingly, the Lafayette Airport Commission has established a Small Business Enterprise Participation Goal of <b>20.85%</b> for this solicitation.<br /><br />In compliance with the Lafayette Airport Commission’s commitment to inclusion of small businesses and to be eligible for award of a contract, the Bidder MUST either:<br />1. Meet the SBE goal as advertised with meaningful small (or disadvantaged) business participation through subcontracts, joint ventures, or suppliers; OR<br />2. Demonstrate Good Faith Efforts to meet the SBE goal.<br /><br />An SBE must meet the following criteria:<ol> <li>The firm MUST be at least 51% owned and controlled by an economically disadvantaged individual. Economically disadvantaged is defined as a person whose personal net worth is less than $1.32 million. </li> <li>The economically disadvantaged owner MUST be a U.S. citizen or lawfully permanent resident of the U.S. </li> <li>The firm MUST meet the Small Business Administration’s size standard and MUST NOT exceed $23.98 million gross receipts.</li></ol>LAC will accept certified Small Entrepreneurs certified through the Louisiana Division of Administration (LDOA) - Louisiana Hudson Initiative Small Entrepreneurship Program. Small entrepreneurs certified through the LDOA Hudson Initiative can found at https://smallbiz.louisianaeconomicdevelopment.com/Search/default.aspx .<br /><br />LAC will also accept businesses certified as SBE by the Louisiana Department of Transportation and Development (LADOTD) Small Business Element (SBE) Program and/or firms that are DBE certified through Louisiana Unified Certification Program (LA UCP). SBE and DBE firms certified by the LADOTD can be found at http://www.laucp.org/UCP/UCPSearch.aspx.<br /><br />All Bidders shall comply with the security requirements which includes but is not limited to written certification.<br /><br />/s/ Steven L. Picou, A.A.E. <br />EXECUTIVE DIRECTOR<br />LAFAYETTE AIRPORT COMMISSION<br /><br />TO BE ADVERTISED:<br />Wednesday, July 24, 2024<br />Wednesday, July 31, 2024<br />Wednesday, August 7, 2024
https://www.centralauctionhouse.com/rfp42909439-lafayette-regional-airport-t-hangar-pavement-reconstruction.html
24-Jul-2024 12:00:00 AM CDT |
26-Aug-2024 9:30:00 AM CDT |
Tangipahoa Parish School System |
Bid 2025-01 Purchase Used School Bus
|
Sealed bids for (1) one used school bus will be received at the Tangipahoa Parish School System, 59656 Puleston Road, Amite, Louisiana, 70422, until 10:00 A.M. (CST), Monday, August 12, 2024.
https://www.centralauctionhouse.com/rfp83678035-bid-2025-01-purchase-used-school-bus-.html
24-Jul-2024 12:00:00 AM CDT |
12-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000145778 - Purchase of Printed Fall/Winter Newsletters for Jefferson Parish Recreation Department
|
Purchase of Printed Fall/Winter Newsletters for Jefferson Parish Recreation Department
https://www.centralauctionhouse.com/rfp16398868-5000145778--purchase-of-printed-fallwinter-newsletters-for-jefferson-parish-recreation-department-.html
24-Jul-2024 12:00:00 AM CDT |
30-Jul-2024 11:00:00 AM CDT |
City of Alexandria |
Bid# 2490 Plastic Refuse Bags
|
It is the intent of the City of Alexandria to secure pricing on PLASTIC REFUSE BAGS for a twelve (12) month period.
https://www.centralauctionhouse.com/rfp65791297-bid-2490-plastic-refuse-bags.html
24-Jul-2024 12:00:00 AM CDT |
03-Sep-2024 10:00:00 AM CDT |
City of Broussard |
HWY 90 & MAIN ST. WATER TOWER REHABILITATION
|
Notice is hereby given that sealed bids will be received by the City of Broussard, Lafayette Parish, Louisiana, at City Hall, 310 East Main Street, Broussard, Louisiana 70518, until 10:00 a.m., on August 22, 2024, for:<br /> <div style="text-align: center;"><b>HWY 90 & MAIN ST. WATER</b><br /><b>TOWER REHABILITATION</b><br /><b>FOR</b><br /><b>THE CITY OF BROUSSARD</b></div> <br />at which time the bids will be opened and publicly read aloud. Bids received after the specified time will not be considered.<br /> <br />The work shall consist of the following:<br /> <br /><b>Painting and Rehabilitation of TWO (2) Elevated Water Towers located at 501 E. Main St., Broussard, LA 70518 & 100 BLK Bercegeay Rd., Broussard, LA 70518.</b><br /> <br /><b>A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on August 8, 2024 in the City of Broussard Public Works Building, 102 Bercegeay Road, Broussard, La. All prospective bidders shall be present at the beginning of the 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.</b><br /> <br />Construction Time: <b><u>360</u> calendar</b> days, exclusive of delays beyond the Contractor’s control from the date stipulated in the written Notice to Proceed.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner's approval:<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, or other negotiable instrument, 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.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />All bonds (Bid Bond, Performance Bond and Payment Bond) shall be written by a surety or insurance company which is currently on the U.S. Department of the Treasury Financial Management Service List (Circular Number 570) 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 the policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide or by an insurance company in good standing licensed to write bonds which is either domiciled in Louisiana or owned by Louisiana residents. The surety or insurance company must be currently licensed to do business in the State of Louisiana.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor's Licensing Law R.S. 37:2150-2164 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification (“<b>Specialties: Painting, Coating, & Blasting (Industrial & Commercial)</b>” classification required) in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers. The bidder shall show his license number on the bid and on the sealed envelope in which their bid is enclosed.<br /> <br />The contract documents, consisting of the Notice to Bidders, Information for Bidders, General Conditions, Technical Specifications, Special Conditions, Bid Form and Contract Documents, and any published Addenda, may be examined on all business days at the following locations during the specified hours:<br /> <ol> <li>Comeaux Engineering & Consulting</li></ol>601 Second Street, Broussard, Louisiana, 70518<br />Mon-Thur; 8:00 a.m. to 12:00 Noon and 1:00 p.m. to 5:00 p.m.<br />Fri.; 8:00 a.m. to 12:00 Noon<ol> <li value="2">Broussard City Hall</li></ol>310 East Main Street<br />Broussard, Louisiana 70518<br />Mon-Thur; 6:30 a.m. to 5:00 p.m.<br /> <br />Complete contract documents and drawings may be obtained at the office of Comeaux Engineering & Consulting, 601 Second Street, Broussard LA, 70518, Telephone No. (337) 837-2210, upon payment of one-hundred fifty dollars ($150.00) to reimburse the cost of reproduction and handling. Payments shall be received before bidding documents are mail. Deposits on the first set of documents furnished to Bona Fide Prime bidders will be fully refunded if returned in good condition within 10 DAYS after receipt of bids. One-half of the deposits will be refunded to Bona Fide Prime bidders upon return of additional sets of documents if returned in good condition within 10 DAYS after receipt of bids. Documents containing marks, torn sheets, or unbound sheets are NOT considered to be in good condition. <br /> <br />Bid related information also available on line and bids may also be submitted on line at:<br /> <br /><a href="https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html">https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html</a><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.<br /> <br />The Owner reserves the right to reject any or all bids for just cause; such actions will be in accordance with La. R.S. 38:2214.<br /> <br />By order of the Mayor and Council of the City of Broussard, Lafayette Parish, Louisiana.<br /> <table align="center" border="0" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:118px;"> <br /> ATTEST:</td> <td style="width:270px;"> <br /> s/ Ray Bourque</td> <td style="width:57px;"> <br /> </td> <td style="width:275px;"> <br /> </td> </tr> <tr> <td style="width:118px;"> <br /> </td> <td style="width:270px;"> <br /> (Mayor)</td> <td style="width:57px;"> <br /> </td> <td style="width:275px;"> <br /> </td> </tr> </tbody></table><div style="clear:both;"> </div> <br />Publish Dates: July 24, 2024<br /> July 31, 2024<br /> August 7, 2024
https://www.centralauctionhouse.com/rfp84533295-hwy-90-main-st-water-tower-rehabilitation.html
24-Jul-2024 12:00:00 AM CDT |
22-Aug-2024 10:00:00 AM CDT |
St. Bernard Parish Government |
Two or More Freightliner M2-106 Plus: 6 Yard Dump or Equal St. Bernard Parish Government, Department of Public Works
|
<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. on Tuesday, August 13, 2024 in the Office of the Department of Public Works, St. Bernard Parish Government located at 1125 East St. Bernard Highway, Chalmette, Louisiana</b> and opened at 2:00 p.m., at which time they will be publicly read, for:<br /> <br /><b>Two or More </b><br /><b>Freightliner M2-106 Plus: 6 Yard Dump or Equal</b><br /><b>St. Bernard Parish Government, </b><br /><b>Department of Public Works</b><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 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before <b>2:00 p.m. on Tuesday, August 13, 2024.</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 />The specifications are on file and may be secured from the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043<br />(504) 278-4314 <a href="mailto:
[email protected]">
[email protected]</a>.<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/rfp28491073-two-or-more-freightliner-m2-106-plus-6-yard-dump-or-equal-st-bernard-parish-government-department-of-public-works.html
23-Jul-2024 4:13:00 PM CDT |
13-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145771 PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS
https://www.centralauctionhouse.com/rfp28418018-5000145771-purchase-of-warehouse-supplies-for-jefferson-parish-department-of-public-works.html
23-Jul-2024 3:25:00 PM CDT |
29-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145806 LABOR, MATERIALS AND EQUIPMENT NEEDED TO REPLACE THE ROOF FOR THE JEFFERSON PARISH TRUANCY ASSESSMENT & SERVICE CENTER
|
LABOR, MATERIALS AND EQUIPMENT NEEDED TO REPLACE THE ROOF FOR THE JEFFERSON PARISH TRUANCY ASSESSMENT & SERVICE CENTER
https://www.centralauctionhouse.com/rfp69791461-5000145806-labor-materials-and-equipment-needed-to-replace-the-roof-for-the-jefferson-parish-truancy-assessment-service-center.html
23-Jul-2024 3:17:00 PM CDT |
02-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145767 PURCHASE OF WAREHOUSE SUPPLIES
|
PURCHASE OF WAREHOUSE SUPPLIES
https://www.centralauctionhouse.com/rfp50180768-5000145767-purchase-of-warehouse-supplies.html
23-Jul-2024 3:15:00 PM CDT |
30-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145746 PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH PUBLIC WAREHOUSE
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH PUBLIC WORKS WAREHOUSE <br />
https://www.centralauctionhouse.com/rfp69771307-5000145746-purchase-of-warehouse-supplies-for-jefferson-parish-public-warehouse.html
23-Jul-2024 3:10:00 PM CDT |
29-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145230 Replace Batter's and Catcher's Boxes at Segnette Field
|
Replace Batter's and Catcher's Boxes at Segnette Field
https://www.centralauctionhouse.com/rfp85193272-5000145230-replace-batters-and-catchers-boxes-at-segnette-field.html
23-Jul-2024 11:00:00 AM CDT |
02-Aug-2024 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
REQ 7099 REPAIR RAILING
|
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. August 13, 2024, for the following:<br /> <br />REQ # 7099 REPLACE RAILING <br /> <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 August 1, 2024.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Kim Eichelberger at (225) 389-3259, Ext. 3262, 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/rfp42917374-req-7099-repair-railing.html
23-Jul-2024 11:00:00 AM CDT |
13-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145797 LABOR AND MATERIALS NEEDED TO REMOVE AND FURNISH CUSTOM STEEL DOOR FOR THE JEFFERSON PARISH PUMP STATION
|
LABOR AND MATERIALS NEEDED TO REMOVE AND FURNISH CUSTOM STEEL DOOR FOR THE JEFFERSON PARISH PUMP STATION
https://www.centralauctionhouse.com/rfp94956838-5000145797-labor-and-materials-needed-to-remove-and-furnish-custom-steel-door-for-the-jefferson-parish-pump-station.html
23-Jul-2024 10:52:00 AM CDT |
29-Jul-2024 11:00:00 AM CDT |
Port of New Orleans |
Nashville-Napoleon Terminal Complex Cranes 4 & 5 Trolley Rail Hinge Replacement - Re-Advertised
|
Nashville-Napoleon Terminal Complex Cranes 4 & 5 Trolley Rail Hinge Replacement - Re-Advertised per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp94966853-nashville-napoleon-terminal-complex-cranes-4-5-trolley-rail-hinge-replacement--re-advertised.html
23-Jul-2024 8:00:00 AM CDT |
20-Aug-2024 11:00:00 AM CDT |
Tangipahoa Parish School System |
Gym HVACS Nesom Champ Cooper Perrin ELC
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 9:00 AM on August 27, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp56951198-gym-hvacs-nesom-champ-cooper-perrin-elc.html
23-Jul-2024 12:00:00 AM CDT |
27-Aug-2024 9:00:00 AM CDT |
Tangipahoa Parish School System |
Gym HVACS Roseland Sumner and Spring Creek
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on August 27, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp28229700-gym-hvacs-roseland-sumner-and-spring-creek.html
23-Jul-2024 12:00:00 AM CDT |
27-Aug-2024 2:00:00 PM CDT |
Tangipahoa Parish School System |
Gym HVAC for Hammond High School
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:30 PM on August 27, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp28265190-gym-hvac-for-hammond-high-school.html
23-Jul-2024 12:00:00 AM CDT |
27-Aug-2024 2:30:00 PM CDT |
Tangipahoa Parish Government |
REQUEST FOR QUALIFICATION STATEMENT FOR ARCHITECTURAL DESIGN ERVICE FOR TANGIPANHOA REGION 9 WAREHOUSE
|
TANGIPAHOA PARISH GOVERNMENT IS INTERESTED IN PROCURING THE SERVICES OF AN ARCHITECTURAL FIRM TO ASSIST THE PARIH WITH REPAIR TO THE REGION 9 DISTRICUTION WAREHOUSE LOCATED IN INDEPENDENCE, LA THE PARISH IS INTERESTED OM RE[PLACING THE ROOFS ON MULTIPLE BILDINGS, AND DESIGNING OFFICE SPACE,, RESTROOMS, BREAK ROOMS, A KITCHEN, AND STORAGE ROOMS. ELECTRICAL DESIGN, PLUMBING, HEATING, VENTILATION AND AIR CONDITIONING WILL BE NEEDED FOR EXISTING METAL BUILDINGS. THE PARISH WILL USE FEDERAL FUNDING FOR THIS PROJECT HEREFOR 2 CFR 200.320 WILL BE FOLLOWED FOR PROCUREMENT.
https://www.centralauctionhouse.com/rfp1213385-request-for-qualification-statement-for-architectural-design-ervice-for-tangipanhoa-region-9-warehouse.html
22-Jul-2024 3:40:00 PM CDT |
06-Aug-2024 3:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0164 Decals for Police Vehicles
|
<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. August 14, 2024, for the following:<br /> <br />A24-0164 DECALS FOR pOLICE VEHICLES<br /> <br />A mandatory pre-bid conference and a mandatory job site shall be held on August 5, 2024 at 9:00 a.m., at the City Parish Central Garage, 333 Chippewa Street, Baton Rouge, LA 70802. Only vendors participating in the mandatory pre-bid conference and mandatory job site visit will be eligible for award.<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 August 7, 2024.<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/rfp44887468-a24-0164-decals-for-police-vehicles.html
22-Jul-2024 11:00:00 AM CDT |
14-Aug-2024 11:00:00 AM CDT |
EBR Sheriff's Office |
BID #1085 RAZOR WIRE
|
Prison Razor Wire
https://www.centralauctionhouse.com/rfp44818419-bid-1085-razor-wire.html
22-Jul-2024 10:00:00 AM CDT |
21-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000145794 Printing of Mailer – Living Behind a Levee for the Jefferson Parish Department of Floodplain Management
|
Printing of Mailer – Living Behind a Levee for the Jefferson Parish Department of Floodplain Management
https://www.centralauctionhouse.com/rfp43072013-5000145794-printing-of-mailer-living-behind-a-levee-for-the-jefferson-parish-department-of-floodplain-management.html
22-Jul-2024 10:00:00 AM CDT |
29-Jul-2024 11:00:00 AM CDT |
Port of New Orleans |
Nashville A Shed Sprinkler System Replacement - Re-Advertised
|
Nashville A Shed Sprinkler System Replacement - Re-Advertised per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp66985261-nashville-a-shed-sprinkler-system-replacement--re-advertised.html
22-Jul-2024 8:00:00 AM CDT |
20-Aug-2024 11:00:00 AM CDT |
Iberville Parish Government |
HWY 30 Waterline and Pump Station Improvements
|
https://www.centralauctionhouse.com/rfp4348100-hwy-30-waterline-and-pump-station-improvements.html
22-Jul-2024 8:00:00 AM CDT |
20-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145668 - Furnish Labor, Materials and Equipment to Prime and Top Coat an Exposed Water Line for Jefferson Parish Parkways Department
|
Furnish Labor, Materials and Equipment to Prime and Top Coat an Exposed Water Line for Jefferson Parish Parkways Department
https://www.centralauctionhouse.com/rfp66937742-5000145668--furnish-labor-materials-and-equipment-to-prime-and-top-coat-an-exposed-water-line-for-jefferson-parish-parkways-department--.html
22-Jul-2024 12:00:00 AM CDT |
29-Jul-2024 11:00:00 AM CDT |
Terrebonne Parish School District |
Terrebonne Parish School District Exterior and Interior Painting for Legion Park Elementary and Annex Building
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR GENERAL CONSTRUCTION BIDS</b></div> <br />Sealed bids will be received on <b>FRIDAY, AUGUST 16, 2024</b> by the Terrebonne Parish School Board, at the School Board Purchasing Office, 201 Stadium Drive, Houma, LA 70360 until <b>2:00 P.M.</b> Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 2:00 P.M., all bids will be publicly opened and read aloud for the furnishing of item/items listed below in the School Board Purchasing Office. After this time, bids will not be accepted. 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 specifications 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 />TERREBONNE PARISH SCHOOL BOARD<br />EXTERIOR AND INTERIOR PAINTING FOR:<br />Legion Park Elementary School<br />710 Williams Avenue, Houma, LA 70364<br /> and<br />TPSB Annex Building<br />7305 West Main Street Houma, LA 70360<br /> <br /> The Substantial Completion (as defined by AIA Document A201) shall be from the date of Notice to Proceed (within Ten (10) days after the signing of the Contract) as follows:<br /> <div style="text-align: center;"><b>ONE HUNDRED EIGHTY-FIVE (185) CALENDAR DAYS</b></div> <br />An <b>On-Site Mandatory Pre-Bid Conference </b>shall be held for bidders on, <b>THURSDAY AUGUST 1, 2024</b> commencing at <b>9:30 a.m.</b> at Legion Park Elementary School located at 710 Williams Avenue, Houma, LA 70364.<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(A)(1)(c).<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 DISTRICT. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form.<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. 38:2212(A)(1)(C) or LA R.S. 38:2212(0). <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 <b>BUILDING CONSTRUCTION OR SUBCLASSIFICATION FOR PAINTING</b>.<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 reserves the right to waive any informalities in awarding the bid in the best interest of Terrebonne Parish.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local<br />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: MONDAY, JULY 22, 2024 <br />SECOND PUBLICATION: WEDNESDAY, JULY 31, 2024 <br />THIRD PUBLICATION: WEDNESDAY, AUGUST 7, 2024
https://www.centralauctionhouse.com/rfp6547028-terrebonne-parish-school-district-exterior-and-interior-painting-for-legion-park-elementary-and-annex-building.html
22-Jul-2024 12:00:00 AM CDT |
16-Aug-2024 2:00:00 PM CDT |
Livingston Parish Public Schools |
DENHAM SPRINGS HIGH SCHOOL NEW FOOTBALL FIELDHOUSE
|
DENHAM SPRINGS HIGH SCHOOL NEW FOOTBALL FIELDHOUSE<br /><br />Questions, please contact:<br /><br />Coleman Partners Architects LLC<br />3377 North Blvd. Baton Rouge, LA 70806<br />225-387-4414<br /><br />OR<br /><br />Jimmie Wilson, LPPS<br />(225) 686-4324
https://www.centralauctionhouse.com/rfp1229664-denham-springs-high-school-new-football-fieldhouse.html
21-Jul-2024 7:00:00 PM CDT |
13-Aug-2024 2:00:00 PM CDT |
St. Charles Parish Public Schools |
Request for Qualifications for Electronic Inventory Services
|
St. Charles Parish Public Schools (“SCPPS”) is seeking qualifications from brokers to assist SCPSS with electronic inventory. Qualifications are to be submitted electronically. Herein, the words “respondent(s)”, “vendor(s)”, “firm(s)”, or “proposer(s)” are used interchangeably, and refer to the entity who is submitting such a proposal.<br />Interested firms are invited to submit proposals to SCPPB electronically via the Central Auction House website located at the “Online Bids & RFPs” link under the Resources tab at the SCPPS website https://www.stcharles.k12.la.us/. Questions should be submitted electronically via the online site no later than Monday, August 5, 2024 at 12pm Central Standard Time. Firms are responsible for checking the website above periodically for any updates or revisions to the RFQ.<br />All proposals will be accepted until 12pm Central Standard Time on Monday, August 12th. All Qualifications received will be taken under advisement as submitted by the assigned date and time at SCPPS. All requirements must be addressed in your proposal. Non-responsive proposals will not be considered. Failure to follow these instructions could result in disqualification of the qualification. SCPPS reserves the right to reject any and all proposals.
https://www.centralauctionhouse.com/rfp7266345-request-for-qualifications-for-electronic-inventory-services.html
21-Jul-2024 12:45:00 PM CDT |
12-Aug-2024 12:00:00 PM CDT |
Iberia Parish School Board |
Bid #1159 - Bread Products on Blanket order
|
Bids are DUE by 12 noon on Monday, August 5, 2024<br />Bids will be OPENED and READ on Tuesday, August 6, 2024 at 9:00 a.m.
https://www.centralauctionhouse.com/rfp56921045-bid-1159--bread-products-on-blanket-order.html
20-Jul-2024 7:30:00 AM CDT |
05-Aug-2024 12:00:00 PM CDT |
East Feliciana Parish Police Jury |
Grapple Truck
|
East Feliciana Parish Police Jury will receive sealed bids no later than Thursday, August 1, 2024, 5:30pm. Sealed bids shall be submitted to Kaitlyn Bercegeay at 12064 Marston Street, Clinton, LA 70722 to be opened publicly on Thursday, August 22, 2024, 10:00am as follows:<br /><br />(1) One Grapple Truck<br /><br />Bid specifications are available upon request at the above address or by emailing request to
[email protected]
https://www.centralauctionhouse.com/rfp47916532-grapple-truck.html
19-Jul-2024 7:00:00 PM CDT |
01-Aug-2024 5:30:00 PM CDT |
Beauregard Parish Police Jury |
New White 2500 Dodge Tradesman Truck or Equivalent
|
ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Thursday, August 8, 2024 <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, August 8, 2024. <br />For the following item(s):<br /><br /><b>One (1) New White 2500 Dodge Tradesman Truck or equivalent with 4X4 with an 8” bed. </b><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 “NEW TRUCK”<br /> <br />PUBLISH DATES: Friday, July 19, 2024, and Friday, July 26, 2024<br /> <br />/s/ Tina Simmons<br />Purchasing<br />
https://www.centralauctionhouse.com/rfp12059893-new-white-2500-dodge-tradesman-truck-or-equivalent-.html
19-Jul-2024 2:24:00 PM CDT |
08-Aug-2024 9:30:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
SALES TAX STREET AND ROAD REHABILITATION PROGRAM PROJECT 19-3 STREETS IN HERMATIGE & LEXINGTON ESTATES NEIGHBORHOOD AREAS CITY-PARISH PROJECT NO. 24-AO-ST-0006
|
To be published three times Legal- July 19th, 26th & August 2nd, 2024 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: SALES TAX STREET AND ROAD REHABILITATION PROGRAM PROJECT 19-3 STREETS IN HERMATIGE & LEXINGTON ESTATES NEIGHBORHOOD AREAS CITY-PARISH PROJECT NO. 24-AO-ST-0006 PROJECT DESCRIPTION: This project consists of the rehabilitation of asphalt pavements, asphalt patching, and related work. Electronic or sealed bids will be received until 2:00 p.m. Local Time, TUESDAY _ August 13th, 2024 by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) 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): 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 Electronic bids and electronic bid bonds 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 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. 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. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of Ten Dollars ($10.00). (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are nonrefundable in accordance with Louisiana Revised Statutes. 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, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. 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. 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 6% 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 All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge 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. For additional information please contact Dan Rosenquist, at (225) 389-3106 or
[email protected].
https://www.centralauctionhouse.com/rfp78066451-sales-tax-street-and-road-rehabilitation-program-project-19-3-streets-in-hermatige-lexington-estates-neighborhood-areas-city-parish-project-no-24-ao-st-0006.html
19-Jul-2024 8:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
CHOCTAW DRIVE AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-0054)
|
To be published three times-Legal July 19, 26, & August 02, 2024 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: CHOCTAW DRIVE AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-0054) PROJECT DESCRIPTION: Portland cement concrete sidewalks, driveways, concrete curbs, detectable warnings, earthwork, and associated items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, August 13, 2024, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) 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): 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 Electronic bids and electronic bid bonds 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 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. 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. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Form Revised to include EBE requirements May 25, 2023 NC 1 of 2 Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. 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, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. 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. 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 17% 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. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge 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. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For additional information please contact Mr. George Chike, P.E., Project Manager at (225) 389-3186 x 5640 or email at
[email protected]. or Mr. Alex Farr, P.E, Project Manager at (225) 298-0800 or email at
[email protected].
https://www.centralauctionhouse.com/rfp94833665-choctaw-drive-area-ada-transition-project-city-parish-project-no-20-en-hc-0054.html
19-Jul-2024 8:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
City of Morgan City |
GALVANIZED CORRUGATED METAL PIPE, RISERS, RINGS, GRATE AND BANDS
|
PUBLIC NOTICE<br /> <br />INVITATION TO BIDDERS<br /> <br />Sealed bids will be received on August 9, 2024, by the City of Morgan City, in the Conference Room, at City Hall, 512 First Street, Morgan City, Louisiana until 10:00 a.m. (local time). Any bids delivered should be delivered to Genie Bonner, Administrative Secretary, City of Morgan City, 512 First Street, Morgan City, Louisiana, no later than 10:00 a.m. (local time), at which time bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bids will be evaluated by the appropriate party/parties for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />GALVANIZED CORRUGATED METAL PIPE, RISERS, RINGS, GRATE AND BANDS<br /> <br />Specifications and proposal forms are on file in the office of the Administrative Secretary, City Hall, 512 First Street, Morgan City, Louisiana. If bids are mailed, they shall be addressed as follows: Ms. Genie Bonner, Administrative Secretary, City of Morgan City, P.O. Box 1218, Morgan City, Louisiana 70381, and must arrive no later than 10:00 a.m. (local time). The envelope shall be clearly marked – “BIDS – CORRUGATED METAL PIPE.” Please contact Ms. Genie Bonner, 985-380-4715 for any clarifications. Bid documents are posted on www.centralbidding.com and bids are accepted at Central Bidding.<br /> <br />The LOWEST qualified bid will be the one determined to offer the best advantage to the City of Morgan City. The City of Morgan City reserves the right to reject bids for just cause in the best interest of the City of Morgan City.<br /> <br /> <br /> <br />(S) Lee Dragna<br />Lee Dragna<br />Mayor<br /> <br />Publish: July 19, 26 and August 2, 2024<br /> <br />
https://www.centralauctionhouse.com/rfp86662031-galvanized-corrugated-metal-pipe-risers-rings-grate-and-bands.html
19-Jul-2024 6:00:00 AM CDT |
09-Aug-2024 10:00:00 AM CDT |
St. Mary Parish Government |
FACILITY AND INFRASTRUCTURE IMPROVEMENTS AT KEMPER WILLIAMS PARK
|
FACILITY AND INFRASTRUCTURE IMPROVEMENTS<br />AT KEMPER WILLIAMS PARK NEAR PATTERSON, LA<br />FOR ST MARY PARISH GOVERNMENT<br /> <br />Sealed Bids for the construction of FACILITY AND INFRASTRUCTURE IMPROVEMENTS AT KEMPER WILLIAMS PARK NEAR PATTERSON LA– For St Mary Parish Government – Franklin La; will be received until 2:00 PM , local time, on August 13, 2024 , in the meeting room of the St. Mary Parish Government, Fifth Floor – Courthouse Building, Franklin, Louisiana, at which time and place all bids will be publicly read aloud. Bids may also be submitted electronically, and Contractors can obtain bid related materials and post their electronic bids at www.centralbidding.com. Bids received after the above-mentioned time will not be considered. <br />This project consists of the construction of Facility and Infrastructure Improvements at Kemper Williams Park near Patterson LA. The Work will include construction of a permanent Pre-Engineered Metal rain cover with an associated combination Rest Room and Concession area at Kemper Williams Park, 264 Cotten Rd, Patterson, LA 70392. The project will be bid with a Base Bid plus two Deductive Alternate Bids.
