Agency |
Title |
Date published |
Bid opening date |
Iberville Parish Government |
MOSQUITO CONTROL INSECTICIDES
|
https://www.centralauctionhouse.com/rfp27650227-mosquito-control-insecticides.html
29-May-2025 8:00:00 AM CDT |
12-Jun-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Deputies Uniforms 2025-2026 Ascension Parish Sheriff's Office
|
<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />PUBLIC NOTICE<br /> <br />INVITATION TO BID – DEPUTIES’ UNIFORMS<br /> <br />Sealed bids will be accepted by the Ascension Parish Sheriff's Office for the following:<br /> <br />Deputies’ uniforms according to specifications for the Ascension Parish Sheriff's Office employees (approximately 275 men and 100 women) as needed from July 1, 2025 through<br />June 30, 2026.<br /> <br />Complete specifications may be obtained from the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex building, 828 S. Irma Blvd. Gonzales, Louisiana during regular working hours – 8:00 a.m. to 4:30 p.m., Monday through Friday.<br /> <br />All bids must be submitted in a sealed envelope and marked "Sealed Bid for Deputies’ Uniforms". Bids may be delivered to the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex building, 828 S. Irma Blvd. Gonzales, Louisiana in the Human Resource Unit on the 1st floor or mailed to P.O. Box 118, Gonzales, LA 70707, in time for the bid opening.<br /> <br />Bids may also be submitted online at www.CentralBidding.com.<br /> <br />Bids will be opened on Tuesday, June 17th, 2025 at 1:30 p.m. at the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex building, 828 S. Irma Blvd. Gonzales LA 70737 in the Human Resources Unit on the 1st floor.<br /> <br />The right is reserved to reject any or all bids, and to waive any formalities.<br /> <br /> <br />Bobby Webre, Sheriff<br /> <br /> <br /> <br /> <br />Publish May 29th, June 5th, and 12th 2025.<br />The Gonzales Weekly Citizen
https://www.centralauctionhouse.com/rfp153693-invitation-to-bid--deputies-uniforms-2025-2026-ascension-parish-sheriffs-office.html
29-May-2025 12:00:00 AM CDT |
17-Jun-2025 1:30:00 PM CDT |
St. Martin Parish Government |
CONTRACT NO. 3A WATER WELL REHABILITATION FOR THE CITY OF ST. MARTINVILLE AND ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4
|
Sealed bids will be received by St. Martin Parish Government at any time or day prior to, but no later than 10:30 A.M. on June 25, 2025 for the above listed project.<br /> <br />The work will consist of the rehabilitation of two existing water wells.<br /> <br />Bids may be mailed to St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or delivered to the bid opening. Bid documents may also be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on June 11, 2025 at 10:00 A.M. at the Office of St. Martin Parish Government located at 301 W. Port Street, St. Martinville, LA 70582.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on June 25, 2025 at 10:30 A.M. in the Carroll J. Fuselier Meeting Room, located in the office of St. Martin Parish Government at 301 W. Port Street, St. Martinville, LA 70582. The construction cost estimate will be read aloud upon opening of bids.<br />
https://www.centralauctionhouse.com/rfp73276415-contract-no-3a-water-well-rehabilitation-for-the-city-of-st-martinville-and-st-martin-parish-consolidated-waterworks-district-no-4.html
28-May-2025 8:00:00 AM CDT |
25-Jun-2025 10:30:00 AM CDT |
EBR Sheriff's Office |
BID #1102 RAZOR WIRE
|
Razor Wire
https://www.centralauctionhouse.com/rfp22107039-bid-1102-razor-wire.html
23-May-2025 10:00:00 AM CDT |
23-Jun-2025 10:00:00 AM CDT |
St. Mary Parish School Board |
INVITATION TO BID CUSTODIAL SUPPLIES 2025-2026
|
https://www.centralauctionhouse.com/rfp84489957-invitation-to-bid-custodial-supplies-2025-2026.html
23-May-2025 10:00:00 AM CDT |
27-Jun-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
EAST BOULEVARD/GOVERNMENT STREET AREA SEWER REHABILITATION PROJECT – PHASE 2 (CITY PARISH PROJECT NO. 12-AR-MS-041A)
|
To be published three times-Legal May 23, 30 & June 6, 2025 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: EAST BOULEVARD/GOVERNMENT STREET AREA SEWER REHABILITATION PROJECT – PHASE 2 (CITY PARISH PROJECT NO. 12-AR-MS-041A) PROJECT DESCRIPTION: Installation of 700 LF of 8’’ gravity sanitary sewer pipe, 15 adjusted sanitary sewer service lateral connections, 585 SY of removal and restoration of asphalt concrete pavement and base, 975 CY of #610 Stone Backfill, Four 48’’ sanitary sewer manholes, 2 CY of Flowable Fill, 1 Abandon Sewer Manhole, and 1450 LF of Saw cutting concrete or asphalt. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, June 24, 2025, 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 Environmental Services Facility, located at 12422 Florida Boulevard, Baton Rouge, 70815, upon payment of $100.00. (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 9% 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 MUNICPAL AND PUBLIC WORKS 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 this project. For additional information please contact Mr. Koby Mancuso, P.E, Project Manager via email at
[email protected].
https://www.centralauctionhouse.com/rfp34758048-east-boulevardgovernment-street-area-sewer-rehabilitation-project-phase-2-city-parish-project-no-12-ar-ms-041a-.html
23-May-2025 8:00:00 AM CDT |
24-Jun-2025 2:00:00 PM CDT |
Claiborne Parish School District |
Bus Bid
|
For more information, please contact Joey Guillory at (318) 927-3502.
https://www.centralauctionhouse.com/rfp50460591-bus-bid.html
22-May-2025 11:00:00 AM CDT |
10-Jun-2025 11:00:00 AM CDT |
Ouachita Parish School Board |
32-25 Property Sale -- 3420 Gordon Avenue
|
See Attachments for bid documents.
https://www.centralauctionhouse.com/rfp94614395-32-25-property-sale--3420-gordon-avenue.html
22-May-2025 9:00:00 AM CDT |
23-Jun-2025 9:00:00 AM CDT |
Ascension Parish Government |
Ascension Parish West Bank Court House Slate Roof Replacement
|
<br /> BID NOTICE<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 June 17, 2025, at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br />Ascension Parish West Bank Court House Slate Roof Replacement<br />Statement of Work:<br />This project will consist of the removal of existing slate roof and installation of reused slate where possible, new slate for the remainder of the roof and cleanup.<br /><br />All bids must be in accordance with the Contract Documents on file at the Ascension Parish Purchasing Department, 615. E. Worthey Street, Gonzales, LA 70737.<br />Copies of specifications, bid documents, contract documents and construction drawings for use in preparing Bids may be obtained from Ascension Parish Government Purchasing Department, 615 E. Worthey Street, Gonzales, La 70737. Documents can be mailed to bidders with a provided shipping account number. No refunds will be made for returned drawings.<br />A Mandatory Pre-Bid Meeting will be held on June 4, 2025, at 10:00 a.m. local time at 300 Houmas St., Donaldsonville, LA 70346. Attendance by a representative of each prospective prime bidding firm is required as a condition for submitting a bid. Failure to attend the entire meeting and sign the official attendance register will result in the rejection of the submitted bid.<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/ her authorized representatives. In no event shall any document for bidding be issued later than seventy- two (72) hours prior to the hour and date set for receiving bids.<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 Ascension Parish Purchasing Department, 615 E. Worthey Street, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<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 />The owner reserves the right to waive any informalities or to reject any or all bids.<br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via
[email protected] by 4:00 PM on June 5, 2025. Responses will be coordinated with the project manager and posted on the www.centralauctionhouse.com by 4:00 pm on June 10, 2025.<br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 am local time on June 17, 2025, all bids will be downloaded. No bids are accepted after 10:00 am local time.<br />RS 38:2218. Evidence of good faith; countersigning<br />A. 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 />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br />B. A copy of the bid bond must be attached to the bid document submitted electronically.<br />C. The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (Ascension Parish Purchasing Department, 615 E. Worthey Street, Gonzales, Louisiana 70737).<br />D. 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.<br />All addenda, amendments, letters of clarification, and withdrawal notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at www.centralauctionhouse.com. Users must click on Login and create a new user registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled “West Bank Court House Slate Roof Replacement” Registered users will have access to view project information, submit a question concerning the project, and view the drawings. All project specific notices are found here. 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 Engineer for a response.<br />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 />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /><br />ASCENSION PARISH GOVERNMENT CLINT COINTMENT, PARISH PRESIDENT<br /><br />WEEKLY- 5/22/25, 5/29/25, 6/2/25 <br />CHIEF- 5/22/25, 5/29/25, 6/2/25<br /><br />
https://www.centralauctionhouse.com/rfp34382591-ascension-parish-west-bank-court-house-slate-roof-replacement.html
22-May-2025 7:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Ascension Parish Government |
Oak Grove Park Renovations and Improvements
|
<br /> BID NOTICE<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 June 18, 2025, at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br />Oak Grove Park Renovations and Improvements <br />Project No.: 240014<br />Statement of Work:<br />This project will consist of the installation of the Pre-Engineered Restroom Building, form and pouring of sidewalks, drainage and other associated site improvements at Oak Grove Park.<br /><br />All Bids must be in accordance with the Contract Documents on file at the Ascension Parish Purchasing Department, 615. E. Worthey Road, Gonzales, LA 70737.<br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from Ascension Parish Government Purchasing Department, 615 E. Worthey, Gonzales, La 70737.<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/ her authorized Representatives. In no event shall any document for bidding be issued later than seventy- two (72) hours prior to the hour and date set for receiving bids.<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 forward by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<br />Contractors desiring to bid shall submit to the Project Manager, 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.<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 />The Owner reserves the right to waive any informalities or to reject any or all bids.<br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br />A Mandatory Pre-Bid Meeting will be held on June 3, 2025, at 10:00 a.m. local time at the Job Site, located at 37433 LA-42, Prairieville, LA 70769. <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via
[email protected] by 3:00 PM on June 5, 2025. Responses will be coordinated with the Project Manager and posted on the www.centralauctionhouse.com by 3:00 pm on June 9, 2025.<br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 am local time on, June 18, 2025, all bids will be downloaded. No bids are accepted after 10:00 am local time.<br />RS 38:2218. Evidence of good faith; countersigning<br />A. 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 />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br />A. A copy of the bid bond must be attached to the bid document submitted electronically.<br />B. The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana.<br />C. 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.<br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at www.centralauctionhouse.com. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled “Oak Grove Park Renovations and Improvements” Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. 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 Engineer for a response.<br />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 />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br />ASCENSION PARISH <br />GOVERNMENT CLINT COINTMENT,<br /> PARISH PRESIDENT<br />WEEKLY- 5/22/25, 5/29/25, 6/5/25 <br />CHIEF- 5/22/25, 5/29/25, 6/5/25<br /><br />
https://www.centralauctionhouse.com/rfp3829957-oak-grove-park-renovations-and-improvements-.html
22-May-2025 7:00:00 AM CDT |
18-Jun-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Ascension Parish Jail - Unit 3 Laundry Addition
|
ADVERTISEMENT FOR BIDS<br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, before 9:00 AM, on June 20, 2025 at which time and<br />place the bids will be publicly opened and read aloud for the following project:<br />Ascension Parish Jail – Unit 3 Laundry Addition<br />Donaldsonville, Louisiana<br />Project Number: Parish Engineering Project No. 25-016<br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, 9:00 AM, on June 20, 2025 at which time and place the<br />bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using<br />Central Auction House (www.CentralAuctionHouse.com). Bidders shall be solely responsible for ensuring that their<br />bids are received on or before the bid opening and neither the Owner nor the Architect shall be responsible for any<br />failure of the delivery method chosen. All bids received after 9:00 AM, on June 20, 2025 will be returned to the<br />bidder unopened.<br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com<br />. If you are not currently a subscriber, you will need to apply for access.<br />All bids must be accompanied by bid security equal to 5% of the low bid and must be in the form of a certified check,<br />or cashier's check. The Bid Bond shall be in favor of the Ascension Parish Sheriff’s Office and shall be<br />accompanied by the appropriate power of attorney. No bid indicating an obligation of less than five percent (5%) by<br />any method is acceptable.<br />The successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed<br />to do business in Louisiana, in amount equal to 100% of the Contract amount. The Surety Company must be listed<br />currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an<br />amount equal or greater than the contract amount or must be an insurance company domiciled in Louisiana or owned<br />by Louisiana residents. If The Surety Company is qualified other than by listing on the Treasury list, the contract<br />amount may not exceed fifteen percent of policyholders' surplus as shown by The Surety's Company most recent<br />financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000.<br />However, a Louisiana domiciled insurance company with at least an A-rating in the latest printing of the A. M. Best's<br />Key Rating guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed<br />ten percent of the policyholders' surplus filed with the Louisiana Department of Insurance. The Bond shall be signed<br />by The Surety's Company agent or attorney-in-fact and countersigned by a person who is under contract with The<br />Surety’s Company as a licensed agent in this State, and who is residing in this State.<br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />At 8:30 AM on June 6, 2025, at the site.<br />BIDS SHALL BE ACCEPTED ONLY FROM CONTRACTORS THAT ATTEND THE PRE-BID CONFERENCE.<br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of<br />Building Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No<br />bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S.<br />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<br />provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any<br />entity.<br />Advertisement Dates: Gonzales Weekly Citizen May 22, 2025; May 29, 2025 & June 5, 2025
https://www.centralauctionhouse.com/rfp90137078-invitation-to-bid--ascension-parish-jail--unit-3-laundry-addition-.html
22-May-2025 12:00:00 AM CDT |
20-Jun-2025 9:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Ascension Parish Jail - Unit 2 Sewer System Addition
|
ADVERTISEMENT FOR BIDS<br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, before 9:00 AM, on June 20, 2025 at which time and<br />place the bids will be publicly opened and read aloud for the following project:<br />Ascension Parish Jail – Unit 2 Sewer System Addition<br />Donaldsonville, Louisiana<br />Project Number: Parish Engineering Project No. 25-071<br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, 9:00 AM, on June 20, 2025 at which time and place the<br />bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using<br />Central Auction House (www.CentralAuctionHouse.com). Bidders shall be solely responsible for ensuring that their<br />bids are received on or before the bid opening and neither the Owner nor the Architect shall be responsible for any<br />failure of the delivery method chosen. All bids received after 9:00 AM, on June 20, 2025 will be returned to the<br />bidder unopened.<br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com<br />. If you are not currently a subscriber, you will need to apply for access.<br />All bids must be accompanied by bid security equal to 5% of the low bid and must be in the form of a certified check,<br />or cashier's check. The Bid Bond shall be in favor of the Ascension Parish Sheriff’s Office and shall be<br />accompanied by the appropriate power of attorney. No bid indicating an obligation of less than five percent (5%) by<br />any method is acceptable.<br />The successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed<br />to do business in Louisiana, in amount equal to 100% of the Contract amount. The Surety Company must be listed<br />currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an<br />amount equal or greater than the contract amount or must be an insurance company domiciled in Louisiana or owned<br />by Louisiana residents. If The Surety Company is qualified other than by listing on the Treasury list, the contract<br />amount may not exceed fifteen percent of policyholders' surplus as shown by The Surety's Company most recent<br />financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000.<br />However, a Louisiana domiciled insurance company with at least an A-rating in the latest printing of the A. M. Best's<br />Key Rating guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed<br />ten percent of the policyholders' surplus filed with the Louisiana Department of Insurance. The Bond shall be signed<br />by The Surety's Company agent or attorney-in-fact and countersigned by a person who is under contract with The<br />Surety’s Company as a licensed agent in this State, and who is residing in this State.<br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />At 8:30 AM on June 6, 2025, at the site.<br />BIDS SHALL BE ACCEPTED ONLY FROM CONTRACTORS THAT ATTEND THE PRE-BID CONFERENCE.<br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of<br />Building Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No<br />bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S.<br />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<br />provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any<br />entity.<br />Advertisement Dates: Gonzales Weekly Citizen May 22, 2025; May 29, 2025 & June 5, 2025
https://www.centralauctionhouse.com/rfp89102622-invitation-to-bid--ascension-parish-jail--unit-2-sewer-system-addition.html
22-May-2025 12:00:00 AM CDT |
20-Jun-2025 9:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Ascension Parish Sheriff's Office Communications Equipment, Parts and Services
|
<br /> <br />PUBLIC NOTICE<br />INVITATION TO BID – COMMUNICATIONS EQUIPMENT, PARTS AND SERVICES<br /> <br />The Ascension Parish Sheriff’s Office will be accepting bids for the purchase of communications equipment, parts and services for fiscal year 2025-2026.<br /> <br />Complete bid specifications may be obtained from www.centralbidding.com, the Ascension Parish Sheriff’s Office by contacting Deputy Charles Cassard at 225-621-8312, or by e-mail at
[email protected].<br /> <br />Bids will be opened on Wednesday, June 18th, 2025 at 10:00 a.m. at the office of the Sheriff, Ascension Parish Governmental Annex Building, 828 S Irma Gonzlaes, LA.<br />All bids must be submitted in a sealed envelope marked “Sealed Bid for Communications Equipment, Parts and Services”. Bids may be delivered to the office of the Sheriff, Ascension Parish Governmental Annex Building, 828 S Irma Gonzlaes, LA, or mailed to P.O. Box 268, Donaldsonville, LA 70346, in time for the bid opening.<br /> <br />Bids may also be submitted online at www.CentralBidding.com.<br /> <br />The Ascension Parish Sheriff’s Department reserves the right to reject any and all bids and to waive any formalities.<br /> <br /> <br />Sheriff Bobby Webre<br /> <br /> <br />Publish May 22nd, 29th and June 5th 2025.<br />The Gonzales Weekly Citizen
https://www.centralauctionhouse.com/rfp16633862-invitation-to-bid--ascension-parish-sheriffs-office-communications-equipment-parts-and-services.html
22-May-2025 12:00:00 AM CDT |
18-Jun-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Ascension Parish Sheriff's Office Sale of Scrap Metal 2025-2026
|
PUBLIC NOTICE<br />INVITATION TO BID - SALE OF VARIOUS SCRAP METAL<br />The Ascension Parish Sheriff’s Department offers for sale to the highest bidder the following:<br />As generated by our vehicle maintenance shop, evidence, and training facilities, various quantities of scrap metal. The initial quantity to be offered for sale is approximately between 0 - 4,000 pounds. Future quantities will vary and will be available for sale as necessary.<br /> <br />Bids will be opened on Wednesday, June 18TH, 2025 at 11:00 A.M. in the finance office located at Ascension Parish Governmental Annex Building, 828 S Irma Gonzales, LA in the Finance office.<br />All bids must be submitted in a sealed envelope and marked "Sealed Bid for Sale of Scrap Metal”.<br />Bids may be delivered to the finance office located at Ascension Parish Governmental Annex Building, 828 S Irma Gonzales, LA, or mailed to P.O. Box 268, Donaldsonville, LA 70346, in time for the bid opening. <br />Bids must be for a per pound price which will remain in effect for the period from July 1, 2025 – June 30, 2026. Items must be weighed on a calibrated scale prior to transfer to the successful bidder.<br /> <br />The successful bidder must provide his or her own container and tie-down. Inspection, weighing and removal of scrap metal will be by appointment only. The successful bidder will contact Lt. Dennis Melancon at 225-621-8632 or at
[email protected] to schedule the appointment. His office hours are Monday – Thursday 7:00 a.m.- 4:30 p.m. and Fridays 7:30 a.m. – 11:30 a.m.<br /> <br />By submitting his or her bid, the bidder understands and agrees that he or she shall save and hold harmless and indemnify the Ascension Parish Sheriff’s Department against any and all liability, claims, and cost of whatsoever kind and or nature and for the loss of or damage to any property occurring in connection with, incident to, or arising out of the occupancy, use, service, operations, or performance of work under the terms of this contract, created as a result of this sale, from the negligent acts or omissions of the successful bidder and or any employee, representative or agent of the successful bidder.<br /> <br />The successful bidder is responsible for the removal of all property in accordance with the requirements for the sale terms and conditions as stated. The Ascension Parish Sheriff’s Department retains the right to terminate, without notice, the sales contract, if in its opinion, the successful bidder has not complied with sale terms and conditions and or the requirements of the sale as set forth in this notice. Physical inspection of the property in encouraged and highly recommended. The condition of the property is not warrantied.<br /> <br />The right is reserved to reject any or all bids, and to waive any formalities.<br />Questions or requests for additional information should be directed to contact Lt. Dennis Melancon at 225-621-8632 or at
[email protected].<br /> <br />Robert B. Webre, Sheriff<br /> <br />Publish May 22nd, 29th and June 5th 2025 in The Gonzales Weekly Citizen.<br /> <br />
https://www.centralauctionhouse.com/rfp28610453-invitation-to-bid--ascension-parish-sheriffs-office-sale-of-scrap-metal-2025-2026.html
22-May-2025 12:00:00 AM CDT |
18-Jun-2025 11:00:00 AM CDT |
Ascension Parish Sheriff's Office |
ASCENSION PARISH SHERIFF'S OFFICE - ADVERTISEMENT FOR GASOLINE BID 2025-2028
|
<br />PUBLIC NOTICE<br /> <br />INVITATION TO BID - GASOLINE<br /> <br /> <br />Sealed bids will be accepted by the Ascension Parish Sheriff's Office for the following:<br /> <br />Unleaded (Branded) gasoline, minimum of 87 octane to be purchased at retail outlets on the<br />east side and west side of the Mississippi River in Ascension Parish.<br /> <br />Fuel purchased shall be provided through a Vehicle Fleet Management System.<br />Bidder shall provide a secure fuel card which may be used throughout Ascension Parish with no initial card fees or card replacement fees.<br /> <br />Bidder will insure that commercial fueling stations are spread throughout Ascension Parish with at least one site open 24 hours per day in each of the following geographic areas on the east side of the Mississippi River:<br /> <br />North of La. 621 and West of U.S. 61<br />North of La. 621 and East of U.S. 61<br />South of La. 621 and West of U.S. 61<br />South of La. 621 and East of U.S. 61<br /> <br />And:<br /> <br />At least one fueling station on the west side of the Mississippi River that is open from<br />5:00 a.m. to 10:00 p.m.<br /> <br />Weekly reports must be provided on all fueling transactions. These reports should include the following:<br /> <br />Date, time & location of fueling<br />Vehicle description & unit number<br />Driver name <br />Gallons pumped<br />Odometer reading<br />Miles per gallon per vehicle<br />Miles traveled between fill-ups per vehicle<br />Gallons, current and extended price<br />Total consumption for week<br />Itemized tax summary<br /> <br />Each bid shall be for the contractual period July 1, 2025 through June 30, 2028. Bid price shall be based on a cost-plus method. Ascension Parish Sheriff’s Office acknowledges that cost will fluctuate, but the margin shall remain constant throughout the contractual term.<br /> <br /> <br /> <br />Bidder shall provide documentation of increases or decreases in rack price on a daily basis to support price changes. In the case where OPIS is used, bidder shall supply OPIS report on a regular basis.<br /> <br />The bid price to be submitted shall be the entire cost, including freight, which will be charged above the rack price or OPIS, excluding applicable taxes. Invoices shall include applicable taxes over bid price. All purchases to be paid on a net 30-day basis.<br /> <br />All bids must be submitted in a sealed envelope and marked "Sealed Bid for Gasoline”. Bids may be delivered to the Ascension Parish Sheriff’s Office, Parish Courthouse, 828 S Irma Gonzales, Louisiana (to the finance office) or mailed to P.O. Box 268, Donaldsonville, LA 70346, in time for the bid opening.<br /> <br />Bids may also be submitted online at www.CentralBidding.com.<br /> <br />Bids will be opened on Wednesday, June 18th, 2025 at 9:00 a.m. at the Ascension Parish Sheriff’s Office, Parish Courthouse, 828 S Irma Gonzales, Louisiana in the finance office.<br /> <br />Please contact Deputy Kathleen LoCicero with any questions regarding the bid. You may phone her at 225-264-6767 or e-mail her at
[email protected].<br /> <br />The right is reserved to reject any or all bids, and to waive any formalities.<br /> <br /> <br /> <br /> <br />Robert “Bobby” Webre, Sheriff<br /> <br /> <br />Publish May 22nd, 29th, and June 5th 2025. <br />The Gonzales Weekly Citizen
https://www.centralauctionhouse.com/rfp51197922-ascension-parish-sheriffs-office--advertisement-for-gasoline-bid-2025-2028.html
22-May-2025 12:00:00 AM CDT |
18-Jun-2025 9:00:00 AM CDT |
Ascension Parish Sheriff's Office |
ADVERTISEMENT FOR THE SALE OF USED BRASS ASCENSION PARISH SHERIFF'S OFFICE 2025-2026
|
PUBLIC NOTICE<br />INVITATION TO BID - SALE OF SPENT BRASS<br />The Ascension Parish Sheriff’s Office offers for sale to the highest bidder the following:<br />As generated, quantities of once-fired (mixed) spent brass, small arms cartridge casings consisting of<br />.40 caliber, 9 MM, .38 caliber, .45 caliber, .223 caliber and assorted rifle caliber casings. (Quantity may include a small percentage of live rounds, non-brass casing and shot gun husk.)<br /> <br />Bids will be opened on Wednesday, June 18, 2025 at 1:00 p.m. at the Ascension Parish Sheriff’s Office, Parish Courthouse, 828 S Irma Gonzales, Suite 101, Louisiana.<br />All bids must be submitted in a sealed envelope and marked "Sealed Bid for Sale of Spent Brass”.<br />Bids may be delivered to the Ascension Parish Sheriff’s Office, Parish Courthouse, the Ascension Parish Sheriff’s Office, Parish Courthouse, 828 S Irma Gonzales, Suite 101, Louisiana or mailed to P.O. Box 268, Donaldsonville, LA 70346, in time for the bid opening.<br />The national scrap dealer price is currently listed at an average of $1.58 per pound. Any bid that is submitted below the national average will be rejected. Bids must be for a per pound price which will remain in effect for the period from July 1, 2025 to June 30, 2026. Brass must be weighed on a calibrated scale prior to removal by the successful bidder.<br /> <br />The successful bidder must provide his or her own container and tie-down. Inspection, weighing and removal of spent brass will be by appointment only. The successful bidder will contact Captain TJ Gaugh at 225-621-8389.<br /> <br />By submitting his or her bid, the bidder understands and agrees that he or she shall save and hold harmless and indemnify the Ascension Parish Sheriff’s Department against any and all liability, claims, and cost of whatsoever kind and or nature and for the loss of or damage to any property occurring in connection with, incident to, or arising out of the occupancy, use, service, operations, or performance of work under the terms of this contract, created as a result of this sale, from the negligent acts or omissions of the successful bidder and or any employee, representative or agent of the successful bidder.<br /> <br />The successful bidder is responsible for the removal of all property in accordance with the requirements for the sale terms and conditions as stated. The Ascension Parish Sheriff’s Department retains the right to terminate, without notice, the sales contract, if in its opinion, the successful bidder has not complied with sale terms and conditions and or the requirements of the sale as set forth in this notice. Physical inspection of the property is encouraged and highly recommended. The condition of the property is not warrantied.<br /> <br />The right is reserved to reject any or all bids, and to waive any formalities.<br />Questions or requests for additional information should be directed Captain TJ Gaugh at 225-621-8389.<br /> <br /> <br /> <br />Robert “Bobby” Webre, Sheriff<br /> <br /> <br />Publish May 22nd, 29th, and June 5th 2025 – The Gonzales Weekly Citizen.<br />
https://www.centralauctionhouse.com/rfp42123918-advertisement-for-the-sale-of-used-brass-ascension-parish-sheriffs-office-2025-2026.html
22-May-2025 12:00:00 AM CDT |
18-Jun-2025 1:00:00 PM CDT |
City of Slidell |
26-B008 Christmas Decor
|
City of Slidell<br />26-B008<br />INVITATION TO BID<br />CHRISTMAS DÉCOR ITEMS<br /> <br /> <br />SEALED BIDS will be received until June 11th, 2025, 10:00 A.M. CST, in the Director of Finance Office, located at the Slidell City Council & Administrative Center, 2045 Second Street, second floor, Suite 214, Slidell, LA. 70458 and thereafter opened and publicly read for Christmas Décor items.<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br />SEALED BID: CHRISTMAS DÉCOR ITEMS—Bid # 26-B008<br />OPENING: June 11th, 2025 – 10:00 AM CST<br /> <br />Bid Documents may be picked up in the Purchasing Department, 1329 Bayou Lane, Slidell, LA (985) 646-4250.<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting www.centralbidding.com . Electronic bids will require a digital signature. You must register directly with Central Bidding to utilize this service. You may also contact them at 833-412-5717.<br /> <br />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.{l)(c) which dictates parties authorized to sign bids for public contracts. All required Certificates of Liability Insurance shall list the City of Slidell as "additionally insured".<br /> <br />All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over supply and service of this type shall apply to the contract throughout.<br /> <br />The city encourages participation by Minority, Woman-Owned, and Disadvantaged Business Enterprises.<br /> <br /> The City of Slidell reserves the right to reject any and all bids.<br /> <br />City of Slidell<br /> <br />Blair Ellinwood<br />Director of Finance<br /> <br /> <br />Advertise: May 21, 28 and June 4th
https://www.centralauctionhouse.com/rfp81236367-26-b008-christmas-decor-.html
21-May-2025 10:00:00 AM CDT |
11-Jun-2025 10:00:00 AM CDT |
City of Slidell |
26-B007 Police Uniforms
|
City of Slidell<br />Invitation to Bid<br />Police Uniforms 26-B007<br /> <br />Bids will be received until June 18th, 2025, 10:00 A.M. CST in the Director of Finance Office, located at the Slidell City Council & Administrative Center, 2045 Second Street, second floor, Suite 214, Slidell, LA. 70458 and thereafter opened and publicly read for the following Police Uniforms and Equipment.<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br />BIDS: Police Uniforms --- # 26-B0007 OPENING:<br />Bid Documents may be picked up in the Purchasing Department, 1329 Bayou Lane, Slidell, LA (985)646-4250. Bidders also have the option to review bid documents and submit bids electronically by visiting www.centralbidding.com Electronic bids will require a digital signature. You must register directly with Central Bidding to utilize this service. You may also contact them at 1-833-412-5717.<br /> <br />The Slidell Police Department Uniform Board will hold a mandatory pre-bid meeting on June 10th, 2025, 9:00 A.M. CST in Auditorium, located 2056 Second Street, Slidell, LA 70458. Bidders are required to bring to the meeting a full complete set of uniforms and accessories that they intend to bid and propose to the City. The purpose of this meeting is to ensure the bid items meet the minimum quality standards set forth in the specifications. Any questions concerning the meeting and specifications can be emailed to Daniel Seuzeneau @
[email protected].<br /> <br />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.(l)(c) which dictates parties authorized to sign bids for public contracts.<br /> <br /> <br /> <br />All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over supply and service of this type shall apply to the contract throughout.<br /> <br />The city encourages participation by Minority, Woman-Owned, and Disadvantaged Business Enterprises. The City of Slidell reserves the right to reject any and all bids.<br />CITY OF SLIDELL<br /> <br /> <br />Blair Ellinwood Director of Finance<br /> <br />Advertise: May 21, 28, June 4th 2025<br />
https://www.centralauctionhouse.com/rfp36890057-26-b007-police-uniforms.html
21-May-2025 10:00:00 AM CDT |
18-Jun-2025 10:00:00 AM CDT |
City of Kenner, LA |
SOQ 25-6906 PROVIDE A AND E SERVICES FOR A NEW GENERATOR AT FOOD BANK
|
<div style="text-align: center;"><b>PUBLIC NOTICE</b><br /> </div>The City of Kenner (Kenner) is soliciting the submittal of Statement of Qualifications (SOQ’s) from persons or firms interested and qualified to provide professional mechanical and electrical engineering services for installation of a generator at the City of Kenner Food Bank.<br /><br />GENERAL INFORMATION<br /><br />The City of Kenner Food Bank located at 317 Oxley Street, Kenner, LA 70062 provides food and resources to those eligible individuals and families seeking assistance in the City of Kenner. The city applied and was awarded a grant, as a subgrantee of Jefferson Parish, through the Governor’s Office of Homeland Security and Emergency Preparedness (hereinafter referred to as “GOHSEP”) to install a 250kw diesel generator with weather enclosure fuel tank and transfer switch.<br /> <br />Within the project site, there are two (2) exterior refrigeration units and an enclosed garbage receptacle area.<br /> <br />Persons or firms must be familiar with GOHSEP and/or FEMA rules and regulations, as Kenner will be receiving financial assistance from both agencies. Therefore, the project will be subject to all applicable Federal rules and regulations.<br /> <br />Plans and specifications will be subject to review and approval by GOHSEP, FEMA, Kenner’s Planning/Code Enforcement/Public Works Departments, and the State Fire Marshal’s Office and Kenner Fire Department.<br /> <br />Persons or firms selected will be required to prepare engineered designs, inclusive of conceptual plans/renditions with recommendations for the best approach to the installation of the generator to meet the City’s workflow, general public, and service delivery needs. Such rationale report is to be provided based on research of similar communities’ facilities and best practices. Rough estimated construction costs shall be provided for each conceptual plan/rendition provided.<br /> <br />Project may require environmental clearance documentation/services to meet GOHSEP and/or FEMA requirements.<br /> <br />Kenner will seek for recommendations for improvements to reduce the risks from damage from future disasters, incorporation of energy efficient components and modern information technology practices.<br /> <br />Current rough estimated total budget for the entire project is $157,000. Kenner reserves the right to reduce the scope of work of the project to accommodate available funding.<br /> <br />Kenner will only enter into an Agreement/Contract with a firm or person submitting a Statement of Qualifications as the prime firm/person/consultant for the project. Kenner will not be entering into an Agreement with sub-consultants specified in the Statement of Qualifications.<br /><br />Sub-consultants do play a factor into the Evaluation Criteria of the Statement of Qualifications. Kenner reserves the right to select one or more persons or firms for this project.<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 /><br />COMPENSATION<br /><br />Compensation will be on an hourly rate basis or a fixed lump sum 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 /><br />For hourly rate agreements/tasks, 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 /><br />For fixed fee work, the fee shall be negotiated with the firm by the appropriate Jefferson Parish Department and shall be mutually agreeable to both parties.<br /><br />All fees shall be negotiated with the person/firm and shall be mutually agreeable to both parties.<br />In the event that Kenner and person/firm cannot reach an agreement on project (professional services) fees, Kenner reserves the right to select another person/firm for the project.<br /> <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” REQUIREMENTS FOR SELECTION<br /> <br />The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement.<br /><br />The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional mechanical or electrical engineer in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. <br /><br />The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional mechanical or electrical engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline<br /> <br />INSURANCE REQUIREMENTS<br /><br />Upon selection for a particular project, successful firm(s) shall provide insurance certificates in accordance with Kenner's insurance requirements for professional service agreements, attached to this SOQ.<br /> <br />EVALUATION CRITERIA<br /><br />The following criteria listed in order of importance will be used to evaluate each person or firm submitting a Statement of Qualifications:<br /> <br />Professional training and experience in relation to the type of work required, including experience with LA-OCD and/or HUD-funded projects, for mechanical or electrical engineering services. (Maximum points awarded shall be 35).<br /> <br />Size of firm considering the number of professional and support personnel required to perform the type of mechanical or electrical engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration. (Maximum points awarded shall be 20).<br /> <br />Capacity for timely completion of newly assigned work, considering the factors of type of mechanical or electrical engineering task, current unfinished workload, and person or firm’s available professional and support personnel. (Maximum points awarded shall be 20).<br /> <br />Past Performance by person or firm on projects of or similar comparable size, scope, and scale. 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 City shall be evidenced by substantiating documentation provided by the requesting department. (Maximum points awarded shall be 10).<br /> <br />Location of the principal office. Preference shall be given to persons or firms with a principal business office as follows: (1) 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). (Maximum points awarded shall be 15).<br /> <br />Adversarial legal proceedings between the City and the person or firm performing professional services, in which the City prevailed or any ongoing adversarial legal procedures between the City and the person or firm performing professional services, excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the City, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded. (Maximum points awarded shall be 15 for the lack of any such adversarial proceedings as defined).<br /> <br />Prior successful completion of projects of the type and nature of the mechanical or electrical engineering services, as defined, for which firm has provided verifiable references. (Maximum points awarded shall be 15).<br /> <br />Only those persons or firms receiving an overall cumulative score of at least seventy percent (70%) or greater, with their highest and lowest score not counted, of the total possible points for all categories to be assigned by the participating Evaluation Committee members shall be deemed qualified to perform these professional services, and shall be listed in alphabetical order in the meeting minutes.<br /> <br />All 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 JUNE 25, 2025 BY 10:00 A. M. 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 />Michael J. Glaser Tamithia P. Shaw<br />Mayor Director, Office of Federal<br />City of Kenner Program Compliance<br /> City of Kenner<br /> <br /> <br />SOQ No. 25-6906<br />MAY 21, 28, AND JUNE 4, 2025<br />ADV. THE ADVOCATE<br />