https://www.centralauctionhouse.com/rfp79575916-facility-and-infrastructure-improvements-at-kemper-williams-park-.html
19-Jul-2024 12:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
Lafayette Parish School System |
Bid# 10-25 Homeless Department School Uniforms
|
Advertisement for Bids <br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School System by the Purchasing Department located at 202 Rue Iberville, Lafayette, LA 70508 for the following:<br /> <br />Bids will be marked as follows:<br /> <br /> School Uniforms – LPSS Homeless Department<br /> Bid #10-25<br /> Opening: August 1, 2024 @ 10:00 am CST<br /> <br />The bid #10-25 is to procure school uniform polo shirts, pants, shorts, hooded jackets, and v-neck cardigans for the Lafayette Parish School System Homeless Department.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in a Conference Room of the Lafayette Parish School System District Office Building.<br /> <br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com. <br /> <br />The owner 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 waived by any public entity.<br /> <br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.
https://www.centralauctionhouse.com/rfp28277893-bid-10-25-homeless-department-school-uniforms.html
18-Jul-2024 4:37:00 PM CDT |
01-Aug-2024 10:00:00 AM CDT |
Lafayette Parish School System |
Bid# 12-25 Prepackaged School Supply Kits
|
Advertisement for Bids <br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School System by the Purchasing Department located at 202 Rue Iberville, Lafayette, LA 70508 for the following:<br /> <br />Bids will be marked as follows:<br /> <br /> Pre-Packaged School Supply Kits – LPSS Homeless Department<br /> Bid #12-25<br /> Opening: August 1, 2024 @ 10:30 am CST<br /> <br />The bid #12-25 is to procure pre-packaged school supply kits for the Lafayette Parish School System Homeless Department. These school supply kits will be provided to homeless students in the school district.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in a Conference Room of the Lafayette Parish School System District Office Building.<br /> <br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com. <br /> <br />The owner 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 waived by any public entity.<br /> <br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br />
https://www.centralauctionhouse.com/rfp82881575-bid-12-25-prepackaged-school-supply-kits.html
18-Jul-2024 4:37:00 PM CDT |
01-Aug-2024 10:30:00 AM CDT |
Lafayette Parish School System |
Bid# 11-25 Kitchen Equipment
|
Advertisement for Bids <br />Notice is hereby given that sealed bids will be received by the Lafayette Parish School System (LPSS) Purchasing Department, 202 Rue Iberville, Lafayette, LA 70508 for the following as delineated on the Proposal Form:<br /> <br />Bids will be marked as follows:<br /> <br /> Kitchen Equipment<br /> Bid #11-25<br /> Opening: August 1, 2024 at 11:00 a.m. C.S.T.<br /> <br />The bid #11-25 is to purchase of large kitchen equipment for the annual food preparation and service requirements of the Child Nutrition Services Department of the Lafayette Parish School System.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in a Conference Room of the Lafayette Parish School System District Office Building.<br /> <br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com.<br /> <br />The owner 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 waived by any public entity.<br /> <br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.
https://www.centralauctionhouse.com/rfp42991458-bid-11-25-kitchen-equipment.html
18-Jul-2024 3:15:00 PM CDT |
01-Aug-2024 11:00:00 AM CDT |
St. Landry Parish School Board |
BID ON BREAD & BAKERY PRODUCTS - 8/01/2024
|
<div style="text-align: center;"><u><b>LEGAL NOTICE OF BID</b></u></div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P O BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED BIDS UNTIL <b>THURSDAY, AUGUST 1, 2024 @ 1:00 P.M</b>. FOR THE FOLLOWING: “BREAD & BAKERY PRODUCTS” & “PROFESSIONAL VENT CLEANING”, AT WHICH TIME THEY WILL BE PUBLICLY OPENED AND READ ALOUD.<br /><br /><b>BIDS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH BID SUCH AS:<br /><br />“BID ON BREAD & BAKERY PRODUCTS, 8/01/2024”<br /><br />OR “PROFESSIONAL VENT CLEANING, 8/01/2024”<br /><br />IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. <br /> </b><br />BIDS SHALL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE ON ANY ITEM. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM LUCRETIA HERTZOCK IN THE CHILD NUTRITION DEPARTMENT OR LAINEY ESTIS IN THE PURCHASING DEPARTMENT.<br /> <div style="text-align: right;">_______________________________________________<br />MILTON BATISTE, III<br />SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div> <br />TO BE PUBLISHED IN THE DAILY WORLD ON:<br />JULY 18, 2024<br />JULY 25, 2024
https://www.centralauctionhouse.com/rfp28257463-bid-on-bread-bakery-products--8012024.html
18-Jul-2024 12:28:00 PM CDT |
01-Aug-2024 1:00:00 PM CDT |
St. Landry Parish School Board |
PROFESSIONAL VENT CLEANING - 8/01/2024
|
<div style="text-align: center;"><u><b>LEGAL NOTICE OF BID</b></u></div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P O BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED BIDS UNTIL <b>THURSDAY, AUGUST 1, 2024 @ 1:00 P.M.</b> FOR THE FOLLOWING: “BREAD & BAKERY PRODUCTS” & “PROFESSIONAL VENT CLEANING”, AT WHICH TIME THEY WILL BE PUBLICLY OPENED AND READ ALOUD.<br /><br /><b>BIDS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH BID SUCH AS:<br /><br />“BID ON BREAD & BAKERY PRODUCTS, 8/01/2024”<br /><br />OR “PROFESSIONAL VENT CLEANING, 8/01/2024”<br /><br />IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /> <br />BIDS SHALL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE ON ANY ITEM. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM LUCRETIA HERTZOCK IN THE CHILD NUTRITION DEPARTMENT OR LAINEY ESTIS IN THE PURCHASING DEPARTMENT.<br /> <br />?<div style="text-align: right;">_______________________________________________<br />MILTON BATISTE, III<br />SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div> <br />TO BE PUBLISHED IN THE DAILY WORLD ON:<br />JULY 18, 2024<br />JULY 25, 2024
https://www.centralauctionhouse.com/rfp42935147-professional-vent-cleaning--8012024.html
18-Jul-2024 12:27:00 PM CDT |
01-Aug-2024 1:00:00 PM CDT |
Ascension Parish School Board |
SB-10955-Two (2) 2019 School Buses (Used)
|
<div style="text-align: center;"><b>SB-10955<br />Two (2) 2019 School Buses (Used)<br /> </b></div> <br />Sealed bids will be received by the Ascension Parish School Board, not later than 10:00 a.m., August 2, 2024; at the following address:<br /> <div style="text-align: center;"><b>APSB Supply Chain<br />Attention: Amber Miller, Supply Chain Supervisor<br />932 W. Orice Roth Road<br />Gonzales, LA 70737</b></div> <br />The Bids will be opened at the APSB Supply Chain Center immediately following the close of bid time on the above noted date.<br />Preliminary bid information may be obtained by emailing
[email protected] or via www.beaconbid.com/solicitations/ascension-parish-schools.<br />Ascension Public Schools is an Equal Opportunity Employer.
https://www.centralauctionhouse.com/rfp59495687-sb-10955-two-2-2019-school-buses-used.html
18-Jul-2024 7:00:00 AM CDT |
02-Aug-2024 10:01:00 AM CDT |
Ascension Parish School Board |
SB-10956-Cafeteria Small Equipment
|
<div style="text-align: center;"><b>SB-10956<br />Cafeteria Small Equipment</b></div> <br /> <br />Sealed bids will be received by the Ascension Parish School Board, not later than 10:00 a.m., Monday, August 5, 2024; at the following address:<br /> <div style="text-align: center;"><b>APSB Supply Chain<br />Attention: Amber Miller, Supply Chain Supervisor<br />932 W. Orice Roth Road<br />Gonzales, LA 70737</b></div> <br /> The Bids will be opened at the APSB Supply Chain Center immediately following the close of bid time on the above noted date.<br /> Preliminary bid information may be obtained by emailing
[email protected] or via www.beaconbid.com/solicitations/ascension-parish-schools.<br /> Ascension Public Schools is an Equal Opportunity Employer.
https://www.centralauctionhouse.com/rfp50792724-sb-10956-cafeteria-small-equipment.html
18-Jul-2024 7:00:00 AM CDT |
05-Aug-2024 10:01:00 AM CDT |
Lafourche Parish Government |
New Bleachers for the Raceland Ag Rodeo Arena
|
The project consists of the fabrication and installation of new custom aluminum bleacher seating for the New Raceland Ag Rodeo Arena. Contractor shall be responsible for protection of materials and existing site conditions during the course of construction. Any damage to existing site conditions caused by construction activities (damaged paving, ground disturbance such as rutting, etc.) shall be remediated by the Contractor.
https://www.centralauctionhouse.com/rfp90994204-new-bleachers-for-the-raceland-ag-rodeo-arena.html
18-Jul-2024 6:00:00 AM CDT |
15-Aug-2024 2:00:00 PM CDT |
St. Charles Parish Government |
St. Charles Parish East Bank Bridge Park Improvements
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b></div> <br />The Parish of St. Charles, hereby advertises bids for construction of East Bank Bridge Park Improvements as follows:<br /> <br />Owner: <b>St. Charles Parish</b><br /> <br />Project Title: <b>East Bank Bridge Park Improvements </b> <br /> <br />Project No.: <b>RECEBI23</b><br /> <br />Principal Work Location: <b>East Bank Bridge Park, 13244 River Road, Destrehan, LA 70047</b><br /> <br />Description of Basic Work: <b>Construction of new synthetic turf fields and Tennis and Pickleball Courts at the East Bank Bridge Park in Destrehan, LA 70047.</b><br /> <br /><b>Bids:</b> Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, <b>Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057</b>, either by registered or certified mail with return receipt requested, or hand delivered, or electronically submitted at www.centralbidding.com, <b>no later than 2:00 p.m. local time on August 20, 2024</b>. Promptly thereafter, the bids will be publicly opened and read aloud in the Council Chambers of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.<br /> <br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available to Contractors who are properly licensed in Louisiana or to bona fide suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, Civil & Environmental Consulting Engineers, Danny J. Hebert, P.E., LLC, 14433 River Road, Hahnville, LA 70057.<br /> <br />A payment of $100.00 in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D).<br /> <br /><b>Pre-Bid Conference:</b> A Pre-Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on <b>August 6, 2024, at 2:00 p.m. at the Edward A. Dufresne Community Center, 274 Judge Edward Dufresne Parkway, Luling, Louisiana. </b> Attendance of the Pre-Bid Conference is <b>Non-mandatory</b>.<br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid.<br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title.<br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation.<br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening.<br /> <br /> <br />St. Charles Parish Council<br />Matthew Jewell, Parish President<br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br />The Advocate (Baton Rouge)<br />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /> <br />Thursday, July 18, 2024<br />Thursday, July 25, 2024<br />Thursday, August 01, 2024
https://www.centralauctionhouse.com/rfp17498761-st-charles-parish-east-bank-bridge-park-improvements.html
18-Jul-2024 12:00:00 AM CDT |
20-Aug-2024 2:00:00 PM CDT |
Livingston Parish Public Schools |
LPPS Bid No. 25-01: Retrofit School Buses with A/C
|
Invitation to Bid:<br />LPPS Bid No. 25-01: Retrofit School Buses with A/C<br /><br />Responses Due: August 6, 2024 @ 2:00 PM<br /><br />For Questions:<br />Bridget Demonica<br />
[email protected]<br />(225) 686-4224
https://www.centralauctionhouse.com/rfp44881434-lpps-bid-no-25-01-retrofit-school-buses-with-ac.html
18-Jul-2024 12:00:00 AM CDT |
06-Aug-2024 2:00:00 PM CDT |
Livingston Parish Government |
RFP for Grass Cutting Services Throughout Livingston Parish
|
RANDY DELATTE<br />LIVINGSTON PARISH PRESIDENT <div style="text-align: center;"><b>RFP NOTICE</b></div> <br /><b>REQUEST FOR PROPOSALS</b> will be received by Livingston Parish Government at the Purchasing Office, 2nd floor of the Livingston Parish Health Unit, 29261 South Frost Road, Livingston, LA 70754 (mailing address PO Box 427, Livingston, LA 70754), until <b>Tuesday, August 13, 2024, at 2:00 p.m. (CST)</b>. Bids will be publicly opened and read aloud for the following:<br /> <div style="text-align: center;"><b>SERVICE CONTRACT FOR ANNUAL GRASS CUTTING THROUGHOUT LIVINGSTON PARISH</b>:</div> <ul> <li><b>Bush Hogging</b> at the Livingston I-12 Interchange (Min. 6x Per Year)</li> <li><b>Grass Cutting</b> at Holden, Albany, and Satsuma I-12 Interchanges (Min. 6x Per Year)</li> <li><b>Bush Hogging</b>, Misc – As Directed (Per Acre)</li> <li><b>Grass Cutting</b>, Misc. – As Directed (Per 1,000 SF) </li></ul>Proposals must be submitted in a <b>SEALED</b> envelope or package and <i>clearly marked with the Proposer’s Name & Address</i> & "<b>2024 ANNUAL GRASS CUTTING SERVICE</b>" on the envelope.<br /> <br /><b>Awards</b>:<ul> <li><b>Lowest Price Per Service</b>: Proposer shall be awarded based on the lowest price per service.</li> <li><b>Split Awards/Contracts</b>: Successful proposers will be contacted after the evaluation is complete. Split awards/contracts may be made based on the evaluation of proposals. </li></ul><br />The contract(s) will be for a twelve (12) month period. The contract(s) may be renewed for additional one (1) year terms with mutual agreement, not extending beyond December 31, 2028.<br /> <br /><b>Documents</b> can be obtained on the Central Auction House website or at the Livingston Parish Government Purchasing Department, 2nd floor of the Livingston Parish Health Unit, 29261 South Frost Road, Livingston, LA 70754.<br /> <br /><b>Electronic Bids</b> are accepted via Central Auction House at Central Auction House Link. For electronic bidding questions, contact Central Bidding at 225-810-4814.<br /> <br /><b>Insurance Requirement</b>: The lowest responsive bidder(s) awarded must have a minimum of $1,000,000 General Liability Insurance and carry Workmen’s Compensation Insurance. Insurance certificates must be sent to
[email protected] before work commences.<br /> <br /><b>Contractor Requirements</b>:<br />In Good Standing: Contractor must be in good standing with the Louisiana Secretary of State.<br /><br /><b>Equipment Qualification</b>: Contractor must be qualified to operate necessary equipment or machinery.<br /><br /><b>Licenses and Permits</b>: Contractor must secure and maintain all licenses and permits required for the above services. <br /><br /><b>Bid Disqualification</b>: Livingston Parish Government reserves the right to deem bids non-responsive if vendors cannot meet these requirements or are not in good standing with the Louisiana Secretary of State.<br /> <br /><b>Bid Rejection</b>: In accordance with R.S. 38:2214(B), Livingston Parish Government reserves the right to reject any and all bids.<br /> <br /><b>LP NEWS</b> - Please publish 7/18/24, 7/25/24 & 8/1/2024
https://www.centralauctionhouse.com/rfp90967975-rfp-for-grass-cutting-services-throughout-livingston-parish.html
18-Jul-2024 12:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
St. Landry Parish Government |
Obstruction Removal - Runway 18/36 (Tree Removal, Clearing, Brush Mulching)
|
<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the St. Landry Parish Government up to the hour of 2:00 p.m. CDST at the St. Landry Parish Government Office, 118 South Court Street, Room 133, Opelousas, Louisiana 70570, on<br />WEDNESDAY, AUGUST 14, 2024<br />and then publicly opened and read, for the following items of work:<br />Obstruction Removal - Runway 18/36 (Tree Removal, Clearing, Brush Mulching)<br /> including all necessary labor, materials, equipment, tools, etc., required as set forth in the Plans and Specifications. Copies of Plans, Specifications, Proposal Forms, and other Contract Documents may be examined and obtained from the office of Morgan Goudeau & Associates, Inc., 1703 West Landry Street, Opelousas, Louisiana, upon deposit of one hundred dollars($75.00) for each set of documents. Copies of Bid Documents can be provided in electronic format (PDF) at no cost. Deposits on the first set of documents furnished to bona fide PRIME BIDDERS, fully licensed by the Louisiana State Licensing Board for Contractors, will be fully refunded upon the return of the documents in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to said Prime Bidders, the payment of one hundred dollars($75.00) shall constitute the cost of reproduction and handling and will NOT BE REFUNDED. Please find Bid related materials and place electronic bids at www.centralbidding.com. Classification of Contractor’s License - Highway, Street and Bridge; Municipal and Public Works; or Heavy.<br />Policy: It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds.<br />Buy American Provision: The proposed contract is subject to Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Specifications.<br />A Non-Mandatory Pre-Bid meeting will be held on Tuesday, August 6, 2024 at 11:00 a.m., at the St. Landry Parish Airport Terminal Building, 299 Hanger Road, Opelousas, Louisiana 70570.<br />All Bidders and Proposers shall make good faith efforts, as defined in 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract 7.18% of the dollar value of the Prime Contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the Bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged are Women, Blacks, Hispanics, Native Americans, Asian-Pacific Americans and Asian-Indian Americans. The apparent successful Bidder (Proposer) will be required to submit information concerning the DBE’s that will participate in this Contract. The information will include the name and address for DBE, a description of the work to be performed by each named firm, and the dollar value of the Contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A Bid that fails to meet these requirements will be considered nonresponsive.<br />The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Specifications.<br />The Bidder (Proposer) must supply all the information required by the Bid or Proposal Form.<br />The Bidder must have an active SAMS CAGE CODE and UNIQUE ENTITY IDENTIFIER (UEI) number.<br />The successful Bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirements for such a Certification where the amount of the subcontract exceeds $10,000.00. Samples of the Certification and Notice to Subcontractors appear in the Specifications.<br />Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities.<br />For contracts of $50,000.00 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000.00 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract.<br />Proposals shall be enclosed in a sealed envelope addressed to the Jessie Bellard, President, St. Landry Parish Government, Opelousas, Louisiana and plainly marked on the outside, “Obstruction Removal - Runway 18/36” at St. Landry Parish Airport, MGA Project S#500B". Bids must be accompanied by a Certified Check or Bid Bond in the amount equal to five percent (5%) of the Bid, made payable to the St. Landry Parish Government, as a guarantee that the Bidder will furnish all necessary bonds and enter into a Contract if his bid is accepted. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570 and be licensed to do business in the State of Louisiana.<br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof, unless withdrawal of bid is in accordance with LA. R.S. 38:2214C.<br />The St. Landry Parish Government reserves the right to reject any and all Bids for Just Cause in accordance with Public Bid Law.<br />Thus done and signed at Opelousas, Louisiana, this 9th day of July, 2024.<br />Jessie Bellard, President<br />St. Landry Parish Government<br />Attest: Jamie Speyrer<br />Director of Finance<br />ADVERTISE: JULY 18, 25, AUGUST 1, 2024 (3T) - EUNICE NEWS<br />ADVERTISE: JULY 23, 2024 (1T) - BATON ROUGE ADVOCATE
https://www.centralauctionhouse.com/rfp13721068-obstruction-removal--runway-1836-tree-removal-clearing-brush-mulching.html
18-Jul-2024 12:00:00 AM CDT |
14-Aug-2024 2:00:00 PM CDT |
Tangipahoa Parish Government |
REQUET FOR PROPOSALS INFORMATION TECHNOLOGYH (IT) SUPPORT SERVICES DURING EMERGENCY OPERATION CENTER ACTIVATION
|
TANGIPAHOA PARISH GOVERNMENT IS REQUESTING PROPOSALS FROM QUALIFIED, PROFESSIONAL TECHNOLOG VENDORS FOR INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES DURING DISASTER. UPON THE PARISHS REQUEST THE VENDOR WILL PROVIDE IT SUPPORT ON SITE AT THE TANGIPAHOA PARISH EOC FOR THE FULL DURATION OF THE EVENT.