https://www.centralauctionhouse.com/rfp76389477-soq-25-6906-provide-a-and-e-services-for-a-new-generator-at-food-bank.html
21-May-2025 8:30:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
City of Kenner, LA |
SOQ 25-6905 PROVIDE PROFESS. A AND E SERVICES RELATING TO A NEW RESOURCE FACILITY AT A.P. CLAY
|
<div style="text-align: center;"><b>PUBLIC NOTICE</b><br /> </div>The City of Kenner (Kenner) is soliciting the submittal of Statement of Qualifications (SOQ’s) from persons or firms interested and qualified to provide professional architectural and engineering services for the design, construction administration and supplemental services relating to one 1-2 story high office building that can accommodate medical services and a community center with proper drainage, sewer/water, lighting, landscaping, etc., requirements.<br /><br />GENERAL INFORMATION<br /><br />The City of Kenner - Arthur Paul (A.P.) Clay Resource Center Reconstruction Project will entail the new construction for the project on property already owned by the City of Kenner located at 200 Decatur Street, Kenner, LA 70062. The A. P. Clay Reconstruction Project development is in response to the community need for accessible, affordable healthcare services, particularly in the southern area of Kenner, which is considered as a medical desert. The new A.P. Clay facility will be approx. 6,500 - 8,000 square feet in size and will be constructed to meet standards of healthcare infrastructure. It will house medical examination rooms, consultation areas, treatment spaces, diagnostic services, behavior health, and medical and dental services with an on-site pharmacy. The facility will also encompass flexible, multi-purpose space that will be open and available for use by the community. It is anticipated that the new A. P. Clay Resource Center will be operational by approximately September 2027 or later.<br /> <br />Within the project site, there are recreational facilities of the City of Kenner Splash Park, Tennis Court, and Tot Lot. There is also a decommissioned cafeteria within the project site. Depending on funding availability, Kenner reserves the right to rehabilitate the building for future use and include such work as part of this project.<br /> <br />Demolition has already taken place at the site; therefore, no demolition of existing buildings is considered to be part of this project.<br /> <br />The approximate “rough” square footage (living area) for the proposed office buildings has been estimated to be 8,000 sq. ft. Kenner reserves the right to make adjustments to facility(s) square footage and/or number of floors.<br /> <br />Persons or firms must be familiar with State of Louisiana Office of Community Development (LA-OCD) and United States Housing and Urban Development (HUD) rules and regulations, as Kenner will be receiving financial assistance from both agencies. Therefore, the project will be subject to all applicable Federal rules and regulations.<br /> <br />Plans and specifications will be subject to review and approval by LA-OCD, HUD, Kenner’s Planning/Code Enforcement/Public Works Departments, and the State Fire Marshal’s Office and Kenner Fire Department.<br /> <br />Plans and specifications “may” also be subject to review and approval by the State Department of Transportation and Development (DOTD) and the Federal Aviation Administration (FAA) on the account of facility being in close proximity to an evacuation route and Louis Armstrong New Orleans International Airport. In the event that permits are required from the DOTD and FAA, the persons or firms selected for the project will be required to assist Kenner with the preparation of necessary permits documentation.<br /> <br />Persons or firms selected will be required to prepare a design rationale report, inclusive of conceptual plans/renditions with recommendations for the best approach to designing the new facility to meet the City’s workflow, general public, and service delivery needs. Such rationale report is to be provided based on research of similar communities’ facilities and best practices. Rough estimated construction costs shall be provided for each conceptual plan/rendition provided.<br /> <br />At least one public meeting will be conducted to present to the public conceptual plans/renderings to gather public input.<br /> <br />Project may require environmental clearance documentation/services to meet LA-OCD and HUD requirements.<br /> <br />Kenner will seek for recommendations for improvements to reduce the risks from damage from future disasters, incorporation of energy efficient components and modern information technology practices.<br /> <br />Current rough estimated total budget for the entire project is $4.4M. Kenner reserves the right to reduce the scope of work of the project to accommodate available funding. Due to limited funds, project may have to be split into phases. Kenner will be lobbying for State and Federal funds for the project, as it progresses.<br /> <br />Kenner will only enter into an Agreement/Contract with a firm or person submitting a Statement of Qualifications as the prime firm/person/consultant for the project. Kenner will not be entering into an Agreement with sub-consultants specified in the Statement of Qualifications.<br />Sub-consultants do play a factor into the Evaluation Criteria of the Statement of Qualifications. Kenner reserves the right to select one or more persons or firms for this project.<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 /> <br />COMPENSATION<br />Compensation will be on an hourly rate basis or a fixed lump sum 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/tasks, 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 />Compensation for Design and Construction Administration Services (Basic Services) is to be provided on a lump sum fee basis based on the following schedule/components of payments:<br /> <br />Preliminary Phase – 25% of lump sum fee<br />Design Phase – 50% of lump sum fee<br />Bidding Phase – 5% of lump sum fee<br />Construction Phase – 15% of lump sum fee<br />Record Drawing Phase – 5% of lump sum fee<br />Duties included/covered under each of the phases mentioned above shall be negotiated with the selected firm/person and shall be mutually agreeable to both parties.<br /> <br />As a minimum, this project is expected to require the following supplemental services, which may require the use of sub-consultants:<br />Surveying Services<br />Geotechnical Services<br />Traffic Engineering Services<br />Environmental Clearance Services<br />Landscape Architectural Services<br />Electrical Engineering Services for Site Lighting Requirements <br />Notes:<br />The need for any additional supplementary services required for this project (other than the ones presented above) will be considered with proper justification.<br />Project will not require Resident Inspection and Testing of Construction Materials Services. Kenner reserves the right to select proper firms for these services at proper time.<br />Supplementary Services work tasks can be performed by qualified personnel within the firm/person staff or via the use of sub-consultants.<br />The preparation of a design rationale report will be required for this project. Payment for such report is to be made on a lump sum or hourly rate basis. Kenner reserves the right to establish method of payment.<br />All sub-consultants listed in the SOQ submitted by the firm/person must submit a Statement of Qualifications (SOQ) in Professional Services Evaluation Committee Format.All fees shall be negotiated with the person/firm and shall be mutually agreeable to both parties.<br />In the event that Kenner and person/firm cannot reach an agreement on project (professional services) fees, Kenner reserves the right to select another person/firm for the project.<br /> <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” REQUIREMENTS FOR SELECTION<br /> <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 or Civil Engineer in the State of Louisiana with a minimum of five (5) years of experience. Professional experience indicates architectural/engineering work performed with a Professional Architectural/Engineering 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 a licensed, registered architect and Civil Engineer in the State of Louisiana, with a minimum of five (5) years of experience in the planning and design of local government facilities. Personnel envisioned being required for this project is as follows:<br /><br />Architect<br />Electrical Engineer<br />Mechanical Engineer<br />Structural Engineer <br />Professional architectural/engineering experience indicates architectural/engineering work performed with a Professional Architectural/Engineering license. A subcontractor/sub- consultant may meet this requirement.<br />The persons or firms under consideration must also employ a full-time supporting technical and clerical staff. <br /><br />INSURANCE REQUIREMENTS<br /><br />Upon selection for a particular project, successful firm(s) shall provide insurance certificates in accordance with Kenner's insurance requirements for professional service agreements, attached to this SOQ.<br /> <br />EVALUATION CRITERIA<br /><br />The following criteria listed in order of importance will be used to evaluate each person or firm submitting a Statement of Qualifications:<br /><br />I) Professional training and experience both generally and in relation to the type and magnitude of work required for the particular project, including experience with LA-OCD and/or HUD-funded projects- 60 points maximum<br /><br />2)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 /><br />3)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 /><br />4)Past performance by the person or firm on public contracts; 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 - 30 points maximum<br /><br />5)Prior successful completion of projects of the type and nature of the architectural/engineering services, as defined, for which firm has provided verifiable references. – 20 points maximum<br /><br />6)Demonstration of experience in resiliency, cost effective hazard mitigation, green energy efficient and modern information technology practices and principles that can reduce the risks from future disasters and be implemented under FEMA’s Hazard Mitigation 406 and Alternative Procedures 428 Plan – 15 points maximum <br /><br />All 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 <b>JUNE 24, 2025 BY 10:00 A.M. </b>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 /> <div>Michael J. Glaser Tamithia P. Shaw</div>Mayor Director, Office of Federal<br />City of Kenner Program Compliance<br /> City of Kenner<br /> <br />SOQ No. 25-6905<br />MAY 21, 28 AND JUNE 4, 2025<br />ADV. THE ADVOCATE
https://www.centralauctionhouse.com/rfp54224518-soq-25-6905-provide-profess-a-and-e-services-relating-to-a-new-resource-facility-at-ap-clay.html
21-May-2025 8:30:00 AM CDT |
24-Jun-2025 10:00:00 AM CDT |
Vermilion Parish School Board |
2025.774 MATERIALS FOR SCHOOL BUS TURNAROUNDS/MAINTENANCE NEEDS
|
NOTICE TO BIDDERS<br /> <br />Sealed bids will be received by the Vermilion Parish School System either online at <a href="http://www.centralbidding.com/">www.centralbidding.com</a> or at the Vermilion Parish School System Technology Building, 222 South Jefferson Street, Abbeville, Louisiana until 01:30 P.M., Tuesday, June 10, 2025 at which time the sealed bids will be publicly opened and read for the following:<br /> <br /> <br /><b>Bid 2025.774 - MATERIALS FOR SCHOOL BUS TURNAROUNDS/</b><br /><b> MAINTENANCE NEEDS</b><br /><b>Opening Date: Tuesday, June 10, 2025 @ 01:30 P. M.</b><br /> <br /> <br />Bids must be sealed and the envelope marked: <b>"Bid 2025.774 -MATERIALS FOR SCHOOL BUS TURNAROUNDS/MAINTENANCE NEEDS, Opening Date: Tuesday, June 10, 2025 @ 01:30 P. M., and include Bidder’s name and address"</b><br /> <br />Specifications and bid forms for the above may be obtained by writing, calling or emailing Lori Fontenot, Purchasing Agent, Vermilion Parish School System, P. O. Drawer 520, Abbeville, Louisiana 70511, Phone-(337)898-5707, <a href="mailto:
[email protected]">Email-lori.</a><a href="mailto:
[email protected]">fontenot</a><a href="mailto:
[email protected]">@vpsb.net</a>. Specifications can also be found on <a href="http://www.centralbidding.com/">www.centralbidding.com</a> and www.vpsb.net.<br /> <br />Bids submitted prior to this date and time should be properly marked on the outside of the sealed envelope and should be delivered or mailed to Lori Fontenot, Purchasing Agent, Vermilion Parish School System, 220 South Jefferson Street, Abbeville, LA 70510 or P. O. Drawer 520, Abbeville, Louisiana 70511. Written receipts for bids will be issued according to law.<br /> <br />The Vermilion Parish School System reserves the right to reject any and/or all bids and to waive any informalities incident thereto.<br /> <br /> <br />VERMILION PARISH SCHOOL SYSTEM<br /> <br />Thomas J. Byler<br />Superintendent<br /> <br />PUBLICATION DATES:<br />May 21 and May 28, 2025
https://www.centralauctionhouse.com/rfp74353272-2025774-materials-for-school-bus-turnaroundsmaintenance-needs.html
21-May-2025 7:00:00 AM CDT |
10-Jun-2025 1:30:00 PM CDT |
Washington Parish School Board |
RFP-Garbage Disposal Service 2025 2026
|
Washington Parish School System<br />Franklinton, Louisiana<br /> <br />Request for Proposals<br /> <br /> <br /> The Washington Parish School System will accept requests for proposal for garbage disposal. RFPs will be opened at 10 A.M, Thursday, June 26, 2025, in the office of the Washington Parish School System, 800 Main Street, Franklinton, Louisiana.<br /> <br />GENERAL CONDITIONS <br /> <br />Requests for Proposal should be submitted with the RFP form furnished by the school system. The proposal shall include a unit price and total price. If there is any discrepancy between the unit price and the total price extension, the unit price shall be considered binding and the total price adjusted accordingly. <br />The successful proposal shall be in effect for one (1) year, beginning August 1, 2025 and ending July 31, 2026, contingent on the successful fulfillment of the terms of the proposal. <br />RFP related information is available online and electronic proposals may be submitted athttps://www.centralauctionhouse.com under the Washington Parish School Board tab. <br /> <br />Proposals shall be sealed and marked “RFP-Garbage Disposal”, and sent to Washington Parish School System Office, 800 Main Street, Franklinton, Louisiana 70438. Attn: Dana Knight. USPS, UPS, Federal Express, hand delivery or online deliver (as specified in Item #3) are acceptable means of delivery. Any proposals received after the opening date and time will not be considered. <br />The Washington Parish School System reserves the right to reject any and all proposals, adjust quantities, days of service and sizes of containers. <br />Contact Dana Knight, Director of Finance, at
[email protected] or (985) 839-7768 with any questions. <br /> <br />Jennifer Thomas<br />Superintendent<br />5/21/2025 and 5/28/2025<br /> <br /><br /> <br />
https://www.centralauctionhouse.com/rfp31144711-rfp-garbage-disposal-service-2025-2026.html
21-May-2025 12:00:00 AM CDT |
26-Jun-2025 10:00:00 AM CDT |
School Food and Wellness Group |
Third Future Schools - Louisiana
|
https://www.centralauctionhouse.com/rfp38527505-third-future-schools--louisiana.html
21-May-2025 12:00:00 AM CDT |
16-Jun-2025 1:00:00 PM CDT |
Jefferson Parish Government |
5000147809 PURCHASE OF POLYETHYLENE TUBINGS FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
|
PURCHASE OF POLYETHYLENE TUBINGS FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
https://www.centralauctionhouse.com/rfp65586235-5000147809-purchase-of-polyethylene-tubings-for-jefferson-parish-engineering-department.html
20-May-2025 3:15:00 PM CDT |
23-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147798 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
|
PURCHASE OF SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp8342303-5000147798-purchase-of-supplies-for-jefferson-parish-eastbank-warehouse.html
20-May-2025 2:00:00 PM CDT |
28-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147946 PROVIDE LABOR, MATERIALS, AND ANY ESSENTIALS NEEDED TO FURNISH AND APPLY EPOXY COATING FOR JEFFERSON PARISH FIRE TRAINING CENTER
|
PROVIDE LABOR, MATERIALS, AND ANY ESSENTIALS NEEDED TO FURNISH AND APPLY EPOXY COATING FOR JEFFERSON PARISH FIRE TRAINING CENTER
https://www.centralauctionhouse.com/rfp22668190-5000147946-provide-labor-materials-and-any-essentials-needed-to-furnish-and-apply-epoxy-coating-for-jefferson-parish-fire-training-center.html
20-May-2025 2:00:00 PM CDT |
28-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147748 PURCHASE OF SEEPEX PUMPS FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
|
PURCHASE OF SEEPEX PUMPS FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
https://www.centralauctionhouse.com/rfp66039191-5000147748-purchase-of-seepex-pumps-for-jefferson-parish-sewerage-department--.html
20-May-2025 1:00:00 PM CDT |
23-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147838 PURCHASE OF MATERIAL FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
|
PURCHASE OF MATERIAL FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
https://www.centralauctionhouse.com/rfp82893456-5000147838-purchase-of-material-for-jefferson-parish-department-of-drainage.html
20-May-2025 12:00:00 PM CDT |
23-May-2025 11:00:00 AM CDT |
St. Mary's Academy |
Temporary Campus Demolition
|
ADVERTISEMENT FOR BIDS<br /><br />ST. MARY’S ACADEMY - TEMPORARY CAMPUS DEMOLITION<br /><br />Sealed bids will be received by St. Mary’s Academy, no later than 2:00 p.m., Tuesday, <s>May 27, 2025</s>, <b>June 3, 2025</b> at the following address: St. Mary’s Academy, 6905 Chef Menteur Hwy., NEW ORLEANS, LA 70126<br /><br />All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following:<br /><br />BIDS ON CONSTRUCTION OF (Name of Project) TO BE OPENED (Date), Bidder’s Name, address, and License Number. No bid shall be withdrawn for a period of forty-five (45) days after receipt of bid.<br /><br />MANDATORY Pre-Bid Conference: Thursday, May 8, 2025 @ 10 am at 6905 Chef Menteur Hwy., New Orleans, LA 70126. The architect/owner reserves the right to reject the bid submitted by any contractor who fails to attend the Pre-Bid Conference.<br /><br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from the Designer by an email request to
[email protected] .<br /><br />The Owner reserves the right to reject any and all bids.<br /><br />Adv: April 23, April 30, and May 7, 2025
https://www.centralauctionhouse.com/rfp40642047-temporary-campus-demolition.html
20-May-2025 12:00:00 PM CDT |
03-Jun-2025 2:00:00 PM CDT |
City of New Iberia |
Street Improvements Asphalt Overlay Project
|
DOCUMENT 001113<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />City of New Iberia<br />Street Improvements<br />Asphalt Overlay Project<br />New Iberia, Louisiana<br /> <br />Sealed Bids will be received by the City of New Iberia, Iberia Parish, Louisiana, for the construction of street improvements that includes Saw Cutting, Reinforced Concrete Pavement, Joint Sealing, Milling Asphalt Pavement, Asphalt Concrete Pavement Patching, Asphalt Concrete Pavement, Pavement Markings and other work in connection therewith.<br /> <br />Bids will be on a unit price basis; segregated Bids will not be accepted.<br /> <br />Bids will be received by the City of New Iberia until 2:00 p.m. local time on Thursday, June 26, 2025, in the reception area of the Mayor’s Office, 457 East Main Street, Suite 300, New Iberia, La 70560-3700. Bids received after this time will not be accepted and will be returned unopened. Bids will be opened and publicly read aloud after the specified closing time.<br /> <br />Complete printed sets of the Bidding Documents may be obtained from Berard, Habetz and Associates, Inc. 3401 West Admiral Doyle Drive, New Iberia, Louisiana, (337) 367-1408 in accordance with the Instructions to Bidders upon payment of a deposit of $100.00 for each set of documents.<br /> <br />Complete electronic sets of the Bidding Documents may be obtained at the Engineer's office in accordance with the Instructions to Bidders without charge and without deposit. Plan holders using electronic sets of the Bidding Documents obtained at the Engineer’s office are responsible for their own reproduction cost.<br /> <br />Complete electronic sets of the Bidding Documents are available to be viewed, downloaded, and submitted electronically at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at (225)810-4814.<br /> <br />A Pre-Bid conference will be held at 10:00 a.m. local time on Tuesday, June 17, 2025, at the Office of Berard, Habetz and Associates, Inc. 3401 West Admiral Doyle Drive, New Iberia, Louisiana. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are strongly encouraged to attend and participate in the conference.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Highway, Street and Bridge Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />Bidding Documents shall not be issued later than 24 hours prior to the hour and date set for the opening of Bids. Bids must be submitted on forms provided in the Bidding Documents.<br /> <br />Each Bid shall be accompanied by Bid security made payable to the City of New Iberia, in an amount of at least five percent of the Bidder's maximum Bid price and in the form of a certified check or a Bid Bond in accordance with LA R.S. 38:2218. This check or Bid Bond shall be given as a guarantee that the Bidder will execute the Agreement, should it be awarded to him.<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 public entity.<br /> <br /> THUS DONE AND SIGNED, on this <br /> City of New Iberia<br /> <br /> By: /s/Freddie DeCourt <br /> Freddie DeCourt, Mayor<br /> Publish: May 21st, May 28th, June 4th
https://www.centralauctionhouse.com/rfp48197635-street-improvements-asphalt-overlay-project.html
20-May-2025 12:00:00 PM CDT |
26-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
50-00147953 FURNISH AND DELIVER A QUANTITY OF NEWSLETTERS FOR JEFFERSON PARISH DISTRICT COUNCIL #3
|
FURNISH AND DELIVER A QUANTITY OF NEWSLETTERS FOR JEFFERSON PARISH DISTRICT COUNCIL #3
https://www.centralauctionhouse.com/rfp71658303-50-00147953-furnish-and-deliver-a-quantity-of-newsletters-for-jefferson-parish-district-council-3.html
20-May-2025 10:00:00 AM CDT |
22-May-2025 11:00:00 AM CDT |
Plaquemines Parish Government |
Pre-Position Emergency Contract For Motorcoach Transportation Services
|
REQUEST FOR PROPOSAL<br /> <br />PLAQUEMINES PARISH OFFICE OF<br />ENGINEERING & PUBLIC WORKS<br /> <br />333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, LA, 70037<br /> <br />PRE-POSITION EMERGENCY CONTRACT FOR<br />MOTORCOACH TRANSPORTATION SERVICES<br /> <br />Parish Project No. 25-00-07<br /> <br />By virtue of and in conformity with the provisions of Act 70 of the 1946 Regular Session of the Louisiana Revised Statutes of 1950, as amended, and other applicable laws, sealed proposals will be received by the Plaquemines Parish Government at the Plaquemines Parish Office of Engineering & Public Works, 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, Louisiana, before 10:00 a.m., CDT, Friday, the 6th day of June 2025, at which time and date such proposals will be accepted for the Pre-position Emergency Contract for Motorcoach Transportation Services.<br />All in accordance with specifications/instructions on file at the Plaquemines Parish Office of Engineering & Public Works, 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, Louisiana, which may be obtained by any bonafide Louisiana Licensed Contractor.<br />Proposers shall be licensed pursuant to appropriate laws, rules and regulations of the State of Louisiana and the Parish of Plaquemines and shall submit evidence that they hold license of proper classifications in full force and effect at the time the specifications are obtained. License number shall be shown on the outside of the sealed proposal.<br />Plaquemines Parish Government is an Affirmative Action/Equal Opportunity Employer. The Parish does not discriminate on the basis of race, color, national origin, sex, sexual orientation, gender identity, religion, age or handicapped status in employment or the provision of services. Section 3 Residents, Minority Business Enterprises, Small Business Enterprises, Women Business Enterprises, and labor surplus area firms are encouraged to submit proposals.<br />The Plaquemines Parish Government reserves the right to waive any informalities or to reject any and all proposals. All requests for a full package must include the project name and number as listed above.<br />To request the full package of any of the projects listed above, please contact:<br />Brad Breuhl, Director of Projects Email:
[email protected]<br />PLAQUEMINES PARISH GOVERNMENT<br />BY: W. KEITH HINKLEY<br /> PARISH PRESIDENT<br /> <br />May 20, 27
https://www.centralauctionhouse.com/rfp23136442-pre-position-emergency-contract-for-motorcoach-transportation-services.html
20-May-2025 7:00:00 AM CDT |
06-Jun-2025 10:00:00 AM CDT |
Plaquemines Parish School Board |
Plaquemines Parish School Board - Fresh Fruit, Vegetables, and Fresh Eggs
|
ADVERTISEMENT FOR BIDS <br />Sealed bids will be received by the Plaquemines Parish School Board, Child Nutrition Department, at the Port Sulphur Office, 26138 Highway 23, Port Sulphur, Louisiana 70083 until 11 :00 a.m., Thursday, June 5, 2025 for <b>FRESH FRUIT, VEGETABLES, AND FRESH EGGS</b>. Contact Donna Norris at (504) 564-0088 for specifications and bid forms. <br />The Plaquemines Parish School Board reserves the right to accept or reject any and alI proposals and to waive informalities or to accept any proposals that may serve their best interest. <br /><br />Plaquemines Parish School Board, Dr. Shelley Ritz, Superintendent <br />The Plaquemines Gazette, May 20th and May 27th
https://www.centralauctionhouse.com/rfp57636505-plaquemines-parish-school-board--fresh-fruit-vegetables-and-fresh-eggs.html
20-May-2025 7:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
Plaquemines Parish School Board |
Plaquemines Parish School Board - Paper/Chemical Bid
|
ADVERTISEMENT FOR BIDS <br />Sealed bids will be received by the Plaquemines Parish School Board, Child Nutrition Department, at the Port Sulphur Office, 26138 Highway 23, Port Sulphur, Louisiana 70083 until 11 :00 a.m., Thursday, June 5, 2025 for <b>PAPER/CHEMICAL ITEMS</b>. Contact Donna Norris at (504) 564-0088 for specifications and bid forms. <br />The Plaquemines Parish School Board reserves the right to accept or reject any and alI proposals and to waive informalities or to accept any proposals that may serve their best interest. <br /><br />Plaquemines Parish School Board, Dr. Shelley Ritz, Superintendent <br />The Plaquemines Gazette, May 20th and May 27th
https://www.centralauctionhouse.com/rfp44476984-plaquemines-parish-school-board--paperchemical-bid.html
20-May-2025 7:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
Plaquemines Parish School Board |
Plaquemines Parish School Board - Milk/Dairy Products Bid
|
ADVERTISEMENT FOR BIDS <br />Sealed bids will be received by the Plaquemines Parish School Board, Child Nutrition Department, at the Port Sulphur Office, 26138 Highway 23, Port Sulphur, Louisiana 70083 until 11 :00 a.m., Thursday, June 5, 2025 for <b>MILK/DAIRY ITEMS</b>. Contact Donna Norris at (504) 564-0088 for specifications and bid forms. <br />The Plaquemines Parish School Board reserves the right to accept or reject any and alI proposals and to waive informalities or to accept any proposals that may serve their best interest. <br /><br />Plaquemines Parish School Board, Dr. Shelley Ritz, Superintendent <br />The Plaquemines Gazette, May 20th and May 27th
https://www.centralauctionhouse.com/rfp54404684-plaquemines-parish-school-board--milkdairy-products-bid.html
20-May-2025 7:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
Plaquemines Parish School Board |
Plaquemines Parish School Board - Dry, Refrigerated, and Frozen Food Bid
|
ADVERTISEMENT FOR BIDS <br />Sealed bids will be received by the Plaquemines Parish School Board, Child Nutrition Department, at the Port Sulphur Office, 26138 Highway 23, Port Sulphur, Louisiana 70083 until 11 :00 a.m., Thursday, Jue 5, 2025 for <b>FROZEN/DRY FOOD ITEMS</b>. Contact Donna Norris at (504) 564-0088 for specifications and bid forms. <br />The Plaquemines Parish School Board reserves the right to accept or reject any and alI proposals and to waive informalities or to accept any proposals that may serve their best interest. <br /><br />Plaquemines Parish School Board, Dr. Shelley Ritz, Superintendent <br />The Plaquemines Gazette, May 20th and May 27th
https://www.centralauctionhouse.com/rfp32540531-plaquemines-parish-school-board--dry-refrigerated-and-frozen-food-bid.html
20-May-2025 7:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
Central Community School System |
Central Community School System Roof Replacement Project
|
Sealed bids from general or roofing contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by Central Community School System for construction of:<br /><br />Project Name: Central Community School System<br />Roof Replacement Project 12636 Sullivan Road Baton Rouge, LA 70818<br />Project Number: 25-010<br /><br />Bids will be received at the main office of the Central Community School System located at 11576 Sullivan Road, Baton Rouge, LA 70818 until 2:00 PM., Local Time on Tuesday, June 17, 2025<br /><br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com).<br /><br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Architect:<br /><br />Braquet Design Group | Architects +Consultants, LLC<br />43 Rosedown Drive<br />Destrehan, LA 70047<br /><br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via www.CentralAuctionHouse.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 />The successful Bidder will be allowed Sixty (60) calendar days to complete the Reroofing Project from the date established in a Notice to Proceed. Liquidated Damages will be assessed at $500.00 for each consecutive calendar day for which work is not substantially completed beyond the date set as the completion date in the Notice to Proceed.<br /><br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /><br />A Pre-Bid Conference will be held at 10:00 AM on Tuesday, June 10, 2025 at Central Community School System Office, located at 11576 Sullivan Road, Baton Rouge, LA 70818. Attendance at this Pre-Bid Conference is MANDATORY and bidders must be present for the entire conference in order to submit a bid. A site visit to the school will be available immediately following the Pre-Bid Conference.<br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of 45 days after the bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing law,R.S. 37:2151 et seq.<br /><br />The Central Community School System reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /><br />Roxanne Atkinson, President<br />Central Community School System<br /><br />Jason Fountain, Superintendent<br />Central Community School System<br /><br />Advertisement Dates:<br />Tuesday, May 20, 2025<br />Tuesday, May 27, 2025<br />Tuesday, June 3, 2025
https://www.centralauctionhouse.com/rfp18325152-central-community-school-system-roof-replacement-project.html
20-May-2025 12:00:00 AM CDT |
17-Jun-2025 2:00:00 PM CDT |
Chennault International Airport Authority |
REHABILITATE SOUTH APRON PAVEMENT – PHASE IV
|
ADVERTISEMENT FOR BID<br /> <br />SEALED BIDS for construction at the Chennault International Airport consisting of the Rehabilitate South Apron Pavement – Phase IV (CWF Bid No. 2025-10) will be received by the Chennault International Airport Authority at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana 70615, until 2:00 p.m. CST on Friday, June 20, 2025. Bids will then be publicly opened and read aloud. Bids received after the 2:00 p.m. deadline will be returned to the bidder unopened via certified mail. Received bids will be referred to the Chennault International Airport Authority (CIAA) for action and award.<br /> <br />A Pre-Bid conference will be held on Wednesday, June 4, 2025, at 10:30 a.m. at the CIAA office, 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana 70615. Representatives from the Owner and Engineer will be available to discuss the project. Although the conference is not mandatory, bidders are encouraged to attend and participate. If a bidder cannot attend, we encourage you to make arrangements to tour the project site.<br /> <br />Contract Documents including bid proposal forms, plan sheets, and specifications 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 72 hours prior to bid opening through www.civcastusa.com in the Q&A portal.<br /> <br />Bids shall be received only on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<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 />Bids shall be received only on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />Bid proposals, amendments to bids, or requests for withdrawal of bids, which are received after the time specified for bid opening, shall not be considered for any cause whatsoever.<br /> <br />An acceptable bid bond, cashier's check or certified check payable to the CIAA, in an amount equal to five percent (5%) of the bid price, shall be submitted with each 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 />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: Highway, Street and Bridge 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 />Title VI Solicitation Notice<br />The Chennault International Airport Authority, 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 or offerors that it will affirmatively ensure that for 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 no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.<br /> <br />The Disadvantaged Business Enterprise (DBE) goal is 8.09% of the dollar value of this contract. The DBE program also includes a small business element pursuant to 49 CFR Part 26. The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53.<br /> <br />As a condition of responsibility, every Bidder or Offeror must submit the following information on the forms provided herein within five days after bid opening.<br />The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;<br />A description of the work that each DBE firm will perform;<br />The dollar amount of the participation of each DBE firm listed under (1);<br />Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal;<br />Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and<br />If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. <br />All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.<br />The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.<br />TRADE RESTRICTION CERTIFICATION<br />By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –<br />is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);<br />has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and<br />has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001.<br />The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.<br />Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:<br />who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or<br />whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or<br />who incorporates in the public works project any product of a foreign country on such USTR list.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.<br />The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.<br />This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.<br /> <br />All Bidders and Proposers shall comply with the provisions of Buy American Preferences, Davis Bacon Requirements, Debarment and Suspension, Lobbying Federal Employees, and Recovered Materials.<br /> <br />Bids may be held by the CIAA for a period of sixty (60) calendar days after the date and hour set for the opening. The CIAA reserves the right to reject any or all Bids for just cause.<br /> <br />W. Kevin Melton Advertise: May 20, 2025<br />Executive Director May 27, 2025<br />Chennault International Airport Authority June 3, 2025
https://www.centralauctionhouse.com/rfp93223676-rehabilitate-south-apron-pavement-phase-iv.html
20-May-2025 12:00:00 AM CDT |
20-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
50-00147772 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH PUBLIC WORKS WAREHOUSE
|
PURCHASE OF SUPPLIES FOR JEFFERSON PARISH PUBLIC WORKS WAREHOUSE
https://www.centralauctionhouse.com/rfp55333684-50-00147772-purchase-of-supplies-for-jefferson-parish-public-works-warehouse.html
19-May-2025 4:30:00 PM CDT |
23-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
50-00147760 PURCHASE OF TILT TOP TRAILERS FOR JEFFERSON PARISH STREETS DEPARTMENT
|
PURCHASE OF TILT TOP TRAILERS FOR JEFFERSON PARISH STREETS DEPARTMENT
https://www.centralauctionhouse.com/rfp86082409-50-00147760-purchase-of-tilt-top-trailers-for-jefferson-parish-streets-department.html
19-May-2025 4:30:00 PM CDT |
22-May-2025 11:00:00 AM CDT |
Lafourche Parish Water District |
Distribution Surplus Unit- 2025
|
Separate sealed bids will be received by the Lafourche Parish Water District No. 1 at the Administration Office 1219 Crescent Ave, Lockport, LA 70374 until 2:30 o'clock p.m., Tuesday, June 17, 2025, at which time and place said proposals will be publicly opened and read aloud for the sale of Distribution Surplus Unit. 2014 DITCH WITCH JT5 JETTRAC DRILLING SYSTEM AND TRAILER<br />
https://www.centralauctionhouse.com/rfp98600503-distribution-surplus-unit-2025.html
19-May-2025 4:00:00 PM CDT |
17-Jun-2025 2:30:00 PM CDT |
Lafourche Parish Water District |
Distribution Surplus Fittings- 2025
|
Separate sealed bids will be received by the Lafourche Parish Water District No. 1 at the Administration Office 1219 Crescent Ave, Lockport, LA 70374 until 2:15 o'clock p.m., Tuesday June 17, 2025, at which time and place said proposals will be publicly opened and read aloud for the sale of Surplus Miscellaneous Distribution Fittings- 2025.
https://www.centralauctionhouse.com/rfp44627611-distribution-surplus-fittings-2025.html
19-May-2025 4:00:00 PM CDT |
17-Jun-2025 2:15:00 PM CDT |
Lafourche Parish Water District |
Miscellaneous Surplus Items-Distribution/Purification 2025
|
Separate sealed bids will be received by the Lafourche Parish Water District No. 1 at the Administration Office 1219 Crescent Ave, Lockport, LA 70374 until 2:00 o'clock p.m., Tuesday June 17, 2025, at which time and place said proposals will be publicly opened and read aloud for the sale of Miscellaneous Distribution/ Purification Surplus Items- 2025.
https://www.centralauctionhouse.com/rfp82616403-miscellaneous-surplus-items-distributionpurification-2025.html
19-May-2025 4:00:00 PM CDT |
17-Jun-2025 2:00:00 PM CDT |
Allen Parish Police Jury |
ROAD MAINTENANCE MATERIALS
|
<div style="text-align: center;"><b>ROAD MAINTENANCE MATERIALS<br /><i>ALLEN PARISH POLICE JURY</i></b><br /> </div><br />(see attached documents for more information...
https://www.centralauctionhouse.com/rfp68199448-road-maintenance-materials.html
19-May-2025 3:00:00 PM CDT |
02-Jun-2025 4:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2137 Provide Carpet Padding Recycling Tracking Services
|
https://www.centralauctionhouse.com/rfp74653084-c-2137-provide-carpet-padding-recycling-tracking-services-.html
19-May-2025 2:00:00 PM CDT |
06-Jun-2025 10:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2136 Provide Carpet Padding Recycling Transportation Services
|
https://www.centralauctionhouse.com/rfp16813983-c-2136-provide-carpet-padding-recycling-transportation-services-.html
19-May-2025 2:00:00 PM CDT |
06-Jun-2025 10:00:00 AM CDT |
City of Alexandria |
RFP 1920P Qualified Valve Exercise Program Services
|
It is the intent of the City of Alexandria to secure pricing for the service for Valve Exercise Program Services for use by the City of Alexandria Water Department.
https://www.centralauctionhouse.com/rfp51445649-rfp-1920p-qualified-valve-exercise-program-services.html
19-May-2025 9:30:00 AM CDT |
18-Jun-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
514 Madison Street Asbestos Abatement & Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 15, 2025<br />Requesting quotes for: ASBESTOS ABATEMENT & DEMOLITION as per specifications listed on attached for the following location<br />514 Madison Street, Lafayette, LA <br />Project Name<br />514 Madison Street Abatement & Demolition<br />Bid Number<br />250100<br />Probable Cost $<br />9,240.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 9:00 AM, 06/05/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 514 Madison Street Abatement & Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp42723783-514-madison-street-asbestos-abatement-demolition.html
19-May-2025 8:00:00 AM CDT |
05-Jun-2025 9:00:00 AM CDT |
Lafayette Consolidated Government |
126 Benman Road Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 15, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />126 Benman Road, Lafayette, LA <br />Project Name<br />126 Benman Road Demolition<br />Bid Number<br />25101<br />Probable Cost $<br />11,700.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 10:00 AM, 06/04/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 126 Benman Road Demolition<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp23214546-126-benman-road-demolition.html
19-May-2025 8:00:00 AM CDT |
04-Jun-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
111 Eleventh Street Asbestos Abatement & Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 15, 2025<br />Requesting quotes for: ASBESTOS ABATEMENT & DEMOLITION as per specifications listed on attached for the following location<br />111 Eleventh Street, Lafayette, LA <br />Project Name<br />111 Eleventh Steet Asbestos Abatement & Demolition<br />Bid Number<br />250103<br />Probable Cost $<br />7,920.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 9:00 AM 06/03/25<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 111 Eleventh Steet Asbestos Abatement & Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp66564207-111-eleventh-street-asbestos-abatement-demolition.html
19-May-2025 8:00:00 AM CDT |
03-Jun-2025 9:00:00 AM CDT |
Lafayette Consolidated Government |
102 Iantha Street Asbestos Abatement & Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 12, 2025<br />Requesting quotes for: ASBESTOS ABATEMENT & DEMOLITION as per specifications listed on attached for the following location<br />102 Iantha Street, Lafayette, LA <br />Project Name<br />102 Iantha Street Asbestos Abatement & Demolition<br />Bid Number<br />250102<br />Probable Cost $<br />1,340.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 10:00 AM, 06/03/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 102 Iantha Street Asbestos Abatement & Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp95519872-102-iantha-street-asbestos-abatement-demolition.html
19-May-2025 8:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
1216 Cameron Street Asbestos Abatement & Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 15, 2025<br />Requesting quotes for: ASBESTOS ABATEMENT & DEMOLITION as per specifications listed on attached for the following location<br />1216 Cameron Street, Lafayette, LA <br />Project Name<br />1216 Cameron Street Asbestos Abatement & Demolition<br />Bid Number<br />250099<br />Probable Cost $<br />7,100.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 10:00 AM, 06/04/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 1216 Cameron Street Asbestos Abatement & Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp42185339-1216-cameron-street-asbestos-abatement-demolition.html
19-May-2025 8:00:00 AM CDT |
04-Jun-2025 9:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0066 HP Laser Jet Ink
|
650A- Magenta<br /> Black<br /> Cyan<br /> (2) Yellow<br />17-A Black
https://www.centralauctionhouse.com/rfp11024626-25-0066-hp-laser-jet-ink.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0065 3-34x34 Blinds
|
3 34x34 Blinds
https://www.centralauctionhouse.com/rfp65863612-25-0065-3-34x34-blinds.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0064 Military Style snap belt 100 count
|
100 count of Military Style snap belt ---small to medium
https://www.centralauctionhouse.com/rfp5303471-25-0064-military-style-snap-belt-100-count.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0063 Camo/Duffle Bag Combo
|
Camo Duffle/backpack combo<br />1-Green Canvas Duffle bag w/ Bag of Canteens<br />2 Camo Backpack<br />2 Camo Duffle Bag
https://www.centralauctionhouse.com/rfp16526817-25-0063-camoduffle-bag-combo.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0061 Camo/Duffle Bag Combo
|
Camo Duffle/backpack combo<br />1-Green Canvas Duffle bag w/ Bag of Canteens<br />2 Camo Backpack<br />2 Camo Duffle Bag
https://www.centralauctionhouse.com/rfp70102342-25-0061-camoduffle-bag-combo.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0062 Camo/Duffle Bag Combo
|
Camo Duffle/backpack combo<br />1-Green Canvas Duffle bag w/ Bag of Canteens<br />2 Camo Backpack<br />2 Camo Duffle Bag
https://www.centralauctionhouse.com/rfp29301368-25-0062-camoduffle-bag-combo.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0060 Camo/Duffle Bag Combo
|
Camo Duffle/backpack combo<br />1-Green Canvas Duffle bag w/ Bag of Canteens<br />2 Camo Backpack<br />2 Camo Duffle Bag
https://www.centralauctionhouse.com/rfp43918301-25-0060-camoduffle-bag-combo.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0059 Camo/Duffle Bag Combo
|
Camo Duffle/backpack combo<br />1-Green Canvas Duffle bag w/ Bag of Canteens<br />2 Camo Backpack<br />2 Camo Duffle Bag
https://www.centralauctionhouse.com/rfp42544357-25-0059-camoduffle-bag-combo.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0058 Camo/Dufflle Bag Combo
|
Camo Duffle/backpack combo<br />1-Green Canvas Duffle bag w/ Bag of Canteens<br />2 Camo Backpack<br />2 Camo Duffle Bag
https://www.centralauctionhouse.com/rfp87897966-25-0058-camodufflle-bag-combo.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0057 Panasonic Power Point Projector with Remote
|
Panasonic Power Point Projector with Remote Unknown condition
https://www.centralauctionhouse.com/rfp39112786-25-0057-panasonic-power-point-projector-with-remote.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0056 Large Smart Board
|
Large Smart Board---<br />Unknown Condition
https://www.centralauctionhouse.com/rfp82919975-25-0056-large-smart-board.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0055 Ricoh Black 1160W Toner
|
<br />Ricoh Black 1160 W toner--New
https://www.centralauctionhouse.com/rfp63338786-25-0055-ricoh-black-1160w-toner.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0054 Ricoh Black 1160W Toner
|
Ricoh Black 1160 W Toner<br />New
https://www.centralauctionhouse.com/rfp9002825-25-0054-ricoh-black-1160w-toner.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0053 Orange Rigid Air Compressor
|
Orange Rigid Air Compress Model VT-40000AV<br />AS-IS Unsure Condition
https://www.centralauctionhouse.com/rfp42024434-25-0053-orange-rigid-air-compressor.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0052 Red Troy Built Generator
|
Red Troy Built Generator--<br /><br />Sold As-is Condition Unknown
https://www.centralauctionhouse.com/rfp58827307-25-0052-red-troy-built-generator.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0050 Middle Front Bench Seat for Dodge Ram Truck
|
Middle Front Bench Seat for Dodge Ram truck
https://www.centralauctionhouse.com/rfp18374596-25-0050-middle-front-bench-seat-for-dodge-ram-truck.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0049 2-CANOPY TENTS, 2 COTS, 2 VINYL CHAIRS
|
2 --10X10 CANOPY TENTS<br />2 COTS<br />2 VINYL CHAIRS
https://www.centralauctionhouse.com/rfp33463861-25-0049-2-canopy-tents-2-cots-2-vinyl-chairs.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1036 2002 EZHAULER
|
EZ HAULER
https://www.centralauctionhouse.com/rfp13261780-25-1036-2002-ezhauler.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0046 10 HP ink Cartridges
|
2- 902xl Yellow<br />2 -902xl Magenta<br />2- 902 xl cyan<br />2- 902 xl black<br />2-63 xl tri color
https://www.centralauctionhouse.com/rfp66643424-25-0046-10-hp-ink-cartridges.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0042 American Traffic Control Sign
|
Traffic Control Sign
https://www.centralauctionhouse.com/rfp95169764-24-0042-american-traffic-control-sign.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0026, Lot of (2) Toddler Play Chairs
|
Two toddler play chairs. New
https://www.centralauctionhouse.com/rfp83335188-24-0026-lot-of-2-toddler-play-chairs-.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0024, Bus Parts
|
Miscellaneous Bus Parts (Brake Drums, Belts, Filters, Lights, G3 Dinex Tool Kit)<br />(2) Carrier Condenser Motors, SN-5BC58JBS6287
https://www.centralauctionhouse.com/rfp11954180-24-0024-bus-parts.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0022, Lot of (8) Children’s Tables
|
8 Children’s Tables
https://www.centralauctionhouse.com/rfp31069235-24-0022-lot-of-8-childrens-tables.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0008, (4) 20” Chrome Rims with (3) mounted tires
|
(4) 20” Chrome Rims with (3) mounted tires<br />(4) VCT Chrome Rims with (3) tires
https://www.centralauctionhouse.com/rfp22243312-24-0008-4-20-chrome-rims-with-3-mounted-tires.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0007 Toshiba TV
|
Toshiba TV<br /> <br />Model PN50B450B1D<br />No remote. No stand.
https://www.centralauctionhouse.com/rfp54934806-24-0007-toshiba-tv.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1045 2013 Ford F250 Quad Cab
|
2013 White Ford F250 Quad Cab pick up truck
https://www.centralauctionhouse.com/rfp27213185-25-1045-2013-ford-f250-quad-cab.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1044 2006 White Ford F 350 Box truck with dump bed
|
2006 White Ford F 350 Box truck with dump bed<br />Mileage 172,772
https://www.centralauctionhouse.com/rfp92892972-25-1044-2006-white-ford-f-350-box-truck-with-dump-bed.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1043 2007 Dodge White Pickup truck(wrecked)
|
2007 Dodge White Quad Pick up Truck
https://www.centralauctionhouse.com/rfp30280066-25-1043-2007-dodge-white-pickup-truckwrecked.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1042 2003 Chevy Passenger Van
|
Passenger van...Runs
https://www.centralauctionhouse.com/rfp3650859-25-1042-2003-chevy-passenger-van.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1041 International Model 2110 Vacuum Truck
|
2004 International Model 2110 Vacuum Truck<br />Mileage 153,099 Leak in water tank
https://www.centralauctionhouse.com/rfp58740585-25-1041-international-model-2110-vacuum-truck.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1040 2009 Ford Ranger
|
Runs but has transmission issue
https://www.centralauctionhouse.com/rfp31116529-25-1040-2009-ford-ranger.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1039 2003 Ford F450
|
Runs but something is wrong with fuel pump. Has high mileage. Been wrecked several time.
https://www.centralauctionhouse.com/rfp86557822-25-1039-2003-ford-f450.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1039 2003 Ford F450
|
Runs but something is wrong with fuel pump. Has high mileage. Been wrecked several time.
https://www.centralauctionhouse.com/rfp58745335-25-1039-2003-ford-f450.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1037 2006 Ford F150 White Pickup Truck
|
2006 Ford F150 White Pick up<br />Mileage 219,314
https://www.centralauctionhouse.com/rfp97503754-25-1037-2006-ford-f150-white-pickup-truck.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1035 1996 Dodge Ram 3500 1 ton Dually Welding Truck
|
1996 DODGE RAM 3500 1 TON DUALLY WELDING TRUCK (RED
https://www.centralauctionhouse.com/rfp58799493-25-1035-1996-dodge-ram-3500-1-ton-dually-welding-truck.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1034 Dodge Ram 1500 Pickup truck
|
1998 DODGE RAM 1500 PICK UP TRUCK<br />MILEAGE 146,633
https://www.centralauctionhouse.com/rfp33226830-25-1034-dodge-ram-1500-pickup-truck.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1033 2001 Dodge Ram Pickup Truck
|
2001 DODGE RAM 1500 PICK UP TRUCK<br />MILEAG 110,467
https://www.centralauctionhouse.com/rfp89140604-25-1033-2001-dodge-ram-pickup-truck.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1032 1999 White Dodge 15 Passenger Vam
|
1999 White Dodge 15 Passengert Van Mileage 86,150
https://www.centralauctionhouse.com/rfp79538636-25-1032-1999-white-dodge-15-passenger-vam.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1031 2010 Dodge Avenger
|
2010 WHITE DODGE AVENGER MILEAGE 82,812<br />CAR RUNS GREAT LIGHTS ARE OUT; NO FUSE PANEL (INOPERABLE)<br />4 BRAND NEW TIRES (PURCHASED 4/4/24)
https://www.centralauctionhouse.com/rfp19064411-25-1031-2010-dodge-avenger.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1030 2012 White Dodge Charger
|
2012 White Dodge Charger Appx mileage 134,710
https://www.centralauctionhouse.com/rfp80905476-25-1030-2012-white-dodge-charger.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1029 PT92 Pole Trailer with 10' tongue
|
PT92 Pole Trailer with 10’ Tongue
https://www.centralauctionhouse.com/rfp94259427-25-1029-pt92-pole-trailer-with-10-tongue.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1028 2001 Belshe Model T9-2EP Double Tamdem Axle Trailer
|
2001 Belshe Model T9-2EP Double Tamdem Axle Trailer
https://www.centralauctionhouse.com/rfp91166885-25-1028-2001-belshe-model-t9-2ep-double-tamdem-axle-trailer.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1027 1990 Double Tandem Axle Trailer
|
1990 Belshe T-8 Double Tamdem Axle Trailer
https://www.centralauctionhouse.com/rfp55496267-25-1027-1990-double-tandem-axle-trailer.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1026 Infinit M37
|
Infiniti M37
https://www.centralauctionhouse.com/rfp55319458-25-1026-infinit-m37.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1025 2013 Black Lincoln MKZ
|
2013 Black Lincoln MKZ mileage 69,668<br />Car does not come out of park
https://www.centralauctionhouse.com/rfp15162508-25-1025-2013-black-lincoln-mkz.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1024 1998 Chevy Pick up truck --NO KEYS
|
Chevy S-10 Pickup truck---No Keys
https://www.centralauctionhouse.com/rfp1685580-25-1024-1998-chevy-pick-up-truck--no-keys.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1023 YELLOW MITSUBISHI FORKLIFT
|
Fork lift works and lifts as it should
https://www.centralauctionhouse.com/rfp25424218-25-1023-yellow-mitsubishi-forklift.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-1014 2007 GMC YUKON
|
CLEAR COAT PEELING ON FENDER <br />MILEAGE 147,253<br /> <br />VIN # 1GKFC13037R226756
https://www.centralauctionhouse.com/rfp19364779-24-1014-2007-gmc-yukon.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-1002, 2011 Audi A6.
|
Runs. Fair Condition. VIN# WAUFGAFB8BN063337. Approximately 138,035 miles.
https://www.centralauctionhouse.com/rfp68006328-24-1002-2011-audi-a6-.html
19-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
Ouachita Parish School Board |
CNPC FOOD BID #FS5-26
|
Sealed bids will be received by the Child Nutrition Purchasing Cooperative (CNPC), composed of the undersigned school districts (Caldwell, Catahoula, Concordia, East Carroll, Franklin, Grant, Jackson, La Salle, Lincoln, Madison, Morehouse, Ouachita, Richland, Tensas, Union, and West Carroll). These bids will be delivered to Jo Lynne Correro, Director CNS, Ouachita Parish Schools, 920 Thomas Road, West Monroe, LA, or P.O. Box 2957, West Monroe, LA 71294 until 11:00 A.M., June 12, 2025. Beginning at 11:05 A.M. bids will be publicly opened and bottom line totals read aloud for:<br /> <div style="text-align: center;">FS# 5-26 FOOD PRODUCTS</div> <br />Bid information can be obtained from Ouachita Parish System - Child Nutrition Program Director, Jo Lynne Correro, 920 Thomas Road, West Monroe, LA 71292, phone 318-398-1990. Awards shall be made “ALL OR NOTHING” to the lowest responsive bidder. The CNPC reserves the right to reject any and/or all bids, and to waive any and all informalities thereto.<br />Bidders also have the option to submit bids electronically. To submit a bid electronically, bidders must register at Central Bidding by visiting either https://www.centralbidding.com or https://www.centralauctionhouse.com For technical questions relating to the electronic bidding process for Central Bidding call Support 833.412.5717. Fees to submit electronically may apply. Payments of fees are the responsibility of the bidder. Submission of an electronic bid requires an electronic bid bond and a digital signature.<br />Ouachita Parish is an equal opportunity provider and employer.
https://www.centralauctionhouse.com/rfp96746068-cnpc-food-bid-fs5-26.html
19-May-2025 12:00:00 AM CDT |
12-Jun-2025 11:00:00 AM CDT |
Lafayette Parish Sheriff's Office |
#2025-05 Uniforms
|
<div style="text-align: center;">NOTICE TO BIDDERS<br /> <br /> Sealed bids will be accepted until 10:00 a.m., Wednesday, June 4, 2025, at the<br />Lafayette Parish Sheriff’s Office at 316 W. Main Street, Lafayette, Louisiana for the following:<br /> <br /><b>#2025-05 Uniforms</b><br /> <br /> For information on this bid, contact the Finance Office at the Lafayette Parish Sheriff’s Office. Documents are also available at the Sheriff’s Office Website at www.lafayettesheriff.com and www.centralauctionhouse.com. Bids received after the above date and time will be returned unopened. Bids will be evaluated by and purchased based on quality, cost and adaptability of said items. Bidders must comply with all conditions submitted in bid specifications. The Sheriff reserves the right to reject any and all bids deemed unsuitable in the best public interest.<br /> <br />___________________________________________________<br />Mark T. Garber, Sheriff<br />Parish of Lafayette </div><div>Publish ads: May 19th, May 21st </div>
https://www.centralauctionhouse.com/rfp45756481-2025-05-uniforms.html
19-May-2025 12:00:00 AM CDT |
04-Jun-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-0041 American traffic Control sign
|
Traffic Control sign
https://www.centralauctionhouse.com/rfp13390097-24-0041-american-traffic-control-sign.html
18-May-2025 8:00:00 AM CDT |
21-May-2025 1:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2093 Procurement of Smallwares
|
<u><b>Information </b></u><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Request for Quotes ("RFQ") for C-2093 Procurement of Smallwares as described in the bid documents and related exhibits. Response to this RFQ does not guarantee a contract. <br /><br /><u><b>How to Obtain Documents</b></u><br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br /><br />Response Requirements<br />All proposals are due by 10:00 a.m. on Friday, May 23, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp17359103-c-2093-procurement-of-smallwares.html
16-May-2025 9:59:14 PM CDT |
23-May-2025 10:00:00 AM CDT |
Lincoln Parish School Board |
Lincoln Parish School Board _ Duplicating Paper Bid Request
|
<div style="text-align: center;"><b>NOTICE TO BIDDERS </b></div> <br />Sealed bids for Duplicating Paper will be received at the Lincoln Parish School Board Office, 410 S. Farmerville Street, Ruston, LA, 71270, until 10:00 a.m., Friday, June 6, 2025 at which time bids will be opened and read aloud. Please find bid related materials and place electronic bids at www.centralbidding.com. Specifications and bid forms may also be obtained from the Lincoln Parish School Board Maintenance Facility 701 Mitchell Avenue, Ruston, LA., 71270 or by request to
[email protected]<br /> <br /> _____________________________<div> Ricky Durrett, Superintendent<br /> Lincoln Parish Schools</div>
https://www.centralauctionhouse.com/rfp98150899-lincoln-parish-school-board-_-duplicating-paper-bid-request.html
16-May-2025 7:00:00 PM CDT |
06-Jun-2025 10:00:00 AM CDT |
Second Harvest Food Bank of Greater New Orleans & Acadiana |
FOOD, BEVERAGE, AND SUPPLIES
|
Second Harvest Food Bank of Greater New Orleans and Acadiana<br />Invitation to Bid no. 26-001<br />Food, Beverage, and Supplies<br /> <br />Second Harvest Food Bank of Greater New Orleans and Acadiana (SHFB) is soliciting bids for the provision of food items: baked goods, canned, staples, frozen, refrigerated, meat, seafood, poultry, spices, paper, and milk products for Second Harvest Food Bank’s Child and Adult Feeding Programs for the period August 1, 2025 through July 31, 2026.<br /> <br />Sealed bids relative to the above will be received electronically at Central Bidding (www.centralbidding.com) until 10:00 A.M. on Thursday, June 5, 2025 when they will be opened and publicly read.<br /> <br />Specifications and bid documents may be obtained upon request from the SHFB in writing, by email
[email protected], by calling (504) 729-2827 or by visiting the following website www.centralbidding.com.<br /> <br />PRE-BID CONFERENCE: TUESDAY, MAY 27, 2024, AT 10:00 A.M., VIA TEAMS. ACCESS THE TEAMS MEETING AT<br />https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZDBjNzg2ODQtZTIxMS00MjQwLTg2MzktNDBjMjRjYjI4OWEz%40thread.v2/0?context=%7b%22Tid%22%3a%22467b5150-a2d5-4eb3-90d9-0abf82248b72%22%2c%22Oid%22%3a%2278985fa8-c909-4ea9-ab2d-9ecac92ce067%22%7d<br /> <br /> <br /> <br />Second Harvest Food Bank of Greater New Orleans and Acadiana<br />By: Mr. Leslie J. Rey, Procurement Manager
https://www.centralauctionhouse.com/rfp63602291-food-beverage-and-supplies.html
16-May-2025 8:00:00 AM CDT |
05-Jun-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
MOHICAN ST. AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-0057)
|
To be published three times-Legal May 16, 23 and 30, 2025 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: MOHICAN ST. AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-0057) PROJECT DESCRIPTION: Portland cement concrete sidewalks, driveways, curbs, ADA ramps, striping, signage and associated items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, JUNE 17, 2025, 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 Form Revised to include EBE requirements May 25, 2023 NC 2 of 2 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 $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 Socially and Economically Disadvantaged Business SEDB’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 SEDB goal of 7% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this SEDB goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1, 1A, and 2, and Letters of SEDB 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
[email protected] or Mr. Alex Farr, P.E, Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp51537895-mohican-st-area-ada-transition-project-city-parish-project-no-20-en-hc-0057.html
16-May-2025 8:00:00 AM CDT |
17-Jun-2025 2:00:00 PM CDT |
School Food and Wellness Group |
Shreveport Charter Foundation (Caddo Parish) SY 25-26 Release
|
<br />Hello, <br />Shreveport Charter Foundation (Caddo Parish), located in Shreveport, LA, is seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. An onsite pre-bid meeting will be held on Thursday, May 22, 2025, at 8:00 AM CST at 2290 Clyde Fant Pkwy. Shreveport, LA 71101 (#1) and 2250 Clyde Fant Pkwy. Shreveport, LA 71101. <br />We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]). <br /><br />The proposal deadline is June 10, 2025, at 3:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House
https://www.centralauctionhouse.com/rfp31408886-shreveport-charter-foundation-caddo-parish-sy-25-26-release.html
16-May-2025 12:00:00 AM CDT |
10-Jun-2025 3:00:00 PM CDT |
Webster Parish School Board |
Supplies
|
<div style="text-align: center;">ADVERTISEMENT<br /><br /> INVITATION TO BID<br />Sealed bids are hereby invited by Webster Parish School Board for: <br /> Bid #10-80/2025-26 Food & Supplies <br />Bid #20/2025-26 Milk & Milk Products <br /><br />Bid #60/2025-26 Bread<br /><br />Bids will be received no later than 4:00 p.m., Tuesday, June 9, 2025, at the Webster Parish School Board Child Nutrition Dept, 1442 Sheppard St, Minden, La 71055. After stamping to acknowledge timely receipt, bids will be publicly opened and read aloud by a designated representative of the Webster Parish School Board on Wednesday June 10, 2025 at 9:00 a.m. Any bid received after this due date and time will not be accepted and will be returned unopened. <br /><br />Complete bid documents may be obtained at:<br /><br /> Webster Parish School Board<br /><br /> 1442 Sheppard St.<br /><br /> Minden, LA 71055. <br /><br />Bid shall be submitted in a sealed envelope clearly marked on the outside with: <br /><br /> 1. Bidder's name <br /><br /> 2. Bid due date<br /><br /> 3. Project number/name: Bid 10-80/2025-26<br /><br /> Bid#20/2025-26 Milk & Milk Products or<br /><br /> Bid#60/2025-26 Bread <br /><br />Official bid documents can be made available online at www.centralbidding.com. Electronic bids may be submitted online at www.centralbidding.com. For questions related to the electronic bidding process please call Central Bidding at 225-810-4814.<br /><br />Bids must be submitted on the official bid form(s) furnished in the bid package. Bids submitted on any other form(s) will be rejected. <br /><br />Awards will not be made at the time of the bid opening, but will be awarded by the School Board at a later meeting. <br /><br />Webster Parish School Board reserves the right to reject, in whole or in part, any and all bids and to waive any and all technicalities and informalities in accordance with state law. <br /><br />Minden Press Herald: May 9, 13 & 16, 2025<br /><br />Shreveport Times: May 14, 19, & 23, 2025</div>
https://www.centralauctionhouse.com/rfp65322243-supplies.html
15-May-2025 7:00:00 PM CDT |
09-Jun-2025 4:00:00 PM CDT |
Jefferson Parish Government |
5000147981 PROVIDE LABOR, MATERIALS, AND ANY INCENTIALS NEEDED TO PERFORM PM CLEANING AND TORQUE OF EQUIPMENT AT THE DONELON BUILDING FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
PROVIDE LABOR, MATERIALS, AND ANY INCENTIALS NEEDED TO PERFORM PM CLEANING AND TORQUE OF EQUIPMENT AT THE DONELON BUILDING FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
https://www.centralauctionhouse.com/rfp99318363-5000147981-provide-labor-materials-and-any-incentials-needed-to-perform-pm-cleaning-and-torque-of-equipment-at-the-donelon-building-for-jefferson-parish-department-of-general-services.html
15-May-2025 3:00:00 PM CDT |
21-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147977 FURNISH LABOR, MATERIALS, AND EQUIPMENT TO PROVIDE REMOVAL AND INSTALLATION OF KNUCKLE CHAIN LINK FENCING AT THE WAGGAMAN PLAYGROUND FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
FURNISH LABOR, MATERIALS, AND EQUIPMENT TO PROVIDE REMOVAL AND INSTALLATION OF KNUCKLE CHAIN LINK FENCING AT THE WAGGAMAN PLAYGROUND FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
https://www.centralauctionhouse.com/rfp49040129-5000147977-furnish-labor-materials-and-equipment-to-provide-removal-and-installation-of-knuckle-chain-link-fencing-at-the-waggaman-playground-for-jefferson-parish-department-of-parks-and-recreation.html
15-May-2025 12:00:00 PM CDT |
21-May-2025 11:00:00 AM CDT |
Claiborne Parish School District |
2025-2026 Haynesville Fuel Bid
|
For more information, please contact Joey Guillory at (318) 927-4913.
https://www.centralauctionhouse.com/rfp17588098-2025-2026-haynesville-fuel-bid.html
15-May-2025 11:00:00 AM CDT |
03-Jun-2025 11:00:00 AM CDT |
Claiborne Parish School District |
2025-2026 Homer Fuel Bid
|
For additional information, please contact Joey Guillory at (318) 927-4913.