https://www.centralauctionhouse.com/rfp36170742-requet-for-proposals-information-technologyh-it-support-services-during-emergency-operation-center-activation.html
17-Jul-2024 3:30:00 PM CDT |
05-Aug-2024 4:00:00 PM CDT |
Jefferson Parish Government |
5000145666 Three (3) Year Contract to Provide All Labor, Materials and Equipment to Train, Troubleshoot, Repair and Program Alerton Compass Automated and Mechanical Systems at Various Buildings for the Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145666<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 13, 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 />Three (3) Year Contract to Provide All Labor, Materials and Equipment to Train, Troubleshoot, Repair and Program Alerton Compass Automated and Mechanical Systems at Various Buildings 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.net 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 /><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: July 17, 24 and 31, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp20422490-5000145666-three-3-year-contract-to-provide-all-labor-materials-and-equipment-to-train-troubleshoot-repair-and-program-alerton-compass-automated-and-mechanical-systems-at-various-buildings-fo.html
17-Jul-2024 1:49:00 PM CDT |
13-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0488-To Provide Carnival Reviewing Stands on The Eastbank and Westbank of Jefferson Parish
|
<br />REQUEST FOR PROPOSAL<br /> RFP 0488<br /> <br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to Provide East Bank and West Bank Carnival/Mardi Gras reviewing stands for the 2025 and 2026 Carnival seasons for the Department of Citizens’ Affairs<br /> <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 /> <br /> <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 /> <br /> <br /> <br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net 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 /> <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 August 16, 2024. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br /> <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 /> <br /> <br /><br />Renny Simno<br />Director Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: July 17, 24, & 31, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp89627119-rfp-0488-to-provide-carnival-reviewing-stands-on-the-eastbank-and-westbank-of-jefferson-parish.html
17-Jul-2024 1:31:00 PM CDT |
16-Aug-2024 3:30:00 PM CDT |
Jefferson Parish Government |
5000145583 Two Year Contract to Install, Uninstall and Reinstall Vehicle Tracking Equipment for the Jefferson Parish Department of Fleet Management
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145583<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 13, 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 />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 to Provide Labor to Install, Uninstall and Reinstall Vehicle Tracking Equipment for the Jefferson Parish Department of Fleet Management.<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, 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: July 17, 24 and 31, 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/rfp90952271-5000145583-two-year-contract-to-install-uninstall-and-reinstall-vehicle-tracking-equipment-for-the-jefferson-parish-department-of-fleet-management.html
17-Jul-2024 12:00:00 PM CDT |
13-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145784 Labor, Materials and Equipment Necessary to Replace Traction and Hydraulic Elevator Controllers at Multiple Jefferson Parish Facilities
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145784<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 15, 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 />Labor, Materials and Equipment Necessary to Replace Traction and Hydraulic Elevator Controllers at Multiple Jefferson Parish Facilities<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.net 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 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 />A MANDATORY Pre-Bid Conference will be held at 09:30 am on Thursday, August 1, 2024 in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA70053.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 /> <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: July 17, 24, and 31, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.netor you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp90979185-5000145784-labor-materials-and-equipment-necessary-to-replace-traction-and-hydraulic-elevator-controllers-at-multiple-jefferson-parish-facilities.html
17-Jul-2024 11:28:00 AM CDT |
15-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145016 One (1) Year Contract for Model Year 2025 Light Vehicles for the Jefferson Parish Department of Fleet Management
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145016<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 15, 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 />One (1) Year Contract for Model Year 2025 Light Vehicles for the<br />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.net 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 /><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: July 17 and 24, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp36179876-5000145016-one-1-year-contract-for-model-year-2025-light-vehicles-for-the-jefferson-parish-department-of-fleet-management.html
17-Jul-2024 11:00:00 AM CDT |
15-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145482-Terrytown II Sewer Forcemain Replacement (Meadowbrook LS to Harvey WWTP) Sewer Capital Improvement Program (SCIP) Project NO. D3415
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145482<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 22, 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 /> Terrytown II Sewer Forcemain Replacement<br />(Meadowbrook LS to Harvey WWTP)<br />Sewer Capital Improvement Program (SCIP)<br /> Project NO. D3415<br /> <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 Pivotal Engineering, LLC, 1515 Poydras Street, Suite 1150, New Orleans LA 70112 (PHONE 504-799-3653, FAX 504-799-3654) 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 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 the General Government Building 200 Derbigny St., Suite 4400, Gretna, LA 70053 on August 2, 2024 at 9:30 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: July 17, 24, & 31, 2024<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/rfp77501733-5000145482-terrytown-ii-sewer-forcemain-replacement-meadowbrook-ls-to-harvey-wwtp-sewer-capital-improvement-program-scip-project-no-d3415.html
17-Jul-2024 10:24:00 AM CDT |
22-Aug-2024 2:00:00 PM CDT |
Lafitte Area Independent Levee District |
CONSTRUCTION EQUIPMENT AND OPERATOR RENTAL FOR EMERGENCY FLOOD FIGHTING EVENTS BID NO. 2024-002
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by the Lafitte Area Independent Levee District until 10:00 A.M., local time on Friday, August 16, 2024 at the Leo Kerner, Jr. Multipurpose Complex, 4917 City Park Drive, Lafitte, Louisiana 70067, or on?line at www.centralauctionhouse.com.Bids will be publicly opened and read aloud upon completion of administrative tasks for the following:<br />CONSTRUCTION EQUIPMENT AND OPERATOR RENTAL FOR EMERGENCY FLOOD FIGHTING EVENTSBID NO. 2024-002<br /> <br />The rental services under this bid will be utilized on an “as needed” basis for emergency flood fighting events, which may result from hurricanes, levee breaks, floods, tornados, or other natural and man- made disasters. The specific services to be provided by the Contractor will be established by the Owner based on emergency flood protection needs. The primary work is expected to involve the installation of earthen fill, sandbags, and gabions at potential breach locations; hauling earthen fill, sandbags, and gabions to potential breach locations; and filling bulk sandbags and gabions.<br /> <br />A LA State Contractor's License will be required in accordance with LSA R.S. 37-2150 et. seq. and such license number will be shown on the outside of the bid envelope.<br />All bids must be in accordance with the contract documents on file at the Leo Kerner Jr. Multipurpose Center, 4917 City Park Drive, Lafitte, Louisiana 70067. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by certified check, cashiers 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 />The bid specifications and contract documents are on file and open for inspection during normal business hours at the Town of Jean Lafitte City Hall, 2654 Jean Lafitte Blvd., Lafitte, Louisiana 70067. Bid specifications and contract documents may be obtained from the Leo Kerner Jr. Multipurpose Complex, 4917 City Park Drive, Lafitte, Louisiana 70067 (PHONE: (504) 689-2208).<br />The successful bidder will be required to furnish performance and payment bonds 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 Lafitte Area Independent Levee District 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 />Timothy P. Kerner, President<br />Lafitte Area Independent Levee District<br /> <br /> <br />ADV:Times Picayune: 7/17/24, 7/24/24, 7/31/24
https://www.centralauctionhouse.com/rfp49487399-construction-equipment-and-operator-rental-for-emergency-flood-fighting-events-bid-no-2024-002.html
17-Jul-2024 10:15:00 AM CDT |
16-Aug-2024 12:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
RFQ HEALTH INSURANCE BROKER
|
St John the Baptist is accepting RFQ packages for a Health Insurance Broker until
https://www.centralauctionhouse.com/rfp89895875-rfq-health-insurance-broker-.html
17-Jul-2024 10:00:00 AM CDT |
05-Aug-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Bond Project - New Gym at Laplace Elementary
|
St John the Baptist Parish is accepting Bids for the Bond Project for New GYM AT LES UNTIL August 15, at 10:00 am
https://www.centralauctionhouse.com/rfp36176116-bond-project--new-gym-at-laplace-elementary-.html
17-Jul-2024 10:00:00 AM CDT |
15-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000145659-One (1) Year Contract for the purchase of Vinyl Sheeting for The Jefferson Parish Drainage Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145659<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 6, 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 />One (1) Year Contract for the purchase of Vinyl Sheeting for<br />The Jefferson Parish Drainage Department <br /> <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 /> <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: July 17 & 24, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp93540340-5000145659-one-1-year-contract-for-the-purchase-of-vinyl-sheeting-for-the-jefferson-parish-drainage-department.html
17-Jul-2024 9:32:00 AM CDT |
06-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145503 PURCHASE OF CHAIN & RAKE BAR SCREEN SYSTEM FOR THE JEFFERSON PARISH DEPARTMENT OF SEWERAGE
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145503<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 27, 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 />Purchase of Chain and Rake Bar Screen System for the Harvey Wastewater Treatment Plant for the Department of Sewerage<br /> <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 /> <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 />A MANDATORY Pre-Bid Conference will be held at 9:00 AM on Aug 1, 2024 in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA70053.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 /> <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: July 17, 24, and 31, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp57872036-5000145503-purchase-of-chain-rake-bar-screen-system-for-the-jefferson-parish-department-of-sewerage.html
17-Jul-2024 9:14:00 AM CDT |
27-Aug-2024 2:00:00 PM CDT |
St. Tammany Parish School Board |
INSTALLATIONS, REPAIRS & TROUBLESHOOTING OF CAMERA SYSTEMS, CHILD CHECKMATE, MOBILE RADIO SYSTMES, GPS HARDWARE & TABLET SYSTEMS (2ND REQUEST)
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp86030934-installations-repairs-troubleshooting-of-camera-systems-child-checkmate-mobile-radio-systmes-gps-hardware-tablet-systems-2nd-request.html
17-Jul-2024 9:00:00 AM CDT |
16-Aug-2024 3:00:00 PM CDT |
St. Tammany Parish School Board |
FRESH FRUITS, VEGETABLES & EGGS
|
ALL BIDS MUST BE SUBMITTED AS PER BID SPECIFICATIONS
https://www.centralauctionhouse.com/rfp6564808-fresh-fruits-vegetables-eggs.html
17-Jul-2024 9:00:00 AM CDT |
31-Jul-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145087 Two (2) Year Contract to Supply Sewer Cleaner Hoses and Related Items for the Jefferson Parish Department of Public Works – All Divisions of Sewerage and Water
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145087<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 15, 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 />Two (2) Year Contract to Supply Sewer Cleaner Hoses and Related Items for the<br />Jefferson Parish Department of Public Works – All Divisions of Sewerage and Water<br /> <br /> <br /> <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 /> <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 />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: July 17 and 24, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp20460024-5000145087-two-2-year-contract-to-supply-sewer-cleaner-hoses-and-related-items-for-the-jefferson-parish-department-of-public-works-all-divisions-of-sewerage-and-water.html
17-Jul-2024 9:00:00 AM CDT |
15-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145533 17th Street Corridor Improvements
|
ADVERTISEMENT FOR BIDS BID NO. 50-00145533<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 27, 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 />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 />17th STREET CORRIDOR IMPROVEMENTS<br />Purchases for this project shall be exempt from state sales and use tax according to La.<br />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 Dana Brown and Associates, 1836 Valence Street, New Orleans, Louisiana 70115, (504) 345-2639 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 />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 August 02 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 Director<br />Purchasing Department<br />Misty A. Camardelle Assistant Director Purchasing Department<br />ADV: The New Orleans Advocate: July 17, 24 and 31, 2024<br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp90907264-5000145533-17th-street-corridor-improvements.html
17-Jul-2024 9:00:00 AM CDT |
27-Aug-2024 2:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
Port of Columbia - Security Fence
|
ADVERTISEMENT FOR BIDS<br />07/17/2024<br />The Columbia Port Commission (CPC) will receive Sealed Bids marked "Bid" for the construction of the project described as follows: <br />PORT OF COLUMBIA - SECURITY FENCE<br />DHS, FY 2022 Port Security Grant Program #EMW-2022-PU-00098<br />Sealed Bids for the construction of the above project will be received by the Columbia Port Commission located at the Caldwell Parish Police Jury office at 201 Main Street, #5, Columbia La 71418, until 11:30 a.m. Central Time on Thursday, August 15, 204, at which time and place bids will be publicly opened and read. Any bids submitted after the above date and time will not be considered. All bids must be submitted on the proper form. The contractor must include his contractor's license number on the Bid. <br />Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com, Louisiana Agencies, under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submit a bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Construction documents can also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail. Printed sets require payment of $200 dollars per set. Documents can be mailed to bidders for an additional 15.00 per set. In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to 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. Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids in accordance with LSA R.S. 38:2212(e). Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the Engineer or designated website. <br />Bid Proposals will not be accepted through email or the central bidding website. Bids will be accepted in person, delivery or mail and must be received prior to the bid opening date and time. <br />Contractors are responsible for reproduction/printing of pdf Bidding Documents. Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect. For contractor information, this project is classified as Building Construction and/or Heavy construction. <br />In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date. <br />The Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. 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 />All bidders must have an active Unique Entity ID Number (UEI), as verified on www.sam.gov, prior to the beginning of construction. The prime contractor is responsible for all Subcontractor’s. All subcontractor’s must also have a current Unique Entity ID Number (UEI), as verified on www.sam.gov, to be eligible to work on federally funded projects. <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Instructions to Bidders. Bid bonds 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. <br />The contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance with LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. The Bids will remain subject to acceptance for forty-five (45) days after the Bid has opened, or for such longer period of time that Bidder may agree to in writing upon request of Owner. <br />Any interpretation of the bid documents shall be in writing addressed to Bryant Hammett & Associates, L.L.C. at 6885 Hwy. 84 West, Ferriday, LA 71334 or emailed to
[email protected] and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. No communication after this date. <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed. <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. <br />The successful bidder shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.<br />Please notify the Columbia Port Commission (318) 594-2939 seven (7) days in advance of the scheduled bid opening if special accommodation specified under ADA are required. <br />The Owner hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award. <br />On projects involving state or federal funds the award of contract will be contingent upon concurrence by the appropriate funding agencies.<br /> <br />Caldwell Watchman Publication Dates: <br />July 17, 024, July 24, 2024 & July 31, 2024 <br />Columbia Port Commission<br />Greg Richardson, Port Director
https://www.centralauctionhouse.com/rfp35618774-port-of-columbia--security-fence.html
17-Jul-2024 9:00:00 AM CDT |
15-Aug-2024 11:30:00 AM CDT |
Jefferson Parish Government |
5000145576-Labor, Materials & Equipment necessary to furnish & install Aluminum Bleachers at various playground locations for the Jefferson Parish Recreation Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145576<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 13, 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 />Labor, Materials & Equipment necessary to furnish & install Aluminum Bleachers <br />at 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.net 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: July 17, 24, & 31, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp89689885-5000145576-labor-materials-equipment-necessary-to-furnish-install-aluminum-bleachers-at-various-playground-locations-for-the-jefferson-parish-recreation-department.html
17-Jul-2024 8:53:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145590 THREE(3) YEAR CONTRACT FOR THE SUPPLY OF LAWN EQUIPMENT TO BE ORDERED ON AN AS NEEDED BASIS FOR THE JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145590<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 8, 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 />Three (3) Year Contract for the Supply of Lawn Equipment on n as Needed Basis for The Jefferson Parish Department of Parks and Recreation<br /> <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 /> <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 />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: July 17 and 24, 2024<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/rfp44856058-5000145590-three3-year-contract-for-the-supply-of-lawn-equipment-to-be-ordered-on-an-as--needed-basis-for-the-jefferson-parish-department-of-parks-and-recreation.html
17-Jul-2024 8:49:00 AM CDT |
08-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
24-AUG-0701 2025 Toyota Vehicles
|
<br />Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 10:00 a.m. Wednesday August 7, 2024 at the Jefferson Parish Sheriff’s Office Administrative Complex, 1233 Westbank Expressway, Harvey, La. 4th floor, room 411. Bid will be opened at 10:00 a.m., Wednesday August 7, 2024 and read aloud for:<br /> <br />2025 Toyota Vehicles<br /> <br />Detailed list of specifications is available at the above address. The Sheriff, Parish of Jefferson, reserves the right to accept or reject any and all bids in whole or in part and waive formalities.<br /> <br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />Bid # 23-AUG-0701<br /> <br />ADV: The New Orleans Advocate<br />July, 17, 24 and 31, 2024 <br /><br />Bids can also be obtained on JPSO.com under Publis Bids
https://www.centralauctionhouse.com/rfp37207524-24-aug-0701-2025-toyota-vehicles.html
17-Jul-2024 6:00:00 AM CDT |
07-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Sheriff's Office |
24-AUG-0702 Pro-Gard Products
|
<br />Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 11:00 a.m. Wednesday August 7, 2024 at the Jefferson Parish Sheriff’s Office Administrative Complex, 1233 Westbank Expressway, Harvey, La. 4th floor, room 411. Bid will be opened at 11:00 a.m., Wednesday August 7, 2024 and read aloud for:<br /> <br />Pro-Gard Products<br /> <br />Detailed list of specifications is available at the above address. The Sheriff, Parish of Jefferson, reserves the right to accept or reject any and all bids in whole or in part and waive formalities.<br /> <br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />Bid # 23-AUG-0702<br /> <br />ADV: The New Orleans Advocate<br />July, 17, 24 and 31, 2024 <br /><br />Bid can also be opbtained from JPSO.com under public bids
https://www.centralauctionhouse.com/rfp86038802-24-aug-0702-pro-gard-products.html
17-Jul-2024 6:00:00 AM CDT |
07-Aug-2024 11:00:00 AM CDT |
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, August 13, 2024 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 Tuesday, July 30, 2024, 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 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 accommodations 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
https://www.centralauctionhouse.com/rfp20458090-eunice-allemand-pump-station-rehabilitation.html
17-Jul-2024 12:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
Iberia Parish Government |
Tri-Box Hangar for Iberia Parish Airport Authority
|
IBERIA PARISH AIRPORT AUTHORITY (herein referred to as the "Owner") hereby solicits sealed bids for the TRI-BOX HANGAR project described as follows:<br />STATEMENT OF WORK: This project is for the construction of a pre-manufactured metal 3 Unit box hangar (135 ft. x 42 ft) on a concrete foundation with aircraft bi-fold doors, restroom, and concrete apron.<br />PROJECT DURATION: 350 Calendar Days<br />BID SUBMITTAL: Sealed Bids shall be addressed to: ATTENTION: Michael Broussard, Purchasing Officer, Iberia Parish Government and delivered to 300 Iberia St., Ste. 400, New Iberia, LA 70560 not later than 10:00 a.m. CST on Wednesday August 21st,2024 Any bid received after the specified time and date will not be considered.<br />BID OPENING: The sealed bids will be publicly opened and read aloud at 10:00 a.m. CST on Wednesday August 21st,2024 at the Iberia Parish Council Chambers located at 300 Iberia St., Ste. 400, New Iberia, LA 70560<br /> <br />PRE-BID MEETING: Attendance at the Pre-Bid Conference is not mandatory in order to bid on the project; however, bidders are encouraged to attend. It is the responsibility of all potential bidders to visit the job site to assess the location and conditions prior to bidding.<br />A Non-Mandatory Pre-Bid Meeting will be held on 10:00 a.m. CST on Wednesday July 31st, 2024 at the Iberia Parish Council Chambers of the Courthouse Building located at 300 Iberia Street, Suite 400, New Iberia, LA 70560.<br />BID DOCUMENTS: Pursuant to the Louisiana Revised Statute, Bidders may obtain Bid Documents as well as 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 225-810-4814. 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 />In addition to Central Bidding, the engineer provides the Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com. Please submit questions for the project by Wednesday August 14th, 2024, through www.civcastusa.com in the Q&A portal.<br />The project manager: Jeff Sumner, P.E. Email:
[email protected]<br />FUNDING ADVISEMENT: Notice is hereby given that the project is funded through State Grants which funds will not be available at the time of bidding. The Owner may reject all bids and cancel this solicitation should adequate funding not be secured within Sixty (60) days after bid opening. The time limits stipulated in LA. R.S. 38:2215(D) do not apply based upon the statutory exception that “the contract is to be financed in whole or in part by federal or other funds which will not be readily available at the time bids are opened.”<br />REQUIRED LICENSE: Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Commercial Construction License. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br />CERTIFICATE OF LIABILITY: The signature on the bid must be that of an authorized representative of the corporation, partnership, or other legal entity, as defined by Louisiana Public Bid Law Revised Statute 38:2212. A.(1)(c) which dictates parties authorized to submit bids for public contracts. All required Certificates of Liability Insurance shall list the Iberia Parish Airport Authority as “additionally insured.” <br />OWNERS RIGHTS: 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. 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 />BIDDING DOCUMENTS: 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 />APPLICABLE LAWS, ORDINANCES, & RULES & REGULATIONS: All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout.<br />BID SECURITY: 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 />BID WITHDRAWAL: No bidder may withdraw his/her bid within sixty (60) days after the actual date of the opening thereof, except as provided under LA. R.S. 38:2214.<br /> <br />OWNER:<br />IBERIA PARISH AIRPORT AUTHORITY<br />BY: Pat Norris, Chairman
https://www.centralauctionhouse.com/rfp4304953-tri-box-hangar-for-iberia-parish-airport-authority.html
17-Jul-2024 12:00:00 AM CDT |
21-Aug-2024 12:00:00 AM CDT |
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/rfp49891190-jb-museum-bas-retrofit-jackson-barracks-new-orleans-louisiana.html
17-Jul-2024 12:00:00 AM CDT |
28-Aug-2024 11:00:00 AM CDT |
Lafitte Area Independent Levee District |
REQUEST FOR PROPOSALS FOR DEBRIS MONITORING SERVICES
|
Notice is hereby given that sealed proposals will be received until the hour of 10:00 A.M. local time on Friday, August 16, 2024, in the Leo Kerner Jr. Multipurpose Complex, located at 4917 City Park Drive, Lafitte, Louisiana, 70067, or through e-mail directed to
[email protected] for:<br /> <br /> DEBRIS MONITORING SERVICES FOR THELAFITTE AREA INDEPENDENT LEVEE DISTRICT<br />Proposals received by the Lafitte Area Independent Levee District, (LAILD) prior to the specified time will be reviewed and taken under consideration by the LAILD for award. Proposals received after the specified time will not be considered.<br />The scope of services shall consist of debris removal monitoring in accordance with FEMA Guidelines in response to any federal, state, or locally declared disaster or emergency.Only the Proposals of Those Qualified in Debris Removal Monitoring Will Be Considered. The Proposers shall be able to provide a list of previous similar projects with references where the firm has provided such services, when requested. The Owner reserves the right to reject any and all proposals received and to award said proposals in the best interest of the Owner.<br /> <br />The Request for Proposals and any published Addenda, may be obtained from:<br /> <br /> <br />Lafitte Area Independent Levee District<br />4917 City Park Drive<br /> Lafitte, LA 70067<br />
[email protected]<br /> <br /> <br />ADV: The New Orleans Advocate<br /> 7/17/24, 7/24/24, 7/31/24
https://www.centralauctionhouse.com/rfp59451884-request-for-proposals-for-debris-monitoring-services.html
17-Jul-2024 12:00:00 AM CDT |
16-Aug-2024 10:00:00 AM CDT |
Lafitte Area Independent Levee District |
SUPPLY OF CONSTRUCTION MATERIALS FOR EMERGENCY FLOOD FIGHTING EVENTS BID NO. 2024-01
|
ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the Lafitte Area Independent Levee District until 10:00A.M., local time on Friday August 16, 2024 at the Leo Kerner Jr. Multipurpose Complex, 4917 City Park Drive, Lafitte, Louisiana 70067, or on?line at www.centralauctionhouse.com. Bids will be publicly opened and read aloud upon completion of administrative tasks for the following:<br /> <br />SUPPLY OF CONSTRUCTION MATERIALS FOR EMERGENCY FLOOD FIGHTING EVENTS BID NO. 2024-01 <br />The work consists of furnishing construction materials on an “as needed” basis for emergency flood fighting events, which may result from hurricanes, levee breaks, floods, tornados, or other natural and man-made disasters. The construction materials for this bid consist of river sand, pre-filled sand bags, un-filled bulk sandbags, and geotextile lined welded wire mesh gabions.<br />All bids must be in accordance with the contract documents on file at the Leo Kerner Jr. Multipurpose Complex, 4917 City Park Drive, Lafitte, Louisiana 70067. Late bids will not be accepted.<br />Each Bid must be accompanied by certified check, cashiers 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 bid specifications and contract documents are on file and open for inspection during normal business hours at the Town of Jean Lafitte City Hall, 2654 Jean Lafitte Blvd., Lafitte, Louisiana 70067. Bid specifications and contract documents may be obtained from the Leo Kerner Jr. Multipurpose Complex, 4917 City Park Drive, Lafitte, Louisiana 70067 (PHONE: (504) 689-2208).<br /> <br />The successful bidder will be required to furnish performance and payment bonds 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 Lafitte Area Independent Levee District 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 /> <br />Timothy P. Kerner, Jr.,President<br />Lafitte Area Independent Levee District<br /> <br /> <br />ADV:Times Picayune: 7/17/24, 7/24/24, 7/31/24
https://www.centralauctionhouse.com/rfp26265366-supply-of-construction-materials-for-emergency-flood-fighting-events-bid-no-2024-01.html
17-Jul-2024 12:00:00 AM CDT |
16-Aug-2024 10:00:00 AM CDT |
Lafitte Area Independent Levee District |
DISASTER RELATED FACILITY REMEDIATION SERVICES BID NO. 2024-03
|
ADVERTISEMENT FOR BIDS<br /><br /> Sealed bids will be received by the Lafitte Area Independent Levee District until _10:00_A.M., local time on August 16,_2024 at the Leo Kerner Jr. Multipurpose Complex, 4917 City Park Drive, Lafitte, Louisiana 70067, or on?line at www.centralauctionhouse.com. Bids will be publicly opened and read aloud upon completion of administrative tasks for the following:<br />DISASTER RELATED FACILITY REMEDIATION SERVICES BID NO. 2024-03 <br />The services under this bid will be utilized on an “as needed” basis to eliminate potential health hazards and mitigate the extent of damage at facilities that have been impacted by hurricanes, levee breaks, floods, tornados, or other natural and man-made disasters. The types of service required may include weather proofing, cleaning, water removal, mold prevention and remediation, and the removal and disposal of unsalvageable building components. The contract expires on December 31, 2026.<br />A LA State Contractor's License will be required in accordance with LSA R.S. 37-2150 et. seq. and such license number will be shown on the outside of the bid envelope.<br /> <br />All bids must be in accordance with the contract documents on file at the Leo Kerner Jr. Multipurpose Center, 4917 City Park Drive, Lafitte, Louisiana 70067. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by certified check, cashiers 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 />The bid specifications and contract documents are on file and open for inspection during normal business hours at the Town of Jean Lafitte City Hall, 2654 Jean Lafitte Blvd., Lafitte, Louisiana 70067. Bid specifications and contract documents may be obtained from the Leo Kerner Jr. Multipurpose Complex 4917 City Park Drive, Lafitte, Louisiana 70067 (PHONE: (504) 689-2208).<br />The successful bidder will be required to furnish performance and payment bonds 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 Lafitte Area Independent Levee District 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 /> <br />Timothy P. Kerner, Jr.,President<br />Lafitte Area Independent Levee District<br /> <br />
https://www.centralauctionhouse.com/rfp62099860-disaster-related-facility-remediation-services-bid-no-2024-03.html
17-Jul-2024 12:00:00 AM CDT |
16-Aug-2024 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M4781 2024 or Newer Chevrolet Tahoes
|
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. August 1, 2024 for the following:<br /> <br />M4781-2024 or Newer Chevrolet Tahoe 2WD 4DR OR APPROVED EQUAL<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 /> <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 July 24, 2024.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Maggie Duvall at (225) 389-3259, Ext. 3272, 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/rfp56985030-m4781-2024-or-newer-chevrolet-tahoes.html
16-Jul-2024 6:00:00 PM CDT |
01-Aug-2024 11:00:00 AM CDT |
City of Youngsville |
PUMP STATION #3 UPGRADE
|
The project generally consists of upgrading existing sanitary sewer Pump Station #3, and other appurtenant and related items of work.
https://www.centralauctionhouse.com/rfp59444904-pump-station-3-upgrade.html
16-Jul-2024 6:00:00 AM CDT |
13-Aug-2024 10:00:00 AM CDT |
Tangipahoa Parish School System |
Gym HVACS Amite High, Natalbany Middle, Independence High
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on August 20, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp47257019-gym-hvacs-amite-high-natalbany-middle-independence-high.html
16-Jul-2024 12:00:00 AM CDT |
20-Aug-2024 2:00:00 PM CDT |
Tangipahoa Parish School System |
Kentwood High Main Building Roof Removal and Replacement 2024-015-002
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 3:00 PM on August 20, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp86647194-kentwood-high-main-building-roof-removal-and-replacement-2024-015-002.html
16-Jul-2024 12:00:00 AM CDT |
20-Aug-2024 3:00:00 PM CDT |
City of Alexandria |
RFP 1849P Sale of Scrap Metal
|
It is the intent of the City of Alexandria to offer for sale, Scrap Metal from various City departments. This contract shall remain in effect for a period of twelve (12) months from award date. Contingent upon the ability of the successful bidder to honor the quoted purchase prices, the City of Alexandria reserves the right to renew the existing contract for a period of up to twenty-four (24) additional months, in twelve (12) month increments.
https://www.centralauctionhouse.com/rfp35675498-rfp-1849p-sale-of-scrap-metal.html
15-Jul-2024 1:15:00 PM CDT |
13-Aug-2024 2:00:00 PM CDT |
City of Alexandria |
COA Sludge Removal at the Vastewater Treatment Plant and LDEQ Permitted Disposal
|
PUBLIC NOTICE - City of Alexandria — Professional Engineering Services for Sludge Removal at the Wastewater Treatment Plant and LDEQ Permitted Disposal.<br /> <br />Requests for Qualifications for Professional Engineering Services for Sludge Removal at the Wastewater Treatment Plant and LDEQ Permitted Disposal.<br /> <br />The City of Alexandria is seeking professional services for the development of plans and specifications for the proposed project in compliance with the State of Louisiana guidelines. The proposed project is envisioned to include but not limited to the following items of work: <br />Prepare procurement documents for solicitation of proposals for services related to the removal and disposal of sludge at the City Wastewater Treatment Plant; which sludge is planned to be removed by dredging.<br />Provide program monitoring and administration of removal and disposal effort.<br />Prepare permit applications for removal for submission to Louisiana Department of Environmental Quality. <br />Firms may request an electronic copy of the RFQ by sending an email with the subject line "COA Sludge Removal at the Wastewater Treatment Plant and LDEQ Permitted Disposal" to Marcus Connella,
[email protected].