https://www.centralauctionhouse.com/rfp86166834-2025-2026-homer-fuel-bid.html
15-May-2025 11:00:00 AM CDT |
03-Jun-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147888 PROVIDE LABOR. MATERIALS, AND ANY ESSENTIALS TO FURNISH AND INSTALL ORNAMENTAL GATES AND FENCE AT THE COVID MEMORIAL PARK FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
PROVIDE LABOR. MATERIALS, AND ANY ESSENTIALS TO FURNISH AND INSTALL ORNAMENTAL GATES AND FENCE AT THE COVID MEMORIAL PARK FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
https://www.centralauctionhouse.com/rfp84282395-5000147888-provide-labor-materials-and-any-essentials-to-furnish-and-install-ornamental-gates-and-fence-at-the-covid-memorial-park-for-jefferson-parish-department-of-parks-and-recreation-.html
15-May-2025 10:00:00 AM CDT |
21-May-2025 11:00:00 AM CDT |
St. Charles Parish Government |
Montz Pump Station No. 2 and Drainage Improvements
|
ADVERTISEMENT FOR BIDS<br /> <br />The Parish of St. Charles, hereby advertises bids for construction of Montz Pump Station No. 2 and Drainage Improvements (P210806) as follows:<br /> <br />Owner: <b>St. Charles Parish</b><br /> <br />Project Title: Montz Pump Station No. 2 and Drainage Improvements <br /> <br />Project No.: P210806<br /> <br />Principal Work Location: Montz, LA<br /> <br />Description of Basic Work: Construct a new drainage pump station with discharge over the Bonnet Carré Spillway upper guide levee. Construct new ditch and berm parallel to existing ditch on US Hwy 61.<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, <b>no later than 10:00 a.m. local time on June 17, 2025</b>. Promptly thereafter, the bids will be publicly opened and read aloud in the Parish 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, GIS Engineering, LLC. 935 Gravier Street, New Orleans, LA 70112.<br /> <br />A payment of $ 200.00 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 />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 June 3, 2025 at 10:00 a.m. the St. Charles Parish Department of Public Works and Wastewater, <b>100 River Oaks Dr., Destrehan, Louisiana</b>. Attendance of the Pre-Bid Conference is <b>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 />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /> <br />Thursday, May 15, 2025<br />Thursday, May 22, 2025<br />Thursday, May 29, 2025
https://www.centralauctionhouse.com/rfp90060535-montz-pump-station-no-2-and-drainage-improvements.html
15-May-2025 8:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Pointe Coupee Parish Government |
Pointe Coupee Parish Watershed Drainage Improvements Project (FP&C Project Number 50-J39-22-03)
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br /> Pointe Coupee Parish Government (herein referred to as the "Owner") hereby solicits sealed bids for the Watershed Drainage Improvements Project (FP&C Project Number 50-J39-22-03) described as follows:<br /> <br />STATEMENT OF WORK: This project consists of the clearing and snagging of Bayou Grosse Tete and Bayou Cholpe in Pointe Coupee Parish. The Work is divided into a Base Bid (Sta. 389+58.00 to 8008+57.00), Additive Alternate 1 (Sta. 100+00.00 to 385+00.00), and Additive Alternate 2 (Sta. 808+57.00 to 1045+69.00). The total project length (Base Bid + Alt. 1 + Alt. 2) is 94,148 linear feet. All work includes, but is not limited to, mobilization/demobilization, construction layout, utility oversight and coordination, and clearing and snagging. The clearing and snagging shall consist of the removal of all fallen trees, log rafts, woody vegetation, storm debris, accumulated sediment, and other obstructions within the waterway and project limits. All removed material shall be disposed of by the contractor at an approved landfill or other approved non-wetland disposal site.<br /> <br />Sealed Bids shall be addressed to the Pointe Coupee Parish Government, and delivered to the Pointe Coupee Parish Annex, 160 East Main Street, New Roads, LA 70760 not later than 10:00 a.m., on the 17th day of June, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 a.m. on the 17th day of June , 2025, at the Pointe Coupee Parish Annex located at 160 East Main Street, New Roads, LA 70760 .<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD:<br /> <br />TIME & DATE: Monday, June 4, 2025 at 10:00 a.m.<br />LOCATION: Pointe Coupee Parish Annex<br /> 160 East Main Street<br /> New Roads, LA 70760<br /> <br />Attendance at the Pre-Bid Conference is mandatory in order to bid on the project. It is the responsibility of all potential bidders to visit the job site to assess the location and conditions prior to bidding.<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; Pointe Coupee Parish Annex Building. located at 160 East Main Street, New Roads, LA 7060; (225-638-9556). Copies shall be obtained at this office upon payment of a deposit of $50.00. 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 />In accordance with Louisiana R.S. 38§2212, in the event addenda are issued within 72 hours prior to the advertised time for the opening of bids, the opening of bids shall be extended for at least seven but not more than 21 working days, without the requirement of re-advertising.<br /> <br />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.centralauctionhouse.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.centralauctionhouse.com prior to the deadline. <br /> <br /> <br /> <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Heavy 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 /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Attention to Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.<br /> <br />Louisiana State Bid Law requires that a public entity shall act within 45 days of receipt of bids to award a contract or reject all bids, unless mutually agreed written consent for extension is executed. Execution of the contract shall be within 60 days from the public entity’s acceptance of the lowest and responsible bid. Notice to proceed must be issued within 30 days of the execution of the contract.<br /> <br />Any person with disabilities requiring special accommodations must contact the Pointe Coupee Parish Government no later than seven (7) days prior to bid opening.<br /> <br />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED POST-BID. ALSO, MINORITY, FEMALE OWNED AND SECTION 3 (PARISH/LOCAL) CONTRACTING FIRMS ARE ENCOURAGED TO SUBMIT BIDS.<br /> <br /> <br />OWNER<br />Pointe Coupee Parish Government<br /> <br />BY: Major Thibaut, Pointe Coupee Parish President<br /> <br /> <br />PUBLICATION/DATES:<br /> Pointe Coupee Banner<br /> Thursday, May 15, 2025<br /> Thursday, May 22, 2025<br /> Thursday, May 29, 2025<br />
https://www.centralauctionhouse.com/rfp46499055-pointe-coupee-parish-watershed-drainage-improvements-project-fpc-project-number-50-j39-22-03.html
15-May-2025 8:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Ascension Parish Government |
Dutchtown Rear Access Road
|
<br /> BID NOTICE<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 June 12, 2025, at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br />Project Name: Dutchtown Rear Access Road<br />Project No.: ROAD240043<br />Statement of Work: Construction of an Access Road from Carrie Lane to Dutchtown High School<br />Description: Ascension Parish School Board Bond Construction Projects<br />Route: Dutchtown Rear Access Road/ Carrie Lane<br />Parish: Ascension Parish <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 number: ROAD240043 Dutchtown Rear Access Road and Louisiana Contractor’s License Number, as well as all accompanying funds and documents as follows:<br />Bid Submittal<br />Project No.: ROAD240043<br />Project Name: Dutchtown Rear Access Road<br />LA License No.: <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 />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 />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 />Hand-delivered to:<br />615 E. Worthey Street, Gonzales, LA 707037<br />Uploaded to : www.centralauctionhouse.com<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 />A. Copy of the bid bond Must be attached to the bid documents submitted electronically.<br />B. The original bid bond document must be received in our office no latter than 48 hours after the bid opening date and time.<br />C. The bid bond envelope must be clearly labeled as a Bid Bond with the project name, the vendor’s name as it appears in 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 />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, user must click “ Ascension Parish Government” to view any current advertised listings. This listing is titled “Dutchtown Rear Access Road”.<br />All registered users will have the ability to submit questions and view project information as well as view project drawings.<br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via
[email protected] by 4:00 PM on June 2, 2025. Responses will be coordinated with the project manager and posted on www.centralauctionhouse.com by 4:00 pm on June 5, 2025. Questions received following the deadline may not be answered.<br />A Mandatory Pre-Bid Meeting will be held on May 28, 2025, at 11:00 a.m. local time at the Department of Public Works Conference Room, located 42077 Churchpoint Road, Gonzales, LA 70737. <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 />RS 38:2218. Evidence of good faith; countersigning<br />A. 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 />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br />B. A copy of the bid bond must be attached to the bid document submitted electronically.<br />C. The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (Ascension Parish Purchasing Department, 615 E. Worthey Street, Gonzales, Louisiana 70737).<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<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 Ascension Parish Purchasing Department, 615 E. Worthey Street, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<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 />The United States Department of Transportation (USDOT) operates a toll-free hotline Monday through Friday, 8:00 am to 5:00 p.m. EDT. Anyone with knowledge of possible bid rigging, bidder collusion or other fraudulent activities should be this hotline at 1(800)-424-9071. All Information will be treated as confidentially, and caller anonymity will be respected.<br />Ascension Parish Government reserves the right to waive any informalities or to reject any or all bids.<br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 am local time on June 2, 2025, all bids will be downloaded. No bids are accepted after 10:00 am local time.<br />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 />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br />ASCENSION PARISH GOVERNMENT <br />Clint Cointment, Parish President <br /><br />WEEKLY- 5/15/25, 5/22/25, 5/29/25 <br />CHIEF- 5/15/25, 5/22/25, 5/29/25<br />
https://www.centralauctionhouse.com/rfp22021625-dutchtown-rear-access-road.html
15-May-2025 7:00:00 AM CDT |
12-Jun-2025 10:00:00 AM CDT |
School Food and Wellness Group |
Lafayette Charter Foundation FSMC RFP SY 25-26
|
Hello,<br /><br />Lafayette Charter Foundation, located in Lafayette, LA, is seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]).<br /><br />The proposal deadline is June 5, 2025, at 3:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House: <br />
https://www.centralauctionhouse.com/rfp66607784-lafayette-charter-foundation-fsmc-rfp-sy-25-26.html
15-May-2025 12:00:00 AM CDT |
05-Jun-2025 3:00:00 PM CDT |
Pointe Coupee Parish School Board |
PCPSB STEM ACADEMY HALLS 400 AND 500 MINI-SPLITS
|
<br />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 10:00 AM on June 17, 2025, opened and publicly read aloud.<br /><b>Project No. 25006</b><br /><b>PCPSB STEM Academy Halls 400 + 500 Mini-Splits</b><br />Bids received after the above specified time will not be considered.<br />Description of work:<br />This project consists of the addition of new mini splits in each classroom (17) and lounge (2) on halls 400 + 500. Each hall has to have a new 12'-0" x 12'-0" concrete condensing pad with a new 6'-0" chain link fence and 3'-0" walk gate.<br />Add. Alternates:<br />N/A<br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.centralbidding.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.<br />Questions about this procedure shall be directed to the Designer at:<br />Kimberly Rusk
[email protected] Telephone: 225-767-1717<br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM on June 3, 2025, in the STEM Academy lobby, 8434 Pointe Coupee Road, Morganza, LA 70759.<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 />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 />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 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 />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 />Bids shall be accepted from Contractor’s who are licensed 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 />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 agent or attorney-in-fact.<br />Kim Canezaro, Superintendent<br />Pointe Coupee Parish School Board<br />LEGAL AD TO RUN:<br />May 15, 2025<br />May 22, 2025<br />May 29, 2025
https://www.centralauctionhouse.com/rfp55955793-pcpsb-stem-academy-halls-400-and-500-mini-splits.html
15-May-2025 12:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Webster Parish School Board |
Bid 10-50 Fresh and Frozen Foods
|
<div style="text-align: center;">ADVERTISEMENT<br /> INVITATION TO BID<br /> <br />Sealed bids are hereby invited by Webster Parish School Board for:<br /> <br /> Bid #10-80/2025-26 Food & Supplies<br /> <br />Bid #20/2025-26 Milk & Milk Products<br />Bid #60/2025-26 Bread<br />Bids will be received no later than 4:00 p.m., Tuesday, June 9, 2025, at the Webster Parish School Board Child Nutrition Dept, 1442 Sheppard St, Minden, La 71055. After stamping to acknowledge timely receipt, bids will be publicly opened and read aloud by a designated representative of the Webster Parish School Board on Wednesday June 10, 2025 at 9:00 a.m. Any bid received after this due date and time will not be accepted and will be returned unopened.<br />Complete bid documents may be obtained at:<br /> Webster Parish School Board<br /> 1442 Sheppard St.<br /> Minden, LA 71055.<br />Bid shall be submitted in a sealed envelope clearly marked on the outside with:<br /> 1. Bidder's name <br /> 2. Bid due date<br /> 3. Project number/name: Bid 10-80/2025-26<br /> Bid#20/2025-26 Milk & Milk Products or<br /> Bid#60/2025-26 Bread<br />Official bid documents can be made available online at www.centralbidding.com. Electronic bids may be submitted online at www.centralbidding.com. For questions related to the electronic bidding process please call Central Bidding at 225-810-4814.<br />Bids must be submitted on the official bid form(s) furnished in the bid package. Bids submitted on any other form(s) will be rejected.<br />Awards will not be made at the time of the bid opening, but will be awarded by the School Board at a later meeting.<br />Webster Parish School Board reserves the right to reject, in whole or in part, any and all bids and to waive any and all technicalities and informalities in accordance with state law.<br />Minden Press Herald: May 9, 13 & 16, 2025<br />Shreveport Times: May 14, 19, & 23, 2025</div><p> </p>
https://www.centralauctionhouse.com/rfp19972942-bid-10-50-fresh-and-frozen-foods.html
14-May-2025 7:00:00 PM CDT |
09-Jun-2025 4:00:00 PM CDT |
Lafayette Parish School System |
Bid# 25-2326 Small Kitchen Supplies
|
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 as delineated on the Proposal Form:<br />Bids will be marked as follows:<br />Small Kitchen Supplies Bid #25-2326 Opening: Thursday, May 29, 2025 @ 10:00 AM CST<br />Bid #25-2326 consists of the following: Small kitchen supplies and equipment to be used in the Lafayette Parish School System Cafeterias for the 2025-2026 school year.<br />Bids will be publicly opened and read aloud at the above stated time and date in the Personnel Conference Room of the Lafayette Parish School System Office Building.<br />Complete bidding documents may be obtained from the Purchasing Department of the Lafayette Parish School System located at 202 Rue Iberville, Lafayette, LA. Bid information may also be viewed online at https://www.lpssonline.com/site638.php, and electronic bids may be submitted online at http://www.centralauctionhouse.com. Specifications will be available May 14, 2025.<br />The successful bidder shall supply all required insurance with carrier(s) acceptable to the Lafayette Parish School System.<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 />The Lafayette Parish 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 or sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br />LAFAYETTE PARISH SCHOOL SYSTEM Venus Soileau District Resourcing Supervisor<br />PUBLISH DATES: May 14, 2025 May 21, 2025<br />Please provide an Affidavit of Publication.
https://www.centralauctionhouse.com/rfp81425529-bid-25-2326-small-kitchen-supplies.html
14-May-2025 4:00:00 PM CDT |
29-May-2025 10:00:00 AM CDT |
Lafayette Parish School System |
Bid# 25-2426 Paper & Janitorial Supplies
|
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 as delineated on the Proposal Form:<br />Bids will be marked as follows:<br />Paper and Janitorial Supplies Bid #25-2426 Opening: Thursday, May 29, 2025 @ 11:00 AM CST<br />Bid #25-2426 consists of the following: Paper products and cleaning supplies to be used in the Lafayette Parish School System Cafeterias for the 2025-2026 school year.<br />Bids will be publicly opened and read aloud at the above stated time and date in the Personnel Conference Room of the Lafayette Parish School System Office Building.<br />Complete bidding documents may be obtained from the Purchasing Department of the Lafayette Parish School System located at 202 Rue Iberville, Lafayette, LA. Bid information may also be viewed online at https://www.lpssonline.com/site638.php, and electronic bids may be submitted online at http://www.centralauctionhouse.com. Specifications will be available May 14, 2025.<br />The successful bidder shall supply all required insurance with carrier(s) acceptable to the Lafayette Parish School System.<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 />The Lafayette Parish 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 or sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br />LAFAYETTE PARISH SCHOOL SYSTEM Venus Soileau District Resourcing Supervisor<br />PUBLISH DATES: May 14, 2025 May 21, 2025<br />Please provide an Affidavit of Publication.
https://www.centralauctionhouse.com/rfp25965355-bid-25-2426-paper-janitorial-supplies.html
14-May-2025 4:00:00 PM CDT |
29-May-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147713 - Provide All Labor, Materials, Equipment, Transportation, & All Other Incidentals Necessary to Supply and Install One New Gas-Fired Water Boiler for the Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147713<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 10, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Provide All Labor, Materials, Equipment, Transportation, & All Other<br /> Incidentals Necessary to Supply and Install One New Gas-Fired Water Boiler for the Department of General Services<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: May 14, 21, and 28, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp96129397-5000147713--provide-all-labor-materials-equipment-transportation-all-other-incidentals-necessary-to-supply-and-install-one-new-gas-fired-water-boiler-for-the-department-of-general-services.html
14-May-2025 3:40:00 PM CDT |
10-Jun-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Bid 25-SAND-18 Purchase of Pumped River Sand Delivered and Self-Hauled
|
Bid Date: June 2, 2025<br />Bid Time: 2:00 P.M. CT
https://www.centralauctionhouse.com/rfp9070182-bid-25-sand-18-purchase-of-pumped-river-sand-delivered-and-self-hauled-.html
14-May-2025 3:39:00 PM CDT |
02-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147744 - Two (2) Year Pre-Placed Emergency Contract to Provide and Maintain Portable Toilets and Hand Washing Stations on an as Needed Basis for the Department of Emergency Management
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147744<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 12, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Pre-Placed Emergency Contract to Provide and Maintain<br />Portable Toilets and Hand Washing Stations on an as Needed Basis for the Department of Emergency Management<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: May 14, 21, and 28, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp60873135-5000147744--two-2-year-pre-placed-emergency-contract-to-provide-and-maintain-portable-toilets-and-hand-washing-stations-on-an-as-needed-basis-for-the-department-of-emergency-management.html
14-May-2025 3:29:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147743 - Two (2) Year Pre-Placed Emergency Contract to Provide and Maintain Portable Toilets and Hand Washing Stations in Grand Isle for the Department of Emergency Management
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147743<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 12, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Pre-Placed Emergency Contract to Provide and Maintain Portable Toilets and Hand Washing Stations in Grand Isle for the Department of Emergency Management<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. 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: May 14, 21, and 28, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp10740353-5000147743--two-2-year-pre-placed-emergency-contract-to-provide-and-maintain-portable-toilets-and-hand-washing-stations-in-grand-isle-for-the-department-of-emergency-management.html
14-May-2025 3:09:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
231 Dear Street Debris-Rubbish Removal & Securement
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 12, 2025<br />Requesting quotes for: DEBRIS & RUBBISH REMOVAL; SECURE THE STRUCTURE as per specifications listed on attached for the following location<br />231 Dear Street, Lafayette, LA <br />Project Name<br />231 Dear Street Debris-Rubbish Removal<br />Bid Number<br />250090<br />Probable Cost $<br />5,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 1:00 pm 05/29/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 231 Dear Street Debris & Rubbish Removal, Secure the Structure.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp8347677-231-dear-street-debris-rubbish-removal-securement.html
14-May-2025 3:00:00 PM CDT |
29-May-2025 1:00:00 PM CDT |
Lafayette Consolidated Government |
711 N. Stirling Street Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 09, 2025<br />Requesting quotes for: DEMOLITION as per specifications<br /> listed on attached for the following location<br />711 N. Stirling Street, Lafayette, LA<br /> <br />Project Name<br />711 N. Stirling Street Demolition<br />Bid Number<br />250089<br />Probable Cost $<br />6,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 9:00 am 05/28/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 711 N. Stirling Street Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp91803237-711-n-stirling-street-demolition.html
14-May-2025 3:00:00 PM CDT |
28-May-2025 9:00:00 AM CDT |
Lafayette Consolidated Government |
4940 NE Evangeline Thwy. Demolition (4 mobile homes)
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 9, 2025<br />Requesting quotes for: DEMOLITION as per specifications<br /> listed on attached for the following location<br />4940 NE Evangeline Thrw., Lafayette, LA<br /> <br />Project Name<br />4940 NE Evangeline Thrw. Demolition (4 mobile homes)<br />Probable Cost $<br />13,700.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 3:00 pm 04/28/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions 4940 NE Evangeline Thrw. Demolition (4 mobile homes).<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp13097682-4940-ne-evangeline-thwy-demolition-4-mobile-homes.html
14-May-2025 3:00:00 PM CDT |
28-May-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
206 Carlton Drive Asbestos Abatement & Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 09, 2025<br />Requesting quotes for: Asbestos Abatement & Demolition as per specifications<br /> listed on attached for the following location<br />206 Carlton Drive, Lafayette, LA<br /> <br />Project Name<br />206 Carlton Drive Asbestos Abatement & Demolition<br />Bid Number<br />250086<br />Probable Cost $<br />9,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 4:00 pm 04/28/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 206 Carlton Drive Asbestos Abatement & Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp53017152-206-carlton-drive-asbestos-abatement-demolition.html
14-May-2025 3:00:00 PM CDT |
28-May-2025 4:00:00 PM CDT |
Lafayette Consolidated Government |
109 1/2 Eleventh Street Securement
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 13, 2025<br />Requesting quotes for: Securement as per specifications<br /> listed on attached for the following location<br />109 ½ Eleventh Street, Lafayette, LA<br /> <br />Project Name<br />109 ½ Eleventh Street Securement<br />Bid Number<br />250093<br />Probable Cost $<br />5,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 4:00 pm 05/27/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions 109 ½ Eleventh Street Securement.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp89414014-109-12-eleventh-street-securement.html
14-May-2025 3:00:00 PM CDT |
29-May-2025 4:00:00 PM CDT |
Lafayette Consolidated Government |
142 Gallian Street Securement
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 13, 2025<br />Requesting quotes for: SECUREMENT as per specifications<br /> listed on attached for the following location<br />142 Gallian Street, Lafayette, LA<br /> <br />Project Name<br />142 Gallian Street Securement<br />Bid Number<br />250092<br />Probable Cost $<br />2,500<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 12:00 pm 04/27/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 142 Gallian Street Securement<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp72963968-142-gallian-street-securement.html
14-May-2025 3:00:00 PM CDT |
27-May-2025 12:00:00 PM CDT |
Jefferson Parish Government |
5000147711 Furnish Labor, Materials and Equipment to Replace One (1) Gas-Fired Water Boiler for the Jefferson Parish Department of General Services
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147711<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 10, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Furnish Labor, Materials and Equipment to Replace One (1) Gas-Fired Water Boiler<br />for the Jefferson Parish Department of General Services<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: May 14, 21 and 28, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp92165042-5000147711-furnish-labor-materials-and-equipment-to-replace-one-1-gas-fired-water-boiler-for-the-jefferson-parish-department-of-general-services.html
14-May-2025 2:00:00 PM CDT |
10-Jun-2025 2:00:00 PM CDT |
Lafourche Parish Water District |
Materials and Supplies 2025
|
Sealed bids will be received by the Board of Waterworks Commissioners of Water District No. 1, Parish of Lafourche, State of Louisiana, until the hour of two o'clock (2:00) p.m., Thursday, June 12, 2025 at its Administration Office, 1219 Crescent Ave., Lockport, LA 70374 and publicly opened immediately, thereafter, for furnishing the following:<br />Meter Boxes, Plastic Tubing, Tapping Saddles, Brass Fittings
https://www.centralauctionhouse.com/rfp84637093-materials-and-supplies-2025.html
14-May-2025 2:00:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147726 Normandy Court and Alsace Court Lift Station Replacement
|
ADV - 1<br />Corrected<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147726<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 26, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />NORMANDY COURT AND ALSACE COURT<br />LIFT STATION REPLACEMENT L-14-6<br />JEFFERSON PARISH PROJECT NO. D2541<br />The project consists of sewer lift station construction, sewer gravity and force main installation.<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Geotechnical information related to this project, if available, is also on file for review with the Jefferson Parish Purchasing Department. This geotechnical information is for reference for bidding purposes only, and may not be representative of the total area of the project as soil characteristics may vary from one place to another. Contractor may be required to conduct their own geotechnical inspection and provide proof of said inspection prior to the start of work. A complete set of drawings and specifications may be secured from All South Consulting Engineers, LLC, 652 Papworth Street, Metairie, LA 70005, Phone: 504-322-2783 or fax 504-322-2787 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 payment bond and a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />ADV - 2<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 this non-mandatory pre-bid conference which will be held at General Government Building 200 Derbigny St. Suite 4400 Gretna, La. 70053 on June 05, 2025 at 10:00 a.m.. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: May 14, 21 , 28, and June 04, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp80349618-5000147726-normandy-court-and-alsace-court-lift-station-replacement-.html
14-May-2025 9:00:00 AM CDT |
26-Jun-2025 2:00:00 PM CDT |
St. Tammany Parish School Board |
FOOD PRODUCTS (FROZEN/REFRIGERATED/CANNED/DRY)
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp54602570-food-products-frozenrefrigeratedcanneddry.html
14-May-2025 9:00:00 AM CDT |
02-Jun-2025 2:00:00 PM CDT |
St. Tammany Parish School Board |
LIMESTONE, SAND & PEA GRAVEL
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp85557777-limestone-sand-pea-gravel.html
14-May-2025 9:00:00 AM CDT |
03-Jun-2025 3:00:00 PM CDT |
St. Tammany Parish School Board |
REFRIGERANT
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp78116639-refrigerant.html
14-May-2025 9:00:00 AM CDT |
02-Jun-2025 3:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6904 CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6904</div> <br />May 14, 2025<br />CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS<br />Sealed Bid No. 25-6904<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Friday, June 13, 2025 at 9:45 a.m</b></u>., by the City of Kenner in the Finance Department located at:<br /> <br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;"><b>CITY OF KENNER</b></div> <br /> <div style="text-align: right;"> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />May 14, 2025<br />May 21, 2025<br />May 28, 2025
https://www.centralauctionhouse.com/rfp96089796-sealed-bid-25-6904-contract-to-supply-traffic-signal-parts.html
14-May-2025 8:30:00 AM CDT |
13-Jun-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6903 CONTRACT TO PROVIDE CONCRETE FLATWORK SERVICES AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6903</div> <br />May 14, 2025<br />CONTRACT TO PROVIDE CONCRETE FLATWORK SERVICES AS NEEDED<br />Sealed Bid No. 25-6903<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO PROVIDE CONCRETE FLATWORK SERVICES AS NEEDED</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Thursday, June 12, 2025 at 9:45am</b></u><b>,</b> by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;"><b>CITY OF KENNER<br /> </b></div> <br /> <div style="text-align: right;">/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />May 14, 2025<br />May 21, 205<br />May 28, 2025
https://www.centralauctionhouse.com/rfp15725280-sealed-bid-25-6903-contract-to-provide-concrete-flatwork-services-as-needed.html
14-May-2025 8:30:00 AM CDT |
12-Jun-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6902 CONTRACT TO PROVIDE CARPENTRY SERVICES AS NEEDED (LABOR ONLY)
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6902</div> <br />May 14, 2025<br />CONTRACT TO PROVIDE CARPENTRY SERVICES AS NEEDED (LABOR ONLY)<br />Sealed Bid No. 25-6902<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO PROVIDE CARPENTRY SERVICES AS NEEDED (LABOR ONLY)</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <b><u>Wednesday, June 11, 2025 at 9:45 a.m.</u></b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /> <br /> <div style="text-align: right;"><b>CITY OF KENNER</b></div> <br /> <br /> <div style="text-align: right;">/s/Elizabeth Herring<br />Chief Financial Officer<br /> </div>Advertisement:<br />The Advocate<br />May 14, 2025<br />May 21, 2025<br />May 28, 2025<br />
https://www.centralauctionhouse.com/rfp99149134-sealed-bid-25-6902-contract-to-provide-carpentry-services-as-needed-labor-only.html
14-May-2025 8:30:00 AM CDT |
11-Jun-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
RFQ 2025.08 Manchac Greenway Master Plan
|
RFQ 2025.08 Manchac Greenway Master Plan
https://www.centralauctionhouse.com/rfp56343118-rfq-202508-manchac-greenway-master-plan.html
14-May-2025 8:00:00 AM CDT |
09-Jun-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
BID 2025.02 Regala Park Flag Football Field
|
BID 2025.02 Regala Park Flag Football Field
https://www.centralauctionhouse.com/rfp39663070-bid-202502-regala-park-flag-football-field.html
14-May-2025 8:00:00 AM CDT |
12-Jun-2025 9:45:00 AM CDT |
Rapides Parish School Board |
Bid 11-26-00: Tioga High School Fieldhouse
|
ADVERTISEMENT OR INVITATION TO BID<br /><br /> <br /><br />RAPIDES PARISH SCHOOL BOARD<br />TIOGA HIGH SCHOOL FIELDHOUSE<br /><br />(RPSB BID #11-26-00)<br />Separate sealed bids for TIOGA HIGH SCHOOL FIELDHOUSE (RPSB Bid #11-26-00) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until 11:00 A.M. (Central Time), on Thursday, June 12, 2025 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered. <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 />ASHE BROUSSARD WEINZETTLE ARCHITECTS, LLP<br /><br />301 JACKSON STREET<br /><br />ALEXANDRIA, LOUISIANA 71301<br /><br />(318) 473-0252<br />The Scope of Work includes the following: <br />The new Tioga High School Fieldhouse: a two-story building with an elevator, steel-framed, shallow concrete foundation. CMU and metal stud framing with masonry veneer, metal panel siding wall construction, and standing seam metal roofing. Building spaces include a Lobby, Team Meeting Rooms, Training & Therapy Suite, Weight Room, two Locker Rooms, Restrooms & Showers, Laundry, Offices, Position Meeting Rooms, and Multi-Purpose Lounge. The building is fully sprinklered.<br />The site scope includes a 40-car parking lot, sidewalks around the building, site drainage, and connecting sidewalk and fencing along the existing track.<br />Copies of the bidding documents shall be obtained from the office of Ashe-Broussard-Weinzettle Architects, LLP upon deposit of $825.00 for each set of documents; or from the electronic bid submittal option as noted in the advertisement. The deposit on the first set of documents furnished to bonafide prime bidders will be fully refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. <br />PDF files are available from the Architect’s office at no cost.<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 />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 />A Non-Mandatory Pre-Bid Conference will be held at 9:00 a.m. on Monday, June 2, 2025 at the Front Office, Tioga High School, 1207 Tioga Rd, Ball, Louisiana. Attendance at this conference is not mandatory, but strongly encouraged.<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 />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> RAPIDES PARISH SCHOOL BOARD<br /><br />ATTN: MS. ELIZABETH DOMITE,<br /><br />CHIEF FINANCIAL OFFICER<br /><br />619 SIXTH STREET<br /><br />ALEXANDRIA, LOUISIANA 71301<br /><br />PLEASE PUBLISH THREE (3) TIMES:<br /><br />WEDNESDAY, MAY 14, 2025<br /><br />WEDNESDAY, MAY 21, 2025<br /><br />WEDNESDAY, MAY 28, 2025
https://www.centralauctionhouse.com/rfp81341139-bid-11-26-00-tioga-high-school-fieldhouse-.html
14-May-2025 8:00:00 AM CDT |
12-Jun-2025 11:00:00 AM CDT |
Rapides Parish School Board |
Bid 25-33: Northwood High Security Vestibule and Fencing
|
NOTICE TO BIDDERS <br />Sealed Bids will be received by the Rapides Parish School Board, PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until June 25, 2025 at 11:00 A.M.,<br /> <br />For: Northwood High Security Vestibule & Fencing<br /> 8830 LA-1 Lena, LA. 71447<br />Rapides Parish School System<br /> <br />BID NUMBER: Bid #25-33: Northwood High Security Vestibule & Fencing<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 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 June 11, 2025, at 10:00 A.M., at the main entrance to Northwood High School, 8830 LA-1, Lena, LA. 71447 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: May 14, 2025 / May 21, 2025 / May 28, 2025
https://www.centralauctionhouse.com/rfp94387704-bid-25-33-northwood-high-security-vestibule-and-fencing.html
14-May-2025 8:00:00 AM CDT |
25-Jun-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
Ready Mix Concrete
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 29th day of May, 2025 for the following:<br /> <br /> READY MIX CONCRETE<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Thomas Metrejean at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account. <br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check in the amount of $500.00 or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. <br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 5-14-25, 5-18-25<br />DPR # 994624<br /> <br />
https://www.centralauctionhouse.com/rfp46960555-ready-mix-concrete.html
14-May-2025 8:00:00 AM CDT |
29-May-2025 3:00:00 PM CDT |
Rapides Parish School Board |
Bid 62-26-00: Renovations to Bolton High School - Phase 2
|
ADVERTISEMENT OR INVITATION TO BID<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />RENOVATIONS TO BOLTON HIGH SCHOOL – PHASE 2<br />(RPSB BID #62-26-00<br /> <br />Separate sealed bids for Renovations to Bolton High School PHASE 2 (RPSB Bid #62-26-00 ) 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 Wednesday, June 18, 2025 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 obtained electronically from:<br /> <br />ALLIANCE DESIGN GROUP, LLC<br />1439 CENTRE CT., STE 401<br />ALEXANDRIA, LA 71301<br />PHONE: (318) 445-3151<br /> <br />The Scope of Work Includes: Work of the Project includes but not limited to: repair existing wood windows and doors, remodel restrooms, replace roof, lighting replacement, interior finishes, and exterior finishes.<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 Mandatory Pre-Bid Conference will be held at 2:00 p.m. on Tuesday, June 10, 2025 at the project<br />site, 2101 Vance Ave., Alexandria, Louisiana. Attendance at this conference is mandatory, each prime bidder shall be at the mandatory Pre-Bid Conference for the entire duration of the conference.<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. Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (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 />PLEASE PUBLISH THREE (3) TIMES:<br />WEDNESDAY, MAY 14, 2025<br />WEDNESDAY, MAY 21, 2025<br />WEDNESDAY, MAY 28, 2025
https://www.centralauctionhouse.com/rfp4268871-bid-62-26-00-renovations-to-bolton-high-school--phase-2.html
14-May-2025 8:00:00 AM CDT |
18-Jun-2025 2:00:00 PM CDT |
St. Martin Parish Government |
EXPANSION AND RENOVATION OF CENTRAL OFFICE COMPLEX
|
Notice is hereby given that sealed bids will be received by the architect, Lynn Guidry Architect, at the office of the St. Martin Parish Government, located at 301 West Port Street, St. Martinville, Louisiana 70582, or online at http://www.centralbidding.com until 2 pm CST on June 18, 2025, for construction of the following project, as delineated on the Proposal Form:<br /> <br />EXPANSION AND RENOVATION<br />OF CENTRAL OFFICE COMPLEX<br />ST. MARTIN PARISH GOVERNMENT<br />ST. MARTINVILLE, LOUISIANA<br /> <br />SUMMARY DESCRIPTION OF PROJECT: The work shall consist of the construction of a 5268 SF wood framed addition to an existing wood framed building along with concrete parking and other site amenities<br /> <br /> Base Bid<br /> <br />The base bid will include the basic building package including all exterior and interior finishes, concrete parking and other site amenities.<br /> <br />Alternate Number One will include a 253 SF wood framed addition to the new building.<br /> <br />Alternate Number Two will include acoustic improvements in the existing building.<br /> <br /> <br />It is further understood and agreed that the work under this contract shall be completed within the time stated on the Bid Proposal, subject to reimbursement to the owner of liquidated damages in the amount designated on the Proposal Form.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in the office of the St. Martin Parish Government Office, 301 West Port Street, St Martinville, Louisiana 70582<br />
https://www.centralauctionhouse.com/rfp50940257-expansion-and-renovation-of-central-office-complex.html
14-May-2025 8:00:00 AM CDT |
18-Jun-2025 2:00:00 PM CDT |
School Food and Wellness Group |
Bayou Community Academy
|
<br />Bayou Community Academy, located in Thibodaux, LA is seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. A virtual pre-bid meeting will be held on May 19, 2025, at 9:00 am. If you are interested in attending the virtual pre-bid meeting, I kindly ask that you register using the link provided. <br />https://events.teams.microsoft.com/event/68e333ba-7c6d-4d3d-b3ed-49e147e74d99@0f1ec56e-9bc3-4a8f-bdd7-3249d039e431 <br />We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]).<br />The proposal deadline is June 13, 2025, at 3:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House
https://www.centralauctionhouse.com/rfp62103742-bayou-community-academy.html
14-May-2025 7:35:00 AM CDT |
13-Jun-2025 3:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-JUN-1801 Rapid DNA Instrument
|
Advertisned in the New Orleans Advocate and JPSO.com
https://www.centralauctionhouse.com/rfp99260290-25-jun-1801-rapid-dna-instrument.html
14-May-2025 6:00:00 AM CDT |
18-Jun-2025 10:00:00 AM CDT |
City of New Iberia |
Pollard Street Sewer Replacement
|
The project generally includes replacement of deteriorated sanitary sewers, service tap reinstatement, pavement restoration, and ancillary and related work. <br /> <br />
https://www.centralauctionhouse.com/rfp90764254-pollard-street-sewer-replacement.html
14-May-2025 6:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Grand Isle Port Commission |
Grand Isle Port Commission – Construction of Oyster Processing Facility
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />GRAND ISLE PORT COMMISSION (herein referred to as the “Owner”)<br /> <br /><b>Sealed bids marked “Sealed Bid – Grand Isle Port Commission – Construction of Oyster Processing Facility” will be received at the Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358. Electronic bids should be submitted to www.centralbidding.com.<br /> <br />Bids shall be addressed to the Grand Isle Port Commission and delivered to the Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358 or electronically submitted at www.centralbidding.com no later than 2:00 P.M. local time on Thursday, June 12, 2025.<br /> <br />Sealed bids to be marked “Sealed Bid – Grand Isle Port Commission – Construction of Oyster Processing Facility”. 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. local time on Thursday, June 12, 2025, at Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358<br /><br />BUDGET FOR THIS PROJECT IS $125,000</b><br /> <br />The information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the office of Professional Engineering and Environmental Consultants, Inc. at 46148 LA Highway 445, Robert, LA 70455. If you would like to examine a set of plans or pick up a set, please contact Jeff Meyers at (225) 268-6925 or
[email protected] to set up a time. A set of such documents may be obtained from the Engineers by prospective bidders upon payment of ONE HUNDRED FIFTY DOLLARS ($150.00) deposit. This deposit will be refunded upon request in accordance with R.S. 38:2212. An electronic set of Contract Documents, Technical Specifications and Drawings may be obtained by submitting a request to
[email protected] and is available on www.centralbidding.com. <br /> <br /><b>All questions must be submitted in writing by email to
[email protected].</b><br /> <br />Each Bidder must deposit with his/her bid, security in the amount, 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 bid may be withdrawn for at least forty-five (45) days after scheduled closing time for receipt of bids.<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. All bidders must sign: (1) the Bid; (2) Certificate of Corporate Principal and Surety; (3) any Addenda issued; and (4) Bid Bond which MUST always accompany the bid in the correct amount.<br /> <br /> <br />A Corporate Resolution authorizing a representative of the corporation to sign the bid MUST accompany the bid if the bidder is a corporation.<br /> <br /><b>No Pre-Bid Conference will be scheduled.</b><br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of receipt of the Notice to Proceed.<br /> <br />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, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.<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 normal award of contract.<br /> <br />Any person with disabilities requiring special accommodations must contact the GRAND ISLE PORT COMMISSION AT 985-787-2229 no later than seven (7) days prior to bid opening.<br /> <br />The OWNER hereby notifies all bidders 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 />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL. <br /> <br /> <br /> <br />Advertisement Source and Dates: <br />www.centralauctionhouse.com<br /> <br />The Advocate<br /> <br /> <br />Wednesday, May 14, 2025<br />Wednesday, May 21, 2025<br />Wednesday, May 28, 2025<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp84063800-grand-isle-port-commission-construction-of-oyster-processing-facility.html
14-May-2025 4:00:00 AM CDT |
12-Jun-2025 2:00:00 PM CDT |
Grand Isle Port Commission |
Grand Isle Port Commission – Repairs to the Shrimp Processing Facility
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />GRAND ISLE PORT COMMISSION (herein referred to as the “Owner”)<br /> <br /><b>Sealed bids marked “Sealed Bid – Hurricane Ida – DR#4611 – Grand Isle Port Commission – PW#3138 – 550591 – Repairs to the Shrimp Processing Facility” will be received at the Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358. Electronic bids should be submitted to www.centralbidding.com.<br /> <br />Bids shall be addressed to the Grand Isle Port Commission and delivered to the Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358 or electronically submitted at www.centralbidding.com no later than 2:00 P.M. local time on Thursday, June 12, 2025.<br /> <br />Sealed bids to be marked “Sealed Bid – Hurricane Ida – DR#4611 – Grand Isle Port Commission – PW#3138 – 550591 – Repairs to the Shrimp Processing Facility”. 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. local time on Thursday, June 12, 2025, at Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358<br /><br />BUDGET FOR THIS PROJECT IS $280,000</b><br /> <br />The information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the office of Professional Engineering and Environmental Consultants, Inc. at 46148 LA Highway 445, Robert, LA 70455. If you would like to examine a set of plans or pick up a set, please contact Jeff Meyers at (225) 268-6925 or
[email protected] to set up a time. A set of such documents may be obtained from the Engineers by prospective bidders upon payment of ONE HUNDRED FIFTY DOLLARS ($150.00) deposit. This deposit will be refunded upon request in accordance with R.S. 38:2212. An electronic set of Contract Documents, Technical Specifications and Drawings may be obtained by submitting a request to
[email protected] and is available on www.centralbidding.com. <br /> <br /><b>All questions must be submitted in writing by email to
[email protected].</b><br /> <br />Each Bidder must deposit with his/her bid, security in the amount, 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 bid may be withdrawn for at least forty-five (45) days after scheduled closing time for receipt of bids.<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. All bidders must sign: (1) the Bid; (2) Certificate of Corporate Principal and Surety; (3) any Addenda issued; and (4) Bid Bond which MUST always accompany the bid in the correct amount.<br /> <br /> <br />A Corporate Resolution authorizing a representative of the corporation to sign the bid MUST accompany the bid if the bidder is a corporation.<br /> <br /><b>No Pre-Bid Conference will be scheduled.</b><br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of receipt of the Notice to Proceed.<br /> <br />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, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.<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 normal award of contract.<br /> <br />Any person with disabilities requiring special accommodations must contact the GRAND ISLE PORT COMMISSION AT 985-787-2229 no later than seven (7) days prior to bid opening.<br /> <br />The OWNER hereby notifies all bidders 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 />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL. <br /> <br /> <br /> <br />Advertisement Source and Dates: <br />www.centralauctionhouse.com<br /> <br />The Advocate<br /> <br /> <br />Wednesday, May 14, 2025<br />Wednesday, May 21, 2025<br />Wednesday, May 28, 2025<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp66275431-grand-isle-port-commission-repairs-to-the-shrimp-processing-facility.html
14-May-2025 4:00:00 AM CDT |
12-Jun-2025 2:00:00 PM CDT |
Grand Isle Port Commission |
Grand Isle Port Commission – Repairs to the Oak Lane Dock Facility
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />GRAND ISLE PORT COMMISSION (herein referred to as the “Owner”)<br /> <br /><b>Sealed bids marked “Sealed Bid – Hurricane Ida – DR#4611 – Grand Isle Port Commission – PW#3089 – 550603 – Repairs to the Oak Lane Dock Facility” will be received at the Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358. Electronic bids should be submitted to www.centralbidding.com.<br /> <br />Bids shall be addressed to the Grand Isle Port Commission and delivered to the Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358 or electronically submitted at www.centralbidding.com no later than 2:00 P.M. local time on Thursday, June 12, 2025.<br /> <br />Sealed bids to be marked “Sealed Bid – Hurricane Ida – DR#4611 – Grand Isle Port Commission – PW#3089 – 550603 – Repairs to the Oak Lane Dock Facility”. 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. local time on Thursday, June 12, 2025, at Grand Isle Port Commission Office Building located at 2757 LA Highway 1, Grand Isle, LA 70358.<br /><br />BUDGET FOR THIS PROJECT IS $240,000</b><br /> <br />The information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the office of Professional Engineering and Environmental Consultants, Inc. at 46148 LA Highway 445, Robert, LA 70455. If you would like to examine a set of plans or pick up a set, please contact Jeff Meyers at (225) 268-6925 or
[email protected] to set up a time. A set of such documents may be obtained from the Engineers by prospective bidders upon payment of ONE HUNDRED FIFTY DOLLARS ($150.00) deposit. This deposit will be refunded upon request in accordance with R.S. 38:2212. An electronic set of Contract Documents, Technical Specifications and Drawings may be obtained by submitting a request to
[email protected] and is available on www.centralbidding.com. <br /> <br /><b>All questions must be submitted in writing by email to
[email protected].</b><br /> <br />Each Bidder must deposit with his/her bid, security in the amount, 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 bid may be withdrawn for at least forty-five (45) days after scheduled closing time for receipt of bids.<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. All bidders must sign: (1) the Bid; (2) Certificate of Corporate Principal and Surety; (3) any Addenda issued; and (4) Bid Bond which MUST always accompany the bid in the correct amount.<br /> <br /> <br />A Corporate Resolution authorizing a representative of the corporation to sign the bid MUST accompany the bid if the bidder is a corporation.<br /> <br /><b>No Pre-Bid Conference will be scheduled.</b><br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of receipt of the Notice to Proceed.<br /> <br />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, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.<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 normal award of contract.<br /> <br />Any person with disabilities requiring special accommodations must contact the GRAND ISLE PORT COMMISSION AT 985-787-2229 no later than seven (7) days prior to bid opening.<br /> <br />The OWNER hereby notifies all bidders 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 />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL. <br /> <br /> <br /> <br />Advertisement Source and Dates: <br />www.centralauctionhouse.com<br /> <br />The Advocate<br /> <br /> <br />Wednesday, May 14, 2025<br />Wednesday, May 21, 2025<br />Wednesday, May 28, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp37076773-grand-isle-port-commission-repairs-to-the-oak-lane-dock-facility.html
14-May-2025 4:00:00 AM CDT |
12-Jun-2025 2:00:00 PM CDT |
New Orleans Public Belt Railroad |
INVITATION TO BID 3105: NEW AND RECONDITIONED AIR BRAKE VALVES
|
<div style="text-align: center;">NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br /> <br />INVITATION TO BID 3105:<br /> <br /> NEW AND RECONDITIONED AIR BRAKE VALVES</div> <br />Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is soliciting bids for the as-needed purchase and delivery of new and reconditioned air brake valves in accordance with the specifications. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of<br />those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification<br /><br />BID SUBMISSION: NOPB will accept ELECTRONIC BIDS for this Project until <b>10:00 a.m. CDT on Tuesday, June 10, 2025</b> (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronic bids must be submitted for this project at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. NOLA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by <b>Monday, June 2, 2025 5:00pm</b> CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFQ. Questions and answers and all forms required will be posted on www.centrabidding.com and SEBConnect App.
https://www.centralauctionhouse.com/rfp55550479-invitation-to-bid-3105-new-and-reconditioned-air-brake-valves.html
14-May-2025 12:00:00 AM CDT |
10-Jun-2025 10:00:00 AM CDT |
New Orleans Public Belt Railroad |
INVITATION TO BID 3109: RAILROAD HI-RAIL WELDING TRUCK
|
<div style="text-align: center;">NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br /><b>INVITATION TO BID 3109: PURCHASE RAILROAD HI-RAILWELDING TRUCK</b><br /> </div>Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is soliciting bids for the Purchase Railroad Hi-Rail Welding Truck. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification<br /> <br />BID SUBMISSION: NOPB will accept ELECTRONIC BIDS for this Project until <b>11:00 a.m. CDT on Thursday, June 12, 2025</b> (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronic bids must be submitted for this project at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. New Orleans, LA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by<b> Tuesday, June 3, 2025 5:00pm </b>CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFQ. Questions and answers and all forms required will be posted on www.centrabidding.com and SEBConnect App.
https://www.centralauctionhouse.com/rfp65158606-invitation-to-bid-3109-railroad-hi-rail-welding-truck.html
14-May-2025 12:00:00 AM CDT |
12-Jun-2025 10:00:00 AM CDT |
Mader Engineering - Central Bidding Plan Room |
2025 Materials Contracts for the Acadia Parish Police Jury and the City of Crowley, Louisiana
|
NOTICE TO BIDDERS<br />MEI Project No. 3584-03<br /> <br />Sealed bids will be received by the Acadia Parish Police Jury at the Acadia Parish Police Jury Administrative Office, 505 NE Court Circle, Crowley Louisiana, or online at the Mader Engineering Planroom at www.madereng.com, until 10:00 a.m. on Wednesday the 25th day of June 2025 for the following:<br /> <div style="text-align: center;"><b>2025 Materials Contracts for the Acadia Parish Police Jury and the City of Crowley, Louisiana</b></div> <br />at which time bids will be publicly opened and read aloud.<br /> <br />Bids received after the above specified time for opening will be returned unopened to the sender.<br /> <br />The contracts in general consist of furnishing the following:<ol> <li>Surface Course Aggregates</li> <li>Asphaltic Concrete Cold Mix</li> <li>Storm Drainage Pipe</li> <li>Portland Cement Concrete and Flowable Fill</li> <li>Emulsified Asphalt</li> <li>Fuel</li> <li>Grader Blades</li> <li>Lubricants</li> <li>Herbicide</li> <li>Lumber</li> <li>Signage</li> <li><s>White Goods </s>(Not Applicable) </li></ol>THE CONTRACT DOCUMENTS, consisting of the Addenda, Index, Notice to Bidders, Information for Bidders, General Conditions, Special Conditions, and Contract Forms may be examined at the following location during the specified hours: Mader Engineering, Inc., 1245 South College Road, Building 1, Lafayette, Louisiana 70503 (Hours: Monday through Thursday from 8:30 A.M. - 12:00 P.M. and from 1:00 P.M. - 4:30 P.M., and on Friday from 8:30 A.M. – 11:30 A.M.). Copies of the specifications and bid documents may be downloaded from the Mader Engineering Plan Room as hosted by Central Bidding (subject to fees and conditions) or may be obtained from Kim Martin by email at
[email protected] from this office at no charge.<br /> <br />Suppliers under this contract with the Acadia Parish Police Jury for “2025 Materials Contracts for the Acadia Parish Police Jury and the City of Crowley, Louisiana” shall be required to furnish all services and/or materials for the period August 1, 2025, through January 31, 2026.<br /> <br />No Bid Bond is required.<br /> <br />The Owner reserves the right to reject any or all proposals and to waive informalities.<br /> <br />No bid may be withdrawn for at least forty-five (45) days after the scheduled closing time for the receipt of bids. The Acadia Parish Police Jury and the City of Crowley strongly encourage the participation of the minority business enterprises in all contracts or procurements. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase or sub-contracting of materials, supplies, and services in which minority-owned businesses are available. <br /> <br />ACADIA PARISH POLICE JURY<br /> <br />/s/ BEAU PETITJEAN <br />PRESIDENT<br /> <br />/s/ COREY VINCENT <br />SECRETARY / TREASURER<br /><br />Publish on: May 14th , May 21st , 2025.
https://www.centralauctionhouse.com/rfp85486058-2025-materials-contracts-for-the-acadia-parish-police-jury-and-the-city-of-crowley-louisiana-.html
14-May-2025 12:00:00 AM CDT |
25-Jun-2025 10:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2131 RFP Provide Landscaping Services
|
Information <br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Request for Proposals ("RFP") for C-2131 RFP Provide Landscaping Services as described in the bid documents and related exhibits. Response to this RFP does not guarantee a contract. <br />How to Obtain Documents<br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br />Response Requirements<br />All proposals are due by 10:00 a.m. on Tuesday, June 24, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp32790341-c-2131-rfp-provide-landscaping-services-.html
14-May-2025 12:00:00 AM CDT |
24-Jun-2025 10:00:00 AM CDT |
LaSalle Parish School Board |
25-03 Janitorial Supplies (Paper Goods, Cleaning Supplies & Chemicals)
|
<div style="text-align: center;">INVITATION TO BID<br /> </div><div style="text-align: center;">Sealed bids will be received by the Business Department in the LaSalle Parish School Board Office Building, 3012 North First Street, Jena, Louisiana, until 9:00 AM CST, Monday, June 16, 2025 for:<br /><br />Janitorial Supplies (Paper Goods, Cleaning Supplies & Chemicals)<br />Bid No. 25-03<br /><br />After stamping to acknowledge timely receipt, bids will be publicly opened and read by the staff of the LaSalle Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time (9:00 AM CST, June 16, 2025) will be returned unopened. To obtain specifications and bid forms, please contact the LPSB Business Department by emailing your request to <u>
[email protected]</u> or sending your written request to P.O. Box 90, Jena, LA 71342. Specifications and bid forms are also available at <a href="http://www.centralbidding.com">www.centralbidding.com</a>; fees may be associated with the use of this site. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<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 Bid Bond, Certified Check, Cashier’s Check, Bank or Postal Money Order. Awards will not be made on the date of the bid opening but will be awarded by the School Board at a later meeting. Subject to the provisions of R.S. 38:2211 et. seq, the LaSalle Parish School Board reserves the right to reject any and all bids for just cause. Bids may be submitted electronically at www.centralbidding.com or in sealed envelopes clearly marked “Janitorial Supplies (Bid No. 25-03)” and delivered to:<br /><br />Business Department<br />LaSalle Parish School Board<br />3012 North First Street<br />Jena, LA 71342</div><br />By /s/ Ms. Sara Andrews, CPA, CFE, CLSBA<br />LASALLE PARISH SCHOOL BOARD<br />Publication Dates:<br />5/14/2025<br />5/21/2025<br />5/28/2025
https://www.centralauctionhouse.com/rfp50766243-25-03-janitorial-supplies-paper-goods-cleaning-supplies-chemicals.html
14-May-2025 12:00:00 AM CDT |
16-Jun-2025 9:00:00 AM CDT |
State of Louisiana Military Department |
Gillis Long Water, Fire, and Sewer Upgrades Ph2, Gillis W. Long Center, Carville, LA
|
See attach solicitation for: Gillis Long Water, Fire, and Sewer Upgrades Ph2, Gillis W. Long Center, Carville, LA
https://www.centralauctionhouse.com/rfp78681922-gillis-long-water-fire-and-sewer-upgrades-ph2-gillis-w-long-center-carville-la.html
14-May-2025 12:00:00 AM CDT |
20-Jun-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
B12 NHDP Museum HVAC Renovations, Gillis W. Long Center, Carville, LA
|
See attach Solicitation for: B12 NHDP Museum HVAC Renovations, Gillis W. Long Center, Carville, LA
https://www.centralauctionhouse.com/rfp19306304-b12-nhdp-museum-hvac-renovations-gillis-w-long-center-carville-la.html
14-May-2025 12:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Webster Parish School Board |
Bread Bid
|
<div style="text-align: center;">Webster Parish School Board<br />ADVERTISEMENT<br /> INVITATION TO BID<br /> <br />Sealed bids are hereby invited by Webster Parish School Board for:<br /> <br /> Bid #10-80/2025-26 Food & Supplies<br /> <br />Bid #20/2025-26 Milk & Milk Products<br />Bid #60/2025-26 Bread<br />Bids will be received no later than 4:00 p.m., Tuesday, June 9, 2025, at the Webster Parish School Board Child Nutrition Dept, 1442 Sheppard St, Minden, La 71055. After stamping to acknowledge timely receipt, bids will be publicly opened and read aloud by a designated representative of the Webster Parish School Board on Wednesday June 10, 2025 at 9:00 a.m. Any bid received after this due date and time will not be accepted and will be returned unopened.<br />Complete bid documents may be obtained at:<br /> Webster Parish School Board<br /> 1442 Sheppard St.<br /> Minden, LA 71055.<br />Bid shall be submitted in a sealed envelope clearly marked on the outside with:<br /> 1. Bidder's name 2. Bid due date<br /> 3. Project number/name: Bid 10-80/2025-26<br /> Bid#20/2025-26 Milk & Milk Products or<br /> Bid#60/2025-26 Bread<br />Official bid documents can be made available online at www.centralbidding.com. Electronic bids may be submitted online at www.centralbidding.com. For questions related to the electronic bidding process please call Central Bidding at 225-810-4814.<br />Bids must be submitted on the official bid form(s) furnished in the bid package. Bids submitted on any other form(s) will be rejected.<br />Awards will not be made at the time of the bid opening, but will be awarded by the School Board at a later meeting.<br />Webster Parish School Board reserves the right to reject, in whole or in part, any and all bids and to waive any and all technicalities and informalities in accordance with state law.<br />Minden Press Herald: May 9, 13 & 16, 2025<br />Shreveport Times: May 14, 19, & 23, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp27146575-bread-bid.html
13-May-2025 7:00:00 PM CDT |
09-Jun-2025 4:00:00 PM CDT |
Webster Parish School Board |
Milk Bid
|
<div style="text-align: center;">Webster Parish School Board<br /><br />ADVERTISEMENT<br /> INVITATION TO BID<br /> <br />Sealed bids are hereby invited by Webster Parish School Board for:<br /> <br /> Bid #10-80/2025-26 Food & Supplies<br /> <br />Bid #20/2025-26 Milk & Milk Products<br />Bid #60/2025-26 Bread<br />Bids will be received no later than 4:00 p.m., Tuesday, June 9, 2025, at the Webster Parish School Board Child Nutrition Dept, 1442 Sheppard St, Minden, La 71055. After stamping to acknowledge timely receipt, bids will be publicly opened and read aloud by a designated representative of the Webster Parish School Board on Wednesday June 10, 2025 at 9:00 a.m. Any bid received after this due date and time will not be accepted and will be returned unopened.<br />Complete bid documents may be obtained at:<br /> Webster Parish School Board<br /> 1442 Sheppard St.<br /> Minden, LA 71055.<br />Bid shall be submitted in a sealed envelope clearly marked on the outside with:<br /> 1. Bidder's name 2. Bid due date<br /> 3. Project number/name: Bid 10-80/2025-26<br /> Bid#20/2025-26 Milk & Milk Products or<br /> Bid#60/2025-26 Bread<br />Official bid documents can be made available online at www.centralbidding.com. Electronic bids may be submitted online at www.centralbidding.com. For questions related to the electronic bidding process please call Central Bidding at 225-810-4814.<br />Bids must be submitted on the official bid form(s) furnished in the bid package. Bids submitted on any other form(s) will be rejected.<br />Awards will not be made at the time of the bid opening, but will be awarded by the School Board at a later meeting.<br />Webster Parish School Board reserves the right to reject, in whole or in part, any and all bids and to waive any and all technicalities and informalities in accordance with state law.<br />Minden Press Herald: May 9, 13 & 16, 2025<br />Shreveport Times: May 14, 19, & 23, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp52211564-milk-bid.html
13-May-2025 7:00:00 PM CDT |
09-Jun-2025 4:00:00 PM CDT |
Zachary Community School District |
Northwestern Middle School Roof Replacement
|
ADVERTISEMENT FOR BIDS<br />Sealed Bids are requested by Zachary Community School Board from general contractors for construction of:<br />NORTHWESTERN MIDDLE SCHOOL ROOF REPLACEMENT<br /> <br />Sealed bids will be received by and at the Zachary Community School Board<br />3755 Church St - Zachary, La 70791 before or until:<br /> <br />2:00 p.m., (local time), Thursday, June 12, 2025.<br /> <br />at which time and place the bids will be publicly opened and read aloud.<br />Complete Bid Documents and Preliminary information may be obtained from the Architect:<br /> Fusion Architects, APC<br /> 3488 Brentwood Dr. Ste 101<br /> Baton Rouge, La. 70809<br /> 225-766-4848<br /> <br />Electronic bids may be submitted on or before 2:00 p.m., (local time), Thursday, June 12, 2025.<br />Electronic bids shall be submitted via www.centralbidding.com<br /> <br />Bids must be accompanied by a bid security equal to 5 percent of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond.<br /> <br />The successful Bidder is allowed Thirty Nine (39) calendar days to complete the Project from the commencement date of June 23, 2025. Liquidated damages will be assessed at $500.00 for each consecutive calendar day for which the work is not substantially complete and $500.00 for each consecutive calendar day beginning the 46th day after the date of Substantial Completion for which all of the work listed on the punch list is not complete.<br /> <br />A MANDATORY PRE-BID CONFERENCE will be held at the job site, Northwestern Middle School – 5200 E Central Ave., Zachary, La. at 10:00 am (local time), Thursday, May 29, 2025. No bid will be accepted from any contractor who did not attend and sign-in at the Pre-Bid Conference.<br />The contract, if awarded, will be on the basis stated in the Instructions to Bidders. No Bids may be withdrawn for a period of 45 days after bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq.<br /> <br />Zachary Community School Board reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids for just cause.
https://www.centralauctionhouse.com/rfp68174833-northwestern-middle-school-roof-replacement.html
13-May-2025 8:00:00 AM CDT |
12-Jun-2025 2:00:00 PM CDT |
Assumption Parish School Board |
Assumption Parish School Board Child Nutrition Food, Paper Goods, Cleaning Supplies and Chemicals Bids 25-26
|
PUBLIC NOTICE<div>The Assumption Parish School Board will receive sealed bids up to 9:30 AM on Thursday, June 5th, 2025 at the Assumption Parish School Board Child Nutrition Office, 5542 Highway 308, Napoleonville, Louisiana 70390 for the purchase of the following categories:<br />1. FOOD<br />2. PAPER GOODS, CLEANING SUPPLIES/CHEMICALS<br />3. MILK<br /><br />Bid packets may be requested from the Child Nutrition Program Office by emailing Lexi Benoit (
[email protected]) or Justin Duet (
[email protected]). All bids must be sealed and addressed as follows:<br /> Justin Duet, Child Nutrition Program Coordinator<br /> Assumption Parish School Board Child Nutrition Program<br /> 5542 Hwy 308<br /> Napoleonville, LA 70390<br /><br />Official Bid Documents may be downloaded at www.centralbidding.com. Electronic Bids may be submitted at www.centralbidding.com. For questions related to the Electronic Bidding process, please call Central Bidding at 225-810-4814.<br /><br />The sealed bids will be opened and tabulated at 10:00 AM on Thursday, June 5th, 2025. Quotations received after 10:00 AM on Thursday, June 5th, 2025 will be returned unopened. The Board reserves the right to take under advisement or reject any or all bids and to waive any and all informalities.<br /><br />Non-Discrimination Statement: In accordance with Federal law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, this institution is prohibited from discriminating on the basis of race, color, national origin, sex, age, disability, and reprisal or retaliation for prior civil rights activity. (Not all prohibited bases apply to all programs.) Program information may be made available in languages other than English. Persons with disabilities who require alternative means of communication for program information (e.g., Braille, large print, audiotape, and American Sign Language) should contact the responsible State or local Agency that administers the program or USDA’s TARGET Center at (202) 720-2600 (voice and TTY) or contact USDA through the Federal Relay Service at (800) 877-8339. To file a program discrimination complaint, a complainant should complete a Form AD-3027, USDA Program Discrimination Complaint Form, which can be obtained online, at https://www.ocio.usda.gov/document/ad-3027, from any USDA office, by calling (866) 632-9992, or by writing a letter addressed to USDA. The letter must contain the complainant’s name, address, telephone number, and a written description of the alleged discriminatory action in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by: mail:<br /><br /> U.S. Department of Agriculture<br /> Office of the Assistant Secretary for Civil Rights<br /> 1400 Independence Avenue, SW<br /> Washington, D.C. 20250-9410; or<br /> fax: (833) 256-1665 or (202) 690-7442;<br /> email:
[email protected]<br /> This institution is an equal opportunity provider.<br /><br /><br />Print in newspaper: Week of:<br /> May 13, 2025<br /> May 20, 2025<br /> May 27, 20</div>
https://www.centralauctionhouse.com/rfp4505094-assumption-parish-school-board-child-nutrition-food-paper-goods-cleaning-supplies-and-chemicals-bids-25-26.html
13-May-2025 12:00:00 AM CDT |
05-Jun-2025 10:00:00 AM CDT |
Jefferson Parish Government |
50-00147691 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
|
PURCHASE OF SUPPLIES FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
https://www.centralauctionhouse.com/rfp99174282-50-00147691-purchase-of-supplies-for-jefferson-parish-sewerage-department-.html
12-May-2025 2:40:00 PM CDT |
21-May-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
107 Avalon road Asbestos Abatement & Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 9, 2025<br />Requesting quotes for: Asbestos Abatement & Demolition as per specifications listed on attached for the following location<br />107 Avalon Road, Lafayette, LA<br /> <br />Project Name<br />107 Avalon Road Asbestos Abatement & Demolition<br />Bid Number<br />25008<br />Probable Cost $<br />50,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 3:00 pm 05/26/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 107 Avalon Road Asbestos Abatement & Demolition..<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp73323712-107-avalon-road-asbestos-abatement-demolition.html
12-May-2025 2:30:00 PM CDT |
26-May-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
113 Silver Creek Circle Abatement
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />April 30, 2025<br />Requesting quotes for: Debris & Rubbish Removal as per specifications listed on attached for the following location<br />113 Silver Creek Circle, Lafayette, LA<br /> <br />Project Name<br />113 Silver Creek Circle Debris & Rubbish Removal<br />Bid Number<br />2500979<br />Probable Cost $<br />50,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 3:00 pm 05/28/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 113 Silver Creek Circle Debris & Rubbish Removal..<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp51202454-113-silver-creek-circle-abatement.html
12-May-2025 9:00:00 AM CDT |
28-May-2025 12:00:00 PM CDT |
Plaquemines Parish Government |
Westbank Levee Repairs (Myrtle Grove to LeReussite)
|
SECTION 00100<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />Plaquemines Parish Project No. 25-11-02 - Westbank Levee Repairs (Myrtle Grove to LeReussite)<br /> <br />Plaquemines Parish Engineering and Public Works (herein referred to as the “Owner”) by virtue and in conformity with the provisions of Act 70 of the 1746 Regular Session of Louisiana Revised Statutes of 1950, as amended, and other applicable laws, sealed bids marked “Sealed Bid – Parish of Plaquemines – Parish Project No. 25-11-02” will be received by the Owner for the construction of the project described as follows:<br /> <br />Westbank Levee Repairs<br />(Myrtle Grove to LeReussite)<br /> <br />Proposals shall be addressed to the Parish of Plaquemines, and delivered to the office of the Department of Engineering located at 333 F. Edward Hebert Blvd. Building 500, Belle Chasse, LA 70037 not later than 10:00 a.m., on June 9, 2025. “Sealed Bid – Parish of Plaquemines – Parish Project No. 25-11-02”. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 a.m. on June 9, 2025, in the Conference Room at the Plaquemines Parish Government Office of Engineering and Public Works located at 333 F. Edward Hebert Blvd, Building 500, Belle Chasse, Louisiana 70037.<br /> <br />The Information for Bidders, Bid Form, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the Office of the Engineer/Architect for the contract; All South Consulting Engineers, LLC located at 652 Papworth Avenue, Metairie, Louisiana 70005; (504) 322?2783. Copies may be obtained from All South Consulting Engineers, LLC., 652 Papworth Avenue, Metairie, Louisiana 70005, Phone: (504) 322?2783 by prospective bidders upon deposit of $45.00 (checks only, no cash accepted). 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 />Complete Bidding Documents for this project are being distributed in electronic form on behalf of the Owner by Central Bidding (centralbidding.com) Printed copies are not available from the Owner or Architect. Plan holders are responsible for their own reproduction costs. No Deposit will be collected for the drawings or will money returned to unsuccessful bidders to reimburse the expense of purchasing plans.<br /> <br />Bids for this project may be submitted online at www.centralbidding.com.<br /> <br />Contractors submitting bids shall be licensed under LA License 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. 38:2212B(1), the provisions and requirements as stated in the bidding documents shall not be waived.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty?five (45) days after the actual date of the opening thereof.<br /> <br />Minority owned firms, small businesses, and/or Section 3 businesses are encouraged to participate.<br /> <br />Plaquemines Parish Government is an equal opportunity employer.<br /> <br />Any person with disabilities required special accommodations must contact the Plaquemines Parish Government no later than seven (7) days prior to bid opening.<br /> <br />Successful bidder must have an active Unique Entity ID (UEI), as verified on SAM.GOV https://link.edgepilot.com/s/b84d6730/62QJEfT74EmPsLnUSwPcGg?u=http://www.sam.gov/, prior to award of contract.<br /> <br />Contractors are urged to attend a non?mandatory pre?bid conference scheduled at the Plaquemines Parish Government Office of Engineering and Public Works located at 333 F. Edward Hebert Blvd., Building 500, Belle Chasse, Louisiana 70037 conference room at 10:00 a.m. on May 22, 2025.<br /> <br /> <br />PLAQUEMINES PARISH GOVERNMENT<br />BY: W. KEITH HINKLEY<br />PARISH PRESIDENT<br /> <br /> <br /> <br /> <br /> <br />Published Dates: May 12, May 19, and May 26, 2025
https://www.centralauctionhouse.com/rfp97181499-westbank-levee-repairs-myrtle-grove-to-lereussite.html
12-May-2025 9:00:00 AM CDT |
09-Jun-2025 10:00:00 AM CDT |
Calcasieu Parish School System |
BID 2026-08DPG Disposable Paper Goods
|
<br />BID 2026-08DPG Disposable Paper Goods
https://www.centralauctionhouse.com/rfp78485297-bid-2026-08dpg-disposable-paper-goods.html
12-May-2025 8:00:00 AM CDT |
27-May-2025 11:00:00 AM CDT |
Plaquemines Port Harbor & Terminal District |
PPHTD – M/V Belle Chasse II USCG Drydock
|
ADVERTISEMENT FOR BIDS<br /><br />1.1 PROJECT INFORMATION<br /><br /> A. Notice to Bidders:. Qualified bidders may submit bids for the project as described in this Document.<br /> Submit bids according to the Instructions to Bidders.<br /> <br /> 1. Regulatory Requirements: All Federal, State, and local laws shall govern submittal, opening, and award of bids.<br /><br /> B. Project Identification: Louisiana Gateway Port– M/V Belle Chasse II USCG Drydock<br /><br /> C. Owner: Louisiana Gateway Port (LGP), 8056 LA-23, Belle Chasse, LA 70037.<br /><br /> 1. Owner's Representative: Jalen Brown, Director of Port Security and Vessels. Email address<b>
[email protected]</b>. Phone number is (504) 682-7920.<br /><br /> Project Description: Project consists of The Work of Project, as defined by the Contract Documents. It is the intent of these specifications to describe replacement, repair and/or modifications to the M/V Belle Chasse II, so as to maintain the vessel’s U.S.C.G. certification. All work shall be complete in all respects, tested to the satisfaction of the LGP and ready for operation. All work shall be done in complete accordance with the latest applicable U.S. Coast Guard Regulations. All equipment furnished, standard practices and methods of installation, shall meet the requirements of good marine practice and the applicable U.S. Coast Guard Regulations.<br /><br /> D. Construction Contract: Bids will be received for the following Work:<br /><br /> 1. General Contract (all trades).<br /><br />1.2 BID SUBMITTAL AND OPENING<br /><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 issued by Owner, and delivered as follows:<br /><br /> 1. Bid Date: 6/3/25<br /> 2. Bid Time: 2 p.m., local time<br /> 3. Location: Louisiana Gateway Port, 8056 highway 23, 3rd Floor, Belle Chasse, LA 70037<br /> 4. Delivered to:<br /> a. Shawna Williams – Procurement Agent - (504) 682-7920 – <b>
[email protected]</b><br /><br /> B. Bids will be thereafter publicly opened and read aloud.<br /><br /> 1.3 BID SECURITY<br /><br /> A. Bid security shall be submitted with each bid in the amount of 5 percent of the bid amount. No bids may be withdrawn for a period of 60<br /> days after opening of bids. Owner reserves the right to reject any and all bids and to waive informalities and irregularities.<br /><br /> 1.4 PREBID MEETING<br /><br /> A. Prebid Meeting It is the responsibility of the contractor to the make an onboard survey of the vessel to familiarize themselves with the existing arrangements, physical conditions, space limitations, nature and extent of the work to be done and shall verify all measurements necessary to complete the work. The pre-bid site visit can be arranged through Mr. Anthony Cacioppo, Jr (504) 934-6500 and
[email protected].<br /><br /> 1.5 DOCUMENTS<br /><br /> A. Online Procurement and Contracting Documents: Obtain access on or after 4/28/2025 by downloading files via Central Bidding and/or Louisianagatewayport.com.<br /><br />1.6 BIDDER'S QUALIFICATIONS<br /><br /> Bidders must be properly licensed under the laws governing their respective trades and be able to obtain insurance and bonds required for the Work. <br /> A Performance Bond, separate Labor and Material Payment Bond, and Insurance in a form acceptable to Owner will be required of the successful Bidder.<br />
https://www.centralauctionhouse.com/rfp15184160-pphtd-mv-belle-chasse-ii-uscg-drydock.html
12-May-2025 12:00:00 AM CDT |
03-Jun-2025 12:00:00 AM CDT |
Ouachita Parish School Board |
CNPC BREAD BID #FS4-26
|
Sealed bids will be received by the Child Nutrition Purchasing Cooperative (CNPC), composed of the undersigned school districts (Caldwell, Catahoula, Concordia, East Carroll, Franklin, Grant, Jackson, La Salle, Lincoln, Madison, Morehouse, Ouachita, Richland, Tensas, Union, and West Carroll). These bids will be delivered to Jo Lynne Correro, Director CNS, Ouachita Parish Schools, 920 Thomas Road, West Monroe, LA, or P.O. Box 2957, West Monroe, LA 71294 until 11:00 A.M., June 5, 2025. Beginning at 11:05 A.M. bids will be publicly opened and bottom line totals read aloud for:<br /> <div style="text-align: center;">FS# 2-26 PAPER SUPLIES<br />FS# 3-26 MILK PRODUCTS<br />FS# 4-26 BREAD PRODUCTS</div> <br />Bid information can be obtained from Ouachita Parish System - Child Nutrition Program Director, Jo Lynne Correro, 920 Thomas Road, West Monroe, LA 71292, phone 318-398-1990. Awards shall be made “ALL OR NOTHING” to the lowest responsive bidder. The CNPC reserves the right to reject any and/or all bids, and to waive any and all informalities thereto.<br />Bidders also have the option to submit bids electronically. To submit a bid electronically, bidders must register at Central Bidding by visiting either https://www.centralbidding.com or https://www.centralauctionhouse.com For technical questions relating to the electronic bidding process for Central Bidding call Support 833.412.5717. Fees to submit electronically may apply. Payments of fees are the responsibility of the bidder. Submission of an electronic bid requires an electronic bid bond and a digital signature.<br />Ouachita Parish is an equal opportunity provider and employer.<br /> <br /> <br /> <br /> <br />Run Dates: <br /> Thursday, May 8, 2025<br /> Thursday, May 15, 2025<br /> Thursday, May 22, 2025
https://www.centralauctionhouse.com/rfp82654557-cnpc-bread-bid-fs4-26.html
12-May-2025 12:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
Ouachita Parish School Board |
CNPC MILK BID #FS3-26
|
Sealed bids will be received by the Child Nutrition Purchasing Cooperative (CNPC), composed of the undersigned school districts (Caldwell, Catahoula, Concordia, East Carroll, Franklin, Grant, Jackson, La Salle, Lincoln, Madison, Morehouse, Ouachita, Richland, Tensas, Union, and West Carroll). These bids will be delivered to Jo Lynne Correro, Director CNS, Ouachita Parish Schools, 920 Thomas Road, West Monroe, LA, or P.O. Box 2957, West Monroe, LA 71294 until 11:00 A.M., June 5, 2025. Beginning at 11:05 A.M. bids will be publicly opened and bottom line totals read aloud for:<br /> <div style="text-align: center;">FS# 2-26 PAPER SUPLIES<br />FS# 3-26 MILK PRODUCTS<br />FS# 4-26 BREAD PRODUCTS</div> <br />Bid information can be obtained from Ouachita Parish System - Child Nutrition Program Director, Jo Lynne Correro, 920 Thomas Road, West Monroe, LA 71292, phone 318-398-1990. Awards shall be made “ALL OR NOTHING” to the lowest responsive bidder. The CNPC reserves the right to reject any and/or all bids, and to waive any and all informalities thereto.<br />Bidders also have the option to submit bids electronically. To submit a bid electronically, bidders must register at Central Bidding by visiting either https://www.centralbidding.com or https://www.centralauctionhouse.com For technical questions relating to the electronic bidding process for Central Bidding call Support 833.412.5717. Fees to submit electronically may apply. Payments of fees are the responsibility of the bidder. Submission of an electronic bid requires an electronic bid bond and a digital signature.<br />Ouachita Parish is an equal opportunity provider and employer.<br /> <br /> <br />Run Dates: <br /> Thursday, May 8, 2025<br /> Thursday, May 15, 2025<br /> Thursday, May 22, 2025
https://www.centralauctionhouse.com/rfp94474797-cnpc-milk-bid-fs3-26.html
12-May-2025 12:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
Ouachita Parish School Board |
CNPC PAPER BID #FS2-26
|
Sealed bids will be received by the Child Nutrition Purchasing Cooperative (CNPC), composed of the undersigned school districts (Caldwell, Catahoula, Concordia, East Carroll, Franklin, Grant, Jackson, La Salle, Lincoln, Madison, Morehouse, Ouachita, Richland, Tensas, Union, and West Carroll). These bids will be delivered to Jo Lynne Correro, Director CNS, Ouachita Parish Schools, 920 Thomas Road, West Monroe, LA, or P.O. Box 2957, West Monroe, LA 71294 until 11:00 A.M., June 5, 2025. Beginning at 11:05 A.M. bids will be publicly opened and bottom line totals read aloud for:<br /> <div style="text-align: center;">FS# 2-26 PAPER SUPLIES<br />FS# 3-26 MILK PRODUCTS<br />FS# 4-26 BREAD PRODUCTS</div> <br />Bid information can be obtained from Ouachita Parish System - Child Nutrition Program Director, Jo Lynne Correro, 920 Thomas Road, West Monroe, LA 71292, phone 318-398-1990. Awards shall be made “ALL OR NOTHING” to the lowest responsive bidder. The CNPC reserves the right to reject any and/or all bids, and to waive any and all informalities thereto.<br />Bidders also have the option to submit bids electronically. To submit a bid electronically, bidders must register at Central Bidding by visiting either https://www.centralbidding.com or https://www.centralauctionhouse.com For technical questions relating to the electronic bidding process for Central Bidding call Support 833.412.5717. Fees to submit electronically may apply. Payments of fees are the responsibility of the bidder. Submission of an electronic bid requires an electronic bid bond and a digital signature.<br />Ouachita Parish is an equal opportunity provider and employer.<br /> <br /> <br /> <br /> <br />Run Dates: <br /> Thursday, May 8, 2025<br /> Thursday, May 15, 2025<br /> Thursday, May 22, 2025<br /> <br /><br /><br /><br />
https://www.centralauctionhouse.com/rfp30208228-cnpc-paper-bid-fs2-26.html
12-May-2025 12:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
City of Baker School System |
LAWN MAINTENANCE 2025-2026
|
Sealed BIDS for Lawn Maintenance will be received by the City of Baker School System until 1:00 p.m. (local time) on June 16, 2025 and then said office will open on June 16, 2025 at 1:30 p.m. Bids may be submitted electronically at www.centralauctionhouse.com on or before scheduled closing date and time above or Any Bidder sending his Bid by mail should address it to:<br /> <br />CITY OF BAKER SCHOOL SYSTEM<br />14750 PLANK ROAD<br />BAKER, LA 70714<br /> <br />Lawn Maintenance Bid/Bid No. 19-2025/2026<br />Attention: Alisa Sibley<br /> <br /> The INSTRUCTIONS TO BIDDERS, BID FORMS, AND SPECIFICATIONS, may be obtained online at www.centralauctionhouse.com or at the following location:<br /> <br />City of Baker School System<br />14750 Plank Road<br />Baker, La 70714<br />Alisa Sibley<br />(225) 774-5795<br />Emailed Bids will not be accepted<br /> <br /> <br />Proposals received after the above cited time and date will be considered a late bid and are not acceptable. Bids telephoned, faxed or emailed into Central Office will not be accepted. <br /> <br />The City of Baker School System reserves the right to reject any or all proposals whenever such rejection is in its best interest in accordance with law. The provisions and requirements of this advertisement shall not be waived.<br /> <br />The City of Baker School System (CBSS) is an Equal Opportunity Employer, committed to provide equal employment opportunities to all qualified persons and will not discriminate against, minority, women, veteran, religion, disability, Sexual Orientation or age. <br />
https://www.centralauctionhouse.com/rfp86663620-lawn-maintenance-2025-2026.html
12-May-2025 12:00:00 AM CDT |
16-Jun-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Request for Statement of Qualifications: 25-LAKE-19 Lake Chien Living Shoreline (Professional Engineering Services)
|
Qualifications must be received by June 2, 2025, at 2:00 p.m., to be considered responsive. Qualifications submitted after this time will not be considered. Qualifications must be submitted in a sealed envelope and clearly marked on the outside of the envelope as "QUALIFICATIONS ENCLOSED FOR LAKE CHIEN LIVING SHORELINE." Qualifications may be delivered by registered or certified mail with a return receipt requested or hand delivered to:<br /><br />Attn: Terrebonne Parish Consolidated Government Purchasing Division<br />301 Plant Road<br />Houma, LA 70363<br /><br />The Terrebonne Parish Consolidated Government is an Equal Opportunity Employer. Minority-owned, Women-owned, and veteran-owned businesses encouraged to apply.