https://www.centralauctionhouse.com/rfp42608498-coa-sludge-removal-at-the-vastewater-treatment-plant-and-ldeq-permitted-disposal.html
15-Jul-2024 12:00:00 PM CDT |
21-Aug-2024 3:00:00 PM CDT |
Assumption Parish School Board |
ASSUMPTION PARISH SCHOOL BOARD Request for Proposal for Auditing Services For the Fiscal Year 2023-24 through Fiscal Year 2025-26
|
<div style="text-align: center;">REQUEST FOR PROPOSAL ADVERTISEMENT ASSUMPTION PARISH SCHOOL BOARD<br />Request for Proposal for Auditing Services<br />For the Fiscal Year 2023-24 through Fiscal Year 2025-26<br /><br />THE PROPOSAL WILL BE RECEIVED BY<br />THE ASSUMPTION PARISH SCHOOL BOARD<br />4901 HIGHWAY 308 NAPOLEONVILLE, LA 70390 UNTIL<br />10:00 A.M. ON Wednesday, July 31,2024<br /><br />ADVERTISEMENT IN THE BAYOU PIONEER NEWSPAPER TO BE PUBLISHED THREE (3) TIMES:<br />The Bayou Pioneer Newspaper July 15, 2024 July 22, 2024 July 29, 2024<br /><br />The Assumption Parish School Board will receive proposals for the following project: ASSUMPTION PARISH SCHOOL BOARD<br />Request for Proposal for Auditing Services<br />For the Fiscal Year 2023-24 through Fiscal Year 2025-26<br /><br />Proposals must be submitted online. Online proposals will be received until 10:00A.M. Central Standard Time, Wednesday, July 31, 2024 by the Assumption Parish School Board, 4901 Highway 308, Napoleonville, LA 70390. All proposals will be publicly viewed in the School Board Office immediately after 10:00 A.M. Proposals submitted via fax, mail or email will not be accepted. No other information will be made available until the evaluation has been completed. Proposals received after that time will not be accepted.<br /><br />The proposal is firm for a period of sixty (60) days from the date of the opening of proposals and no proposal can be withdrawn for any reason during this period of time.<br /><br />Public bidding will be held online at www.centralauctionhouse.com. The right to reject any and all proposals and to waive irregularities or informalities in accordance with state law is reserved. All purchases awarded shall be based upon the proposal most advantageous to the Assumption Parish School Board, price and other factors considered</div>
https://www.centralauctionhouse.com/rfp12160400-assumption-parish-school-board-request-for-proposal-for-auditing-services-for-the-fiscal-year-2023-24-through-fiscal-year-2025-26.html
15-Jul-2024 12:00:00 AM CDT |
31-Jul-2024 10:00:00 AM CDT |
Beauregard Parish Police Jury |
Commercial Roadbase
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Commercial Roadbase<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Commercial Roadbase </b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024
https://www.centralauctionhouse.com/rfp60359153-commercial-roadbase-.html
12-Jul-2024 11:30:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Limestone 3x5
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />3x5 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Limestone – Gray Washed<br />3x5</b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024
https://www.centralauctionhouse.com/rfp2616633-limestone-3x5-.html
12-Jul-2024 11:09:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Crushed Stone #2
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Crushed Stone # 2<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Limestone – Gray Washed<br />Crushed Stone #2</b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024<br /><br />
https://www.centralauctionhouse.com/rfp3303464-crushed-stone-2.html
12-Jul-2024 11:09:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Tangipahoa Parish Government |
REQUEST FOR PROPOSALS FLORIDA PARISHES ARENA AUDIO SYSTEM
|
TANGIPAHOA PARISH GOVERNMENT IS SEEKING PROPOSALS FOR THE ACUISITION AND INSTALLATION OF ONE AUDIO SYSTEMA AND ASSOCIAGED INFRASTRUCTURE AT THE FLORIDA PARISHE ARENA LOCATED AT 1301 NW CENTRAL AVENUE, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp3344283-request-for-proposals-florida-parishes-arena-audio-system.html
12-Jul-2024 10:27:00 AM CDT |
05-Aug-2024 3:00:00 PM CDT |
Beauregard Parish Police Jury |
Limestone 1 x 3
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />1 x3 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Limestone – Gray Washed<br />1x3 </b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024
https://www.centralauctionhouse.com/rfp42567321-limestone-1-x-3-.html
12-Jul-2024 10:09:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Limestone No. 67
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />No. 67 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Limestone – Gray Washed<br />No. 67</b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024
https://www.centralauctionhouse.com/rfp3391576-limestone-no-67.html
12-Jul-2024 9:51:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
City of Sulphur |
Chlorine Supply Through EOY - December 2024
|
PURCHASING<br />CITY OF SULPHUR<br />SULPHUR, LA. 70664-1309<br /> <br />Is accepting bids on:<br /> <br />SUPPLY OF CHLORINE<br /> <br />This proposal will be received by<br />THE CLERK OF THE COUNCIL<br />101 N. HUNTINGTON ST.<br />SULPHUR, LA. 70663<br /> <br />UNTIL<br /> <br />AUGUST 6TH, 2024<br /> <br />10:00 A.M.<br /> <br /> <br /> <br />AT WHICH TIME BIDS WILL BE PUBLICLY OPENED AND READ<br />ALOUD<br /> <br />Advertisement in the Official Journal<br /> <br />American Press<br /> <br /> <br />THIS IS THE BID PROPOSAL OF<br /> <br /> <br /> <br />FIRM: _______________________________________________________________<br /> <br /> <br />ADDRESS: __________________________________________________________<br /> <br /> <br />DATE: ______________________________________________________________<br /> <br /> <br />TELEPHONE: _________________________________________________________<br /> <br /> <br />FAX: ­­­­­­­­___________________________________________________________<br />CITY OF SULPHUR<br /> <br /> <br />PURCHASING REGULATIONS<br /> <br /> <br />BID FORMS: The City assumes no responsibility for failure to send proposals. Proposals and specifications can be obtained at the Purchasing Department or electronically at www.centralauctionhouse.com. Full information or any questions answered by contacting the Purchasing Department, 101 N Huntington St., Sulphur, LA 70663. <br />Bidders are advised to familiarize themselves with these purchasing regulations of the City of Sulphur and particularly those provisions with respect to strict compliance with the bid proposal. These bid proposal forms shall remain together with the complete contract documents as originally issued. Copies of addenda, if any, shall be attached to the complete forms submitted. Altered or incomplete proposals, or use of substitute forms or documents, will render the bid irregular. <br />To streamline the process for contracting with the City of Sulphur and in accordance with Act No. 590 of the 2008 Regular Session of the Louisiana Legislature, electronic copies of bid solicitation documents, including general and technical specifications, and technical drawings or plans, bid/proposal forms, submittal instructions, and any addenda revisions to the original specifications may be viewed online, downloaded, and printed. The new system will provide prospective bidders quicker access to solicitation information and documents. Bidders must self-register online. This information may be accessed through www.centralauctionhouse.com. <br />Bids may be submitted on forms furnished by this office fully filled in as to the delivery date etc. An original signature is to be affixed to each copy of the bid submitted to the Clerk of the Council, City Hall. The bidder shall be responsible for all errors or omissions in proposal. <br />LATE BIDS: No bid under any circumstances will be received or considered after the appointed hour. The method of delivery of the bid is the responsibility of the bidder. At any time prior to the schedule closing time for receipt of proposals, any bidder may withdraw his proposal. After scheduled closing time for receipt of proposals or before award of the contract, no bidder will be permitted to withdraw his proposal unless said award is delayed for a period exceeding thirty (30) days. <br />TAXES: All purchases made directly by the City of Sulphur are exempt from all taxes. Purchases made by contractors or subcontractors, on behalf of the City of Sulphur for City projects, are subject to all applicable sales tax. <br /> <br />Each BID MUST BE ACCOMPANIED BY A CERTIFIED CHECK, CASHIER’S CHECK, OR BIDDERS BOND. BIDS SUBMITTED WITHOUT BIDDERS BOND WILL BE REJECTED. BID BONDS SUBMITTED MUST BE IN ACCORDANCE WITH ACT 139 WHICH REQUIRES THAT BID BONDS BE FROM SURETY OR INSURANCE COMPANIES INCLUDED IN THE U. S. TREASURY DEPARTMENT’S FINANCIAL MANAGEMENT SERVICE LIST OR BY A LOUISIANA DOMICILED INSURANCE COMPANY WITH AT LEAST AN A- RATING IN THE A.M. BEST’S KEY RATING GUIDE. Amount shall be not less than five percent (5%) of the total bid or two thousand dollars ($2,000.00) (whichever is the lesser amount) and made payable to the CITY OF SULPHUR. In the case of items FOR SALE BY THE CITY OF SULPHUR, the successful bidder will be required to deposit CASH, CERTIFIED CHECK, OR CASHIER’S CHECK in the full amount immediately upon notification of acceptance (check made payable to the CITY OF SULPHUR). Surplus sale items offered as, is, where is. This provision does NOT apply to bids for labor only. <br />This bid shall be firm until January 2025 and be subject to extension by agreement between the City and the bidder. <br />Any proposal for construction or doing of public work shall require a written contract, certificates of liability of insurance, and a Performance bond. <br />NET PRICES: Bid prices, unless otherwise specified, must be net including all transportation and handling charges fully prepaid by contractor to destination and subject only to cash discount. Bid prices shall be firm for acceptance for a minimum of forty-five (45) days. Bids containing “payment in advance” or “C.O.D.” requirements may be rejected. Payments on the awarded bids shall be made upon delivery of equipment, supplies and/or services in accordance with the established “NET 30” payment procedures of the Department of Finance of the City of Sulphur. <br />NEW PRODUCTS: Unless specifically called for in the solicitation, all products for purchase shall be new, never previously used, and the current model and/or packaging. No remanufactured, demonstrator, used or irregular product shall be considered for purchase unless otherwise specified in the invitation. The manufacturer’s standard warranty shall apply unless otherwise specified in the invitation. <br />The city reserves the right to divide items to avail themselves of the lowest bid. Bids will be evaluated by the City based on cost, quality, and adaptability of the particular material. The City reserves the right to reject any or all bids, waive any technicalities, and select the material that best suits their need, whether the price is the lowest or not. <br />Paper bids are to be submitted in a SEALED ENVELOPE to the Clerk of the Council, City Hall, 101 N Huntington Street, Sulphur, Louisiana 70663, on or before date and time specified in the proposal. The outside of the sealed envelope must reflect the name of the bidder, the item(s) for which the bid is submitted (see cover page of bid proposal). The method of submission of the bid is the responsibility of the bidder.<br />When applicable, if item, product and/or service are not available locally, according to State Bid Laws: Louisiana Revised Statue 38:2251: preference is hereby given to materials, supplies, and provisions, produced, manufactured, or grown in Louisiana, quality being equal to articles offered by competitors outside of the State. <br />DELIVERY DEFAULT: Forfeiture of the successful bidder’s cashier’s check or certified check could result upon failure to deliver by firm delivery date quoted in bid unless extension of time is approved by the Mayor. If a bid bond is furnished, and the contractor fails to deliver by firm delivery date quoted in bid (unless extension of time is approved by the Mayor), the contractor will make payment in the amount of five percent (5%) of his bid price, within fifteen (15) days after written notice is given. Should it be necessary to file suit for collection thereof, attorney’s fees in the amount of twenty-five percent (25%) of the amount of the bid bond shall be due and payable. <br />The undersigned certifies that he has carefully examined the instructions to bidders, terms, and specifications applicable to and made part of this proposal. He further certifies that the prices shown in the schedule of items on which he is bidding are in full accordance with the conditions, terms, and specifications of this proposal, and that any exceptions taken thereto may disqualify this bid. <br /> <br />Any bid submitted for the supply of chlorine must be accompanied by: <br />Executed Material Safety Data Sheet (MSDS)<br />Statement on company letterhead certifying that the cylindersare designed for the best practices and standards.<br />Statement on company letterhead certifying the training programrelative to cylinder delivery and installation.<br /> <br />The above must be submitted within five (5) days of receipt of bids. Failure to submit statements shall be grounds for the rejection of the bid.<br /> <br /> <br /> <br /> <br />SIGNED: ___________________________________________________________<br /> <br /> <br /> <br /> <br />DATED: ___________________________________________________________<br /> <br /> <br /> <br />AMOUNTS MUST BE SHOWN IN BOTH WORDS AND FIQURES. IN CASE OF DESCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN<br /> <br />ITEM #<br />QUANTITY & UNIT<br />ITEM DESCRIPTION<br />UNIT COST<br />EXTENSION<br /> <br />2.<br />55 TONS<br />1 TON CYLINDER<br /> <br />CHLORINE<br /> <br />$­­­­­­­­­­­­­­­­­­­­­__________<br /> lb.<br /> <br />$­­­­­­­­­­­­­­­­­­­­______________<br />WORDS: ***NO CHLORINE DELIVERIES AFTER 1PM***<br /> **NEED SHORTWHEEL BASE TRUCK FOR E. VERDINE**<br /> <br />***NO ADD ON FEES***<br /> <br />ALL ITEMS F.O.B. AT LOCATION IN SULPHUR AS DIRECTED BY THE CITY AMOUNTS SHOWN ARE APPROXIMATE ONLY AND WILL BE ORDERED AS NEEDED.<br /> <br /> <br /> SIGNATURE: _____________________________________________________<br /> DATE: ____________________________________________________<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp3332038-chlorine-supply-through-eoy--december-2024.html
12-Jul-2024 9:00:00 AM CDT |
06-Aug-2024 10:00:00 AM CDT |
Beauregard Parish Police Jury |
Limestone No. 57
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />No. 57 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Limestone – Gray Washed<br />No. 57</b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024<br />
https://www.centralauctionhouse.com/rfp56391163-limestone-no-57.html
12-Jul-2024 8:47:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Limstone No. 8
|
<br />ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />No. 8 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Limestone – Gray Washed<br />No. 8</b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024
https://www.centralauctionhouse.com/rfp63648730-limstone-no-8-.html
12-Jul-2024 8:40:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Limestone No. 7
|
<br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Limestone – Gray Washed<br />No. 7 </b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024<br />
https://www.centralauctionhouse.com/rfp96201943-limestone-no-7.html
12-Jul-2024 8:37:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Fuel Bid
|
ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Wednesday, July 31, 2024, at 10:00 a.m.<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 Wednesday, July 31, 2024<br />For the following item(s):<br /><b>Fuel</b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <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 />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br /> <br />PUBLISH: Beauregard Daily News<br /> July 12 and July 19, 2024<br />
https://www.centralauctionhouse.com/rfp42516147-fuel-bid-.html
12-Jul-2024 8:20:00 AM CDT |
31-Jul-2024 9:30:00 AM CDT |
Morgan City Harbor & Terminal District |
Maintenance and Operations of Meteorological Stations
|
REQUEST FOR PROPOSALS FOR<br />Maintenance and Operations of Meteorological Stations<br /> <br />The Morgan City Harbor and Terminal District (“MCHTD”) is soliciting proposals from qualified contractors for maintenance and operation of two meteorological stations (MET Stations) owned by the MCHTD.<br />Project information is available at the District’s Office, 7327 Highway 182, Morgan City, Louisiana 70380, (985) 384-0850 or via email request to
[email protected]. Bid or project documentation can also be viewed, downloaded and submitted online at: https://www.centralauctionhouse.com/rfp.php?cid=60. <br />Sealed proposals for the projects will be received by the Morgan City Harbor and Terminal District (“District”), 7327 Highway 182, Morgan City, Louisiana, until 12:30 p.m. on August 9, 2024, at the District’s 7327 Highway 182 Office, at which time and place proposals will be publicly opened and read. No proposals will be reviewed if received after 12:30 p.m. on August 9, 2024. <br />The award of a contract, if awarded, will be made to the most advantageous proposal whose proposal complies with all technical requirements prescribed. The successful vendor will be notified in writing at the address shown on the proposal that the bidder is awarded the contract. <br />
https://www.centralauctionhouse.com/rfp45031083-maintenance-and-operations-of-meteorological-stations.html
12-Jul-2024 12:00:00 AM CDT |
09-Aug-2024 12:30:00 PM CDT |
Terrebonne Parish School District |
Section 16 Hunting & Trapping Lease Bid
|
BIDS ON SCHOOL LANDS INVITED<br />Notice is hereby given that the Terrebonne Parish School Board, in accordance with LA R.S. 17:87.8, will receive sealed bids in its Purchasing Department for Hunting and Trapping Privileges on Section 16 Lands until the hour of eleven o’clock AM (11:00 AM) August 12, 2024. Bids received by the Purchasing Department after 11:00 AM will not be accepted. Bids will be opened, publicly acknowledged, and read aloud, in the Purchasing Department at 201 Stadium Drive, Houma, Louisiana 70360.<br /> <br /> SECTION ACREAGE LOCATION <br /> <br />Section 16-T18S-R13E 640.00 Six Miles East of Atchafalaya River<br />Section 16-T20S-R20E 416.67 East Shore Near Lake Chien<br />Section 16-T21S-R15E 320.00 Near Bay Voisin, “Caillou Lake”<br />Section 16-T21S-R20E 640.00 Near Old Lady Lake<br />Section 16-T22S-R15E 537.68 Gulf East of Bayou Gran Lake<br />Section 16-T22S-R16E 640.00 North Side of Dog Lake<br />Section 16-T22S-R17E 640.00 Near Bay Mangrove on Bayou Sale’<br />Section 16-T22S-R18E 619.46 Near Bay Coon Road<br />Section 16-T23S-R16E 640.00 Near Pelican Lake <br />Section 16-T23S-R17E 640.00 North Lake Pelto <br /> <br />The School Board does not warrant the acreage indicated in the sections advertised for hunting and trapping is all land. The acreage listed in the advertisement is the acreage originally given to the School Board by the State of Louisiana. A portion or all of the property may be a water bottom associated with a bayou, canal, or ditch and may have significant or minor land loss due to erosion.<br /> <br />Bids must be submitted on the official bid forms which may be obtained in person from the Purchasing Department office, Terrebonne Parish School Board, 201 Stadium Drive, Houma, Louisiana 70360, requested by phone at (985) 876-7400, extension #860244, by email:
[email protected], or downloaded from www.centralbidding.com.<br /> <br />Bids shall be accompanied by a deposit, equal to 100% of the amount bid for the first year rental, in the form of a certified check or money order, made payable to the Terrebonne Parish School Board. The deposit will be returned to the unsuccessful bidder or credited to the successful bidder. NOTE: The deposit shall be non-refundable to a successful bidder declining bid award.<br /> <br />All bids shall be enclosed in a sealed envelope addressed to Purchasing Department, Terrebonne Parish School Board. In accordance with LA R.S. 41:1214, bids shall be secret, sealed applications. Each bid shall be either hand-delivered by the bidder, or his agent, in which instance the deliverer shall receive a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. No lessor shall accept or take any bids, including receiving any hand-delivered bids, on days which are recognized as holidays by the United States Postal Service. Bids received prior to the scheduled bid opening will be securely kept unopened. Terrebonne Parish School Board bears no responsibility for receipt of a bid submitted by Certified Mail where delivery may be delayed and not be received by the bid due date and time. Bidders are cautioned to allow ample time for the transmittal of bids by United States mail or other carrier. Failure of the U.S. Mail or other carrier to deliver bids in a timely manner shall not be considered due cause to extend the time of the scheduled bid opening.<br /> <br />To the extent allowed by law, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br />Dr. MayBelle N. Trahan, Board President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: July 12, 2024; July 17, 2024; July 24, 2024
https://www.centralauctionhouse.com/rfp90955661-section-16-hunting-trapping-lease-bid.html
12-Jul-2024 12:00:00 AM CDT |
12-Aug-2024 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0526 Airport Police Uniforms
|
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, 222 Saint Louis Street, 8th Floor, Room 826, Baton Rouge, La. until 11:00 A.M., July 30, 2024 for the following:<br /> <br />A24-0526 airport police uniforms<br /> <br />Bids shall be received electronically via www.centralauctionhouse.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids must be submitted through www.centralauctionhouse.com prior to the bidding deadline. 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 July 23, 2024<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 />Due to the COVID-19 emergency situation and in light of the Louisiana Governor’s Proclamation Number JBE 2020-30, the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, is temporarily suspending in-person attendance by vendors at public bid openings for bids published by our office.<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/rfp1140635-a24-0526-airport-police-uniforms.html
12-Jul-2024 12:00:00 AM CDT |
30-Jul-2024 11:00:00 AM CDT |
Terrebonne Parish School District |
TPSD: Security Improvements at BES, CBBES, CMS, EJH, HLB, AND LPES
|
SECTION 001113 – ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on Thursday, August 8, 2024, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 2:00 P.M. local time. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 2:00 P.M. local time, 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 />TPSD – SECURITY IMPROVEMENTS AT<br />BROADMOOR (BES), COTEAU-BAYOU BLUE (CBBES), CALDWELL MIDDLE (CMS), EVERGREEN JR. HIGH (EJH), H.L. BOURGEOIS (HLB), AND LISA PARK (LPES)<br />HOUMA, LOUISIANA 70360<br />ARCHITECT’S PROJECT NO. T703B-0724<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 180 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 Tuesday, July 23, 2024, commencing at 10 A.M. beginning at Caldwell Middle School, 445 St. Bridget Road, Schriever, LA 70395. <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 />1. 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 />2. Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />3. 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. 38:2212(B)(5). <br /><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 (Articles 1-11 if ESSER) 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 />FIRST PUBLICATION: July 11, 2024<br />SECOND PUBLICATION: July 15, 2024<br />THIRD PUBLICATION: July 22, 2024
https://www.centralauctionhouse.com/rfp23426779-tpsd-security-improvements-at-bes-cbbes-cms-ejh-hlb-and-lpes.html
11-Jul-2024 6:00:00 PM CDT |
08-Aug-2024 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Bid 24-UTLTS-23 Hotel Accommodations in Support of Emergency Operations for the TPCG Utilities
|
Bid Date: July 29, 2024<br />Bid Time 2:00 P.M. CT
https://www.centralauctionhouse.com/rfp4348035-bid-24-utlts-23-hotel-accommodations-in-support-of-emergency-operations-for-the-tpcg-utilities-.html
11-Jul-2024 4:20:00 PM CDT |
29-Jul-2024 2:00:00 PM CDT |
Ouachita Parish School Board |
52-24 WMHS Athletic Training Room
|
See Attachment
https://www.centralauctionhouse.com/rfp23417312-52-24-wmhs-athletic-training-room.html
11-Jul-2024 2:00:00 PM CDT |
08-Aug-2024 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0752 OEM SRP & MAS for ALL INTERNATIONAL TRUCKS
|
<b>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. July 30, 2024 for the following:<br /> <br />A24-0752 OEM SRP & MAS for ALL INTERNATIONAL TRUCKS<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 July 23, 2024<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.</b>
https://www.centralauctionhouse.com/rfp9199110-a24-0752-oem-srp-mas-for-all-international-trucks.html
11-Jul-2024 11:00:00 AM CDT |
30-Jul-2024 11:00:00 AM CDT |
City of Sulphur |
Sulphur Regional Wastewater Treatment Facility Emergency Power Generator and Automatic Transfer Switch Replacement Hurricane Laura Damages DR4559-LA FEMA CAT E-Construction (A9-21131-DA)
|
ADVERTISEMENT FOR BIDS<br />Issued By<br />City of Sulphur<br />101 N. Huntington St.<br />Sulphur, LA 70663<br />General Notice<br />Separate sealed Bids for Sulphur Regional Wastewater Treatment Facility Emergency Power Generator and Automatic Transfer Switch Replacement - Hurricane Laura Damages DR4559-LA FEMA CAT E-Construction, City of Sulphur; M.A. Project No. A9-21131-DA will be received by the Mayor and City Council, at the City Hall, 101 N. Huntington Street, Sulphur, Louisiana 70663 until 11:00 AM (Central Daylight Savings Time), on August 8, 2024, and then at said time and at said office publicly opened and read aloud. Scope of work includes the removal and offsite disposal of existing damaged 2.5 Megawatt Emergency Power Diesel Generator and Automatic Transfer Switch and furnishing and installation of two (2) new 1.5 Megawatt Emergency Power Diesel Generators and Automatic Transfer Switch all as detailed on the Plan Drawings and as specified in the Technical Provisions.<br /> <br />Federal Participation: This project will be partially funded by FEMA Financial Assistance. The contractor shall comply with all applicable federal laws, regulations, executive orders, FEMA policies, procedures, and directives. Refer to the Supplementary Conditions, Exhibit C for Federal Contract Clauses.<br />Work Classification<br />Work Classification: Electrical Work (Statewide)<br />Obtaining the Bidding Documents<br />Electronic copies of the Bidding Documents may also be obtained from the Issuing Office of Meyer & Associates, Inc. (337) 625-8353, located at 600 N. Cities Service Hwy., Sulphur, LA 70663. A Bidding Document deposit is not required. In order to submit a bid, Bidders must obtain an original set of electronic Bidding Documents from Meyer & Associates, Inc. or the approved electronic bid website defined herein said advertisement. <br />Access to electronic bidding is available through the Bidding Documents Website http://www.centralbidding.com.<br />Run Dates<br />Thursday, July 11, 2024<br />Thursday, July 18, 2024<br />Thursday, August 1, 2024<br /> /s/ Mike Danahay, Mayor
https://www.centralauctionhouse.com/rfp97851100-sulphur-regional-wastewater-treatment-facility-emergency-power-generator-and-automatic-transfer-switch-replacement-hurricane-laura-damages-dr4559-la-fema-cat-e-construction-a9-21131-da.html
11-Jul-2024 10:30:00 AM CDT |
11-Aug-2024 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0732 OEM SRP & MAS SCHWARZE iNDUSTRIES EQUIPMENT
|
<b> <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. July 30, 2024 for the following:<br /> <br />A24-0732 OEM SRP & MAS for Schwarze Industries 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 July 23, 2024<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.</b>
https://www.centralauctionhouse.com/rfp3166803-a24-0732-oem-srp-mas-schwarze-industries-equipment.html
11-Jul-2024 4:00:00 AM CDT |
30-Jul-2024 11:00:00 AM CDT |
St. Charles Parish Government |
EMERGENCY REPAIRS/DEBRIS REMOVAL FOR PARISH BUILDINGS AND FACILITIES
|
<h1><b>!!!!THIS LISTING IS FOR PUBLIC VIEWING FOR DOWNLOADING THE PACKET AND ANY SUBSEQUENT ADDENDUM ONLY!!!!<br /><br />!!!!NO PROPOSAL SUBMITTED ON THIS SITE WILL BE CONSIDERED FOR THE RFP PER INSTRUCTIONS BELOW!!!!<br /><br /><big>Each Proposer shall submit one (1) original signed proposal, 5 physical hard copies and one (1) electronic copy submitted on a USB drive. Searchable PDF files are preferred.</big></b></h1>
https://www.centralauctionhouse.com/rfp53562672-emergency-repairsdebris-removal-for-parish-buildings-and-facilities.html
11-Jul-2024 12:00:00 AM CDT |
08-Aug-2024 2:00:00 PM CDT |
St. Charles Parish Government |
S211202 Destrehan Wastewater Treatment Plant Aeration Basin Rehabilitation
|
Owner: St. Charles Parish<br /> <br />Project Title: Destrehan Wastewater Treatment Plant Aeration Basin Rehabilitation <br /> <br />Project No.: S211202<br /> <br />Principal Work Location: Destrehan Wastewater Treatment Plant<br /> <br />Description of Basic Work: The work of this contract comprises of the modification/demolition of the existing bridge aeration/mixing system, installation of a new plate aeration system and associated piping, and all other incidental work as detailed on the plans and stated in the specifications. The existing blower and blower control panel shall be removed and replaced.<br /> <br />Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057, either by registered or certified mail with return receipt requested, or hand delivered, or electronically submitted at www.centralbidding.com, no later than 10:00 a.m. local time on August 13, 2024. Promptly thereafter, the bids will be publicly opened and read aloud in the Council Chambers of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in Municipal and Public Works Construction Classification.<br /> <br />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 twenty-five ($25.00) dollars for an electronic set on a compact disc or a hard copy set will be available upon request for a deposit of ninety ($90.00) 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 />Pre?Bid Conference: A Pre?Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on July 30, 2024 at 10:00 a.m. the St. Charles Parish Department of Public Works and Wastewater, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is Mandatory.<br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid.<br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title.<br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation.<br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening.<br /> <br />St. Charles Parish Council<br />Matthew Jewell, Parish President<br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /> <br />Thursday, July 11, 2024<br />Thursday, July 18, 2024<br />Thursday, July 25, 2024
https://www.centralauctionhouse.com/rfp59465967-s211202-destrehan-wastewater-treatment-plant-aeration-basin-rehabilitation.html
11-Jul-2024 12:00:00 AM CDT |
13-Aug-2024 10:00:00 AM CDT |
Livingston Parish Public Schools |
LPPS Bid No. 24-07 Food Service Equipment for Albany High ProStart Kitchen
|
Any questions please contact:<br />Bridget Demonica<br />
[email protected]<br />(225) 686-4224
https://www.centralauctionhouse.com/rfp40605551-lpps-bid-no-24-07-food-service-equipment-for-albany-high-prostart-kitchen.html
11-Jul-2024 12:00:00 AM CDT |
30-Jul-2024 2:00:00 PM CDT |
Pointe Coupee Parish School Board |
PCPSB Security Upgrades Multiple Campuses (Project No. 24013)
|
Sealed bids will be received by the Pointe Coupee Parish School Board, Attention: Stephen Langlois, 337 Napoleon Street, New Roads, LA 70760 or place electronic bids at www.centralbidding.com until 2:00 PM on August 7, 2024, opened and publicly read aloud.<br /> <br /> Project No. 24013<br /> PCPSB Security Upgrades Multiple Campuses<br /> <br />Bids received after the above specified time will not be considered.<br /> <br />Description of work:<br />This project consists of security upgrades for the Pointe Coupee Parish School Board at various school campuses including Livonia High School, Rougon Elementary School, Rosenwald Elementary School, Upper Pointe Coupee Elementary School, and Valverda Elementary School. The work includes new security partitions and storefront entrances with access control and vandal resistant laminate.<br /> <br />Add. Alternates:<br />#1 – Provide new Bullet Resistant Level 3 wide style Aluminum Security Doors and Framing in lieu of standard aluminum entrances and vandal resistant laminate.<br />Complete Bidding Documents for this project are available in electronic form. They may be obtained without charge and without deposit from Mougeot Architecture, LLC. 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. Questions about this procedure shall be directed to the Designer at Mougeot Architecture, LLC., Attention: Taylor Kasprowicz Email:
[email protected].<br />Questions about this procedure shall be directed to the Designer at:<br />Mougeot Architecture, LLC<br />10343 Siegen Lane<br />Building 7, Suite A<br />Baton Rouge, LA 70810<br />Telephone: 225-767-1717<br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM on July 25, 2024, at Pointe Coupee Parish School Board, 337 Napoleon Street, New Roads, LA 70760.<br /> <br />The Owner reserves the right to reject any 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 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 />Bids must be submitted on forms provided by the Owner. Envelopes containing bids and bid guarantee must be sealed, marked with the project name, and with the Contractor’s name as it appears on the License and Louisiana Contractor’s license number on the outside of the envelope.<br /> <br />All bids must be accompanied by bid security equal to five (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 form written by a surety company licensed to do business in Louisiana, signed by the surety’s agency or attorney-in-fact. Surety must be listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond or must be Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A. M. 2009.<br /> <br />Best’s Key Rating Guide. If surety qualified by virtue of its Best’s listing, the amount of the Bond may not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key rating Guide. The bid Bond shall be in favor of the Pointe Coupee Parish School Board and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five (5%) by any method is acceptable.<br /> <br />Bids shall be accepted from Contractor’s who are license under LA. R. S. 37:2150-2192 for the classification of Building Construction. The bidder is required to comply with provisions and requirements of LA. R. S. 38:2212 (A) (1)(c). 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 successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount. Surety must be listed currently on the U.S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal to or greater than the contract amount or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If surety is qualified other than by listing the policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A.M. Best’s Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key Rating Guide nor fifteen percent of policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety’s agent or attorney-in-fact.<br /> <br /> Kim Canezaro, Superintendent<br /> Pointe Coupee Parish School Board
https://www.centralauctionhouse.com/rfp90917422-pcpsb-security-upgrades-multiple-campuses-project-no-24013.html
11-Jul-2024 12:00:00 AM CDT |
07-Aug-2024 2:00:00 PM CDT |
St. James Parish Government |
Storm Damage Repair to Boat Docks on Blind River
|
STORM DAMAGE REPAIR TO BOAT DOCKS ON BLIND RIVER<br /> <br />ADVERTISEMENT FOR BIDS<br />Sealed Bids for the construction of the “Storm Damage Repair to Boat Docks on Blind River” project will be received by St. James Parish Government, at the St. James Parish Government Building, 5800 Highway 44, Council Chambers, 2nd floor, Convent, LA 70723, until 2:00 p.m. local time on August 8, 2024, at which time the Bids received will be publicly opened and read.<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. 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. Bids may also be submitted electronically via the provided link located at the project’s listing on the Central Auction House website (https://www.centralauctionhouse.com/). Bids will be received for a single prime Contract. Bids shall be on a lump sum price basis as indicated in the Bid Form.<br />The Issuing Office for the Bidding Documents is St. James Parish Operations Department, 5800 Highway 44, 3rd floor, Convent, LA 70723 (contact Ryan Larousse @
[email protected]). Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Thursday between the hours of 8:00 a.m. and 3:00 p.m. and Fridays between the hours of 8:00 a.m. and 11:00 a.m. Bidding Documents may also be examined online at Central Bidding from Central Auction House (https://www.centralauctionhouse.com/).<br />Printed copies of the Bidding Documents are on file in the office of High Tide Consultants, LLC, 10950 Highway 3125, Suite B, Lutcher, Louisiana 70071, and a single copy may be obtained by each perspective bidder upon payment of $100 per set, which is refundable only if a complete set of documents are returned to issuing office within 3 days of the bid date. Checks for Bidding Documents shall be payable to High Tide Consultants, LLC.<br />A pre-bid meeting will be held at 9:00 a.m. local time on July 30, 2024, at the St. James Parish Convent Council Chambers located at 5600 Highway 44, 2nd Floor, Convent, LA, 70723. A site walk-through will be included. Attendance at the pre-bid meeting is not mandatory.<br />All Bids shall be accompanied by a Bid security furnished in accordance with the Instructions to Bidders.<br /> <br />Owner: St. James Parish Government<br />By: Rick Webre, Director of Operations<br />Advertisement Dates: July 11, 2024<br /> July 18, 2024<br /> July 25, 2024<br />+ + END OF ADVERTISEMENT FOR BIDS + +
https://www.centralauctionhouse.com/rfp28165998-storm-damage-repair-to-boat-docks-on-blind-river.html
11-Jul-2024 12:00:00 AM CDT |
08-Aug-2024 2:00:00 PM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida Repairs to St. Eloi Parish for the Diocese of Houma-Thibodaux Community Center Demolition
|
DOCUMENT 00 11 13 - ADVERTISEMENT FOR BIDS<br />1.1 PROJECT INFORMATION<br />A. Notice to Bidders: Qualified Bidders may submit Bids for Project as described in this<br />Document. Submit Bids according to the Instructions to Bidders.<br />B. Project Identification:<br />HURRICANE IDA REPAIRS TO<br />ST. ELOI PARISH FOR THE DIOCESE OF HOUMA-THIBODAUX<br />COMMUNITY CENTER DEMOLITION<br />1335 Bayou Dularge Road<br />Theriot, Louisiana 70397<br />C. Owner:<br />Diocese of Houma-Thibodaux<br />On behalf of St. Eloi Parish<br />2779 Highway 311<br />Schriever, Louisiana 70395<br />D. Architect:<br />Gossen-Holloway-Cortez<br />315 East Second Street<br />Thibodaux, LA 70301<br />Architects Beazley Moliere<br />300 Heymann Boulevard<br />Lafayette, Louisiana 70503<br />E. Project Description: Project consists of:<br />1. The Project consists of the demolition and removal of existing Community Center Building and all associated foundations, plumbing, electrical, and mechanical systems<br />due to severe damages inflicted by Hurricane Ida. Backfill subgrade with structural fill, compact, and fine grade as required. Scope of work includes approximately:<br />a. Demolition & removal of 9,334 sf Community Center.<br />b. Demolition & removal of 560 sf of paving.<br />F. Construction Contract: Bids will be received for the following Work:<br />1. General Contract (all trades): For all labor, materials and equipment required to fully complete the Project entitled<br />2. HURRICANE IDA REPAIRS TO ST. ELOI FOR THE DIOCESE OF HOUMA-THIBODAUX COMMUNITY CENTER DEMOLITION 1335 BAYOU DULARGE ROAD<br />THERIOT, LOUISIANA 70397 in accordance with the Contract Documents.<br />1.2 BID SUBMITTAL AND OPENING:<br />A. Owner will receive sealed lump sum Bids until the Bid time and date at the location given below. Owner will consider Bids prepared in compliance with the Instructions to Bidders<br />issued by Owner, and delivered as follows:<br />1. Bid Date: Tuesday August 6, 2024<br />2. Bid Time: 2:00 p.m., local time.<br />3. Location: At the offices of:<br />Diocese of Houma-Thibodaux<br />2779 Highway 311<br />Schriever, Louisiana 70395<br />B. Bids will be thereafter publicly opened and read aloud.<br />C. Questions about this procedure shall be directed to the Architect at:<br />Gossen-Holloway-Cortez<br />315 East Second Street<br />Thibodaux, LA 70301<br />Telephone: (985) 447-9229<br />Dino Benoit (
[email protected]).<br />1.3 BID SECURITY<br />A. Each Bid must be accompanied by a certified check, cashier’s check, or Bid Bond using the Owner’s form payable to Owner in, the amount of which shall be 5 percent of the amount of the proposed Base Bid plus all Alternates. Money Orders will not be accepted:<br />1.4 PERFORMANCE AND PAYMENT BOND<br />A. The successful Bidder shall be required to furnish a Performance and Payment Bond in an amount equal to 100 percent of the Contract amount in accordance with the requirements of the Instructions to Bidders:<br />1.5 PREBID MEETING:<br />A. A Pre-Bid Conference for all Bidders will be held at St. Eloi Church, 1335 Bayou Dularge Road, Theriot, LA 70397 on Tuesday July 23 at 10:00 a.m., local time. Prospective prime<br />Bidders are requested or required to attend.<br />1. Bidders' Questions: Architect will provide responses at Pre-Bid Conference to Bidders' questions received up to and during conference.<br />1.6 DOCUMENTS<br />A. Complete Bid Documents for this Project are available in electronic form only. They may be obtained without charge and without deposit from the website or Architects Beazley Moliere (https://beazleymoliere.com/bidding-now/). All Bidders, Sub-Bidders and Vendors are required to register with a working email address in order to access and download the<br />Construction Documents. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders<br />are responsible for their own reproduction costs.<br />1.7 TIME OF COMPLETION AND LIQUIDATED DAMAGES Delete if no LDs A. Successful Bidder shall begin the Work on receipt of the Notice to Proceed and shall<br />complete the Work within One Hundred Eighty days (180) consecutive calendar days of the date specified in the Notice to Proceed, subject to such extensions as may be granted under Paragraph 8.3 Delays and Extensions of Time, in the General Conditions.<br />B. If Substantial Completion is achieved after expiration of the Contract date plus any approved extensions, reimbursement to the Owner for Liquidated Damages in the amount of fivehundred dollars ($500.00) per consecutive calendar day shall be assessed.<br />1.8 BIDDER'S QUALIFICATIONS<br />A. Bids shall be accepted only from Contractors who are licensed by the Louisiana State Licensing Board for Contractors for the classification of Building Construction. No Bid may<br />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 />1.9 GENERAL<br />A. The Owner reserves the right to reject any and all Bids for just cause.<br />B. The Proposal must be plainly marked in accordance with the Instructions to Bidders.
https://www.centralauctionhouse.com/rfp6536092-hurricane-ida-repairs-to-st-eloi-parish-for-the-diocese-of-houma-thibodaux-community-center-demolition.html
11-Jul-2024 12:00:00 AM CDT |
06-Aug-2024 2:00:00 PM CDT |
Greater Lafourche Port Commission |
Fourchon Beach Maintenance Restoration and Protection (S1912)
|
Sealed paper bids or electronic bids for the construction of the following project which generally consists of the hydraulic or mechanical dredging of material to be used for fill for beach nourishment, and other miscellaneous items shown on the drawings or herein specified will be received by the Greater Lafourche Port Commission, 16829 East Main Street, Cut Off, Louisiana 70345, until 2:00 p.m. on Thursday, August 22, 2024 at which time and place bids will be publicly opened and read. No bids will be received after 2:00 p.m. <br /> <br />IMPROVEMENTS TO: Fourchon Beach Maintenance Restoration and Protection (s1912) <br />LOCATED IN: LAFOURCHE PARISH <br />TYPE OF CONSTRUCTION: HEAVY CONSTRUCTION<br />CONTRACTING AGENCY: GREATER LAFOURCHE PORT COMMISSION 16829 East Main Street Cut Off, Louisiana 70345<br />PROPOSAL GUARANTY: 5% of the Amount of Bid payable to GREATER LAFOURCHE PORT COMMISSION<br />ENGINEER: Angelette Design, LLC 13379 Highway 3235 Larose, Louisiana 70373 PH: 985.798.7700<br />There will be a non-mandatory pre-bid conference held on Wednesday, July 24, 2024 at 2:00 p.m. at the Greater Lafourche Port Commission located at 16829 East Main Street, Cut Off, Louisiana 70345.<br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 General Provisions of the Office of Public Works and Intermodal Transportation and must include all the information required by the bid form. Bid forms are available from the Engineer and Central Auction House 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 />No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds a Louisiana State Contractor’s License, in full force and effect in compliance with the Louisiana State Licensing Board for Contractors and Louisiana Public Bid Law.<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 />Bids can be mailed by US Postal Service, hand delivered or overnight courier to 16829 East Main Street, Cut Off, Louisiana 70345, or submitted online through www.centralauctionhouse.com.<br />The bid forms may be examined online at www.centralauctionhouse.com. Plans, specifications, and bid forms 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 />The award of a Contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 60 calendar days after opening proposals. The execution of the Contract shall be within 60 days from the Greater Lafourche Port Commission’s acceptance of the lowest and responsible bid. Notice to Proceed shall be issued within 30 days of the execution of the Contract by both parties, whichever execution date is later. However, the Greater Lafourche Port Commission and the Contractor, upon mutual written consent of both parties, may agree to extend the deadline to issue the Notice to Proceed.<br /> <br />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 />On projects involving federal funds the award of Contract will also be contingent upon concurrence by the appropriate federal agency.<br />On projects involving state funds the award of Contract will also be contingent upon concurrence by the appropriate state agency.<br />The right is reserved to reject bids and waive informalities.<br /> <br />GREATER LAFOURCHE PORT COMMISSION<br />CHETT CHIASSON, Executive Director
https://www.centralauctionhouse.com/rfp42134952-fourchon-beach-maintenance-restoration-and-protection-s1912.html
10-Jul-2024 6:00:00 PM CDT |
22-Aug-2024 2:00:00 PM CDT |
Town of Church Point |
Contract No. 5 Water Treatment Plant Rehabilitation
|
NOTICE TO BIDDERS<br />CONTRACT NO. 5 – WATER TREATMENT PLANT REHABILITATION<br />FOR THE<br />TOWN OF CHURCH POINT<br /> <br />Sealed bids will be received by Town of Church Point at any time or day prior to, but no later than 10:00 A.M. on August 14, 2024, for the above listed project.<br /> <br />The work will consist of the installation of valves and actuators, replacement of media in filters, installation of lime sludge pumps, along with associated piping and other miscellaneous work. The removal and replacement of the existing emergency generator is included as an additive alternate.<br /> <br />Bids may be mailed to Town of Church Point, Attn: Valerie Clayton, Municipal Clerk, 741 South Main Street, Church Point, LA 70525, or delivered between the hours of 8:30 A.M. and 4:00 P.M. on any working day prior 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 August 7, 2024, at 10:00 A.M. at the Town of Church Point Town Hall located at, 741 South Main Street, Church Point, LA 70525.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on August 14, 2024, at 10:00 A.M. in the Town of Church Point Town Hall, located at 741 South Main Street, Church Point, LA 70525. The construction cost estimate will be read aloud upon opening of bids.<br /> <br />The prime contractor and all subcontractors must have an active Unique Entity ID (SAM) as verified on www.sam.gov prior to beginning construction and throughout the term of the contract.<br /> <br />Funding for this project shall be through the American Rescue Plan Act Water Sector Program. Refer to the Federal Provisions for Construction Contracts for special requirements.<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 />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner’s approval.<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier's check, money order or other negotiable instrument, 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.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /><br /> <br /> <br />Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law R.S. 37:2150-2173 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification of Municipal and Public Works Construction in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers.<br /> <br />Contract documents may be obtained at the office of McBade Engineers and Consultants, LLC, 327 Iberia Street, Suite 5, Youngsville, Louisiana 70592, Phone Number (337) 451-5823, upon payment of one hundred dollars ($100.00) for each complete set. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the 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. They will not be mailed without such a request. Plans and specifications shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />If there are any questions regarding bidding procedures, contact McBade Engineers & Consultants, LLC, Project Engineer at (337) 451-5823.<br /> <br /> <br />RYAN MECHE, MAYOR<br />TOWN OF CHURCH POINT<br /> <br />Publication Dates: July 10, 2024, July 17, 2024, and July 24, 2024<br />
https://www.centralauctionhouse.com/rfp42146368-contract-no-5-water-treatment-plant-rehabilitation.html
10-Jul-2024 5:30:00 PM CDT |
14-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144833 Improvements to Fire Station No. 13 for Jefferson Parish 4642 Calumet Street, Metairie, Louisiana 70001
|
<br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144833<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 20, 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 />Improvements to Fire Station No. 13 for Jefferson Parish<br />4642 Calumet Street, Metairie, Louisiana 70001<br /> <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 Burgdahl & Graves AIA Architects., 2550 Belle Chasse Highway, Suite 130, Gretna, LA. 70053, (Phone: 504-366-4433 or fax 504-366-0102) by licensed contractors upon receipt of<br />$175.00 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 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 />A MANDATORY Pre-Bid Conference will be held at 9:00 A.M. on July 30, 2024 at the Jefferson Parish Eastbank Consolidated Fire Department, 834 S. Clearview Pkwy., Jefferson, LA70123.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 /> <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: July 10, 17 and 24, 2024<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/rfp5013651-5000144833-improvements-to-fire-station-no-13-for-jefferson-parish-4642-calumet-street-metairie-louisiana-70001.html
10-Jul-2024 12:00:00 PM CDT |
20-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145657 Two (2) Year Contract for Emergency Roof Repairs and Replacements Parish Wide for the Department of General Services
|
<br />CORRECTED<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145657<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 6, 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 />Two (2) Year Contract for Emergency Roof Repairs and Replacements Parish Wide for the Department of General Services<br /> <br /> <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 /> <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 /><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: July 10, 17, and 24, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp13329624-5000145657-two-2-year-contract-for-emergency-roof-repairs-and-replacements-parish-wide-for-the-department-of-general-services.html
10-Jul-2024 11:10:00 AM CDT |
06-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145388-Two (2) year contract for Street Lighting Maintenance for Major Roadways for the Jefferson Parish Engineering Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145388<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 15, 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 />Two (2) year contract for Street Lighting Maintenance for Major Roadways for the Jefferson Parish Engineering Department<br /> <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 /> <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 />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at the General Govt Building, located at 200 Derbigny Str, Gretna, 70053 Suite 4400 Purchasing on July 26, 2024 at 9:30 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 />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: July 10, 17, & 24, 2024<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/rfp12490634-5000145388-two-2-year-contract-for-street-lighting-maintenance-for-major-roadways-for-the-jefferson-parish-engineering-department.html
10-Jul-2024 10:05:00 AM CDT |
15-Aug-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000145724 Jefferson Parish Fire Station No. 15 HVAC Replacement
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145724<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 13, 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 />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 for 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 /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:30 AM on July 25, 2024 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: July 10, 17, and 24, 2024<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/rfp59490788-5000145724-jefferson-parish-fire-station-no-15-hvac-replacement.html
10-Jul-2024 10:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145528-Two (2) year contract for Decorative and Landscape Lighting maintenance for the Eastbank & Westbank of Jefferson Parish for the Parkways Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145528<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 13, 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 />Two (2) year contract for Decorative and Landscape Lighting maintenance for the Eastbank & Westbank of Jefferson Parish for the Parkways Department<br /> <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 /> <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 />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at the General Govt Building, located at 200 Derbigny Str, Gretna, 70053 Suite 4400 Purchasing on July 25, 2024 at 9:30 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: July 10, 17, & 24, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp59416812-5000145528-two-2-year-contract-for-decorative-and-landscape-lighting-maintenance-for-the-eastbank-westbank-of-jefferson-parish-for-the-parkways-department.html
10-Jul-2024 9:36:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
Washington Parish School Board |
Varnado High School Canopy, Ramps and Walkways for Modular Building
|
WASHINGTON PARISH SCHOOL SYSTEM FRANKLINTON, LOUISIANA REQUEST FOR PROPOSALS ON Ganopy, ramps and Walkways on Modular Building at Varnado High School per Architectural Plans. Non- Mandatory pre-bid Meeting Wednesday July 17,2024 at Varnado High School 1. Written proposalswill be received until 10:00 a.m. on Monday, Ju|y29,2024. All proposals shall be either hand delivered, sent by registered mail, certified mail, UPS or FedEx with a return receipt requested to the Washington Parish School Board Office, 800 Main Street, Franklinton, Louisiana 70438, in a sealed envelope clearly marked on the outside. All proposals arriving after the above date and hour will be returned unopened to the proposers. 2.The enclosed Proposal lnformation Form and Product Category Questionnaire must be completed and returned with your proposal. Proposals submitted without these forms will be considered "non-responsive." All costs associated with developing, preparing, copying, and participating in the proposal process are entirely the responsibility of the proposer. The Washington Parish School System will not in any way be responsible for any costs incurred by prospective proposers. 3. Proposals may also be submitted electronically. Find proposal related materials and submit electronic responses at WWW.CENTRALBIDDING.com. 4. Proposals submitted will be evaluated by a committee consisting of at least three (3) members appointed by the Washington Parish School System Superintendent. During the evaluation process, the evaluators may, at their discretion, request any one or all firmsiindividuals to make oral presentations. Such presentations will provide firms with an opportunity to answer any questions the evaluators may have on a firm's proposal. Not all firms may be asked to make such oral presentations. 5. All proposals must be submitted exclusive of Louisiana State Sales Tax. lf documentation of tax exemption is required, please make such a notation on your proposal and documentation will be furnished to the vendor with the purchase order. 7. All proposals submitted are subject to the purchasing policies and procedures established by the WPSS and these Terms and Conditions and specifications listed herein-all of which are made a part of this proposal invitation by reference. 8. This proposal, any subsequent purchase order or contract, and all related payments will be governed by the laws of the State of Louisiana. 9. This proposal is submitted as a legal offer, and any bid when accepted by WPSS constitutes a firm contract. 10. This form must be completed with the corporate name of the proposer and must be fully and properly executed by an authorized person with full knowledge and acceptance of all its provisions. 11. ln accordance with Revised Statute 38:2237 A(9), the School Board may reject all proposals when it is deemed that such action is in the best interest of the School Board. 13. For questions concerning RFP submittal, email Mike lngram, Maintenance Supervisor @ mi ke. i n g ra m @wpsb. i nfo 14.The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 50% of the contract amount. l5.Bidders must meet the requirements of the State of Louisiana Contractor's Licensing Law, La. R.S. 37:2'150.1 through2164, as amended. 16. This solicitation is being funded through ESSER funding, and will be subject to certain federal laws and requirements as more fully set forth in the bid specifications, such as the Davis Bacon Act. 17. Contractor License number must be present on the outside of the envelope.
https://www.centralauctionhouse.com/rfp49404897-varnado-high-school-canopy-ramps-and-walkways-for-modular-building.html
10-Jul-2024 9:00:00 AM CDT |
29-Jul-2024 10:00:00 AM CDT |
Rapides Parish School Board |
Bid 62-25-00: Peabody Magnet High School Roof Replacement
|
ADVERTISEMENT OR INVITATION TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />PEABODY MAGNET HIGH SCHOOL – ROOF REPLACEMENT<br />(RPSB BID #62-25-00)<br /> <br />Separate sealed bids for PEABODY MAGNET HS - REROOF (RPSB Bid #62-25-00) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until 2:00 P.M. (Central Time), on Monday, August 5, 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 />GRACE HEBERT CURTIS ARCHITECTS, LLC<br />534 JEFFERSON STREET<br />LAFAYETTE, LOUISIANA 70501<br />(337) 513-0760<br /> <br />The Scope of Work Includes: The Peabody Magnet High School Roof Replacement project consists of recovering of all existing SBS modified bit roofs on campus with PVC membranes. All pertinent copings, flashing, and other roof accessories to be replaced as needed. Testing of existing roofing surface shall be conducted to highlight and remove any damaged areas prior to recovering. <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 /> <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 8:00 a.m. on Thursday, July 25, 2024 at the site (front office entrance), Peabody Magnet High School, 2727 Jones Avenue, Alexandria, Louisiana. Attendance 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 /> <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 (7) days prior to bid opening.<br /> <br /> RAPIDES PARISH SCHOOL BOARD<br />ATTN: MS. ELIZABETH DOMITE,<br />CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />WEDNESDAY, JULY 10, 2024<br />WEDNESDAY, JULY 17, 2024<br />WEDNESDAY, JULY 24, 2024<br />
https://www.centralauctionhouse.com/rfp83835055-bid-62-25-00-peabody-magnet-high-school-roof-replacement.html
10-Jul-2024 8:00:00 AM CDT |
05-Aug-2024 2:00:00 PM CDT |
City of Sulphur |
Animal Control Office
|
ADVERTISEMENT FOR BIDS<br />Issued By<br />City of Sulphur<br />101 N. Huntington St.<br />Sulphur, LA 70663<br />General Notice<br />Separate sealed Bids for Animal Control Office, City of Sulphur; M.A. Project No. H1-23099-DA will be received by the Mayor and City Council, at the City Hall, 101 N. Huntington Street, Sulphur, Louisiana 70663 until 10:00 AM (Central Daylight Savings Time), on August 6, 2024, and then at said time and at said office publicly opened and read aloud. Scope of work includes the construction of a new Animal Control Office for the City of Sulphur to be located at the Sulphur Regional Wastewater Treatment Facility all as detailed on the Plan Drawings and as specified in the Technical Provisions.<br />Work Classification<br />Work Classification: Building Construction<br />Obtaining the Bidding Documents<br />Electronic copies of the Bidding Documents may also be obtained from the Issuing Office of Meyer & Associates, Inc. (337) 625-8353, located at 600 N. Cities Service Hwy., Sulphur, LA 70663. A Bidding Document deposit is not required. In order to submit a bid, Bidders must obtain an original set of electronic Bidding Documents from Meyer & Associates, Inc. or the approved electronic bid website defined herein said advertisement. <br />Access to electronic bidding is available through the Bidding Documents Website http://www.centralbidding.com.<br />Run Dates<br />Wednesday, July 10, 2024<br />Wednesday, July 17, 2024<br />Wednesday, July 31, 2024<br /> /s/ Mike Danahay, Mayor
https://www.centralauctionhouse.com/rfp51745839--animal-control-office.html
10-Jul-2024 8:00:00 AM CDT |
06-Aug-2024 10:00:00 AM CDT |
Lafourche Parish Water District |
Kraemer Water Line Improvements Along LA Hwy 307
|
Sealed bids will be received by the Board of Waterworks Commissioners of Lafourche Parish Water District No. 1 (herein called “the District”), at the General Manager’s office, 1219 Crescent Ave., Lockport, LA 70374, until the hour of 2:00 P.M., August 8, 2024, at which time and place said proposals will be publicly opened and read aloud for the following:<br />Kraemer Waterline Improvements for Hwy 307<br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY THE DISTRICT OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br />The project includes the following work:<br />Project includes approximately 7287 linear feet of new 8” PVC waterline replacement including hydrants, fittings, long and short service changeovers, miscellaneous valves, restraints, and tunneling.<br />Bidders wanting to visit the site must first make an appointment by calling the District at (985)532-6924.<br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from https://www.centralauctionhouse.com. 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. Questions about this procedure shall be directed to the Designer (T. Baker Smith, LLC- Philip Chauvin) at: (985-223-9228)<br /> <br />The Contract Documents, consisting of Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Agreement, General Conditions, Supplementary Conditions, General Requirements, Payment Bond, Performance Bond, Notice of Award, Notice to Proceed, Change Order, Drawings, Specifications and Addenda may be examined at the following location:<br />Office of Technical Assistant T. Baker Smith, LLC<br />1219 Crescent Ave. 412 South Van Ave.<br />Lafourche Parish Water District No. 1 Houma, LA 70361<br />Lockport, Louisiana 70374 <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 />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 />A PRE-BID CONFERENCE WILL BE HELD at 2:00 PM on Tuesday, July 30, 2024, at the office of the Lafourche Parish Water District, 1219 Crescent Avenue, Lockport Louisiana. Attendance is NOT MANDATORY for bidders. <br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Municipal and Public Works. 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 />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.