https://www.centralauctionhouse.com/rfp43894179-request-for-statement-of-qualifications-25-lake-19-lake-chien-living-shoreline-professional-engineering-services-.html
09-May-2025 4:00:00 PM CDT |
02-Jun-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
836 Hollier Road Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />April 30, 2025<br />Requesting quotes for: Demolition as per specifications listed on attached for the following location<br />836 Hollier Road, Lafayette, LA<br /> <br />Project Name<br />836 Hollier Road Demolition<br />Bid Number<br />250084<br />Probable Cost $<br />15,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 3:00 pm 05/29/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088.<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 836 Hollier Road Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp84485844-836-hollier-road-demolition.html
09-May-2025 1:00:00 PM CDT |
29-May-2025 3:00:00 PM CDT |
Terrebonne Port Commission |
Terrebonne Port Commission Request for Proposal for Security Cameras, Specialized Drone Surveillance Systems and Equipment: Installation, Integration, and Testing
|
<b>SECTION 00100 - ADVERTISEMENT FOR BIDS (LEGAL NOTICE)</b><br /> <br />Sealed bids will be received on <b>Tuesday, June 10, 2025</b>, by the Terrebonne Port Commission, at the Terrebonne Port Commission, 1116 Bayou LaCarpe, Suite A, Houma, Louisiana 70363 until <b>2:00 P.M.</b> 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 Terrebonne Port Commission Executive Director for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />The Terrebonne Port Commission 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 <b>www.centralbidding.com</b>. Electronic bids and/or RFPs can be submitted at <b>www.centralbidding.com</b> 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 Port Commission. Printed copies of the Bid Documents are not available from the Owner.<br /> <br /><b>WORK DESCRIPTION:<br /> <br />TERREBONNE PORT COMMISSION<br />SECURITY CAMERAS, SPECIALIZED DRONE SURVEILLANCE SYSTEMS AND EQUIPMENT: INSTALLATION, INTEGRATION, & TESTING<br />1116 BAYOU LACARPE, SUITE A, HOUMA LA 70363<br />PROJECT NO. TPC-2025-100<br />ARCHITECT PROJECT NO. 2025-03</b><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 <b>One Hundred Fifty (150) calendar days</b> from the written Notice to Proceed.<br /> <br /><b>An On-Site Mandatory Pre-Bid Conference shall be held for bidders on Tuesday, May 27, 2025, commencing at 10:00 A.M. at Terrebonne Port Commission; 1116 Bayou LaCarpe, Suite A; Houma LA 70363. Attendees will be required to sign in with the Owner’s Representative prior to the meeting in the Receptionist’s Office and will be directed to the meeting location.</b><br /> <br />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 />Proposals must be submitted, using the attached proposal documents. 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 /> <br />Bid Security in an amount equal to not less than <b>FIVE PERCENT (5%)</b> 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 <b>TERREBONNE PORT COMMISSION</b>. Bid Bond shall be accompanied with Power of Attorney.<br />A copy of a corporate resolution or other signature authorization will 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. <br />Failure to include any item specified above, or failure to complete the attached proposal in its entirety, will result in the Bid/Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />Contractor is responsible for complying with all bidding requirements established by this proposal.<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 Port Commission. The <b>TERREBONNE PORT COMMISSION</b>, 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 />David Rabalais, Executive Director<br />Terrebonne Port Commission<br /> <br />FIRST PUBLICATION: Friday, May 9, 2025 <br />SECOND PUBLICATION: Friday, May 16, 2025<br />THIRD PUBLICATION: Friday, May 23, 2025 <br /> <br />
https://www.centralauctionhouse.com/rfp75241333-terrebonne-port-commission-request-for-proposal-for-security-cameras-specialized-drone-surveillance-systems-and-equipment-installation-integration-and-testing.html
09-May-2025 12:00:00 PM CDT |
10-Jun-2025 2:00:00 PM CDT |
Calcasieu Parish School System |
BID#2025-SKE Small Kitchen Equipment
|
BID#2025-SKE Small Kitchen Equipment
https://www.centralauctionhouse.com/rfp99359716-bid2025-ske-small-kitchen-equipment.html
09-May-2025 11:00:00 AM CDT |
23-May-2025 11:00:00 AM CDT |
Iberia Parish Government |
Water System Improvements for Iberia Parish Waterworks District No. 3 - Contract No. 3 - Water Treatment Plant
|
Sealed bids will be received by Waterworks District No. 3 (Coteau) at any time or day prior to, but no later than<br />10:00 A.M. on June 4, 2025, for the above listed project.<br /> <br />The work will consist of the construction of booster pumps, a new filter unit along with other miscellaneous work at the Waterworks District No. 3 (Coteau) water plant.<br /> <br />Bids may be mailed to Waterworks District No. 3 (Coteau), c/o Iberia Parish Government, Attn: Michael Broussard, Purchasing Officer, 300 Iberia Street, Suite 400, New Iberia, LA 70560, or delivered between the hours of 8:30 a.m. and 4:30 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 May 22, 2025, at 10:00 A.M. at the Waterworks District No. 3 (Coteau) water treatment plant located at 4104 Coteau Road, New Iberia, LA 70560.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on June 4, 2025, at 10:00 A.M. in the Iberia Parish Council Chambers, located on the 4th floor of the Iberia Parish Courthouse at 300 Iberia Street, New Iberia, Louisiana. 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 />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 />PAUL TRAHAN<br />PRESIDENT<br />WATERWORKS DISTRICT NO. 3 (COTEAU)<br />
https://www.centralauctionhouse.com/rfp14412637-water-system-improvements-for-iberia-parish-waterworks-district-no-3--contract-no-3--water-treatment-plant.html
09-May-2025 9:42:05 AM CDT |
04-Jun-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
2025 Fire Department Uniforms
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 27th day of May, 2025 for the following:<br /> <br /> 2025 FIRE DEPARTMENT UNIFORMS<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Thomas Metrejean at
[email protected].<br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check in the amount of $500.00 or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. <br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 5-9-25, 5-11-25<br />DPR # 994743<br /> <br />
https://www.centralauctionhouse.com/rfp97708530-2025-fire-department-uniforms.html
09-May-2025 8:00:00 AM CDT |
27-May-2025 3:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
S. SHERWOOD FOREST BLVD. SIDEWALKS PROJECT (COURSEY BLVD. TO I-12) (CITY PARISH PROJECT NO. 20-EN-HC-0026)
|
To be published three times-Legal May 9, 16 and 23, 2025 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: S. SHERWOOD FOREST BLVD. SIDEWALKS PROJECT (COURSEY BLVD. TO I-12) (CITY PARISH PROJECT NO. 20-EN-HC-0026) PROJECT DESCRIPTION: Grading, earthwork, ADA ramps, pervious concrete, Portland cement concrete, concrete driveways, traffic signals, striping including parking lot, and related items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, JUNE 3, 2025, 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 Form Revised to include EBE requirements May 25, 2023 NC 1 of 2 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 $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 Socially and Economically Disadvantaged Business SEDB’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 SEDB goal of 16% 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 SEDB goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1, 1A, and 2, and Letters of SEDB 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., by email at
[email protected] or Mr. Henok Abebe, Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp49811067-s-sherwood-forest-blvd-sidewalks-project-coursey-blvd-to-i-12-city-parish-project-no-20-en-hc-0026.html
09-May-2025 8:00:00 AM CDT |
03-Jun-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Project #23-PARK-86 Bayou Country Sports Park Infield Turf
|
Sealed bids will be received on June 5, 2025, by the Terrebonne Parish Consolidated Government (TPCG) Purchasing Division, at 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and TPCG shall at that time and place publicly open the bids and read them aloud.<br /><br />Project Description: The work consists of providing all equipment, labor and material necessary to install artificial turf, relevant field markings, with infield subsurface drainage lines for baseball and softball fields, including installation of a limestone parking lot with concrete ADA parking areas and subsurface drainage system according to design specifications and plans.<br /> <br />This Project shall require a Louisiana Contractors license number in Building Construction, or Highway, Street and Bridge Construction.<br /><br />Bidding Documents for this Project are on file in the office of All South Consulting Engineers, LLC, 107 West Woodlawn Ranch Road, Houma, Louisiana 70363. In accordance with Louisiana Public Bid Law, prime bidders shall be charged a deposit of $100.00 and upon return of the plans and specifications in good condition within ten (10) days from the bid opening shall be refunded the deposit. Please contact Michael Slovensky P.E., Project Manager, All South Consulting Engineers, LLC at 985-537-8893 for any clarification or information with regard to the specifications.<br /> <br />A Non-mandatory Pre-Bid Conference will be held on May 21, 2025, at 10:00 am at the office of Terrebonne Parish Consolidated Government, Public Works Department located at 206 Government Street, Gray, Louisiana 70359.<br /><br />
https://www.centralauctionhouse.com/rfp83608837-project-23-park-86-bayou-country-sports-park-infield-turf.html
09-May-2025 8:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
Beauregard Parish School Board |
Singer High School Additions & Renovations
|
Notice is hereby given that sealed bids (one original and one copy) will be received by Beauregard Parish School Board 202 W. Third Street, DeRidder, La 70634. Delivery to any other department is unacceptable and may result in non-consideration of the bid. Bids will be received on Thursday June 5th, 2025 at 11:00 A.M. Central time and opened in public, in the Board Room of Beauregard Parish School Board. <br /> <br />A Non-Mandatory Pre-Bid Conference will be held on Thursday May 22nd, 2025 at 11:00 AM at Singer School 153 Highway 110 East Singer, La 70660.<br /> <br />For construction of the following project as delineated on the Bid Proposal Form:<br /> <br />Singer Additions & Renovations<br />for<br />BEAUREGARD PARISH SCHOOL BOARD<br />202 W. Third Street<br />DeRidder, La 70634<br /> <br />SUMMARY DESCRIPTION OF PROJECT:<br /> <br /> <br />The project will be bid so as to include a Base Bid:<br /> <br />For all labor, materials, equipment, fees, and transportation to complete the Work described by the Contract Documents dated May 2nd, 2025 for the Singer Additions & Renovations project for Beauregard Parish School Board 202 W. Third Street, DeRidder, La 70634.<br /> <br /> Complete Bidding Documents for this project are available in electronic form and may be obtained without charge and without deposit from www.aeplans.com and www.centralbidding.com and are available to your local plan rooms and reprographers. Bidders must register through the web site to be notified of addenda. The bidder is responsible for periodically checking the site. Printed copies are not available from the Project Designer but arrangements can be made to obtain them through most reprographic firms. When the designer of record issues bid documents in electronic form, prime bidders shall be given the option of receiving the documents in paper form in accordance with LARS 38:2212 A (i) (e). Reproduction cost on the first paper plan set acquired by bona fide prime bidders will be fully refunded by the design professional upon return of the documents no later than ten days after receipt of the bids. Printed copies may be ordered from reprographic companies through the website or by contacting a reprographer directly. Downloaded plans may be printed on the plan holder’s equipment. Plan holders are responsible for their own reproduction costs.<br /> <br /> <br />Each bid must be accompanied by a certified check, cashier’s check, or Bid Bond payable to the Beauregard Parish School Board, the amount of which shall be five percent (5%) of the amount of the proposed Base Bid. Money Orders will not be accepted. This shall be given as guarantee that the bidder will execute the contract, if it is awarded to him, in conformity with the Contract Documents. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond in an amount equal to 100% of the Contract, written by a company licensed to do business in Louisiana, and who is currently on the U.S. Department of the Treasury Financial Management Service List, or by a Louisiana domicile 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 policy holder’s surplus as shown in the A.M. Best’s Key Rating Guide and complies with R.S. 38:2219 (R.S. 28:2218 Bid Bond). The bond shall be countersigned by a person who is under contract with the surety company or bond issuer as agent of the company and who is licensed as an insurance agent in this State, and who is residing in this State.<br /> <br />Bids shall be accepted only from contractors who are licensed by the State of Louisiana for Building Construction. 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 supply all required insurance with carrier(s) acceptable to the Beauregard Parish School Board.<br /> <br />The owner reserves the right to reject any and all bids for just cause. In compliance with LA. ACT 590, electronic bid submittal procedures have been established for this proposal and are available online at www.bidsync.com. In accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this action, 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 />BEAUREGARD PARISH SCHOOL BOARD<br />Mr. Larry Hollie, Superintendent Beauregard Parish School Board
https://www.centralauctionhouse.com/rfp41432039-singer-high-school-additions-renovations.html
09-May-2025 7:00:00 AM CDT |
05-Jun-2025 11:00:00 AM CDT |
School Food and Wellness Group |
Vermilion Charter Foundation FSMC RFP SY 25-26
|
<br />Vermilion Charter Foundation, located in Maurice, LA, is seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. An onsite pre-bid meeting will be held on Wednesday, May 14, 2025, at 2:00 PM CST at 11650 LA Highway 92, Maurice, LA 70555. Attendance at the pre-bid meeting is mandatory. We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]).<br />The proposal deadline is June 4, 2025, at 3:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House<br />
https://www.centralauctionhouse.com/rfp18041667-vermilion-charter-foundation-fsmc-rfp-sy-25-26.html
09-May-2025 12:00:00 AM CDT |
04-Jun-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
124 Canal Street Trailer 3 & Trailer 7 Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />May 5, 2025<br />Requesting quotes for: Demolish Structure as per specifications<br /> listed on attached for the following location<br />124 Canal Street, Lafayette, LA<br /> <br />Project Name<br />124 Canal Street Trailer 3 & Trailer 7 Demolition<br />Bid Number<br />250083<br />Probable Cost $<br />7,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 3:00 pm 05/29/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 124 Canal Street Trailer 3& Trailer 7 Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp99328057-124-canal-street-trailer-3-trailer-7-demolition.html
08-May-2025 12:00:00 PM CDT |
29-May-2025 3:00:00 PM CDT |
St. Charles Parish Government |
Bid# 1014 - 2 Year Contract for Concrete
|
Bid Packet Bid 1014 - 2 Year Contract for Concrete
https://www.centralauctionhouse.com/rfp13083734-bid-1014--2-year-contract-for-concrete.html
08-May-2025 11:00:00 AM CDT |
29-May-2025 11:00:00 AM CDT |
Diocese of Lake Charles |
General Food, Meat, & Staples
|
Lake Charles Catholic Schools Child Nutrition Program would like the following notice to appear in the legal section of the Lake Charles American Press. <br /> BID SCHEDULE<br /> Lake Charles Catholic Schools Child Nutrition Program<br /> School Year 2025-2026<br /><br />All bids will be opened at 1201 Ryan Street, Lake Charles, LA at 10:00am, May 22, 2025<br /><br />The public is invited to attend all bid openings. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For technical questions relating to the electronic bidding process, call Central Bidding at 225-810-4814.<br /><br /><b>Items Procured Bid Period Bid Mailed Bid Opening Bill Awarded<br />General Food, Meat, Yearly May 2 May 22 May 29<br /> & Staples<br /><br /><br /> Mrs. Kimberlee Gazzolo<br /> Superintendent<br />Dates for notice to appear: May 8, May 15<br />Billing Address: Lake Charles Catholic Schools<br /> Child Nutrition Program<br /> 1201 Ryan Street<br /> Lake Charles, LA 70601<br /> <br /> This institution is an equal opportunity provider. <br /> </b><br />
https://www.centralauctionhouse.com/rfp76568017-general-food-meat-staples.html
08-May-2025 10:00:00 AM CDT |
22-May-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Project No: 15-BLDG-13 South Louisiana Wetlands Discovery Center, Phase II Exhibit Features
|
https://www.centralauctionhouse.com/rfp39913853-project-no-15-bldg-13-south-louisiana-wetlands-discovery-center-phase-ii-exhibit-features.html
08-May-2025 9:45:00 AM CDT |
03-Jun-2025 2:00:00 PM CDT |
Terrebonne Parish School District |
HVAC Supplies and Equipment Bid
|
Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of 1:30 PM on May 29, 2025 for HVAC Supplies and Equipment. Bids received in Central Bidding Prior to 1:30 PM on May 29, 2025 will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by May 19, 2025 at 4:30. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<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.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the HVAC Supplies and Equipment Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dane Voisin, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: May 8, 2025; May 14, 2025; May 21, 2025<br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp10050453-hvac-supplies-and-equipment-bid.html
08-May-2025 8:00:00 AM CDT |
29-May-2025 1:30:00 PM CDT |
Terrebonne Parish School District |
Instructional Materials and Office Supplies Bid
|
Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of 2:00 PM on May 29, 2025 for Instructional Materials and Office Supplies. Bids received in Central Bidding Prior to 2:00 PM on May 29, 2025 will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by May 19, 2025 at 4:30. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<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.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Instructional Materials and Office Supplies Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dane Voisin, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: May 8, 2025; May 14, 2025; May 21, 2025<br /> <br />This institution is an equal opportunity employer.<br />
https://www.centralauctionhouse.com/rfp45201030-instructional-materials-and-office-supplies-bid.html
08-May-2025 8:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Request for Proposal (Readvertisement) Support the Seafood Industry Plan
|
Submittals received after the due date and time will be returned to Respondent unopened.<br />The Submittals should be sent/delivered to:<br />Terrebonne Parish Consolidated Government<br />Attention: Purchasing Division<br />301 Plant Road<br />Houma LA, 70363<br /><br />Please clearly mark on the outside envelope: Request for Proposals – Support the Seafood Industry: Market Analysis, Needs Assessment and Investment Plan for Sustainable Infrastructure<br /> <br />Proposals must be received by June 9, 2025, at 2:00 PM CST, in order to be considered responsive.<br /> <br />The Terrebonne Parish Consolidated Government is an Equal Opportunity Employer. Minority, Women Owned, and Veterans-owned businesses encouraged to apply.
https://www.centralauctionhouse.com/rfp99737685-request-for-proposal-readvertisement-support-the-seafood-industry-plan.html
08-May-2025 8:00:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Project #25-GAS-03 Hwy 311 to Shay Drive Gas Line Improvements
|
Sealed bids will be received on June 3, 2025, by the Terrebonne Parish Consolidated Government Purchasing Division, at 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and, at that time and place, shall be publicly opened and read aloud.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held on May 20, 2025, at 10:00 am at the office of Terrebonne Parish Consolidated Government, Utilities Department located at 301 Plant Road, Houma, Louisiana, 70363.<br /><br />Project Description: The work consists of providing all equipment, labor and material necessary to construct approximately 10,100 linear feet of 4” gas lines to replace and upgrade the existing gas line and services. The designated replacement area will include but is not limited to the St. Charles Street and Southdown Mandalay Road from Highway 311 to Shay Drive, all according to design specifications and plans.<br />
https://www.centralauctionhouse.com/rfp46625310-project-25-gas-03-hwy-311-to-shay-drive-gas-line-improvements.html
08-May-2025 8:00:00 AM CDT |
03-Jun-2025 2:00:00 PM CDT |
Cameron Parish School System |
RFP Athletic Training Services
|
Request For Proposal Athletic Training Services 2025- Specifications attached.