https://www.centralauctionhouse.com/rfp42104222-kraemer-water-line-improvements-along-la-hwy-307.html
10-Jul-2024 7:00:00 AM CDT |
08-Aug-2024 2:00:00 PM CDT |
State of Louisiana Military Department |
139th Drill Hall Improvements, Jackson Barracks, New Orleans, Louisiana
|
See attached Solicitation for: 139th Drill Hall Improvements, Jackson Barracks, New Orleans, Louisiana
https://www.centralauctionhouse.com/rfp2277433-139th-drill-hall-improvements-jackson-barracks-new-orleans-louisiana.html
10-Jul-2024 12:00:00 AM CDT |
29-Aug-2024 11:00:00 AM CDT |
City of Mandeville |
ITB 2024 SEWER & WATER MAINTENANCE CONTRACT
|
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, August 2, 2024, 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 2024 WATER & SEWER MAINTENANCE CONTRACT; PROJECT NO.:211.21.003/212.21.003; 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 />The work consists of culvert and other drainage replacement, Portland cement concrete pavement rehabilitation and replacement, and other related work as detailed on the plans and stated in the specifications. The contract will be for a three (3) year duration. Individual task orders will be issued under the contract, up to a maximum combined value of $4,000,000. No minimum value is guaranteed.<br /> <br />A mandatory pre-bid conference will be held Thursday, July 18, 2024; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169). <br /> <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 bidding documents may be secured from Digital Engineering & Imaging, Inc. located at 1080 West Causeway Approach, Mandeville, LA 70471; (985-334-4131) 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: 2024 WATER & SEWER MAINTENANCE CONTRACT<br /> CITY OF MANDEVILLE PROJECT NO. 211.21.003/212.21.003<br /> <br />Bid Due Date and Time: WEDNESDAY, August 7, 2024; 11:00 A.M.<br /> <br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND<br /> 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 /> <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 />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br /> <br />St Tammany Farmer: 3xs: July 10, July 17, July 24, 2024
https://www.centralauctionhouse.com/rfp11064770-itb-2024-sewer-water-maintenance-contract.html
10-Jul-2024 12:00:00 AM CDT |
07-Aug-2024 11:00:00 AM CDT |
St. Mary Parish Government |
RUNWAY AND TAXIWAY OVERLAY AND STRIPING HARRY P. WILLIAMS MEMORIAL AIRPORT
|
The St. Mary Parish Government, St. Mary Parish, Louisiana, acting through its President, Sam Jones, will receive sealed bids for the Runway and Taxiway Overlay and Striping, Harry P. Williams Memorial Airport project, at the St. Mary Parish Courthouse Council Meeting Room, Fifth Floor, Franklin, Louisiana 70538, until Tuesday, August 6, 2024, at 2:00 P.M., local time, at which time and place, they will be publicly opened and read aloud. Bids received after the time set forth above for opening of bids will not be considered and will be returned unopened. PROJECT NAME: RUNWAY AND TAXIWAY OVERLAY AND STRIPING HARRY P. WILLIAMS AIRPORTS, PATTERSON, LA APTIM Project No. 631025632 SPN # H.015185
https://www.centralauctionhouse.com/rfp49411939-runway-and-taxiway-overlay-and-striping-harry-p-williams-memorial-airport.html
10-Jul-2024 12:00:00 AM CDT |
06-Aug-2024 2:00:00 PM CDT |
Calcasieu Parish School System |
PROPOSALS E-RATE RFP 328-00_WAN FIBER WAN CONNECTIVITY SOLUTIONS
|
https://www.centralauctionhouse.com/rfp59496514-proposals-e-rate-rfp-328-00_wan-fiber-wan-connectivity-solutions.html
09-Jul-2024 7:00:00 PM CDT |
30-Sep-2024 12:00:00 PM CDT |
Vermilion Parish School Board |
Vermilion Parish School Systems- New Walk-in Cooler/Freezer Installations at Various Schools
|
NOTICE TO BIDDERS<br /><br />Sealed, formal bids for the 2024-2025 School Year will be received by the Vermilion Parish School Board, Child Nutrition Program, Charles Campbell Annex Building, 220 South Jefferson Street, Abbeville, Louisiana, 70510 until <b>2:00 P.M. on Wednesday, August 7, 2024</b>, at which time they will be opened publicly for the following:<br /><br />NEW WALK-IN COOLER/FREEZER INSTALLATIONS AT VARIOUS VERMILION PARISH SCHOOLS<br />FOR THE VERMILION PARISH SCHOOL BOARD CHILD NUTRITION PROGRAM<br /><br />Meaux Elementary School<br />Seventh Ward Elementary School<br />Kaplan High School<br />Jesse Owens Elementary School<br />Gueydan High School<br /><br />Note a Pre-Bid Conference will be held beginning at <b>9:00 AM on Thursday, July 25, 2024, </b>in the Cafeteria of Meaux Elementa1y School, 12419 Louisiana Highway 696, Abbeville, Louisiana 70510. Following an overall project orientation meeting, a site visit to each of the applicable above listed five (5) School Project Sites will follow. All potential Bidders and/or Material Suppliers are highly encouraged to attend.<br /><br />Detailed bid specifications, bid forms, and any questions for the above items may be obtained by contacting Amy Fremin, Vermilion Parish School Board, Child Nutrition Program,<br />220 South Jefferson Street, Abbeville, Louisiana 70510; office number 337-898-5702;
[email protected].<br /><br />The bid documents are also available online at https://www.centralauctionhouse.com/. This institution is an equal opportunity provider.<br /><br />VERMILION PARISH SCHOOL BOARD<br />Thomas J. Byler Superintendent<br /><br />Publication Dates:<br />July 10, July 17, July 24, 2024<br /> <br /><br />
https://www.centralauctionhouse.com/rfp36430359-vermilion-parish-school-systems-new-walk-in-coolerfreezer-installations-at-various-schools.html
09-Jul-2024 10:00:00 AM CDT |
07-Aug-2024 2:00:00 PM CDT |
City of Alexandria |
CmDv RFP #2402-Housing Minor Rehab
|
The City of Alexandria’s Community Development Department is soliciting bids, on behalf of eligible Homeowners, for the purpose of entering into a Home Improvement Contract to repair and rehabilitate occupied residential structures.
https://www.centralauctionhouse.com/rfp49418100-cmdv-rfp-2402-housing-minor-rehab.html
09-Jul-2024 12:00:00 AM CDT |
02-Aug-2024 9:00:00 AM CDT |
Flood Protection Authority - East |
A8300019_Underwater Bathymetric Sonar
|
<br />INVITATION TO BID<br />SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY – EAST<br />PURCHASING DEPARTMENT<br />6920 FRANKLIN AVE.<br />NEW ORLEANS, LA 70122<br />Document Date: July 02, 2024<br /> <br />BID NO.: A8300019<br />BID NAME: Underwater Bathymetric Sonar Equipment<br />BID FOR: Sonar equipment for underwater scan of FPA infrastructure<br />BID DUE BY: August 05, 2024 at 2:00 PM Local Time<br /> <br />INVITATION TO BIDSoutheast Louisiana Flood Protection Authority – East (henceforth FPA)<br />Point of Contact (POC) for questions or comments:<br />Malay Ghose Hajra, Ph.D., P.E.<br />Southeast Louisiana Flood Protection Authority – East<br />Chief Engineer<br />(504) 286-3150<br />
[email protected]<br />Sealed bids for underwater bathymetric sonar equipment (see specifications for details) will be received until 2:00 PM Local Time, on Monday, August 05, 2024. Late Bids will not be accepted. Bidder shall review Bid Documents for required submission details and procedure. Bidder shall familiarize themselves with and comply with all provision, instructions, and requirements of the Bidding Documents. <br />Eligible bidders may obtain further information and inspect the bidding documents by contacting the POC listed above via email. Phone calls shall not be considered formal or an official means of contact for requests, any and all verbal communication shall be considered informal and for informational purposes only. <br />All Bid Documents, answers, and addenda will be sent via email to the official “Bidders” list. To be listed on the Official Bidders List, email the “FPA Contact” above and include the “Bid Number” in the subject line, along with bidder’s name, phone number, email address, and mailing address in the email’s body. The bidder will receive an email confirmation when they have been entered onto the Official Bidders List. It is the bidder’s responsibility to ensure they have received said confirmation and all current bid documents. <br />Bidders may check https://www.centralauctionhouse.com/ for downloadable electronic versions.<br />. <br /><br /><br />LOCAL ADVERTISEMENTSThis advertisement will be published in the following periodicals:<br />THE NEW ORLEANS ADVOCATE Tuesday, July 09, 2024<br /> Tuesday, July 16, 2024<br /> and Tuesday, July 23, 2024<br />ST. BERNARD VOICE Friday, July 19, 2024<br /> <br />DAILY JOURNAL OF COMMERCE Monday, July 15, 2024
https://www.centralauctionhouse.com/rfp73224867-a8300019_underwater-bathymetric-sonar.html
09-Jul-2024 12:00:00 AM CDT |
05-Aug-2024 2:00:00 PM CDT |
EBR Sheriff's Office |
BID #1084 AIR CONDITIONER SHELTER SYSTEM
|
Shelter System
https://www.centralauctionhouse.com/rfp99091432-bid-1084-air-conditioner-shelter-system.html
08-Jul-2024 10:00:00 AM CDT |
07-Aug-2024 10:00:00 AM CDT |
EBR Sheriff's Office |
BID #1083 SYNTHETIC MOTOR OIL
|
Motor Oil
https://www.centralauctionhouse.com/rfp45512000-bid-1083-synthetic-motor-oil.html
08-Jul-2024 10:00:00 AM CDT |
07-Aug-2024 10:00:00 AM CDT |
City of Baker School System |
Pre-Positioned Emergency Remediation Services
|
This Request for Proposals (RFP) is issued by the City of Baker School System (hereinafter referred to as COBSS). COBSS owns and/or leases over 5 buildings throughout The City of Baker and is seeking qualified vendors to provide emergency remediation services on an as-needed basis through a selection process. The purpose of this RFP is to contract with a properly procured professional remediation firm to remediate damages to buildings and/or contents resulting from water, wind, mold contamination, and other natural or manmade disasters. Applications will be received by the City of Baker School System, Attention Alisa Sibley, Purchasing Department, 14750 Plank Rd Baker, LA7 0785, not later than 2:00 p. m., July 31, 2024. Proposals may also be uploaded to www.centralauctionhouse.com no later than the time and date listed above. The applications will be opened at the COBSS Administrative Building, following the deadline for receiving the request for proposals, on the above noted date. It isthe policy of the COBSS 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. Proposers, their consultants, sub-consultants, or other parties representing the Proposer for this solicitation may not contact any member of the Selection Committee concerning this project from the date of advertisement until after the date of selection. The COBSS reserves the right to reject any and/or all of the submittals in response to this Request for Proposals. The COBSS reserves the right to accept one or multiple teams for this project. The firm(s) selected for each RFP will be responsible for assembling the sub consultants necessary to meet the requirements of the RFP. The COBSS reserves the right to review the proposed firm/team and reject any consultants identified to be part of the applicant’s team due to poor past performance
https://www.centralauctionhouse.com/rfp86068265-pre-positioned-emergency-remediation-services.html
08-Jul-2024 9:00:00 AM CDT |
31-Jul-2024 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 57-24-01: Renovations and Additions to Caroline Dormon Jr. High
|
ADVERTISEMENT FOR BIDS<br />RAPIDES PARISH SCHOOL BOARD<br /><br />Sealed bids will be received in the Purchasing Dept of the main Rapides Parish School Board Office, located at 619 Sixth Street, Alexandria, Louisiana 71301 until 2:00 P.M. (Central Time), on TUESDAY, AUGUST 13, 2024. At this time bids will be publicly opened and read aloud in the RPSB Board Room for:<br />RENOVATIONS AND ADDITIONS TO<br />CAROLINE DORMON JR. HIGH SCHOOL<br />8906 US-165<br />Woodworth, Louisiana 71485<br />RPSB Bid # : 57-24-01<br /> <br />Bids may also be submitted electronically by visiting www.centralauctionhouse.com. Any bid received after closing time will be returned unopened.<br /><br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY THE MAIN RAPIDES PARISH SCHOOL BOARD OFFICE OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /><br />Complete Bidding Documents may be obtained from either:<br />ALLIANCE DESIGN GROUP, LLC<br />A PROFESSIONAL ARCHITECTURAL LIMITED LIABILITY COMPANY<br />1439 CENTRE COURT, STE 401ALEXANDRIA, LOUISIANA 71301<br />PHONE: (318) 445-3151 FAX: 318-445-3988<br />
[email protected]<br /> <br />Central Auction House (www.centralauctionhouse.com). Fees may be associated with the use of this site.Any bids received from prime bidders that are not recorded as having received complete bid documents from one of the sources named above shall be rejected.<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 Rapides Parish School Board Bid Bond Form written by a surety company licensed to do business in Louisiana, signed by the surety's agency or attorney-in-fact. Surety must be listed on the current U.S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond, or must be a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A.M. Best's Key Rating Guide. If surety qualifies by virtue of its Best's listing, the amount of the Bond may not exceed ten percent of policyholders' surplus as shown in the latest A.M. Best's Key Rating Guide. The Bid Bond shall be in favor of the Rapides Parish School Board, and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable.<br />The successful Bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount. Surety must be listed currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal to or greater than the contract amount, or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If surety is qualified other than by listing on the Treasury list, the contract amount may not exceed fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A. M. Best's Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide nor fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety's agent or attorney-in-fact.<br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 9:00 AM ON TUESDAY, JULY 23, 2024 AT THE PROJECT SITE (FRONT OFFICE ENTRANCE), 8906 US-165, WOODWORTH, LOUISIANA 71485.<br />Attendance at this conference is mandatory and bids shall be accepted only from Contractors that attend the entire mandatory pre-bid conference.<br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of Building Construction. Bidder is required to comply with provisions and requirements of LA R.S.38:2212 (A)(1)(c). 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 – 38:2215.<br />The Owner 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 bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br />When this project is financed either partially or entirely with Local or State Bonds or federal funds, the award of this Contract is contingent upon the granting of lines of credit, the sale of bonds by the Bond Commission or the commitment of federal funds. The Rapides Parish School Board shall incur no obligation to the Contractor until the Contract Between Owner and Contractor is fully executed.<br /><br /><br />RAPIDES PARISH SCHOOL BOARD<br />ATTN: MS. ELIZABETH DOMITE,<br />CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br />PLEASE PUBLISH THREE (3) TIMES:<br /> <br />FRIDAY, JULY 5, 2024<br />FRIDAY, JULY 12, 2024<br />FRIDAY, JULY 19, 2024
https://www.centralauctionhouse.com/rfp58230995-bid-57-24-01-renovations-and-additions-to-caroline-dormon-jr-high.html
05-Jul-2024 8:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
City of Morgan City |
MORGAN CITY PARK ROAD SEWER PUMP STATION REPLACEMENT
|
The demolition of the existing pump station on Park Road and construction of a new duplex pump station on Industry Road.
https://www.centralauctionhouse.com/rfp32372163-morgan-city-park-road-sewer-pump-station-replacement.html
05-Jul-2024 12:00:00 AM CDT |
07-Aug-2024 2:00:00 PM CDT |
Calcasieu Parish School System |
Phase 6 -Modifications to Existing Library Washington Marion High School
|
<br /> <br />The Calcasieu Parish School Board will receive sealed bids until 2:00 P.M., <br />August 1, 2024, 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 6 - Modifications to Existing Library, Washington Marion High School, SD# 23 Bond Funds. Bid No. 2024-02PC. 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 6 - Modifications to Existing Library, Washington Marion High School SD#23 Bond Funds Bid No. 2024-02PC 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 /> Shannon LaFargue 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: July 5th,12th, and 19th.<br />
https://www.centralauctionhouse.com/rfp52639540-phase-6-modifications-to-existing-library-washington-marion-high-school.html
04-Jul-2024 11:00:00 PM CDT |
01-Aug-2024 1:00:00 PM CDT |
East Feliciana Parish Police Jury |
Sale of Public Property
|
PUBLIC PROPERTY FOR SALE:<br />8550 HIGHWAY 955, (Section 47, T3S, R1E, A certain piece and parcel of land, consisting of a one-half (1/2) acre) ETHEL, LOUISIANA 70730; TO THE HIGHEST BIDDER SUBJECT TO THE APPROVAL AND ACCEPTANCE BY THE POLICE JURY<br />sealed bid to be delivered to the East Feliciana Parish Police Jury before 10:00am on Thursday, August 8, 2024; bids will be opened at the Police Jury Main Office located at 12064 Marston Street, Clinton, Louisiana 70722 on August 8, 2024 at 10:00am. Any inquiries should be directed to Parish Manager David Amrhein by email to
[email protected] or by phone (225)683-8577
https://www.centralauctionhouse.com/rfp40620250-sale-of-public-property.html
03-Jul-2024 3:00:00 PM CDT |
08-Aug-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000145552 Pre-Placed Emergency Contract for Poat-Disaster Damage Assessments on an as Needed Basis for a period of Two Years for Jefferson Parish Department of Floodplain Management & Hazard Mitigation
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145552<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 30, 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 />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 />Pre-Placed Emergency Contract for Post-Disaster Damage Assessments on an as Needed Basis for a period of Two (2) Years for the Jefferson Parish Department of Floodplain Management and Hazard Mitigation<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, 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: July 03, 10 and 17, 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/rfp62542992-5000145552-pre-placed-emergency-contract-for-poat-disaster-damage-assessments-on-an-as-needed-basis-for-a-period-of-two-years-for-jefferson-parish-department-of-floodplain-management-hazard-mitigati.html
03-Jul-2024 2:00:00 PM CDT |
30-Jul-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145650 Furnish Labor, Materials and Equipment to Supply and Install One (1) New Pre-Engineered Building for the Jefferson Parish Fire Training Center for the Jefferson Parish Department of Fire Services
|
ADVERTISEMENT FOR BIDS<br />BID NO. 5000145650<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 01, 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 />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 One (1) New Pre-Engineered Building for the Jefferson Parish Fire Training Center located at 3222 River Road, Bridge City, La. 70094<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, or 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: July 03, 10 and 17, 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/rfp4159999-5000145650-furnish-labor-materials-and-equipment-to-supply-and-install-one-1-new-pre-engineered-building-for-the-jefferson-parish-fire-training-center-for-the-jefferson-parish-department-of-fire-se.html
03-Jul-2024 12:00:00 PM CDT |
01-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145529 Two (2) Year Contract to Provide Tree Work Throughout Unincorporated Jefferson Parish for the Department of Parkways
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145529<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 6, 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 />Two (2) Year Contract to Provide Tree Work Throughout Unincorporated Jefferson Parish for the Department of Parkways<br /> <br /> <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 /> <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: July 3, 10, and 17, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp2296714-5000145529-two-2-year-contract-to-provide-tree-work-throughout-unincorporated-jefferson-parish-for-the-department-of-parkways.html
03-Jul-2024 10:45:00 AM CDT |
06-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145568 Two (2) Year Contract to Provide Wrecker Services as needed for the East and West Bank Department of Fleet Management
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145568<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 30, 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 />Two (2) Year Contract to Provide Wrecker Services as needed for the East and West Bank Department of Fleet Management<br /> <br /> <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 /> <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: July 3, 10, and 17, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp4112767-5000145568-two-2-year-contract-to-provide-wrecker-services-as-needed-for-the-east-and-west-bank-department-of-fleet-management.html
03-Jul-2024 9:50:00 AM CDT |
30-Jul-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145559 Labor, Materials and Equipment Necessary to Provide and Install Baggage and Parcel Inspection System at the Joseph S. Yenni Building for the Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145559<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 1, 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 />Labor, Materials and Equipment Necessary to Provide and Install Baggage and Parcel Inspection System at the Joseph S. Yenni Building for the Department of General Services<br /> <br /> <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 /> <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: July 3, 10 and 17, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp4162161-5000145559-labor-materials-and-equipment-necessary-to-provide-and-install-baggage-and-parcel-inspection-system-at-the-joseph-s-yenni-building-for-the-department-of-general-services.html
03-Jul-2024 8:35:00 AM CDT |
01-Aug-2024 2:00:00 PM CDT |
City of Alexandria |
RFP 1847P 10,000 Feet of 750 MCM 15kV Single Conductor Cable
|
It is the intent of the City of Alexandria to secure pricing on 10,000 feet of 750 MCM 15kV Single Conductor Cable (Delivered in (4) 2,500’ Reels), for use by the City of Alexandria Electric Distribution Department. This device will support the Electrical Department in daily service work. Please note, that either copper or aluminum will be acceptable
https://www.centralauctionhouse.com/rfp69941666-rfp-1847p-10000-feet-of-750-mcm-15kv-single-conductor-cable.html
03-Jul-2024 8:30:00 AM CDT |
01-Aug-2024 2:00:00 PM CDT |
St. John the Baptist Parish Government |
Bid 2024.28 Cambridge 2 and 3 and Ned Duhe Lift Station Project
|
Bid 2024.28 Cambridge 2 and 3 and Ned Duhe Lift Station Project
https://www.centralauctionhouse.com/rfp62551980-bid-202428-cambridge-2-and-3-and-ned-duhe-lift-station-project.html
03-Jul-2024 8:00:00 AM CDT |
02-Aug-2024 9:45:00 AM CDT |
Lafayette Economic Development Authority |
LEDA - Main Office Renovations
|
SECTION 00 10 00 - ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received by the Lafayette Economic Development Authority, 211 East Devalcourt Street, Lafayette, Louisiana 70506, until 10:00 am on Thursday, August 1, 2024 for the construction of:<br /> <br />LEDA – MAIN OFFICE RENOVATION<br />for the<br />LAFAYETTE ECONOMIC DEVELOPMENT AUTHORITY<br /> <br />at which time bids will be publicly opened. Bids received after the above specified time will be returned unopened to the sender.<br /> <br />The project consists of all labor and materials including performance of all work for renovation that is predominantly an interior repainting and flooring improvements project. Project includes minor wall construction and other minor incidental associated work. Sitework includes paving replacement at the front entrance, limited parking areas and landscaping.<br /> <br />THE CONTRACT DOCUMENTS, consisting of the Advertisement for Bids, Instruction to Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Special Conditions, Performance and Payment Bond, Specifications, and Addenda, may be obtained at the office of Domingue, Szabo & Associates, Inc., 102 Asma Boulevard, Suite 305, Lafayette, Louisiana 70508, phone: (337) 232-5182 (Chris Richard, PE), upon payment of One Hundred Fifty dollars ($150.00) to reimburse the cost of reproduction. Deposits on the first set of documents furnished to Bona Fide Prime bidders will be fully refunded if returned in good condition within 10 DAYS after receipt of bids. Documents containing marks, torn sheets or unbound sheets are NOT considered to be in good condition.<br /> <br />Bid related information is also available online and bids may also be submitted online at: https://www.centralauctionhouse.com/<br /> <br />All contractors are requested to attend a Pre-Bid Conference scheduled for 10:00 a.m. Central Time, Tuesday, July 23, 2024 in the conference room at the at the LEDA offices, 211 E. Devalcourt, Lafayette, LA. <br /> <br />Contractors submitting bids shall be licensed under LA Revised Statutes R.S. 37:2150-2164 and shall be classified under Building Construction. The Bidder shall show his license number on the bid and on the sealed envelope in which their bid is enclosed. <br /> <br />Each bid shall be accompanied by suitable bid surety, payable to the Lafayette Economic Development Authority, the amount of which shall be five percent (5%) of the amount of the bid. This shall be given as a guarantee that the bidder will execute the contract, should it be awarded to him, in conformity with the Contract Documents. Performance and Payment Bonds will be required.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />The Contractor shall obtain, maintain during the life of the project and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner’s approval:<br /> <br />1. BID BOND: a “Bid Guarantee” equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier’s check, or another negotiable instrument, 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.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor’s faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work proved by the contract.<br /> <br />Each bid shall be submitted only on the Contractor's Bid Form furnished by the Engineer.<br /> <br />The Lafayette Economic Development Authority, reserves the right to reject any or all bids and to waive informalities in any or all bids.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed and will complete the work, ready for use, in the manner specified in the Contract Documents, within 180 calendar days.<br /> <br /> By Order of the Lafayette Economic Development Authority, Lafayette, Louisiana<br /> <br /> LAFAYETTE ECONOMIC DEVELOPMENT AUTHORITY<br /> <br /> <br /> <br />/s/__________ Mandi D. Mitchell__________________<br /> President/CEO<br /> <br />Publication Dates: 07/03/24; 07/10/24; and 07/17/24
https://www.centralauctionhouse.com/rfp4192788-leda--main-office-renovations.html
03-Jul-2024 8:00:00 AM CDT |
01-Aug-2024 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
Taxiway L Extension and Decommissioning of Runway 4R-22L and Taxiway E – Phase I State Project No. H.015713
|
Taxiway L Extension and Decommissioning of Runway 4R-22L and Taxiway E – Phase I <br />LISTING INFORMATION / ADVERTISEMENT<br /> <br />To be published three times<br />Legal – July 3, July 10, & July 17, 2024<br /> <br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br />NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge for the Greater Baton Rouge Airport District, will receive electronic or paper bids for the construction of the following project:<br /> <br />Taxiway L Extension and Decommissioning of Runway 4R-22L and Taxiway E–Phase I<br />Baton Rouge Metropolitan Airport, East Baton Rouge Parish, Louisiana.<br /> <br />PROJECT DESCRIPTION: This project will include New Airfield Pavement, Drainage, Electrical, NAVAIDs and Earthwork.<br /> <br />There will be a Non-Mandatory Pre-Bid Conference and Site Visit held on July 15, 2024, at 10:00 a.m. local time in the 1st floor conference room at the Baton Rouge Metropolitan Airport Terminal Building.<br /> <br />Electronic or sealed bids will be received until 10:00 a.m. Local Time, Tuesday, July 30, 2024 by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 10:00 a.m. on the same day and date.<br />Bid Openings can be in person or via teleconference. Teleconference Call-in Information.<br />Join by phone +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 />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division.<br /> <br />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 806 of City Hall immediately after the 10:00 a.m. bid closing.<br /> <br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /> <br />Bids shall be firm for a period of sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />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 Form Revised Apr 2, 2009 NC 2 of 2 process, please call Central Bidding at 225-810-4814. Copies of the Contract Documents may be obtained and examined without charge in the office of the Project Engineer, or as requested for electronic copies via PDF from the Project Manager by emailing Blake Roussel at
[email protected]. For additional information, contact Stanley Consultants, Inc. at the above email or phone number 225-936-1604.<br /> <br />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, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />The Bidder is advised that the City of Baton Rouge and Parish of East Baton Rouge is an Equal Opportunity Employer. Therefore, the Bidder is encouraged to utilize minority participation in this contract to the extent possible through the use of small, disadvantaged and women-owned businesses as suppliers or subcontractors.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of Highway, Street, and Bridge Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />Bidders should be aware that award of this contract is contingent upon receipt of a grant or grants from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development - Office of Aviation (DOTD), along with the securing of other required approvals. Project numbers will be assigned upon approval by the FAA.<br /> <br />Policy: It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds.<br />Baton Rouge Metropolitan Airport has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation, 49 CFR Part 26. It is the policy of the Baton Rouge Metropolitan Airport to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. All Respondents or Proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, to achieve a minimum DBE goal of 14% of the total value of the contract. Good faith efforts include meeting this DBE goal or providing documentation demonstrating that the Respondent or Proposer made sufficient good faith efforts in attempting to meet this goal. Only DBE firms certified by the Louisiana Unified Certification Program at the time of Qualification Statement or Proposal submittal will count toward this DBE goal. To be considered responsive, the Bidders must submit DBE Schedules A, B, C, and Letters of DBE Certification, as appropriate within three business days of bid or proposal date and time.<br />The proposed Contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s (Proposer’s) attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Project Manual.<br />The Bidder (Proposer) must supply all the information required by the bid or proposal forms. The Bidders will be required to submit a Certification of Nonsegregated Facilities, and to notify prospective Subcontractors of the requirements of such Certification as Notice to Subcontractors appears in the Project Manual.<br />Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities.<br />For contracts for $50,000 or more, a Contractor having 50 or more employees, and his Subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract.<br />Compliance Reports. Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if:<br /><br />The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and<br />The Contractor is within the definition of “employer” in Paragraphs 2e (3) of the instructions included in Standard Form 100.The Contractor shall require the Subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request.<br />Buy American Provision. The proposed Contract is subject to the Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Project Manual. <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge 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 />For additional information please contact Blake Roussel, PE at the number and email noted above.
https://www.centralauctionhouse.com/rfp62527520-taxiway-l-extension-and-decommissioning-of-runway-4r-22l-and-taxiway-e-phase-i-state-project-no-h015713.html
03-Jul-2024 8:00:00 AM CDT |
30-Jul-2024 10:00:00 AM CDT |
Evangeline Parish School Board |
NEW 6-LANE TRACK VILLE PLATTE HIGH SCHOOL
|
Complete bidding Documents may be obtained electronically from Central Bidding, or:<br />Williams Architecture, LLC<br />
[email protected]
https://www.centralauctionhouse.com/rfp58213972-new-6-lane-track-ville-platte-high-school.html
03-Jul-2024 12:00:00 AM CDT |
06-Aug-2024 3:00:00 PM CDT |
St. Bernard Parish Government |
RFQ - Professional Engineering Services - SBPG
|
<div><b>Advertisement</b><br /> <br /><b><u>St. Bernard Parish, Louisiana<br />Request for Statement of Qualifications</u></b><br /><b><u>Professional Engineering Services</u></b><br /> <br />The Parish of St. Bernard is hereby soliciting the submittal of Statement of Qualifications from firms interested in providing professional engineering services to the Department of Public Works for water, sewer, drainage, architectural, mechanical, electrical, coastal, environmental, street projects, etc. in St. Bernard Parish for the period of August, 2024 through December, 2027. Firm(s) will be selected based on necessary qualifications for the specific project as needed by St. Bernard Parish Government.<br /> <br />Services required include those basic and supplemental services necessary to produce preliminary and final plans and specifications for bidding and construction of the required systems improvements. <br /> <br />Routine engineering services are for contract(s) where the total engineering fee, exclusive of resident inspection will not exceed $500,000.00 per assignment unless approved by Amendment in writing by both parties. St. Bernard Parish does not guarantee the amount of work to be assigned during the term of contract. Contact(s) will be awarded per project as needed by St. Bernard Parish Government. <br /> <br />Firms submitting a statement of qualifications must identify all firms that they expect to use to provide supplemental services<br /> <br /><b>Evaluation Criteria</b><br /> <br />The following criteria will be used to evaluate each firm submitting a statement of qualifications:<br /> <ol> <li>Professional training and experience, both generally and in relation to the type and magnitude of work required for the particular project. <b>20 points maximum</b></li> <li>Capacity for timely completion of the work, taking into consideration the firm’s current and projected workload and professional and support manpower. <b>20 points maximum</b></li> <li>Past and current professional accomplishments, for which opinions of clients or former clients and information gathered by inspection of current or recent projects may be considered. <b>20 points maximum</b></li> <li>The nature, quantity and value of Parish work previously performed and presently being performed by the firm, it being generally desirable to allocate such work among firms that are desirous and qualified to perform such work. Past performance by the firm on public contracts, including any problems with time delays, cost overruns, and design inadequacies for prior work completed for St. Bernard Parish. <b>30 points maximum</b></li> <li value="5">Location of the principal office where work will be performed. Preference shall be given to persons or firms with a principal business office at which the work be performed as follows: <b>10 points maximum</b> <ul> <li>(1) St. Bernard Parish <b>(10 points);</b></li> <li>(2) Neighboring parishes of the Greater New Orleans Metropolitan Region, which includes New Orleans, Plaquemines, Jefferson, St. Charles and St. Tammany Parishes <b>(10 points);</b></li> <li><b>(3) Parish other than the foregoing <b>(5 points)</b>; and</b></li> <li><b>(4) outside the State of Louisiana <b>(2 points)</b>.</b></li> </ul> </li></ol>Any firm scoring a minimum of 75 points will be included in St. Bernard Parish’s approved list.<br /> <br /><b>Request For Qualifications Package:</b><br /> <br />Interested parties are invited to secure the RFQ Package from 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 (except legal holidays) or requested by e-mail at
[email protected]. Packages may be obtained from St. Bernard Parish Government Department of Public Works upon request. Qualification Package may also be viewed and submitted online at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>.<br /> <br /><b>Submittal Date and Time:</b><br /> <br />Sealed Request for Qualification Packages will be received until the hour of <b>10:00 a.m. on</b> <b>Tuesday, July 30, 2024 </b>in the St. Bernard Parish Government, Office of the Department of Public Works, located at 1125 East St. Bernard Highway, Chalmette, Louisiana. To be a valid delivery, Sealed Qualification Packages 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</b> <b>Tuesday, July 30, 2024.</b><br /> <br />Sealed Qualification Packages delivered to any other St. Bernard Parish Government location or other room number prior to the receipt deadline will not be considered.<br /> <br /><b>Additional Information:</b><br /> <br />Federal funded contract(s) are subject to Federal Procurement Requirements with certification required by the Byrd Anti-Lobbying Amendment. Firms must actively be registered on Sam.gov <a href="http://www.sam.gov/">www.sam.gov</a>. <u>Firms must make positive efforts to use small and minority owned business and women business enterprises as required by 2 CFR 200.321</u>. In addition, CDBG contract(s) must comply with CDBG compliance provisions for professional services.<br /> <br />The contractor agrees to abide by the requirements of the Title VI and Title VII of the Civil Rights Act of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order 11246 and 11375, the Federal Rehabilitation Act of 1973, as amended, the Vietnam Era Veteran's Readjustment Assistance Act of 1974, Title IX of the Education Amendments of 1972, the Age Act of 1975, and Contractor agrees to abide by the requirements of the Americans with Disabilities Act of 1990. Contractor agrees not to discriminate in its employment practices, and will render services under this contract without regard to race, color, religion, sex, national origin, veteran status, political affiliation, or disabilities. Any act of discrimination committed by Contractor, or failure to comply with these statutory obligations when applicable shall be grounds for termination of this agreement/contract.<br /> <br />The St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish encourages all small and minority-owned firms, women’s business enterprises, and Section 3 businesses to apply.<br /> <br />St. Bernard Parish Government reserves the right to issue separate Request for Statement of Qualifications for specific projects as deemed necessary.<br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br /> <br /> <br /> </div>
https://www.centralauctionhouse.com/rfp4621943-rfq--professional-engineering-services--sbpg.html
02-Jul-2024 12:01:00 PM CDT |
30-Jul-2024 10:00:00 AM CDT |
Calcasieu Parish School System |
HL-003-01,03,04,05,06,07 Bids for A.M. Barbe High School project
|
HL-003-01,03,04,05,06,07 Bids for A.M. Barbe High School project
https://www.centralauctionhouse.com/rfp80690721-hl-003-010304050607-bids-for-am-barbe-high-school-project.html
02-Jul-2024 11:00:00 AM CDT |
01-Aug-2024 11:00:00 AM CDT |
Chennault International Airport Authority |
Firewater Pumphouse #3
|
ADVERTISEMENT FOR BIDS <br />The Chennault International Airport Authority will be accepting sealed bids at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, LA 70615, on Tuesday, August 13, 2024, at 2:00 p.m., for:<br /> <br />FIREWATER PUMPHOUSE #3 PROJECT CIAA PROJECT #2023-14 <br />Complete Bidding Documents may be obtained from Vincent-Shows-Gautreaux, Architects, APALLC (VSG Architects), 1502 S. Huntington Street, Sulphur, LA 70663, between the hours of 8:00 a.m. to 4:30 p.m., Monday through Thursday and 8:00 a.m. to 12:00 p.m., Friday (337-527-8137).<br /> <br />Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic 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 />Each bidder must provide proof of capacity to provide a payment and performance bond in accordance with the specifications. A bid bond in the amount of 5% of the bid must be furnished with the bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required.<br /> <br />A Pre-bid conference will be held on Wednesday, July 17, 2024, at 10:00 a.m. at the office of the Authority located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles,<br />Louisiana. Attendance at this Pre?Bid Conference is strongly suggested for any prime bidder<br />intending on submitting a bid.<br /> <br />This project will partially funded with Federal funds from the United States Department of Commerce, Economic Administration and therefore is subject to the Federal laws and regulations associated with the program.<br /> <br />On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope. Bidders must be licensed in the following category: Building Construction. The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued.<br /> <br />The Chennault International Airport Authority reserves the right to reject any or all of the bids for just cause.<br /> <br /> W. Kevin Melton<br /> Executive Director<br /> <br />July 2, 9, 16, 2024 3t
https://www.centralauctionhouse.com/rfp58296020-firewater-pumphouse-3.html
02-Jul-2024 12:00:00 AM CDT |
13-Aug-2024 2:00:00 PM CDT |
City of Alexandria |
Bid 2485 Armored SWAT Vehicle
|
It is the intent of the City of Alexandria to secure pricing for one (1) Armored Swat Vehicle, for use by the City of Alexandria Police Department.
https://www.centralauctionhouse.com/rfp85903387-bid-2485-armored-swat-vehicle.html
01-Jul-2024 8:30:00 AM CDT |
20-Aug-2024 10:00:00 AM CDT |
Vernon Parish School District |
Job 2023-11 Additions & Alterations to Rosepine Elementary School
|
<div style="text-align: justify;">Notice is hereby given that the Vernon Parish School Board will receive sealed bids from LA<br />licensed general contractors until 2:00 P.M., Wednesday July 31, 2024, for:</div><div style="text-align: center;">JOB #2023-11 ADDITIONS AND ALTERATIONS TO<br />ROSEPINE ELEMENTARY SCHOOL<br />ROSEPINE, LOUISIANA</div><div style="text-align: justify;">Bids will be accepted until the date and time specified and will be publicly opened and read aloud<br />at that time in the School Board’s Office, 201 Belview Road, Leesville, Louisiana 71446. All<br />submittal packages will be stamped or marked to acknowledge timely receipt. Sole responsibility<br />for proper mailing or delivery of any bid in compliance with this advertisement is that of the bidder.<br />Bids received after the date and time of opening will not be considered.<br />A non-mandatory Pre-bid Conference will be held at 10:30 A.M. on Wednesday July 17, 2024<br />at Rosepine Elementary School: 1208 Texas Avenue, Rosepine, Louisiana 70659. Bidders<br />must check in at the office.<br />All bids must be accompanied by bid security equal to five percent (5%) of the base bid and all<br />alternates and must be in the form of a certified check, cashier's check or bid bond written by a<br />company licensed to do business in the State of Louisiana.<br />Complete bid documents may be obtained from Yeager, Watson & Associates, LLC, 118 S.<br />Trenton St., Ruston, LA 71270-4432, (318) 202-5708, upon receipt of deposit of $200.00 for<br />each set of documents. The deposit is fully-refundable to all plan holders upon return of the<br />documents, in good condition, no later than fifteen (15) days after receipt of bids. The deposits<br />for all other sets of documents will not be refunded. Bid-related materials and electronic submittal<br />of bids may be found at: WWW.CENTRALBIDDING.COM. For questions relating to the<br />electronic bidding process, please call Central Bidding at (225) 810-4814. Electronic bid<br />documents are also available for a purchase price of $20 from the architect’s office or by<br />membership to following Plan Rooms: LAGC, ConstructConnect, Dodge, or ISqFt.<br />Preference is hereby given to materials, supplies and provisions, produced, manufactured or<br />grown in Louisiana, quality being equal to articles offered by competitors outside of the State.<br />Preference provided by R.S. 38:225 will be used if applicable.<br />The Owner reserves the right to reject any and all bids for cause. Bids which deviate from the<br />project plans and specifications will not be considered.</div>James Williams<br />Superintendent<br />Vernon Parish School Board<br />Publication Dates:<br />June 28, 2024<br />July 5, 2024<br />July 12, 2024
https://www.centralauctionhouse.com/rfp22276646-job-2023-11-additions-alterations-to-rosepine-elementary-school.html
30-Jun-2024 8:00:00 AM CDT |
31-Jul-2024 2:00:00 PM CDT |
Lincoln Parish School Board |
Request for Qualifications (RFQ) Construction Manager at Risk for the Ruston School District No. 1 Capital Improvements – 2024 Bond Project
|
<div style="text-align: center;"><b>LINCOLN PARISH SCHOOL BOARD<br />REQUEST FOR QUALIFICATIONS STATEMENTS<br />CONSTRUCTION MANAGER AT-RISK SERVICES</b><br /> </div>The Lincoln Parish School Board, a political subdivision of the State of Louisiana (“School Board”), solicits qualifications statements ("Qualifications Statements") from qualified and licensed construction firms (each a "CMAR") to provide comprehensive construction management at-risk services for capital improvements for the Ruston School District No. 1 for various projects in Ruston, LA.<br /><br /><b>I. STATUTORY AUTHORITY AND PUBLIC INTEREST</b><br /><br />The School Board issues this solicitation to procure a CMAR qualified construction firm pursuant to the authority granted to it by La. Rev. Stat. Ann. §38:2225.2.4. The School Board determined this solicitation and the construction management at-risk delivery model to be in the best interest of the public and provides a substantial benefit to the School Board and residents of the Ruston School District No. 1. Good faith and meaningful collaboration between the School Board, its architect, and the CMAR construction firm is essential to successfully delivering the project. The School Board determined that CMAR is the appropriate delivery model for budget adherence, transparent cost control measures, the potential for concurrent execution of design and construction, and the identification and minimization of risks and disputes.<br /><br /><b>II. REQUEST FOR QUALIFICATIONS ADVERTISEMENT NOTICE</b><div style="text-align: center;"><b>Request for Qualifications (RFQ)<br />Construction Manager at Risk</b></div><div style="text-align: center;"><b>for the<br />Ruston School District No. 1 Capital Improvements – 2024 Bond Project</b><br /> </div>The Lincoln Parish School Board is seeking Qualifications Statements from highly qualified Construction Management firms interested in providing Construction Management at Risk<br />(CMAR) Services for the Ruston School District No. 1 Capital Improvements – 2024 Bond Project (RFQ #24-07). Procurement of CMAR services will be in accordance with the provisions of La. Rev. Stat. Ann. §38:2225.2.4. <br /><br />Interested firms may obtain official REQUEST FOR QUALIFICATIONS (RFQ) package from:<div style="text-align: center;">Ricky Durrett, Superintendent<br />Lincoln Parish School Board<br />410 S. Farmerville St.<br />Ruston, LA 71270<br />
[email protected]<br />(318) 255-1430</div><br />The RFQ package is available for download online at www.centralbidding.com. Each firm is responsible for payment of any fees required for use of this site.<br /><br />All questions regarding this RFQ shall be addressed to Ricky Durrett in writing via email to
[email protected] by no later than 2:00 PM on July 29, 2024.<br /><br />A sealed package containing One (1) original, Five (5) copies, and One (1) electronic copy on a USB device of the Statements of Qualifications must be addressed to Attn: Ricky Durrett and received at the Lincoln Parish School Board office located at 410 South Farmerville Street, Ruston, Louisiana 71270 on or before 10:00 AM on August 8, 2024 (the “Submission Deadline”). Refer to the RFQ package for complete submission instructions.<br /><br />A Mandatory Pre-Proposal Meeting will be conducted at 9:00 am on Thursday, July 11, 2024 at the Lincoln Parish School Board Office at 410 S. Farmerville Street, Ruston, LA 71270.<br />All firms interested in submitting Qualification Statements in response to this RFQ are required to attend. Qualification Statements submitted by firms who do not attend the<br />Mandatory Pre-Proposal Meeting will be rejected. <br /><br />Any Qualification Statements received after the Submission Deadline will not be considered. Faxed and/or emailed Qualification Statements cannot be accepted and will not be considered. The School Board and its Selection Review Committee reserves the right to reject any or all Qualification Statements for just cause, and to waive any informalities when it is in the best interest of the School Board.<br /><br />The Lincoln Parish School Board strongly encourages the participation of small, minorityowned, and women’s business enterprises in all contracts or procurements let by the Board<br />for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and<br />services in which minority owned businesses are available. <br /><br />LINCOLN PARISH SCHOOL BOARD<br />/s/ Ricky Durrett, Superintendent<br /><br />Advertising dates: <ul> <li>June 28, 2024</li> <li>July 5, 2024</li></ul>
https://www.centralauctionhouse.com/rfp73961826-request-for-qualifications-rfq-construction-manager-at-risk-for-the-ruston-school-district-no-1-capital-improvements-2024-bond-project.html
28-Jun-2024 6:00:00 AM CDT |
08-Aug-2024 10:00:00 AM CDT |
EBR Sheriff's Office |
BID #1082 BADGES, NAME & SERVICE PLATE, COLLAR BRASS
|
badges, name and service plate, collar brass
https://www.centralauctionhouse.com/rfp29519010-bid-1082-badges-name-service-plate-collar-brass.html
27-Jun-2024 10:00:00 AM CDT |
29-Jul-2024 10:00:00 AM CDT |
Ascension Parish Government |
LA44 at Parker Road / LA933 Turn Lane
|
<br /> <br /> <br /> <br /> BID NOTICE<br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until 10:00 a.m. CDT on July 23, 2024. Bids received after the closure time, as stated herein, will be returned unopened. Bids will be publicly opened and read aloud for the construction project entitled.<br /> <br />PROJECT NAME: LA 44 at Parker Road / LA 933 Turn Lane<br />PROJECT NO.: ROAD240028; MA-22-05<br />STATEMENT OF WORK: Construction of a northbound left turn lane from LA 44 onto westbound Parker Road<br />DESCRIPTION: Move Ascension Program<br />ROUTE: LA 44<br />PARISH: Ascension Parish LENGTH: 0.20 miles<br />LIMITS: The project begins approximately ­­­­­­­­­­­­­­­­­­­­­­­­­­at Shadows of Ascension Boulevard and ends at the intersection of LA 44 at LA 933 / Parker Road.<br /> <br /> PROJECT ENGINEER: McKim & Creed<br />Dustin Mayard, P.E.<br />
[email protected]<br /> <br />ASCENSION PARISH CHIEF Daniel Helms, P.E., PTOE, RSP2I<br />TRANSPORTATION ENGINEER: 225-450-1320<br />
[email protected]<br /> <br />PROJECT MANAGER: Treg Cunningham<br />225-450-1353<br />
[email protected] <br /> <br />Bids should be submitted in a sealed envelope and must be to the attention of the Ascension Parish Purchasing Department and clearly labeled on the outside of the envelope as Bid Submittal, with the project numbers ROAD240028; MA-22-04, the name LA 44 at Parker Road / LA 933 Turn Lane and Louisiana Contractor’s License Number, as well as all accompanying funds and documents, as follows:<br /> <br />Bid Submittal<br />Project No.: ROAD240028; MA-22-05<br />Project Name: LA 44 at Parker Road / LA 933 Turn Lane<br />LA License No.:<br /><br /> <br />“Official” Bid Documents are available and Electronic bids are accepted at Central Bidding and may be obtained from www.centralauctionhouse.com or www.ascensionparish.net. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814.<br /> <br />COPIES OF CONTRACT DOCUMENTS. Electronic copies of the drawings and specifications for use in preparing Bids may be obtained with contractor provided media. The Contractor to whom a contract is awarded will be furnished two (2) working copies of the specifications and the drawings, together with all Addenda thereto.<br /> <br />Bid packages may be submitted in different manners. Consult the bid documents for specific deadlines for desired submittal process before application. The following are acceptable methods:<br /> <br />Hand-delivered to: <br />615 E. Worthey Road, Gonzales, LA 70737<br />Uploaded to: www.centralauctionhouse.com<br /> <br />To address the above requirement for electronic bids, Ascension Parish Government will allow electronic bids submitted via the parish-approved online bid site to be submitted as follows (Refer to L.R.S. 38:2212):<br /> <br />A copy of the bid bond MUST be attached to the bid documents submitted electronically.<br />The original bid bond document must be received in our office no later than 48 hours after bid opening date and time.<br />The bid bond envelope must be clearly labeled as a Bid Bond with the project name, the vendor’s name as it appears on the bid documents and the vendor’s address. <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online at www.centralauctionhouse.com.<br /> <br />Construction proposal information may be accessed online at www.centralauctionhouse.com. Users shall select “Login” and, if necessary, submit and create a New User Registration to view and download drawings. Upon creating a user registration account, users must click “Ascension Parish Government” to view any current advertised listings. This listing is titled “LA 44 at Parker Road / LA 933 Turn Lane”.<br /> <br />All registered users will have the ability to submit questions and view project information as well as view project drawings.<br /> <br />The Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted electronically.<br /> <br />All questions regarding this project and the bid packages shall be submitted to the Purchasing Department via
[email protected] by 10:00 a.m. CDT on July 12, 2024. Responses will be coordinated with the Project Engineer and Posted on the www.centralauctionhouse.com website by 5:00 p.m. CDT on July 17, 2024.<br /> <br /> <br />A MANDATORY Pre-Bid meeting will be held at 10:00 am CDT on July 10, 2024, at the Ascension Parish Department of Public Works Building, 42077 Churchpoint Road, Gonzales, LA 70737.<br /> <br />Bid security in the amount of five percent (5%) of the total bid must accompany each Bid and shall be made payable to Ascension Parish Government. See bid documents for specific criteria.<br /> <br />RS 38:2218. Evidence of good faith; countersigning:<br />The public entity advertising for bids for work shall require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the contract price of work to be done, as evidence of good faith of the bidder. The public entity advertising for bids for work may require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder. <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of opening thereof.<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 />The United States Department of Transportation (DOT) operates a toll-free hotline Monday through Friday, 8:00<br />a.m. to 5:00 p.m., EDT. Anyone with knowledge of possible bid rigging, bidder collusion or other fraudulent activities should call this hotline at 1-(800)-424-9071. All information will be treated confidentially, and caller anonymity will be respected.<br /> <br /> Ascension Parish Government reserves the right to reject any and all bid for just cause.<br />Ascension Parish Government<br />Clint Cointment, Parish President<br /> <br />CHIEF - Please publish 6/27/2024, 7/4/2024, 7/11/2024<br />WEEKLY- Please publish 6/27/2024, 7/4/2024, 7/11/2024<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp83607858-la44-at-parker-road-la933-turn-lane.html
27-Jun-2024 7:00:00 AM CDT |
30-Jul-2024 10:00:00 AM CDT |
Jefferson Parish Government |
RFP 0486 To Provide Third-Party Inspection Services to the Jefferson Parish Department of Building Permits
|
REQUEST FOR PROPOSAL<br />RFP 0486<br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified persons or firms To Provide Third-Party Inspection Services to the Jefferson Parish Department of Building Permits.<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 />.<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 http://purchasing.jeffparish.net 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 August 02, 2024. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />A Non-Mandatory Pre-Proposal conference will be held at 11:00 a.m. on July 12, 2024 at the General Government Building located at 200 Derbigny St. Suite 4400, Gretna, La. 70053. All Prospective Proposers must participate in the conference and will be required to sign in and out as evidence of attendance. All prospective proposers shall be present at the beginning of the Mandatory conference and shall remain in attendance for the duration of the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any Prospective Proposer who fails to attend the conference or remain for the duration shall be prohibited from submitting a proposal<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: June 26, July 03 and 10, 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/rfp54068387-rfp-0486-to-provide-third-party-inspection-services-to-the-jefferson-parish-department-of-building-permits.html
26-Jun-2024 12:00:00 PM CDT |
02-Aug-2024 3:30:00 PM CDT |
Jefferson Parish Government |
5000145379 Woodmere Community Youth Center Improvements - Phase II - Interiors
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. _50-00145379_<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., on July 30, 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 />Woodmere Community Youth Center Improvements, Phase II - Interiors<br /> <br /> <br />The Work of this Contract consists of architectural improvements on existing building located at 2485 Alex Kornman Blvd, Harvey, LA 70058. The improvements consist of interior renovations as shown on the Drawings and specified herein.<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 Principal Engineering, Inc., 128 Northpark Blvd, Mandeville, LA 70433, Phone (985) 624-5001 by licensed contractors upon receipt of$80.00 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 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 />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00 am on Friday, July 12, 2024 at 2485 Alex Kornman Blvd, Harvey, LA 70058. 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: June 26, July 3 and 10, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.netor you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp83639117-5000145379-woodmere-community-youth-center-improvements--phase-ii--interiors.html
26-Jun-2024 11:59:00 AM CDT |
30-Jul-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145544 Harvey Wastewater Treatment Plant Electrical Distribution Upgrade SCIP #C3125
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145544<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 1, 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 />Harvey Wastewater Treatment Plant Electrical Distribution Upgrade<br />SCIP # C3125<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 G.E.C., Inc. (GEC), 3501 North Causeway Boulevard, Suite 210, Metairie, Louisiana 70002, telephone number (225) 612-4172 by licensed contractors upon receipt of $300.00 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 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 11:00 am on July 11, 2024 in the Jefferson Parish Purchasing Department, 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: June 26, July 3 and 10, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678. <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145544<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 1, 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 />Harvey Wastewater Treatment Plant Electrical Distribution Upgrade<br />SCIP # C3125<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 G.E.C., Inc. (GEC), 3501 North Causeway Boulevard, Suite 210, Metairie, Louisiana 70002, telephone number (225) 612-4172 by licensed contractors upon receipt of$300.00 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 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 11:00 am on July 11, 2024 in the Jefferson Parish Purchasing Department, 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: June 26, July 3 and 10, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.netor you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp54086506-5000145544-harvey-wastewater-treatment-plant-electrical-distribution-upgrade-scip-c3125.html
26-Jun-2024 11:20:00 AM CDT |
01-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145501-New Construction of a Gretna Library Sculpture Garden for the Jefferson Parish Library Department 102 Willow Drive, Gretna, Louisiana 70053
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145501<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 1, 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 />New Construction of a Gretna Library Sculpture Garden<br /> for the Jefferson Parish Library Department<br /> 102 Willow Drive, Gretna, Louisiana 70053<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 Burgdahl & Graves AIA Architects., 2550 Belle Chasse Highway, Suite 130, Gretna, LA. 70053, (Phone: 504-366-4433 or fax 504-366-0102) by licensed contractors upon receipt of $125.00 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 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 9:00 AM on July 11, 2024 at The Gretna Library located at 102 Willow Dr., 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: June 26, and July 3, & 10, 2024<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/rfp49822915-5000145501-new-construction-of-a-gretna-library-sculpture-garden-for-the-jefferson-parish-library-department-102-willow-drive-gretna-louisiana-70053.html
26-Jun-2024 9:45:00 AM CDT |
01-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145620 Three (3) Year Contract to Provide Demolition and Associated Services for the Jefferson Parish Department of Code Compliance and Enforcement
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145620<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 23, 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 />Three (3) Year Contract to Provide Demolition and Associated Services for the Jefferson Parish Department of Code Compliance and Enforcement<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.net 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 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: June 26, July 3 and 10, 2024<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/rfp83698796-5000145620-three-3-year-contract-to-provide-demolition-and-associated-services-for-the-jefferson-parish-department-of-code-compliance-and-enforcement.html
26-Jun-2024 9:36:00 AM CDT |
01-Aug-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000145143 PURCHASE OF AMMONIA MONOCHLORAMINE ANALYZER FOR THE JEFFERSON PARISH DEPARTMENT OF WATER
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00145143<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 18, 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 />PURCHASE OF AMMONIA MONOCHLORAMINE ANALYZER FOR THE<br />JEFFERSON PARISH DEPARTMENT OF WATER<br /> <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 /> <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 /> <br />ADV: The New Orleans Advocate: June 26 and July 3, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp73914865-5000145143-purchase-of-ammonia-monochloramine-analyzer-for-the-jefferson-parish-department-of-water.html
26-Jun-2024 9:00:00 AM CDT |
30-Jul-2024 2:00:00 PM CDT |
St. Mary Parish Government |
PROPOSED PUMP STATION AND DISCHARGE PIPE OVER THE WEST ATCHAFALAYA BASIN PROTECTION LEVEE NEAR CALUMET
|
The Wax Lake East Drainage District of the Parish of St. Mary, St. Mary Parish, Louisiana, will receive sealed<br />bids for the Proposed Pump Station and Discharge Pipe Over the West Atchafalaya Basin Protection<br />Levee Near Calumet project, at the St. Mary Parish Courthouse Council Meeting Room, Fifth Floor, Franklin,<br />LA 70538, until August 5, 2024, at 10 A.M., local time, at which time and place, they will be publicly opened and<br />read aloud. Bids received after the time set forth above for opening of bids will not be considered and will be<br />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
https://www.centralauctionhouse.com/rfp87071095-proposed-pump-station-and-discharge-pipe-over-the-west-atchafalaya-basin-protection-levee-near-calumet.html
26-Jun-2024 12:00:00 AM CDT |
05-Aug-2024 10:00:00 AM CDT |
Assumption Parish School Board |
Assumption High School Building
|
<div style="text-align: center;"><b>SECTION 00100<br /> <br />ADVERTISEMENT FOR BIDS </b></div><b>Project No. S-60-158 Assumption High School Building “A” Exterior Wall Rehabilitation <br /><br />Assumption Parish School Board (herein referred to as the “Owner”)<br /> </b><br />Sealed bids marked “Sealed Bids” for the exterior wall rehabilitation and repairs of the Assumption High School Building “A” located at Assumption High School along LA. Hwy. 308, in Napoleonville, Project No. S-60-158 will be received by the Owner for the construction of the project described as follows:<br /> <div style="text-align: center;"><b>ASSUMPTION HIGH SCHOOL<br />BUILDING “A” EXTERIOR WALL REHABILITATION </b><br /> </div>Proposals shall be addressed to the Assumption Parish School Board and must be submitted electronically online only to www.centralbidding.com no later than <b><u>10:00 o’clock a.m</u>.</b> on <u><b>July 30, 2024</b></u>. Proposals shall be designated as “Sealed Bid – Assumption High School Building “A” Exterior Wall Rehabilitation.” Any bids received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at <b><u>10:00 o’clock a.m.</u></b> <b><u>July 30, 2024</u></b>, in the Conference Room of the Assumption Parish School Board Office located at 4901 Louisiana Hwy. 308, Napoleonville, LA 70390.<br /> <br />The information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications and Forms of Bid Bond, Performance Bond, and other contract documents may be examined on www.centralbidding.com.<br /> <br />As a requirement under Louisiana Revised Statutes 37:2163, this project is classified as <b><u>Building Construction.</u></b> <br /> <br />Pursuant to Louisiana Revised Statutes 38:2212E.(1). Bidders now have the option to submit their bids and bid bonds electronically. <b>Electronic BIDS will be accepted only on www.centralbidding.com</b>. Uploading of bidding documents are of the responsibility of the Prime Bidder. <br /> <br />The Owner reserves the right to accept or reject any and all bids and to waive any irregularities or informalities incidental thereto, and to accept any bid which the Owner feels serves their best interest. Such action will be in accordance with Title 38 of the Louisiana Revised Statues.<br /> <br />A <b>mandatory</b> pre-bid conference at which the scope of the project, contract time, and other requirements of the bidding and contract documents may be discussed, or any other special requirements for the project which may be discussed with prospective bidders, will be held at the Assumption Parish School Board Main Building, 4901 Louisiana Highway 308, Napoleonville, Louisiana 70390 on <b><u>July 18, 2024</u></b>, at <b><u>10:00 A.M</u></b>., local time. <br /> <br />All questions should be directed to Clarence J. Savoie, III, C.J. Savoie Consulting Engineers, LLC, 985-369-2341 or emailed to the following:
[email protected],
[email protected],
[email protected]. Last date for submitting questions is <u>July 22, 2024 </u>at <u>1:00 P.M.</u>, local time.<br /> <br />Each Bidder must deposit with his/hers bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond.<br /> <br />All bidders must show proof that he/she is licensed in the State of Louisiana to perform this type of construction. <br /> <br /><b>Contractor’s name and license number must be included with the uploaded bid.</b><br /> <br />The successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to business in Louisiana, in the amount equal to one hundred percent (100%) of the contract price. Certificates of Insurance will also be required.<br /> <br />The Contractor shall begin mobilization and procurement of necessary materials within ten (10) working days of the receipt of the Notice to Proceed.<br /> <br />Any person with disabilities requiring Special Accommodation must contact Assumption Parish School Board no later than seven (7) days prior to bid opening. Participation by minority and female owned business, as well as businesses located in Assumption Parish is encouraged.<br /> <div style="text-align: center;">ASSUMPTION PARISH SCHOOL BOARD<br />John Barthelemy, Superintendent</div> <br /> Publish:<br />June 25, 2024<br />July 2, 2024<br />July 9, 2024<br />
https://www.centralauctionhouse.com/rfp8552468-assumption-high-school-building-.html
25-Jun-2024 10:00:00 AM CDT |
30-Jul-2024 10:00:00 AM CDT |
Ascension Parish School Board |
RFP-5170-District-Wide Waste Disposal Services
|
<div style="text-align: center;"><b>REQUEST FOR PROPOSAL</b></div> <br /> <br />Proposals will be received by the Ascension Public Schools, Attention Amber Miller, Purchasing Department, 932 W. Orice Roth Road, Gonzales, LA 70737, not later than 10:00 a.m., Tuesday, July 30, 2024, for the following:<br /> <div style="text-align: center;"><b>RFP# 5170<br />District-Wide Waste Disposal Services</b></div> <br /> <br />A mandatory Pre-Bid Conference will be held at 10:00 a. m., Tuesday, July 16, 2024, at the Supply Chain Center, which is located at 932 W. Orice Roth Road, Gonzales, La 70737. No bid will be accepted from any contractor who does not attend and sign-in at the Pre-Bid Conference. The Bids will be opened at the APSB Distribution Center immediately following the close of bid time on the above noted date.<br />Preliminary bid information may be obtained by emailing
[email protected] or via www.beaconbid.com/solicitations/ascension-parish-schools.<br />It is the policy of the Ascension Public Schools 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.