https://www.centralauctionhouse.com/rfp54505029-rfp-athletic-training-services.html
08-May-2025 12:00:00 AM CDT |
05-Jun-2025 10:00:00 AM CDT |
Acadia Parish School Board |
CyberSecurity Pilot RFP
|
Acadia Parish School District<br />Request for Proposal<br />Schools and Libraries Cybersecurity Pilot Program<br />RFP Number: Cybersecurity 2025<br />Proposal Deadline: June 27, 2025 - 2:00 PM (CST)<br />
https://www.centralauctionhouse.com/rfp55297135-cybersecurity-pilot-rfp.html
08-May-2025 12:00:00 AM CDT |
27-Jun-2025 2:00:00 PM CDT |
St. James Parish Government |
Judge Becnel Subdivision Gas Improvements
|
St. James Parish Government<br />Convent, LA 70723<br /> <br />JUDGE BECNEL SUBDIVISION GAS IMPROVEMENTS<br /> <br />ADVERTISEMENT FOR BIDS<br />Sealed Bids for the St. James Parish Judge Becnel Subdivision Gas Improvements 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 June 3, 2025, 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 am and 11:00 am. 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 mandatory pre-bid meeting will be held at 9:00a.m. local time on May 20, 2025, at the St. James Parish Courthouse Annex in Vacherie located at 2631 LA Highway 20, Vacherie, LA in the 1st Floor Council Chambers. A site walk-through will be included.<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: May 8, 2025<br /> May 15, 2025<br /> May 22, 2025<br />+ + END OF ADVERTISEMENT FOR BIDS + +
https://www.centralauctionhouse.com/rfp38295705-judge-becnel-subdivision-gas-improvements-.html
08-May-2025 12:00:00 AM CDT |
03-Jun-2025 2:00:00 PM CDT |
St. James Parish Government |
Union Pacific Railroad Culvert Improvements - Site No. 3 - Magnolia Ditch
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by the ST. JAMES PARISH GOVERNMENT (herein referred to as “Owner”) for the construction of the Union Pacific Railroad Culvert Improvements – Site No. 3 - Magnolia Ditch project described as follows:<br /> <br />Project Description: Installation of two (2) 48” steel pipe culverts (jack/bore) beneath the Union Pacific Railroad and extend existing 36” RCP on each side, erosion control, RCP extension, temporary sheeting, drainage excavation, rip rap, Union Pacific Railroad flagmen and other requirements, and related work.<br /> <br />Sealed bids shall be addressed to St. James Parish Government, and delivered to the Council Chambers, 2nd Floor, Parish Courthouse located at 5800 LA Hwy. 44, Convent, Louisiana 70723, not later than 9:00 AM (Central Standard Time), on the 3rd day of June, 2025 and thereafter, sealed bids will be publicly opened and read aloud in the Convent Courthouse Council Chambers, located on the 2nd Floor, Parish Courthouse, 5800 LA Hwy. 44, Convent, Louisiana 70723. Any bid received after the specified time and date will not be considered.<br /> <br />Complete Bidding Documents for this project are being distributed in electronic form and may be obtained without charge and without deposit from the Public Plan Room at www.centralbidding.com. Printed copies are not available from the Owner or Project 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 should be directed to: Central Auction House at (833) 412-5717.<br /> <br />This Project shall require a Louisiana Contractors license for Classification III – Heavy Construction. Bidders shall show his/her license number on the exterior of the sealed envelope submitting the bid in accordance with LA Revised Statute 37:2163.<br /> <br />A MANDATORY Pre-bid Conference will be held on Wednesday, May 21, at 9:00 AM (Central Standard Time) at the Vacherie Courthouse Annex, located at 2631 LA Hwy. 20, Vacherie, Louisiana. All prospective bidders shall be present at the beginning of the pre-bid conference, as per the clock positioned on the wall in the conference room described above, and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or whose representative does not remain for the duration of the meeting shall be prohibited from submitting a bid for the project. A Mandatory Pre-Bid Sign-In Sheet requiring the printed name and signature of the person representing a contractor, the contractor’s name and the contact number of the contractor will be made available at the meeting. All of the above items shall be required of each bidder.<br /> <br />Bid documents will be posted on www.centralbidding.com. To view these, download, and receive bid notices by e-mail, Contractors will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy. Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance with the Louisiana State Bid Law.<br /> <br />The Owner requires that each bidder attach to his/her bid, a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />The attention of bidders is called particularly to the requirements of the Bidding Documents regarding Union Pacific Railroad stipulations and requirements, including insurances.<br /> <br />Any persons with disabilities requiring special accommodations must contact the St. James Parish Government no later than seven (7) days prior to the bid opening.<br /> <br /> <br />St. James Parish Government<br /> <br /> <br /> __________________________________<br /> Pete Dufresne, Parish President<br /> <br /> <br /> <br />Please publish this ad in the<br />News Examiner on the following dates:<br />May 8, 2025<br />May 15, 2025<br />May 22, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp73537664-union-pacific-railroad-culvert-improvements--site-no-3--magnolia-ditch.html
08-May-2025 12:00:00 AM CDT |
03-Jun-2025 9:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Used Desktops/Laptops
|
PUBLIC NOTICE<br />INVITATION TO BID – Used Desktops/Laptops<br />The Ascension Parish Sheriff’s Office is accepting bids for the following used computers and monitors to be sold as is, where is…(Note: Some machines are missing Hard drives and/or RAM)<br />53 Lenovo ThinkCentre<br />33 Lenovo ThinkStation<br />2 iPads<br />1 HP<br />2 Microsoft Tablets<br />4 UnknownA detailed list of Model Numbers can be obtained by emailing Kevin Cohn @
[email protected].<br />Bids must be received in the office before bid opening which will be held on May 23rd, 2025 at 10:00 A.M. at the Ascension Parish Sheriff’s Finance Office, which is located on the first floor of the Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737.<br />All bids must be submitted in a sealed envelope marked “Sealed Bid for Used Desktops/Laptops” and delivered or mailed to the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737 in time for the bid opening. Bids may also be submitted online at www.CentralBidding.com.<br />Bids can be mailed as follows:<br />Sealed Bid for Used Desktops/Laptops 5.8.25<br />Attn: Lyndsi Fontenot<br />828 S. Irma Blvd<br />Gonzales, LA 70737<br /> <br />The awarded vendor will be responsible for pickup as well as any desired packing of the equipment, which must be done within 7 days of bid award by May 30th, 2025 at 4:00 P.M.<br /> <br />The Ascension Parish Sheriff’s Office reserves the right to reject any or all bids, and to waive any formalities.<br /> <br />Bobby Webre, Sheriff<br /> <br />Publish May 8th, 15th, and 22nd <br />The Gonzales Weekly Citizen
https://www.centralauctionhouse.com/rfp797334-invitation-to-bid--used-desktopslaptops.html
08-May-2025 12:00:00 AM CDT |
23-May-2025 10:00:00 AM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
Town of Pearl River Sewer System Improvements-11796
|
<br />Town of Pearl River (herein referred to as the "Owner") hereby solicits sealed bids for the Town of Pearl River Sewer System Improvements project described as follows:<br /> <br />STATEMENT OF WORK: Sewer System Improvements to Town of Pearl River Sewer Treatment Plant.<br /> PEC Project No. 11796.05<br /> <br />Sealed Bids shall be addressed to the Town of Pearl River, and shall be delivered to the Pearl River Town Hall at 39460 Willis Alley, Pearl River, LA 70452 not later than 2:00 p.m. , on the 10th day of June, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on 10th day of June, 2025, at the Pearl River Town Hall located at 39460 Willis Alley, Pearl River, LA 70452.<br /> <br />Complete bidding documents for this project are available in electronic form & can be downloaded from the following designated website: http://www.centralbidding.com under Professional Engineering Consultants Corporation (subject to fees & conditions). Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a planroom or source other than the designated website. The designated website will be updated periodically with addenda. Prospective bidders are solely responsible for obtaining the most up – to – date Bidding Documents from the designated website. Bids will NOT be accepted through the online bidding portal. Bids will be received by mail, and/or delivery as stated above.<br /> <br />Complete Bid Documents may also 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). Hard copies may be obtained at this office upon payment of a deposit of $150.00 or by emailing a request to
[email protected]. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Municipal and Public Works. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br /> <br />OWNER<br />Town of Pearl River<br />BY: Honorable Joe Lee, Mayor<br /> <br /> <br />PUBLICATION/DATES:<br /> <br />Wednesday, May 7, 2025<br />Wednesday, May 14, 2025<br />Wednesday, May 21, 2025
https://www.centralauctionhouse.com/rfp50688982-town-of-pearl-river-sewer-system-improvements-11796.html
07-May-2025 5:15:00 PM CDT |
10-Jun-2025 2:00:00 PM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
RBDG Water Street Sidewalk Connectivity (Town of Madisonville) 11787
|
ADVERTISEMENT FOR BIDS<br />Sealed Bids for the construction of the RBDG Water Street Sidewalk Connectivity will be received by the Town of Madisonville, at the office located at 209 Hwy 22 West, Madisonville, LA 70447, until 10:00 a.m. (local time) on June 10, 2025, at which time the Bids received will be “publicly” opened and read. <br />The Project consists of constructing sidewalk improvements.<br />Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.<br />The Issuing Office for the Bidding Documents is: Professional Engineering Consultants Corporation, 7600 Innovation Park Drive, Baton Rouge, LA 70820, 225-769-2810,
[email protected]. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Thursdays between the hours of 7:30 a.m. to 5:30 p.m., and may obtain copies of the Bidding Documents from the Issuing Office.<br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />Bidding Documents also may be examined at:<br />Complete bidding documents for this project are available in electronic form & can be downloaded from the following designated website: http://www.centralbidding.com under Professional Engineering Consultants Corporation (subject to fees & conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a planroom or source other than the designated website. The designated website will be updated periodically with addenda. Prospective bidders are solely responsible for obtaining the most up – to – date Bidding Documents from the designated website. Bids will NOT be accepted through the online bidding portal. Bids will be received by mail, and/or delivery as stated above.<br />Printed copies of the Bidding Documents may be obtained from the Issuing Office, during the hours indicated above, upon payment of a deposit of $150.00 for each set. Bidders who return full sets of the Bidding Documents in good condition (suitable for re-use) within 30 days after receipt of Bids will receive a full refund in accordance with the Louisiana Public Bid Law. Checks for Bidding Documents shall be payable to “Professional Engineering Consultants Corp.”. Upon request and receipt of the document deposit indicated above plus a non-refundable shipping charge, the Issuing Office will transmit the Bidding Documents via delivery service. The shipping charge amount will depend on the shipping method selected by the prospective Bidder. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidder’s date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office.<br /><br />Bid security shall be furnished in accordance with the Instructions to Bidders.<br />Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All listed iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The deminimis and minor components waiver apply to this contract.”<br /> <br />Owner: TOWN OF MADISONVILLE<br />By: /s/ JEAN PELLOAT<br />Title: Mayor<br /> <br />Advertisement to be published:<br /> <br />Wednesday, May 7, 2025<br />Wednesday, May 14, 2025<br />Wednesday, May 21, 2025<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp32834138--rbdg-water-street-sidewalk-connectivity-town-of-madisonville-11787.html
07-May-2025 3:35:00 PM CDT |
10-Jun-2025 10:00:00 AM CDT |
Jefferson Parish Government |
SOQ 25-013 Barateria Blvd (LA 45) Drainage Improvements (Merlin Lane to Pritchard Road)
|
Page 1 of 3<br />PUBLIC NOTICE<br />SOQ # 25-013<br />Barataria Blvd. (LA 45) Drainage Improvements<br />(Merlin Lane to Pritchard Road)<br />The Parish of Jefferson authorized by Resolution No. 146195 is hereby soliciting the submittal of a Statement of Qualifications (Technical Evaluation Committee (TEC) Professional Services Questionnaire) from persons or firms interested and qualified to provide professional engineering services related to the design and construction of Barataria Blvd. (LA 45) Drainage Improvements (Merlin Lane to Pritchard Road). (Council District 1)<br />Deadline for Submissions: 3:30 p.m., May 30, 2025<br />General<br />The scope of work associated with this project will consist of either installing subsurface drain lines along both sides of Barataria Blvd. between the floodwall (near Merlin Lane) to the south and Pritchard Road to the north (approx. 2.92 miles), excavating the existing swales and ditches to enlarge and deepen them to a size adequate for proper drainage, or a combination of these two options. The work may require backfilling, grading, and sodding, replacement of utility service connections, installing reinforced concrete pipe, asphalt roadway patching, and removal and replacement of concrete streets and driveways.<br />The Project will include surveying, hydrologic and hydraulic modeling, and estimates and evaluation of several options for construction. The Project may include the following supplemental services: geotechnical, traffic engineering, and resident inspection services.<br />The firms submitting a Statement of Qualifications (TEC Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (TEC Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<br />Compensation<br />Compensation for the required design services will be made on an hourly rate basis or a fixed fee basis, or a combination of both, depending on scope and complexity of the work. The Parish reserves the right to determine the method of payment (hourly or fixed) for each individual assignment.<br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized salary costs plus a fee to cover overhead costs and profit in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br />For fixed fee work, the fee shall be negotiated with the firm by the Jefferson Parish Department of Capital Projects and shall be mutually agreeable to both parities.<br />Compensation for supplemental services, if required, shall be in the form of a “lump sum” for each supplemental service (excluding resident inspection services), which shall be mutually agreeable to the Parish and the Consultant.<br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br />Page 2 of 3<br />Minimum Requirements for Selection<br />1. The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire);<br />2. The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional civil engineer in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:” of TEC Professional Services Questionnaire);<br />3. The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline (Section D. of TEC Professional Services Questionnaire)<br />Evaluation Criteria<br />The following criteria shall be used to evaluate each firm submitting a Statement of Qualifications:<br />(1) Professional training and experience both generally and in relation to the type and magnitude of work required for the particular project. - (Maximum points awarded shall be 35).<br />(2) Size of firm considering the number of professional and support personnel required to perform the type of engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration. – (Maximum points awarded shall be 10).<br />(3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel. – (Maximum points awarded shall be 20).<br />(4) Past Performance by person or firm on projects of or similar comparable size, scope, and scale. 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. – (Maximum points awarded shall be 10).<br />(5) Location of the principal office. Preference shall be given to persons or firms with a principal business office follows: (1) 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). – (Maximum points awarded shall be 15).<br />(6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person of firm performing professional services, excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed<br />Page 3 of 3<br />unresponsive with regard to this category, and zero (0) points shall be awarded. – (Maximum points awarded shall be 15). (7) Prior successful completion of projects of the type and nature of the engineering services, as defined, for which firm has provided verifiable references. – (Maximum points awarded shall be 15).<br />Only those persons or firms receiving an overall cumulative score of at least seventy percent (70%) or greater, with their highest and lowest score not counted, of the total possible points for all categories to be assigned by the participating Technical Evaluation Committee members shall be deemed qualified to perform these professional services.<br />All firms must submit a Statement of Qualifications (TEC Questionnaire). Please obtain the latest TEC Questionnaire, by calling the Purchasing Department at (504) 364-2678.<br />Submissions are to be submitted on the eProcurement site at www.jeffparishbids.net.<br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br />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: May 07 and 14, 2025
https://www.centralauctionhouse.com/rfp69957007-soq-25-013-barateria-blvd-la-45-drainage-improvements-merlin-lane-to-pritchard-road.html
07-May-2025 2:00:00 PM CDT |
30-May-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147715 Waterline Improvements along Colony, Elizabeth, Concord. Stanford and Flagger
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147715<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 10, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />WATERLINE IMPROVEMENTS ALONG COLONY, ELIZABETH, CONCORD,<br />STANFORD AND FLAGGER<br />JEFFERSON PARISH PROJECT NO. 2023-012A-WRB<br />The project consists of Waterline placement (open cut), concrete roadway, sidewalk and<br />driveway removal and replacement.<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Geotechnical information related to this project, if available is also on file for review with the Jefferson Parish Purchasing Department. This geotechnical information is for reference for bidding purposes only and may not be representative of the total area of the project as soil characteristics may vary from one place to another. Contractor may be required to conduct their own geotechnical inspection and provide proof of said inspection prior to the start of work. A complete set of Contract Documents may be secured from GEC, Inc., 3501 N. Causeway Blvd. Suite 210, Metairie, LA 70002 Phone: 504-207-6920 or fax 504-218-7229 by licensed contractors upon receipt of $200.00 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 LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />ADV - 2<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 this non-mandatory pre-bid conference which will be held at General Government Building on May 23, 2025 at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: May 07, 14 and 21, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp54814286-5000147715-waterline-improvements-along-colony-elizabeth-concord-stanford-and-flagger.html
07-May-2025 2:00:00 PM CDT |
10-Jun-2025 2:00:00 PM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
2025 Road Rehabilitation and Improvements Program (Zachary)-11807
|
<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br />City of Zachary (herein referred to as the "Owner") hereby solicits sealed bids for the 2025 Road Rehabilitation and Improvements Program project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11807): Asphalt road patching, cold planing, asphalt overlay, and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Zachary, and delivered to the Zachary City Hall, 4700 Main Street (Post Office Box 310), Zachary, LA 70791) not later than 2:00 p.m. on June 12th, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00p.m. on June 12th, 2025, at the Zachary City Hall located at 4700 Main Street, Zachary, LA 70791.<br /> <br />Complete Bid Documents, Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of the Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be downloaded from the Professional Engineering Consultants (PEC) Plan Room as hosted by Central Bidding https://www.centralbidding.com (subject to fees and conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will be received by mail and/or hand delivery to the location as stated above. In addition to paper bids, electronic bids and electronic bid bonds for the following project will be accepted by the City of Zachary. Electronic bids and electronic bid bonds must be submitted through the Professional Engineering Consultants (PEC) Plan Room as hosted by Central Bidding https://www.centralbidding.com prior to the electronic bidding deadline. Beginning at 2:00 p.m. on June 12th, 2025, all bids will be downloaded. No bids will be accepted after the said date and time.<br /> <br />Complete Bid Documents may also be examined by emailing
[email protected] or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />OWNER<br />CITY OF ZACHARY<br /> <br />BY: /s/ DAVID MCDAVID, MAYOR<br /> <br />PUBLICATION/DATES<br /> The Advocate<br /> <br />Wednesday, May 7, 2025<br />Wednesday, May 14, 2025<br />Wednesday, May 21, 2025
https://www.centralauctionhouse.com/rfp39048540-2025-road-rehabilitation-and-improvements-program-zachary-11807.html
07-May-2025 2:00:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147877 - Two (2) Year Contract for the Supply of Pump River Sand and Batture Sand for the Jefferson Parish Public Works Department of Sewerage and All Agencies and Municipalities
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147877<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 22, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Contract for the Supply of Pump River Sand and Batture Sand for the Jefferson Parish Public Works Department of Sewerage and All Agencies and Municipalities<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. 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: May 7, and 14, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp98889749-5000147877--two-2-year-contract-for-the-supply-of-pump-river-sand-and-batture-sand-for-the-jefferson-parish-public-works-department-of-sewerage-and-all-agencies-and-municipalities.html
07-May-2025 10:03:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0502-Provide Professional Consulting Services to Update Development Related Ordinances and Design Guidelines for a Comprehensive Unified Development Code (UDC)
|
<br />REQUEST FOR PROPOSAL<br /> RFP 0502<br /> <br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to provide Professional Consulting Services to Update Development Related Ordinances and Design Guidelines for a Comprehensive Unified Development Code (UDC)<br /> <br />This Request for Proposal (RFP) seeks firms to complete a comprehensive update to/ re-write of Ch. 33 of the Code of Ordinances, commonly referred to as the Unified Development Code (UDC) of Jefferson Parish, and incorporate all of Ch. 40, Zoning into Ch. 33.<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 https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br /> <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 June 6, 2025. 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 />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: May 7, 14, and 21, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp77900094-rfp-0502-provide-professional-consulting-services-to-update-development-related-ordinances-and-design-guidelines-for-a-comprehensive-unified-development-code-udc.html
07-May-2025 9:39:00 AM CDT |
06-Jun-2025 3:30:00 PM CDT |
Jefferson Parish Government |
SOQ 25-017-Provide a Review and Revision of Jefferson Parish Permitting Ordinances for the Jefferson Parish Department of Research and Budget
|
(CORRECTED)<br />PUBLIC NOTICE<br />SOQ 25-017<br /> <br />Provide a Review and Revision of Jefferson Parish<br />Permitting Ordinances for the Jefferson Parish<br />Department of Research and Budget.<br /> <br /> <br />The Parish of Jefferson, authorized by Resolution No 146075. is hereby soliciting a Statement of Qualifications (General Professional Services Questionnaire) from persons or firms interested in providing a review and revision of Jefferson Parish permitting ordinances for the Jefferson Parish Department of Research and Budget.<br /> <br />Deadline for Submissions: 3:30 p.m., May 22, 2025<br /> <br />That the Purchasing Department is hereby authorized to advertise for Statements of Qualifications (General Professional Services Questionnaire) from persons or firms interested in providing a review and revision of Jefferson Parish Permitting Ordinances.<br /> <br />The following criteria shall be used to evaluate the Statements of Qualification (General Professional Services Questionnaire) the firms/individuals submit:<br /> <br />(a) Overall qualifications, specifically in relation to the minimum qualifications and criteria outlined in this request (35 points);<br />(b) Professional training and experience, both generally and in relation to urban planning (35 points);<br />(c) Past and current accomplishments, for which references from clients or former clients and information gathered by inspection of current or recent projects may be considered (10 points);<br />(d) Capacity for timely and effective completion of work, taking into consideration professional and support manpower and technological resources (10 points);<br />(e) The nature and quantity of work for the Parish or for jurisdictions of similar size previously performed and presently being performed by the proposer (10 points)<br /> <br />The person or firm submitting a Statement of Qualification (General Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (General Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (General Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: May 7, 14, and 21, 2025<br /> REVISED: May 14 and 21, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp16410022-soq-25-017-provide-a-review-and-revision-of-jefferson-parish-permitting-ordinances-for-the-jefferson-parish-department-of-research-and-budget.html
07-May-2025 9:12:00 AM CDT |
22-May-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147843 - Two (2) Year Contract for the Supply of Rubber Steel Toe Boots for the Jefferson Parish Department of Public Works - Engineering
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147843<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 22, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Contract for the Supply of Rubber Steel Toe Boots for the Jefferson Parish Department of Public Works - Engineering<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: May 7, and 14, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678
https://www.centralauctionhouse.com/rfp73756303-5000147843--two-2-year-contract-for-the-supply-of-rubber-steel-toe-boots-for-the-jefferson-parish-department-of-public-works--engineering.html
07-May-2025 9:07:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6900 CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID</div> <div style="text-align: center;">Sealed Bid No. 25-6900</div> <br />May 7, 2025<br />CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED<br />Sealed Bid No. 25-6900<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <u><b>Thursday, June 5, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;"><b>CITY OF KENNER</b></div> <br /> <br /> <div style="text-align: right;">/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />May 7, 2025<br />May 14, 2025<br />May 21, 2025
https://www.centralauctionhouse.com/rfp55419531-sealed-bid-25-6900-contract-to-provide-electrical-supplies-as-needed.html
07-May-2025 8:30:00 AM CDT |
05-Jun-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6898 EMERGENCY CLEANING AND FLUSHING OF SUBSURFACE DRAIN LINES AND DRAINAGE STRUCTURES
|
<div style="text-align: center;">INVITATION TO BID</div> <div style="text-align: center;">Sealed Bid No. 25-6898</div> <br />May 7, 2025<br />EMERGENCY CLEANING AND FLUSHING OF SUBSURFACE DRAIN LINES AND DRAINAGE STRUCTURES-POST DISASTER<br />Sealed Bid No. 25-6898<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>EMERGENCY CLEANING AND FLUSHING OF SUBSURFACE DRAIN LINES AND DRAINAGE STRUCTURES-POST DISASTER</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Wednesday, June 4, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;"><b>CITY OF KENNER</b></div> <br /> <br /> <div style="text-align: right;">/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />May 7, 2025<br />May 14, 2025<br />May 21, 2025<br />
https://www.centralauctionhouse.com/rfp2149202-sealed-bid-25-6898-emergency-cleaning-and-flushing-of-subsurface-drain-lines-and-drainage-structures.html
07-May-2025 8:30:00 AM CDT |
04-Jun-2025 9:45:00 AM CDT |
Lafayette Consolidated Government |
Lafayette Police Department HVAC Replacement
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 5th day of June, 2025 for the following:<br /> <br />LAFAYETTE CONSOLIDATED GOVERNMENT,<br />LAFAYETTE POLICE DEPARTMENT HVAC REPLACEMENT<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of an indoor air quality improvement for the Lafayette Police Department. This includes removing and upgrading the chilled water units on the roof of the building, the indoor air handlers on all floors of the building, upgrading chilled water pumps, and replacing terminal units. The scope also includes removing and upgrading the building management system. The electrical service shall be reused where able and upgraded to accommodate upgraded mechanical equipment. Alternate Bid Items include removal and replacement of exhaust systems in all restrooms. All Base Bid work to be completed within four hundred forty-eight (448) calendar days from issuance of Notice to Proceed. Refer to Sections 010100 forty-eight Work and 010300 Alternates for contingent additional calendar days for completion of Alternate Bid work if accepted.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected] or (337)-291-8034 & Heather Kestler at
[email protected] or (337)-291-8071.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $210 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected] or (337)-291-8034 & Heather Kestler at
[email protected] or (337)-291-8071.<br /> <br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on May 21, 2025 at 10:00 AM at the Police Station Head Quarters located at 900 E. University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Mechanical”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 5-7-25, 5-11-25, 5-18-25<br />DPR 990476<br />
https://www.centralauctionhouse.com/rfp89094446-lafayette-police-department-hvac-replacement.html
07-May-2025 8:00:00 AM CDT |
05-Jun-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Shipping Container Buildings in Jennings
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 PM Central Time on the 5st day of June, 2025 for the following:<br /> <br />Shipping Container Buildings in Jennings<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: Provide labor and materials to perform the design & fabrication of an 8’ x 10’ portable steel building for industrial and commercial usage, install building onsite, & make utility connections. The specifications defined hereunder are intended as a general guideline. Pricing submitted in the unit bid form must also include any engineering fees, architecture fees, setup (including water and electric utility connections), delivery, and taxes. Work shall be completed within 112 calendar days<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $100.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Christian Janes at
[email protected]..<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “BUILDING CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp38041824-shipping-container-buildings-in-jennings.html
07-May-2025 8:00:00 AM CDT |
05-Jun-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
Lafayette Police Station Generators and UPS Replacement
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:30 PM Central Time on the 5th day of June, 2025 for the following:<br /> <br />LAFAYETTE POLICE DEPARTMENT GENERATOR & UPS REPLACEMENT<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to social distancing practices in place in response to COVID-19 and limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of work shall consist of but not limited to supply and installation of a 1250 KW generator system and replacement of a 20 KVA UPS system. All work shall be completed within 250 calendar days.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected] or (337)-291-8034 & Heather Kestler at
[email protected] or (337)-291-8071.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above.<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />At the time of the pre-bid and bid dates, Attendees shall be required to comply with requirements mandated by Lafayette Consolidated Government regarding Covid 19 procedures and policies.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request at the office of ADG Engineering, located at 3909 W Congress Street, Lafayette LA 70506 upon payment of fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected] or (337)-291-8034 & Heather Kestler at
[email protected] or (337)-291-8071.<br /> <br />Contractors are requested to attend a pre-bid meeting which will be held on May 21, 2025 at 10:30 AM at the Police Station Head Quarters located at 900 E. University Avenue, Lafayette, LA<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B. <br /> <br />Bidders or firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “ELECTRICAL WORK”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br /> <br />PUBLISH DATES: 5-7-25, 5-11-25, 5-18-25<br />DPR 996300<br />Affidavit of Publication
https://www.centralauctionhouse.com/rfp58189097-lafayette-police-station-generators-and-ups-replacement.html
07-May-2025 8:00:00 AM CDT |
05-Jun-2025 3:30:00 PM CDT |
Lafayette Consolidated Government |
Labor Only for Rehab/Repair for Lift Stations
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:30 PM Central Time on the 5th day of June, 2025 for the following:<br /> <br />Labor only for rehab/repair for lift stations<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of this project is to provide skilled labor to form and por concrete, install pumps at lift stations and treatment plants, fit and install piping associated with these pumps, and repair or replace mechanical equipment at wastewater facilities. The successful bidder should be familiar with ductile iron piping techniques, pump installations, and the knowledge and ability to replace chains and sprockets in multiple wastewater process tanks.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Christian Janes at
[email protected]..<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “LIMITED SPECIALTY SERVICES”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp77486200-labor-only-for-rehabrepair-for-lift-stations.html
07-May-2025 8:00:00 AM CDT |
05-Jun-2025 2:30:00 PM CDT |
Rapides Parish School Board |
Bid 26-07: Purchase of Bus Maintenance Parts and Supplies
|
INVITATION TO BID<br /> <br />Sealed Bids will be received in the Purchasing Department of the Rapides Parish School Board, in the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana until<br />May 23, 2025 at 11:00 A.M.<br /> <br />Purchase of Bus Maintenance Parts and Supplies<br />(BID NO 26-07)<br /> <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, May 23, 2025 at 11:00 A.M., will be returned unopened.<br /> <br />Specifications and bid forms may be obtained from the Purchasing Department, Rapides Parish School Board by emailing your request to
[email protected] or mailing your request to P. O. Box 7117, Alexandria, Louisiana 71306 or 619 Sixth Street, Alexandria, LA 71301 or by visiting www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by bid security in the amount of $1,000.00 and must be in the form of a Bid Bond written by a company licensed to do business in the State of Louisiana. <br /> <br />Awards 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 and all bids for just cause.<br /> <br />Bids may be submitted electronically at www.centralbidding.com or in sealed envelopes that must be marked with the vendor’s name and “Purchase of Bus Maintenance Parts and Supplies, (Bid No. 26-07)” and delivered to:<br /> <br /> <br />Rapides Parish School Board<br />Purchasing Department<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br /> <br /> <br />By /s/ Ms. Elizabeth Domite <br />/t/ Ms. Elizabeth Domite, Chief Financial Officer<br />RAPIDES PARISH SCHOOL BOARD<br /> <br /> <br />Publication dates: May 7, 2025<br /> May 14, 2025
https://www.centralauctionhouse.com/rfp33418101-bid-26-07-purchase-of-bus-maintenance-parts-and-supplies.html
07-May-2025 8:00:00 AM CDT |
23-May-2025 11:00:00 AM CDT |
Rapides Parish School Board |
RFP 26-17: Pest Control Services
|
ADVERTISEMENT<br /> <br />Request for Proposal (RFP) for Pest Control Services (RFP 26-17)<br /> <br />Rapides Parish School Board is soliciting proposals from qualified proposers for Pest Control Services.<br /> <br />Proposals will be accepted in the Purchasing Department at the Rapides Parish School Board, 619 6th Street, Alexandria, LA until 11:00 a.m., Monday, June 2, 2025. Proposals received after the stated due date and time will not be considered and will be returned unopened.<br /> <br />Proposals must be submitted in a sealed envelope clearly printed on the outside with:<br />the Vendor’s Name<br />the RFP Name - RFP 26-17: Pest Control Services <br />All proposals must be accompanied by proposal security equal to $2,000.00. Security must be in the form of a bond (from a surety company licensed to conduct business in the State of Louisiana made payable to Rapides Parish School Board.<br /> <br />Rapides Parish School Board reserves the right to reject any or all proposals for just cause and to make an award in the best interest of the board, consistent with applicable laws, which is deemed to be in the best interests of Rapides Parish School Board.<br /> <br />All submissions become property of Rapides Parish School Board and will not be returned.<br /> <br />All costs associated with the submission preparation will be borne by the submitting proposer.<br /> <br />To obtain the full set of RFP specifications, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to P. O. Box 7117, Alexandria, Louisiana 71306. Specifications are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br /> <br />Publication Dates: May 07, 2025<br /> May 14, 2025<br /> May 21, 2025
https://www.centralauctionhouse.com/rfp37516681-rfp-26-17-pest-control-services.html
07-May-2025 8:00:00 AM CDT |
02-Jun-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
Heymann Park Improvements
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:00 PM Central Time on the 5th day of June, 2025 for the following:<br /> <br /> Heymann Park Improvements<br /> <br />and will, at that time and location, be opened and read aloud. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed bids may be hand carried or mailed to the address listed above.<br /> <br />Scope of Services: The construction of an amphitheater and performance stage in Heymann Park. The elevated stage will be supported with a performance prep room, dressing and restrooms, A tiered seating area and vending pavilion will be within the gated facility that will also include a restroom building. All work is to be completed within two hundred ninety (290) calendar days from the issuance of the Notice to Proceed.<br /> <br />In accordance with LA R.S. 38§2212, vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Contractors may request the bid package electronically from Heather Kestler @
[email protected] or 337-291-8071<br /> <br />Bidders submitting bids electronically are requested to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid, at no cost.<br /> <br />Bids must be signed in accordance with LA R.S. 38§2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding are available at the office of Purchasing & Property Management located at 705 West University Avenue (PO Box 4017-C, Lafayette LA 70502) upon payment of two hundred ten dollars ($210.00) per set. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Deposit on the first set is fully refundable to all Prime Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent of the deposit of all other sets of documents will be refunded upon return of documents as stated above. Questions relative to the bidding documents shall be addressed Heather Kestler at 337-291-8071.<br /> <br />Contractors are invited to attend a non-mandatory pre-bid meeting, which will be held on May 20, 2025 at 10:00 AM in the conference room at the Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be within drawn for a period if 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 the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. 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 />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “BUILDING CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 5/7, 5/11,5/18<br />DPR 993577<br />
https://www.centralauctionhouse.com/rfp40360802-heymann-park-improvements.html
07-May-2025 8:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-JUN-1102 Forensic Workstation
|
Advertised in the New Orleans Advocate
https://www.centralauctionhouse.com/rfp16102575-25-jun-1102-forensic-workstation.html
07-May-2025 6:00:00 AM CDT |
11-Jun-2025 11:00:00 AM CDT |
Jefferson Parish Sheriff's Office |
25-JUN-1101 FRED Forensic Workstation
|
Advertised in the New Orleans Advocate
https://www.centralauctionhouse.com/rfp59290940-25-jun-1101-fred-forensic-workstation.html
07-May-2025 6:00:00 AM CDT |
11-Jun-2025 10:00:00 AM CDT |
Webster Parish School Board |
Large Equipment
|
<br />ADVERTISEMENT<br /> INVITATION TO BID<br />Sealed bids are hereby invited by Webster Parish School Board for:<br />Bid #85 Cafeteria Equipment - Large<br />Bids will be received no later than 9:00 a.m., Thursday, May 30, 2025, at the Webster Parish School Board Child Nutrition Dept, 1442 Sheppard St, Minden, La 71055. After stamping to acknowledge timely receipt, bids will be publicly opened and read aloud by a designated representative of the Webster Parish School Board. Any bid received after this due date and time will not be accepted and will be returned unopened.<br />Complete bid documents may be obtained at:<br /> Webster Parish School Board<br /> 1442 Sheppard St.<br /> Minden, LA 71055.<br />Bid shall be submitted in a sealed envelope clearly marked on the outside with:<br /> 1. Bidder's name <br /> 2. Bid due date/<br /> 3. Project number/name: Bid#85 Cafeteria Equipment - Large<br />Official bid documents are available online at www.centralbidding.com. Electronic bids may be submitted online at www.centralbidding.com. For questions related to the electronic bidding process please call Central Bidding at 225-810-4814.<br />Bids must be submitted on the official bid form(s) furnished in the bid package. Bids submitted on any other form(s) will be rejected.<br />Awards will not be made at the time of the bid opening, but will be awarded by the School Board at a later meeting.<br />Webster Parish School Board reserves the right to reject, in whole or in part, any and all bids and to waive any and all technicalities and informalities in accordance with state law.<br />Minden Press Herald: May 9, 13 & 16, 2025<br />Shreveport Times: May 14, 16, & 21<br />
https://www.centralauctionhouse.com/rfp20696158-large-equipment.html
07-May-2025 12:00:00 AM CDT |
30-May-2025 9:00:00 AM CDT |
East Feliciana Parish Police Jury |
RFP Debris Removal Services
|
DEBRIS CONTRACTOR<br /><br />The Parish of East Feliciana is requesting proposals from experienced Debris Contractor to enter into a pre-event contract at no immediate cost to the Parish for the following services. Contractors shall provide clean-up, demolition, removal, reduction and disposal of debris resulting from a natural or manmade disaster as directed by the Parish in order to eliminate immediate threats to the public health and safety. Also required is the elimination of immediate threats of significant damage to improve public or private property and that which is considered essential to ensure economic recovery of the affected community. Contractors shall also provide disaster recovery technical program management assistance to Parish officials. One or more proposers may be selected to provide differing elements or levels of scope of work in accordance with the capabilities and extent of involvement each respondent proposes. At the discretion of the Owner, the successful Contractor(s) may be awarded a contract for one (3) year with two (2) subsequent one (1) year renewals permissible, upon mutual written agreement and, approval of Owner. Proposal packets may be picked up at: East Feliciana Police Jury Office, 12064 Marston Street, Clinton, LA 70722, or emailed upon request to OHSEP Director
[email protected] Proposals will be opened at 1515 hrs on Monday, June 9, 2025 and evaluated based off the scoring criteria detailed in the packet. Deadline for submission is Monday, June 9, 2025 at 1500 hrs.<br /><br />The East Feliciana Parish Police Jury is an Equal Opportunity Employer. We encourage all small and minority or veteran-owned firms and women’s business enterprises to apply. Any person with disabilities requiring special accommodations must contact the East Feliciana Parish Police Jury no later than seven (7) days prior to the bid opening.
https://www.centralauctionhouse.com/rfp89576976-rfp-debris-removal-services.html
07-May-2025 12:00:00 AM CDT |
09-Jun-2025 2:00:00 PM CDT |
East Feliciana Parish Police Jury |
RFP Debris Monitoring Services
|
DEBRIS MONITORING<br /><br />The Parish of East Feliciana is requesting proposals from experienced firms to enter into a pre-event contract at no immediate cost to the Parish for the following services. Contractors shall provide services of DISASTER DEBRIS MONITORING AND MANAGEMENT SERVICES for the clean-up, demolition, removal, reduction and disposal of debris resulting from a natural or manmade disaster as directed by the Parish in order to eliminate immediate threats to the public health and safety. Also required is the elimination of immediate threats of significant damage to improve public or private property and that which is considered essential to ensure economic recovery of the affected community. Contractors shall also provide disaster recovery technical program management assistance to Parish officials. One or more proposers may be selected to provide differing elements or levels of scope of work in accordance with the capabilities and extent of involvement each respondent proposes. At the discretion of the Owner, the successful Contractor(s) may be awarded a contract for one (3) year with two (2) subsequent one (1) year renewals permissible, upon mutual written agreement and, approval of Owner. Proposal packets may be picked up at: East Feliciana Police Jury Office, 12064 Marston Street, Clinton, LA 70722, or emailed upon request to OHSEP Director
[email protected] Proposals will be opened at 1515 hrs. on Monday, June, 9, 2025 and evaluated based off the scoring criteria detailed in the packet. Deadline for submission is Monday, June 9, 2025,<br /><br />The East Feliciana Parish Police Jury is an Equal Opportunity Employer. We encourage all small and minority or veteran-owned firms and women’s business enterprises to apply. Any person with disabilities requiring special accommodations must contact the East Feliciana Parish Police Jury no later than seven (7) days prior to the bid opening.