https://www.centralauctionhouse.com/rfp98267133-rfp-5170-district-wide-waste-disposal-services.html
20-Jun-2024 7:00:00 AM CDT |
30-Jul-2024 10:01:00 AM CDT |
Ascension Parish Government |
Ascension Parish Government Website Rebuild
|
<h1 style="text-align: center;"><b>REQUEST FOR PROPOSALS</b></h1><br /><br />Request for proposals will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <s>July 18</s> <b>August 8, 2024</b>, at 3:00 p.m. (CST) for the following:<br /> <h3 style="text-align: center;"><b>Ascension Parish Government Website Rebuild</b></h3><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) is seeking proposals from qualified proposers who are interested in providing website services to redesign, host, and publish the Parish website. Continuation of operations must be maintained.<br /> <div style="margin-left: 40px;"><i>The Parish seeks a well-qualified and dynamic web development firm to redesign, modernize, and upgrade the website – including both the CMS and front-end – to meet the current needs of Parish staff and the community it serves. The chosen contractor will also be responsible for hosting the site content on a secure server to be maintained by the contractor in addition to conducting tangible research prior to development in several forms including but not limited to focus groups (internal and external), surveys, and industry comparisons.</i></div> <br />All questions regarding the RFP 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 July 2, 2024. 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) on July 9, 2024.<br /> <br />Firms/individuals who are interested in providing services requested under this RFP must submit six 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/RFP.php?cid=69">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 /> <br />CHIEF PLEASE PUBLISH 6/20, 6/27, 7/4/24<br />WEEKLY PLEASE PUBLISH 6/20, 6/27, 7/4/24
https://www.centralauctionhouse.com/rfp99879522-ascension-parish-government-website-rebuild.html
20-Jun-2024 12:00:00 AM CDT |
08-Aug-2024 3:00:00 PM CDT |
Livingston Parish Government |
Livingston Parish - Request for Proposals for Waterway and Culvert Debris Removal and Site Management for Debris Reduction
|
The Parish of Livingston is soliciting a Request for Proposal (RFP)/Solicitation from professionals to provide waterway and culvert debris removal services and site management for debris reduction.<br /> <br />We are soliciting proposals from experienced firms for debris removal and site management services. 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. Multiple contracts may be awarded as a result of this solicitation. The Parish will, in its sole discretion, determine the number of contracts awarded, and may decide not to award any contracts. 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 Ms. Heather Crain at (225) 686-3018 or by sending an e-mail request to
[email protected] or by mailing a written request to Ms. Heather Crain, Grants Manager, P.O. Box 427, Livingston, LA 70754.<br /> <br />Proposals are to be addressed as follows for mail, express delivery or hand delivery:<br /> <br />Owner/Representative: Randy Delatte<br />Title: Parish President<br />Owner: Livingston Parish Government<br /> <br />Physical Address: 20355 Government Blvd, Suite E<br /> Livingston, LA 70754<br /> Office: 225-686-3018<br /> Fax: 225-686-3986<br /> <br />Mailing Address: Post Office Box 427<br /> Livingston, LA 70754<br /> <br />Responses to this RFP must be received no later than 4 p.m. on Thursday, July 18, 2024. 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 Waterway and Culvert Debris Removal and Site Management for Debris Reduction” 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.
https://www.centralauctionhouse.com/rfp10146060-livingston-parish--request-for-proposals-for-waterway-and-culvert-debris-removal-and-site-management-for-debris-reduction.html
20-Jun-2024 12:00:00 AM CDT |
01-Aug-2024 4:00:00 PM CDT |
Vermilion Parish School Board |
2024.760 ENVELOPE REPAIRS FOR RENE ROST MIDDLE SCHOOL GYMNASIUM
|
NOTICE TO BIDDERS<br /> <br />Sealed bids from contractors will be received either by the Vermilion Parish School System, located at the Charles Campbell Curriculum Annex Center, Board Room, 216 South Jefferson Street, Abbeville, Louisiana 70510, on Wednesday, July 17, 2024, at 2:00pm CST, or online at www.centralbidding.com, for all labor, materials and equipment required to fully complete the project entitled:<br /> <br />Bid No. 2024.760<br />ENVELOPE REPAIRS FOR:<br />RENE ROSE MIDDLE SCHOOL GYMNASIUM<br />112 West 6th Street<br />Kaplan, Louisiana 70548<br /> <br />as designated on the drawings. Bids will be publicly opened and read aloud at the time and place stated. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />Official Bid Documents are available at Central Bidding. 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. 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 <a href="tel:225-810-4814">225-810-4814</a>.<br /> <br />A Non-Mandatory Pre-Bid Conference has been scheduled for Wednesday, July 3, 2024, at 10:00am CST, at the site, located at Rene Rost Middle School, 112 West 6th Street, Kaplan, Louisiana 70548.<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 />Contract, if awarded, will be on a single lump sum basis to bidders licensed under the provisions of Contractor's Licensing Law of the State of Louisiana. 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 />Bids will be evaluated by the Purchaser based on cost, quality adaptability of the particular material to the use intended and delivery time of material. The purchaser reserves the right to reject any and all bids, waive informalities, and select the material that best suits his needs, whether the price is the lowest or not.<br /> <br />If the Bidder is notified of the acceptance of the bid within thirty (30) calendar days of the opening of bids, he agrees to execute a contract for the work accepted in the form AIA Document A101, within ten (10) days after receipt of written notice from the owner that the instrument is ready for signature, and that he will complete the work within 180 calendar days. Liquidated damages shall be assessed in the amount of $200.00 per day in accordance with the requirements as stated in the contract.<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 amount of $50,000.00 or more, not submitted in accordance with this requirement, 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 />Qualified Small Business Enterprises, Minority-Owned Business Enterprises, Women-Owned Business Enterprises and Labor Surplus Area Firms are encouraged to submit bids as Prime (General) and/or Subcontractors for this project.<br /> <br />The Attention to Bidders is called to particular requirements and conditions of employment to be observed including but not particularly limited to: Executive Order (EO) 11246, Equal Employment Opportunity (EEO); the Copeland Anti-Kickback Act; Sections 103 and 107 of the Contract Work Hours and Safety Standards Act; Section 306 of the Clean Air Act; Section 508 of the Clean Water Act; Executive Order 11738 and Environmental Protection Act (EPA) Regulations, 40 CFR 15.<br /> <br />The Owner reserves the right to reject any and all quotations or any portions thereof for just cause. In accordance with LA R. S. 38:2212(B)(1), the provisions and requirements of this Section, those stated in the invitation to 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 /> <br />Vermilion Parish School System<br /> <br />Thomas J. Byler<br />Superintendent<br /> <br /> <br />Publish Dates: June 19, June 26, and July 3, 2024
https://www.centralauctionhouse.com/rfp49162556-2024760-envelope-repairs-for-rene-rost-middle-school-gymnasium.html
19-Jun-2024 10:00:00 AM CDT |
06-Aug-2024 2:00:00 PM CDT |
State of Louisiana Military Department |
Billeting A/C Replacement_JB, Jackson Barracks, New Orleans, Louisiana
|
See attached Solicitation for: Billeting A/C Replacement_JB, Jackson Barracks, New Orleans, Louisiana
https://www.centralauctionhouse.com/rfp66242417-billeting-ac-replacement_jb-jackson-barracks-new-orleans-louisiana.html
19-Jun-2024 12:00:00 AM CDT |
31-Jul-2024 1:00:00 PM CDT |
Claiborne Parish School District |
2024-2025 Homer Fuel Bid
|
For more information, please contact Joey Guilory at (318) 548-5146.
https://www.centralauctionhouse.com/rfp66564879-2024-2025-homer-fuel-bid.html
14-Jun-2024 11:00:00 AM CDT |
30-Jul-2024 11:00:00 AM CDT |
Claiborne Parish School District |
2024-2025 Haynesville Fuel Bid
|
For more information, please contact Joey Guillory at (318) 548-5146.
https://www.centralauctionhouse.com/rfp24005008-2024-2025-haynesville-fuel-bid.html
14-Jun-2024 11:00:00 AM CDT |
30-Jul-2024 11:00:00 AM CDT |
Jefferson Parish Government |
RFP 0485-Provide Management Services for The Jefferson Parish Performing Arts Center for the Department of General Services
|
<br />REQUEST FOR PROPOSAL<br /> RFP 0485<br /> <br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide Management Services for The Jefferson Parish Performing Arts Center for the Department of General Services.<br /> <br />Jefferson Parish, hereafter referred to as the "Parish," is seeking proposals from qualified, experienced organizations or firms to provide the venue and event consultation, management, and operations services for Jefferson Performing Arts Center on behalf of Jefferson Parish. Proposers must demonstrate proven experience in providing comprehensive management and full-service operations at performing arts-type facilities in comparable or larger markets.<br /> <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 /> <br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net 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 /> <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 July 30, 2024. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br /> <br />A pre-proposal conference will be held at 9:00 a.m., July 15, 2024 at the General Government Bldg., 200 Derbigny Street, Suite 4400, Purchasing, Gretna, 70053. Prospective proposers may participate in the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any proposer intending to submit a proposal is encouraged to attend and should have at least one authorized representative attend the Pre-proposal Conference<br /> <br /> <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 /> <br /><br />Renny Simno<br />Director Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: June 12, 19, & 26, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp31129591-rfp-0485-provide-management-services-for-the-jefferson-parish-performing-arts-center-for-the-department-of-general-services.html
12-Jun-2024 2:33:00 PM CDT |
30-Jul-2024 3:30:00 PM CDT |
Meyer Engineers - Central Bidding Plan Room |
City of Gonzales CARE Center (Re-Bid)
|
Sealed bids will be received by The City of Gonzales, 120 South Irma Boulevard, Gonzales, Louisiana 70737, on Thursday, July 11, 2024, until 11:00 A.M. and then at said office publicly opened and read aloud for construction of the project described as follows:<br /> <br />CITY OF GONZALES CARE CENTER<br /> <br />STATEMENT OF WORK:<br /> <br />The project consists of a new pre-engineered metal building with C.M.U. veneer that will include a large multipurpose room/gymnasium, entrance area, concession stand, offices, meeting rooms, restrooms, janitorial closets, mechanical rooms, plumbing spaces, and site work.<br /> <br />All Bids must be in accordance with the Contract Documents on file at City Hall, 120 South Irma Boulevard, Gonzales, Louisiana 70737.<br /> <br />A Complete set of Contract Documents may be secured from 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.<br /> <br />Where bids are to be received on forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his authorized Representatives. In no event shall any documents for bidding be issued later than twenty-four (24) hours prior to the hour and date set for receiving bids.<br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor's state license number and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City of Gonzales, 120 South Irma Boulevard, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the City of Gonzales. Electronic bids and electronic bid bonds must be submitted through http://www.centralauctionhouse.com/ prior to the electronic bidding deadline. Beginning at 11:00 am (CST) on Thursday, July 11, 2024, all bids will be downloaded. No bids are accepted after 11:00 am.<br /> <br />The public entity advertising for bids for work may require the bidders to attach bid security in the form of a bid bond, a certified check, or cashier's check for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder as prescribed by La R.S. 38: 2218(A). To address the above requirement for electronic bids the City of Gonzales will allow electronic bids submitted via the City approved on-line bid site to be submitted as follows:<br />A copy of the bid bond must be attached to bid document submitted electronically.<br />The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (City of Gonzales).<br />The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address. All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. This information may be accessed via the internet at www.centralauctionhouse.com. Once logged in, users must click on City of Gonzales to view current advertisement listings. This listing is titled “City of Gonzales CARE Center.”Contractors desiring to bid shall submit to the Engineer, with their request for Contract Documents, contract documents deposit and evidence that they hold State License of proper classification and in full force and effect. Contractor’s License Category: BUILDING CONSTRUCTION<br /> <br />It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer for a response.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each Bid and shall be made payable to the Owner in the form of a bid bond, a certified check, or cashier's check as prescribed by La R.S. 38: 2218(A).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, for 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 />In accordance with La. R.S. 38:2227 and La. R.S. 38:2212.10, each bidder on this project must submit the completed Attestation Clause (Past Criminal Convictions of Bidders and Verification of Employees) form.The Attestation Clause form shall be submitted to City of Gonzales Chief Engineer at 120 S. Irma Boulevard, Gonzales, LA 70737 within 10 days after the opening of bids.<br /> <br />Pursuant to La R.S. 38:2212 (B)(1), the provisions of La R.S. 38:2212 (B)(1) and the bidding documents shall not be waived by any entity. <br /> <br />Pursuant to La. R.S. 38:2214 (C) Bids containing patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, may be withdrawn by the contractor if clear and convincing sworn, written evidence of such errors is furnished to the public entity within forty-eight hours of the bid opening excluding Saturdays, Sundays, and legal holidays. Such errors must be clearly shown by objective evidence drawn from inspection of the original work papers, documents, or materials used in the preparation of the bid sought to be withdrawn. If the public entity determines that the error is a patently obvious mechanical, clerical, or mathematical error, or unintentional omission of a substantial quantity of work, labor, material, or services, as opposed to a judgment error, and that the bid was submitted in good faith it shall accept the withdrawal and return the bid security to the contractor.<br /> <br /> <br />A NON-MANDATORY Pre-Bid Conference is scheduled for Tuesday, June 25, 2024, at 10:00 A.M. at Gonzales City Hall, 120 South Irma Boulevard, Gonzales, LA 70737.<br /> <br /> <br />OWNER<br />CITY OF GONZALES<br /> <br />BY: /s/ INTERIM MAYOR R. RYLAND PERCY, III<br /> <br /> <br /> <br />TO APPEAR IN THE:<br /> <br />GONZALES WEEKLY CITIZEN <br />Thursday, June 6, 2024<br />Thursday, June 13, 2024<br />Thursday, June 20, 2024
https://www.centralauctionhouse.com/rfp35110743-city-of-gonzales-care-center-re-bid.html
06-Jun-2024 12:00:00 AM CDT |
06-Aug-2024 11:00:00 AM CDT |
City of Gonzales |
City of Gonzales CARE Center
|
00010-INVITATION<br /> <br />Sealed bids will be received by The City of Gonzales, 120 South Irma Boulevard, Gonzales, Louisiana 70737, on Thursday, July 11, 2024, until 11:00 A.M. and then at said office publicly opened and read aloud for construction of the project described as follows:<br /> <br />CITY OF GONZALES CARE CENTER<br /> <br />STATEMENT OF WORK:<br /> <br />The project consists of a new pre-engineered metal building with C.M.U. veneer that will include a large multipurpose room/gymnasium, entrance area, concession stand, offices, meeting rooms, restrooms, janitorial closets, mechanical rooms, plumbing spaces, and site work.<br /> <br />All Bids must be in accordance with the Contract Documents on file at City Hall, 120 South Irma Boulevard, Gonzales, Louisiana 70737.<br /> <br />A Complete set of Contract Documents may be secured from 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.<br /> <br />Where bids are to be received on forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his authorized Representatives. In no event shall any documents for bidding be issued later than twenty-four (24) hours prior to the hour and date set for receiving bids.<br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor's state license number and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City of Gonzales, 120 South Irma Boulevard, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the City of Gonzales. Electronic bids and electronic bid bonds must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 11:00 am (CST) on Thursday, July 11, 2024, all bids will be downloaded. No bids are accepted after 11:00 am.<br /> <br />The public entity advertising for bids for work may require the bidders to attach bid security in the form of a bid bond, a certified check, or cashier's check for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder as prescribed by La R.S. 38: 2218(A). To address the above requirement for electronic bids the City of Gonzales will allow electronic bids submitted via the City approved on-line bid site to be submitted as follows:<br />A copy of the bid bond must be attached to bid document submitted electronically.<br />The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (City of Gonzales).<br />The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address. All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. This information may be accessed via the internet at www.centralauctionhouse.com. Once logged in, users must click on City of Gonzales to view current advertisement listings. This listing is titled “City of Gonzales CARE Center.”Contractors desiring to bid shall submit to the Engineer, with their request for Contract Documents, contract documents deposit and evidence that they hold State License of proper classification and in full force and effect. Contractor’s License Category: BUILDING CONSTRUCTION<br /> <br />It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer for a response.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each Bid and shall be made payable to the Owner in the form of a bid bond, a certified check, or cashier's check as prescribed by La R.S. 38: 2218(A).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, for 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 />In accordance with La. R.S. 38:2227 and La. R.S. 38:2212.10, each bidder on this project must submit the completed Attestation Clause (Past Criminal Convictions of Bidders and Verification of Employees) form.The Attestation Clause form shall be submitted to City of Gonzales Chief Engineer at 120 S. Irma Boulevard, Gonzales, LA 70737 within 10 days after the opening of bids.<br /> <br />Pursuant to La R.S. 38:2212 (B)(1), the provisions of La R.S. 38:2212 (B)(1) and the bidding documents shall not be waived by any entity. <br /> <br />Pursuant to La. R.S. 38:2214 (C) Bids containing patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, may be withdrawn by the contractor if clear and convincing sworn, written evidence of such errors is furnished to the public entity within forty-eight hours of the bid opening excluding Saturdays, Sundays, and legal holidays. Such errors must be clearly shown by objective evidence drawn from inspection of the original work papers, documents, or materials used in the preparation of the bid sought to be withdrawn. If the public entity determines that the error is a patently obvious mechanical, clerical, or mathematical error, or unintentional omission of a substantial quantity of work, labor, material, or services, as opposed to a judgment error, and that the bid was submitted in good faith it shall accept the withdrawal and return the bid security to the contractor.<br /> <br /> <br />A NON-MANDATORY Pre-Bid Conference is scheduled for Tuesday, June 25, 2024, at 10:00 A.M. at Gonzales City Hall, 120 South Irma Boulevard, Gonzales, LA 70737.<br /> <br /> <br />OWNER<br />CITY OF GONZALES<br /> <br />BY: /s/ INTERIM MAYOR R. RYLAND PERCY, III<br /> <br /> <br /> <br />TO APPEAR IN THE:<br /> <br />GONZALES WEEKLY CITIZEN <br />Thursday, June 6, 2024<br />Thursday, June 13, 2024<br />Thursday, June 20, 2024<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp9004676-city-of-gonzales-care-center.html
06-Jun-2024 12:00:00 AM CDT |
06-Aug-2024 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
OLD HAMMOND HIGHWAY – SEGMENT 1 S. FLANNERY TO GOODWOOD (CITY PARISH PROJECT NO. 12-CS-HC-0043A)-3
|
To be published three times-Legal<br /> May 31, June 7, & 14, 2024<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br /> <br />NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br /> <br />1744-OLD HAMMOND HIGHWAY – SEGMENT 1<br />S. FLANNERY TO GOODWOOD<br />(CITY PARISH PROJECT NO. 12-CS-HC-0043A)<br /> <br />PROJECT DESCRIPTION: Asphalt concrete pavement, portland cement concrete pavement, base course, drainage structures, grading, and bridge.<br /> <br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, july 2, 2024, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date.<br /> <br />Bid Openings can be observed in person or via teleconference. <br /> <br />Teleconference Call-in Information<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 />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 />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. <br /> <br />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 of City Hall immediately after the 2:00 p.m. bid closing. <br /> <br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /> <br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />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. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $63.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<br /> <br />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, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<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 18% 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 />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge 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 />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br /> <br />There will be no pre-bid conference.<br /> <br />For all other questions of comments concerning the project plans, specifications, or bidding documents please contact Zach Schmidt P.E., Project Manager at (225) 831-2224 or
[email protected].
https://www.centralauctionhouse.com/rfp16614959-old-hammond-highway-segment-1-s-flannery-to-goodwood-city-parish-project-no-12-cs-hc-0043a-3.html
31-May-2024 8:00:00 AM CDT |
01-Aug-2024 2:00:00 PM CDT |
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-2024 2:00:00 PM 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-2024 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-2024 10:00:00 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-2024 10:00:00 AM CST |
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-2024 11:00:00 AM CST |