https://www.centralauctionhouse.com/rfp35494024-rfp-debris-monitoring-services.html
07-May-2025 12:00:00 AM CDT |
09-Jun-2025 3:00:00 PM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board - Lake Arthur High School
|
The Jefferson Davis Parish School Board will receive sealed bids before 2:00 P.M., Thursday, June 5th, 2025 at JDPSB Technology Center, 1628 South Thibodeaux Road, Jennings LA 70546 for “Lake Arthur Bond for the Jefferson Davis Parish School Board”. Complete plans and specifications may be obtained from Champeaux, Evans, Hotard, APAC, 702 Dr. Michael DeBakey Drive, Lake Charles, LA 70601, phone number (337) 439-8871, via www.champeaux.biz - project portal and www.centralbidding.com. No Bid shall be considered or accepted unless the bid is accompanied by a 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 Jefferson Davis Parish School Board Bid Bond Form contained in the Front-End Documents written by a surety company licensed to do business in Louisiana with an 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 the State of Louisiana. 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 classifications “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 R.S. 38:2212 (5) and/or R.S. 39:1594 (C) (4). Each bid must be placed in an opaque envelope, sealed, and marked on the outside, “Lake Arthur Bond for the Jefferson Davis Parish School Board” contractor name, address and license number of the bidder, to be opened at 2:00 P.M., Thursday, June 5th, 2025 at the JDPSB Technology Center, 1628 South Thibodeaux Road, Jennings, Louisiana 70546. Bids may also be submitted electronically through Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to electronic bidding process, please call Central Bidding at 225-810-4814. The Owner reserves the right to reject any and all bids. In accordance with La. R.S. 38:2212 (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. A Non-Mandatory Pre-Bid Meeting will be held at 10:00 a.m. on Thursday, May 15th, 2025 at 4374 Tiger Lane, Lake Arthur, Louisiana 70549. John Hall, Superintendent Jefferson Davis Parish School Board Publish in the Jennings Daily News and Lake Charles American Press: May 7th, May 14th, and May 21s
https://www.centralauctionhouse.com/rfp11015776-jefferson-davis-parish-school-board--lake-arthur-high-school.html
06-May-2025 11:59:00 PM CDT |
05-Jun-2025 2:00:00 PM CDT |
Plaquemines Parish Government |
Walker Road Solid Waste Transfer Station
|
SECTION 00100<br /> <br />ADVERTISEMENT OR INVITATION TO BID<br /> <br />Plaquemines Parish Engineering and Public Works (herein referred to as the "Owner") by virtue and in conformity with the provisions of Act 70 of the 1946 Regular Session of the Louisiana Revised Statutes of 1950, as amended, and other applicable laws, sealed bids marked “Sealed Bid – Parish of Plaquemines – will be received by the Owner for the construction of the project described as follows:<br /> <br />WALKER ROAD SOLID WASTE TRANSFER STATION<br />Parish Project No. 18-11-01B<br />Work includes:<br /> <br />This Project involves but is not limited to the construction of a new elevated solid waste transfer platform with ramps, new Portland cement concrete paving (PCCP), crushed limestone paving, as well as associated civil site work as shown in the plans and specifications. The Work is located at the OWNER's facility on Walker Road in Belle Chasse, Louisiana.<br /> <br />Proposals shall be addressed to the Parish of Plaquemines, and delivered to the office of the Department of Engineering located at 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, LA 70037 no later than 10:00 a.m., on the 3rd day of June 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 a.m. on the 3rd day of June 2025, in the Conference Room at the Plaquemines Parish Government Office of Engineer and Public Works located at 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, LA 70037. <br /> <br />Complete Bidding Documents for this project are being distributed in electronic form on behalf of the Owner by Central Bidding (centralbidding.com) Printed copies are not available from the Owner or Architect. Plan holders are responsible for their own reproduction costs. No Deposit will be collected for the drawings or will money returned to unsuccessful bidders to reimburse the expense of purchasing plans.<br /> <br />Bids for this project may be submitted online at www.centralbidding.com.<br /> <br />A non-mandatory Pre-Bid Conference will be held on Thursday, May 22, 2025, at 10:00 a.m. in the Conference Room at the Plaquemines Parish Government Office of Engineer and Public Works located at 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, LA 70037.<br />Pursuant to Louisiana Revised Statutes 38:2212 E.(I) and 38:2212.1 (B)(4) vendors/contractors now have the option to submit their bids and bid bonds, electronically. To view bidding documents, download, and receive bid notices by email, your company/agency will need to register with Central Bidding at centralbidding.com. If you need help registering or with completing an e-bid, please call Central Auction House at 833-412-5717.<br /> <br />Contractors submitting bids shall be licensed under LA License R.S. 37:2150-2164, Municipal and Public Works of Heavy 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. 38:2212B(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 his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Any person with disabilities requiring special accommodations must contact the Parish of Plaquemines no later than seven (7) days prior to bid opening.<br /> <br />PLAQUEMINES PARISH GOVERNMENT<br />BY: W. Keith Hinkley, PARISH PRESIDENT<br />Published Dates:<br />May 6, 2025<br />May 13, 2025<br />May 20, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp91051651-walker-road-solid-waste-transfer-station.html
06-May-2025 8:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Terrebonne ARC |
Food Bid No. 25-238-01
|
INVITATIONS TO BIDDERS <br /> <br /> Terrebonne ARC is accepting sealed bids in accordance with Title 38:2212 until the hour of 2:00 PM, Thursday, May 22, 2025 in the Purchasing Office located at #1 McCord Road, Houma, Louisiana, at which time bids will be publicly read aloud.<br /> <br />BID NO. 25-238-01FOOD<br />Please find bid related materials and place electronic bids at www.centralbidding.com<br />Specifications and proposal forms are also on file at TARC’s Purchasing Department, #1 McCord Road, in Houma, Louisiana 70363, (985) 876-4465, and may be obtained by prospective bidders at no cost. Please contact Tracy Trosclair for any clarifications or information with regard to the bid documents. The Terrebonne ARC reserves the right to reject any and all bids, in whole or part with just cause and waive informalities.<br /> <br /> <br /> <br />____________________________<br />Mary Lynn Bisland, Executive Director<br />Terrebonne ARC <br /> <br /> <br /> <br />Ad Dates: May 6, 2025<br /> May 13, 2025
https://www.centralauctionhouse.com/rfp92093473-food-bid-no-25-238-01.html
06-May-2025 8:00:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
Terrebonne ARC |
Supply Bid No. 25-238-02
|
INVITATIONS TO BIDDERS <br />Terrebonne ARC is accepting sealed bids in accordance with Title 38:2212 until the hour of 2:00 PM, Thursday, May 22, 2025 in the Purchasing office located at #1 McCord Road, Houma, Louisiana, at which time bids will be publicly read aloud.<br /> <br />BID NO. 25-238-02SUPPLY<br />Please find bid related materials and place electronic bids at www.centralbidding.com<br />Specifications and proposal forms are also on file at TARC’s Purchasing Department, #1 McCord Road, in Houma, Louisiana 70363, (985) 876-4465, and may be obtained by prospective bidders at no cost. Please contact Tracy Trosclair for any clarifications or information with regard to the bid documents. The Terrebonne ARC reserves the right to reject any and all bids, in whole or part with just cause and waive informalities.<br /> <br /> <br /> <br /> ____________________________<br />Mary Lynn Bisland, Executive Director<br /> Terrebonne ARC <br /> <br /> <br /> <br />Ad Dates: May 6, 2025<br /> May 13, 2025
https://www.centralauctionhouse.com/rfp52421782-supply-bid-no-25-238-02.html
06-May-2025 8:00:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
Plaquemines Parish Government |
Development of a Plaquemines Parish Comprehensive Safety Action Plan for the Safe Streets for All (SS4A) Program
|
REQUEST FOR PROPOSALS<br /> <br />PLAQUEMINES PARISH OFFICE OF<br />ENGINEERING & PUBLIC WORKS<br /> <br />333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, LA, 70037<br /> <br />Development of a Plaquemines Parish Comprehensive Safety Action Plan for the Safe Streets for All (SS4A) Program<br /> <br />Parish Project No. 25-11-03<br /> <br />By virtue of and in conformity with the provisions of Act 70 of the 1946 Regular Session of the Louisiana Revised Statutes of 1950, as amended, and other applicable laws, sealed proposals will be received by the Plaquemines Parish Government at the Plaquemines Parish Office of Engineering & Public Works, 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, Louisiana, before 10:00 a.m., CDT, Friday, May 30, 2025, at which time and date such proposals will be accepted for the Development of a Comprehensive Safety Action Plan for the Safe Streets for All (SS4A) Program.<br />The Parish of Plaquemines is requesting written Proposals from experienced and qualified firms to provide services required in the completion of generating a comprehensive safety action plan in compliance with the requirements of the SS4A Program. <br />Plaquemines Parish Government is an Affirmative Action/Equal Opportunity Employer. The Parish does not discriminate on the basis of race, color, national origin, sex, sexual orientation, gender identity, religion, age or handicapped status in employment or the provision of services. Section 3 Residents, Minority Business Enterprises, Small Business Enterprises, Women Business Enterprises, and labor surplus area firms are encouraged to submit proposals.<br />The Plaquemines Parish Government reserves the right to waive any informalities or to reject any and all proposals. All requests for a full package must include the project name and number as listed above.<br />To request the full package of the project listed above, please contact:<br />Mr. Jonah Arceneaux<br />Project Manager<br />
[email protected]<br />O: (504) 934-6115<br /> <br />PLAQUEMINES PARISH GOVERNMENT<br />BY: W. KEITH HINKLEY<br /> PARISH PRESIDENT
https://www.centralauctionhouse.com/rfp36011143-development-of-a-plaquemines-parish-comprehensive-safety-action-plan-for-the-safe-streets-for-all-ss4a-program.html
06-May-2025 7:00:00 AM CDT |
30-May-2025 10:00:00 AM CDT |
Claiborne Electric Co-Op |
James Avenue Reliability Improvements
|
Claiborne Electric Cooperative (“Claiborne”) is requesting quotations for James Avenue Reliability Improvements. This project includes rebuilding approximately 1.2 miles of existing 15kV B-phase and C-phase lines. The project will also require removing the existing open secondary underbuild and installing new transformers and triplex secondaries as detailed in the plans and specifications. The project budget for both labor and materials is $203,000.<br /> <br />Prospective bidders are asked to submit their quotation using the attached Excel spreadsheet and RUS bidding documents no later than 10:00 AM, Wednesday, May 21, 2025 by US Mail, overnight courier, or email to Lisa Ledbetter (
[email protected]). Claiborne will host a Pre-Bid Meeting on Monday, May 12, 2025, at 10:00 AM in its Farmerville District Office (301 E. Franklin St.); while the pre-bid meeting is not mandatory, prospective bidders are strongly encouraged to attend. Technical questions or further questions about the Scope of Work may be directed to Daniel Kimbell (
[email protected]). <br /> <br />Thank you for your interest in serving Claiborne and its members!<br /><br />
https://www.centralauctionhouse.com/rfp88115932-james-avenue-reliability-improvements.html
05-May-2025 3:00:00 PM CDT |
21-May-2025 10:00:00 AM CDT |
EBR Sheriff's Office |
BID #1100 CAMERA SYSTEM
|
Camera System
https://www.centralauctionhouse.com/rfp49388622-bid-1100-camera-system.html
05-May-2025 10:00:00 AM CDT |
05-Jun-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Lafayette City Court Judicial Space Build-out & Renovation
|
REQUEST FOR QUOTE<br /> <br />Notice is hereby given that sealed quotes will be received either electronically at https://www.centralbidding.com/ or in the office of Mathew Broussard, Purchasing and Property Management Division, Lafayette Consolidated Government Building located at 705 West University Avenue, Lafayette, LA 70502 until 10:00 A.M.. Central Time on Monday, June 2, 2025, for the following:<br /> <br />RENOVATION / BUILD-OUT FOR:<br />LAFAYETTE CITY COURT JUDICIAL SPACE<br /> <br />and will, at that time and location, be opened and read aloud in the office of the Department of Purchasing located at 705 W. University, Lafayette, LA 70502. Quotes received after the above specified time shall not be considered and shall be returned unopened to the sender. We will schedule a conference call at 337-291-5100 to provide an option for you to listen to the results over the phone rather than attend the opening in person. <br /> <br />Scope of Services: To furnish and supply all materials and labor necessary for the renovation and buildout of the Lafayette City Court Judicial spaces, restroom and file room.<br /> <br />Documents are VIEW ONLY on the supplier portal website listed above. Printed copies of the bidding documents including the plans and specifications are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, Louisiana 70502 (
[email protected]) . Plans, specifications, and quote documents shall be available up until twenty-four hours before the quote opening date. Questions relative to the plans and specifications shall be addressed to Matthew Broussard, Lafayette Consolidated Government, Department of Purchasing (337) 291-8088 (
[email protected]).<br /> <br />Contractors submitting quotes electronically via the supplier portal are required to provide the same documents as contractors submitting through the mail or by hand delivery. Regardless of the quote results, the contractor will have 48 hours from the opening of the quotes to provide the Lafayette Consolidated Government the original quote documents.<br /> <br />Bids. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid. If a contractor fails to provide the original hard copies of the bid documents within 48 hours of the bid opening, their bid shall be considered non-responsive.<br /> <br />Quotes. Otherwise, quotes should be mailed to the Purchasing Division, Lafayette Consolidated Government, P. O. Box 4017-C, Lafayette, LA 70502, or delivered in person to the Office of Purchasing located at 705 W. University, Lafayette, LA 70502 Questions regarding submitting this quote may be directed to Matthew Broussard at
[email protected] (337-291-8088).<br /> <br />Pre-Bid Meeting. Contractors are requested to attend a pre-bid meeting which will be held on Monday, May 12, 2025 @ 10:00 AM in the large conference room, Lafayette Consolidated Government, City Hall located at 705 West University Avenue, Lafayette, LA.<br /> <br /> <br />Quotes must be signed in accordance with LRS Title 38:2212 B5. A corporate resolution or certificate of authority authorizing the person signing the quote is required to be submitted with the quote. Failure to submit a corporate resolution or certificate of authority with the bid shall be cause for the rejection of the quote.<br /> <br />Each quote shall be accompanied by a certified check, cashier's check or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base price plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U. S. Department of the Treasury Financial Management Service list of approved bonding companies, which is published annually in the Federal Register, 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, which is either domiciled in Louisiana or owned by Louisiana residents, that is in good standing and licensed to write bid bonds. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with 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 ten (10) days.<br /> <br />No contractor may withdraw his quote for at least forty-five (45) days after the time scheduled for the opening of quotes. Each quote shall be submitted only on the quote form provided with the specifications. The successful contractor may be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the quotation documents.<br /> <br />Quotes will be evaluated by the Purchaser based on the lowest responsible quote submitted which is also in compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />If the project is asbestos or hazardous waste, contractors submitting quotes in the amount of $1.00 or more shall be properly licensed in accordance with Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950.<br /> <br />Contractors shall be licensed for the classification of “BUILDING CONSTRUCTION”. Contractors or contracting firms submitting quotes 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 quote is enclosed. Quotes 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, out of Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBE’s (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBE’s in the purchase or sub-contracting of materials, supplies, services, and labor and material, in which disadvantaged businesses are available. Assistance in identifying said businesses might be obtained by calling (337) 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp2939329-lafayette-city-court-judicial-space-build-out-renovation.html
05-May-2025 8:00:00 AM CDT |
02-Jun-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M3387 2025 FORD TRANSIT LOW ROOF CARGO VAN OXFORD WHITE or Approved Equal
|
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. May 29, 2025 for the following:<br /> <br /> M3387 2025 FORD TRANSIT LOW ROOF CARGO VAN OXFORD WHITE or Approved Equal <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 May 14, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, 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 /> <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/rfp85152691-m3387-2025-ford-transit-low-roof-cargo-van-oxford-white-or-approved-equal----.html
05-May-2025 12:00:00 AM CDT |
29-May-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
GROOM ROAD (MCHUGH ROAD TO PLANK ROAD) (CITY PARISH PROJECT NO. 19-EN-HC-0035)
|
To be published three times-Legal May 2, 9 and 16, 2025 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: GROOM ROAD (MCHUGH ROAD TO PLANK ROAD) (CITY PARISH PROJECT NO. 19-EN-HC-0035) PROJECT DESCRIPTION: Grading, earthwork, drainage structures, subsurface drainage, base course, PCC pavement and patching, milling of asphalt pavement, asphalt pavement, pervious and concrete sidewalks, landscaping, striping, signing and associated items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, May 29, 2025, 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. Form Revised to include EBE requirements May 25, 2023 NC 1 of 2 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 $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 Socially and Economically Disadvantaged Business SEDB’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 SEDB goal of 24% 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 SEDB goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1, 1A, and 2, and Letters of SEDB 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
[email protected] or Mr. William Wall, P.E, Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp60188897-groom-road-mchugh-road-to-plank-road-city-parish-project-no-19-en-hc-0035.html
02-May-2025 8:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
EVANGELINE ST. – ALAMONSTER DR. AND EVANGELINE ST. AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-063A)
|
To be published three times-Legal May 2, 9 and 16, 2025 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: EVANGELINE ST. – ALAMONSTER DR. AND EVANGELINE ST. AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-063A) PROJECT DESCRIPTION: Portland cement concrete sidewalks, driveways, concrete curbs, ADA ramps, striping, and related work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, May 29, 2025, 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. Form Revised to include EBE requirements May 25, 2023 NC 2 of 2 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 $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 Socially and Economically Disadvantaged Business SEDB’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 SEDB 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 SEDB goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1, 1A, and 2, and Letters of SEDB 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., by email at
[email protected] or Mr. Alex Farr, P.E, Project Manager by email at
[email protected]
https://www.centralauctionhouse.com/rfp97504082-evangeline-st-alamonster-dr-and-evangeline-st-area-ada-transition-project-city-parish-project-no-20-en-hc-063a.html
02-May-2025 8:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
City of Morgan City |
REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING
|
<div style="text-align: center;">REQUEST FOR PROPOSALS<br /> </div> The City of Morgan City, Louisiana, will receive sealed proposals until 2:00 PM (local time), on Tuesday, June 10, 2025, for the follow­ing:<br />DISASTER DEBRIS MONITORING SERVICES<br />for the City of Morgan City.<br /><br /> All questions or concerns regarding this proposal may be submitted in writing or by email to Chad Albert
[email protected] no later than May 30, 2025, at 2:00 PM.<br /><br /> The City Council reserves the right to accept or reject any or all proposals, with or without cause, to waive technicalities, or to accept the proposal which, in its sole judgment, best serves the interest of the City. <br /><br />CITY OF MORGAN CITY, LOUISIANA<br />/S/ Lee Dragna <br />Lee Dragna, Mayor
https://www.centralauctionhouse.com/rfp5684526-request-for-proposals-for-disaster-debris-monitoring.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 2:00:00 PM CDT |
City of Alexandria |
CmDv RFP #2503-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 occupied residential structures.
https://www.centralauctionhouse.com/rfp39146247-cmdv-rfp-2503-housing-minor-rehab.html
02-May-2025 12:00:00 AM CDT |
30-May-2025 9:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2128 RFP Provide Emergency Medical Services
|
Information <br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Request for Proposals ("RFP") for C-2128 RFP Provide Emergency Medical Services as described in the bid documents and related exhibits. Response to this RFP does not guarantee a contract. <br />How to Obtain Documents<br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br />Response Requirements<br />All proposals are due by Tuesday, June 10, 2025 at 10:00 a.m.. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp8841274-c-2128-rfp-provide-emergency-medical-services-.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 10:00:00 AM CDT |
International School of Louisiana |
INVITATION TO BID NO. 26-CN-0003: CHEMICALS AND SUPPLIES
|
Sealed bids received at International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Tuesday, June 10, 2025 Bids/Specifications may be obtained at the stated address, by email to
[email protected], by calling (504) 444-2696. The deadline for submitting questions is June 5, 2025. <br /> <br /><i><b>This institution is an equal opportunity provider.</b></i>
https://www.centralauctionhouse.com/rfp61011621-invitation-to-bid-no-26-cn-0003-chemicals-and-supplies.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 1:00:00 PM CDT |
International School of Louisiana |
INVITATION TO BID No. 26-CN-0002: MILK
|
Sealed bids received at International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Tuesday, June 10, 2025. Bids/Specifications may be obtained at the specified address, by email to
[email protected], by calling (504) 444-2696. The deadline for submitting questions is June 5, 2025. <br /> <br />This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp42463471-invitation-to-bid-no-26-cn-0002-milk.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 1:00:00 PM CDT |
International School of Louisiana |
INVITATION TO BID No. 26-CN-0001: DRY & FROZEN GOODS
|
<b>Bid NO. 26-CN-0001 Dry & Frozen Foods</b><br /><br />Sealed bids received at International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Tuesday, June 10, 2025. The deadline for submitting questions is June 5, 2025. <br /> <br /><i><b>This institution is an equal opportunity provider.</b></i><br />
https://www.centralauctionhouse.com/rfp3787196-invitation-to-bid-no-26-cn-0001-dry-frozen-goods.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 1:00:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Food#15-2025
|
NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br />1 Year Food Supplies:<br />June 4th, 2025 1:00 PM<br />At the above place and time, bids will be opened and the public is invited to attend.<br />You can obtain detailed information about the bid conditions, instructions for bidders, specifications, and bid forms by attending a pre-bid meeting on May 8th at 10 AM at the address listed below. Alternatively, you can contact Donna Cardosa from Food and Nutrition Services of the Diocese of Lafayette by calling or writing to:<br />Food & Nutrition Services, Diocese of Lafayette<br />210 Old Farm Lane, <br />Broussard, LA 70518<br />Phone: 337-837-5921, ext. 206 <br />Email:
[email protected]<br /> <br />Please note that the deadline to request documents or ask questions is 24 hours prior to the bid opening.<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br /> <br />
https://www.centralauctionhouse.com/rfp25175031-food15-2025.html
01-May-2025 3:00:00 PM CDT |
04-Jun-2025 12:45:00 PM CDT |
St. Charles Parish Government |
Bid 1013 2 year Contract for Distribution Service Materials
|
https://www.centralauctionhouse.com/rfp83154656-bid-1013-2-year-contract-for-distribution-service-materials-.html
01-May-2025 11:00:00 AM CDT |
22-May-2025 11:00:00 AM CDT |
St. Charles Parish Government |
Bid 1011 - Furnish and Install of Playground Equipment for Landry Park
|
Bid 1011 - Furnish and Install of Playground Equipment for Landry Park<br />Addendum#1 Added
https://www.centralauctionhouse.com/rfp16440879-bid-1011--furnish-and-install-of-playground-equipment-for-landry-park.html
01-May-2025 11:00:00 AM CDT |
22-May-2025 11:00:00 AM CDT |
St. Charles Parish Government |
BID 1012 - 2 Year Contract for Sewer Sludge Hauling
|
SEALED BIDS WILL BE RECEIVED BY ST. CHARLES PARISH UP TO:<br /><br /><br />11:00a.m – May 22nd, 2025<br />AT THE ST. CHARLES PARISH PROCUREMENT OFFICE, ROOM 3400, P. O. BOX 302, 15045 RIVER ROAD, PARISH COURTHOUSE, 3rd FLOOR PARISH PRESIDENT’S OFFICE, HAHNVILLE, LOUISIANA, 70057, EITHER BY MAIL, HAND DELIVERED OR ON-LINE AT: https://www.centralbidding.com PROMPLY THEREAFTER, THE BID(S) WILL BE PUBLICLY OPENED AND READ ALOUD ON THE 3rd FLOOR IN THE LARGE CONFERENCE ROOM OF THE ST. CHARLES PARISH COURTHOUSE. FOR: BID #(s):<br />Bid# 1011- Furnishment & Installation of Playground Equipment for Landry Park<br />Bid# 1012 – 2 Year contract for Sewer Sludge Hauling<br />Bid# 1013 – 2 Year contract for Distribution Service Materials - Waterworks<br />DETAILED SPECIFICATIONS MAY BE PICKED UP, MAILED, OR EMAILED BY CONTACTING SAMANTHA PEARCE AT THE PARISH COURTHOUSE (PHONE 985-783-5000) OR AN EMAIL REQUESTED TO
[email protected] BID RELATED<br />DOCUMENTS MAY BE VIEWED ON-LINE AT https://www.centralbidding.com.<br />ST. CHARLES PARISH RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, PURSUANT TO THE LAW.<br />ST. CHARLES PARISH PROCUREMENT OFFICE BID ADVERTISED:<br />P. O. BOX 302 ST. CHARLES HERALD GUIDE<br />HAHNVILLE, LA 70057 May 1st & 8th, 2025
https://www.centralauctionhouse.com/rfp18541925-bid-1012--2-year-contract-for-sewer-sludge-hauling.html
01-May-2025 11:00:00 AM CDT |
22-May-2025 11:00:00 AM CDT |
EBR Sheriff's Office |
BID #1099 BALLISTIC HELMETS
|
Ballistic Helmets
https://www.centralauctionhouse.com/rfp18704449-bid-1099-ballistic-helmets.html
01-May-2025 10:00:00 AM CDT |
30-May-2025 10:00:00 AM CDT |
Ascension Parish Government |
PR 929 at PR 930 Roundabout
|
<br /> BID NOTICE<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 May 29, 2025, at 12:00 p.m. local time. The bids will be publicly opened and read aloud for the following:<br />Project Name: PR 929 at PR 930 Roundabout<br />Project No.: MA-18-11<br />Statement of Work: Construction of a Roundabout<br />Description: Move Ascension Program<br />Route: Ascension Parish Road 929 at Ascension Parish Road 930<br />Parish: Ascension Parish <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 MA-18-11 PR 929 at PR 930 Roundabout and Louisiana Contractor’s License Number, as well as all companying funds and documents as follows:<br />Bid Submittal<br />Project No.: MA-18-11<br />Project Name: PR 929 at PR 930 Roundabout<br />LA License No.: <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 />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 /><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 /> Hand-delivered to: <br /> 615 E. Worthey Street, Gonzales, LA 70737.<br />Uploaded to: www.centralauctionhouse.com<br />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br />A. A copy of the bid bond must be attached to the bid document submitted electronically.<br />B. The original bid bond document must be received in our office no later than 48 hours after the bid opening date and time (Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana.<br />C. 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.<br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online at www.centraauctionhouse.com<br />Construction proposal information may be accessed online at www.centralauctionhouse.com. <br />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 on Ascension Parish Government to view current advertisement listings. This listing is titled “PR 929 at PR 930 Roundabout”. <br />All registered users will have the ability to submit questions and view project information as well as view project drawing.<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 />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via
[email protected] by 4:00 p.m. on May 15, 2025. Responses will be coordinated with the Project Engineer and posted on the www.centralauctionhouse.com website by 4:00 p.m. CDT on Thursday May 22, 2025. Questions received following the deadline may not be answered.<br /><br />A Mandatory Pre-Bid Meeting will be held on Thursday, May 15, 2025, at the Ascension Parish Governmental Complex Conference Rooms 109/110, located 615 E. Worthey St, Gonzales, LA 70737 at 11:00 am CDT.<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. <br />RS 38:2218. Evidence of good faith; countersigning<br />A. 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/her bid within forty-five (45) days after the actual date of opening thereof.<br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualification, or Request for Proposals if it determined that 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 />The United States Department of Transportation (USDOT) operates a toll-free hotline Monday through Friday, 8:00 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 />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 />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br />Ascension Parish Government<br />Clint Cointment, Parish President <br />WEEKLY- 5/1/25, 5/8/25, 5/15/25 <br />CHIEF- 5/1/25, 5/8/25, 5/15/25<br />
https://www.centralauctionhouse.com/rfp39301846-pr-929-at-pr-930-roundabout.html
01-May-2025 7:00:00 AM CDT |
29-May-2025 12:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0815 MAINTENANCE & INSPECTION OF PASSENGER BOARDING BRIDGES AT BRMA
|
<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. May 28, 2025 for the following:<br /> <br />A25-0815 MAINTENANCE & INSPECTION OF PASSENGER BOARDING BRIDGES AT BRMA<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 />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on May 13, 2025 at 9:00 a.m. The address is 9430 Jackie Cochran Drive, 1st Floor Conference Room Baton Rouge, LA 70807. Questions regarding the site visit may be directed to Dave Gordon @ (225) 355-0333.<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 May 15, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, 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 /> <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/rfp85541702-a25-0815-maintenance-inspection-of-passenger-boarding-bridges-at-brma.html
01-May-2025 12:00:00 AM CDT |
28-May-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0818 INSPECTION & MAINTENANCE OF CONVEYOR BELT SYSTEM AT BRMA
|
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. May 28, 2025 for the following:<br /> <br />A25-0818 INSPECTION & MAINTENANCE OF CONVEYOR BELT SYSTEM AT BRMA<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 />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on May 13, 2025 at 10:00 a.m. The address is 9430 Jackie Cochran Drive, 1st Floor Conference Room Baton Rouge, LA 70807. Questions regarding the site visit may be directed to Dave Gordon @ (225) 355-0333.<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 May 15, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, 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 /> <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/rfp23946185-a25-0818-inspection-maintenance-of-conveyor-belt-system-at-brma-.html
01-May-2025 12:00:00 AM CDT |
28-May-2025 11:00:00 AM CDT |
Ascension Parish Government |
Mississippi River Bike Trail Design
|
<h1 style="text-align: center;">REQUEST FOR QUALIFICATIONS</h1> <br />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>May 29, 2025, at 3:00 p.m. </b>(CT) for the following:<br /> <h1 style="text-align: center;">Mississippi River Bike Trail Design</h1><h1> </h1><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) desires to obtain a certified Louisiana contractor to design a Mississippi River Bike Trail.<br /><b>PROJECT DESCRIPTION: </b><br />The Parish is soliciting qualification statements to design a trailhead near the intersection of LA-44 and the Mississippi River levee and an asphalt bike path commencing from the trailhead along the crown of the levee to the intersection of LA-22 where the path will cross LA-942 onto LA-22 and end at Darrow Park in Ascension Parish, Louisiana.<br /> <br />The work shall be performed by a certified Louisiana contractor. <br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CT) on <b>May 13, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CT) no later than <b>May 20, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Daylight Time on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the proposal submission deadline (i.e. the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 5/1/2025, 5/8/2025, 5/15/2025<br />GONZALES WEEKLY PLEASE PUBLISH 5/1/2025, 5/8/2025, 5/15/2025
https://www.centralauctionhouse.com/rfp65819843-mississippi-river-bike-trail-design.html
01-May-2025 12:00:00 AM CDT |
29-May-2025 3:00:00 PM CDT |
St. Charles Parish Government |
2024 Professional Services Request for Qualifications (Supplemental - May 2025)
|
<br />PUBLIC NOTICE<br /> <br />ST. CHARLES PARISH<br />2024 PROFESSIONAL SERVICES<br />REQUEST FOR QUALIFICATIONS<br />(Supplemental – May 2025)<br /> <br />St. Charles Parish is issuing a Supplemental Request for Qualifications (RFQs) from individuals and/or firms, <b>who did not submit during the original 2024 Professional Services Request for Qualifications</b> and who are interested in providing services in the following categories:<br /><br /> <br />Bridge<br />Drainage Conveyance<br />Drainage Pumpstation<br />Levees<br />SCADA/Telemetry<br />Structures<br />Construction Management<br />Roadway/Highway<br /> <br /> <br /> <br />Traffic/Transportation Planning<br />Architecture<br />Electrical<br />Recreational Planning<br />Mechanical<br />Environmental<br />Geotechnical<br /> <br /> <br /> <br />Real Estate Acquisition<br />Surveying<br />Testing Lab Services<br />Coastal Restoration<br />Potable Water<br />Sewer/ Wastewater<br />Permitting<br /> <br /><br /> <br />The minimum requirements for selection shall be as follows:<br /> <br />The firm must have a minimum of 5 years of experience in providing the professional services for each category in which they wish to qualify.<br />The firm must hold all licenses necessary to legally provide the related services in the State of Louisiana.<br />The lead Professional for each category must be a licensed Professional in that area with a minimum of 10 years of experience in the category in which he/she will be the person in charge responsible.<br />For each classification in which the firm requests to be qualified, examples of 3 to 5 projects completed by the firm in the local area should be provided.<br />In addition to the lead Professional, resumes for any key staff who will be responsible for the work should be provided. <br /> <br />For further information, please contact Miles B. Bingham, Director of Public Works at <br />(985) 331-2624. All appropriate forms (Submittal Instructions and the Questionnaire Document) can be obtained from the St. Charles Parish Website or from the St. Charles Parish Public Works Office at 100 River Oaks Drive, Destrehan, LA 70047. <br /> <br />The office hours for the St. Charles Parish Department of Public Works are 7:30 AM to 4:30 PM on Monday through Thursday.<br /> <br /><b>Interested firms must submit one (1) marked original, one (1) copy, and an electronic scanned PDF file (on either DVD or USB thumb drive) of their submittal to the St. Charles Parish Public Works Office no later than 10:00 AM on Thursday, May 29, 2025. No submittals will be accepted via Central Bidding. </b><br /> <br />All submittals must be in a binder or be bound along the left edge.<br /> <br />Submittals must be delivered in a sealed package and labeled as follows:<br /> <br />St. Charles Parish 2024 Professional Services Request for Qualifications (Supplemental – May 2025)<br /> <br />Name of Firm<br />License Number<br />Address of Firm<br />Contact Name<br />Contact Phone Number<br />Contact Email Address<br /> <br /> <br />Publish:<br /> <br />St. Charles Parish Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Times-Picayune/The New Orleans Advocate<br /> <br /> <br />Dates:<br /> <br />Thursday, May 1, 2025<br />Thursday, May 8, 2025<br />Thursday, May 15, 2025<br />
https://www.centralauctionhouse.com/rfp72346457-2024-professional-services-request-for-qualifications-supplemental--may-2025.html
01-May-2025 12:00:00 AM CDT |
29-May-2025 10:00:00 AM CDT |
Central Community School System |
Central Community School Board Site Improvements
|
Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by Central Community School System for construction of:<br /><br />Project Name: Central Community School Board Site Improvements<br />13845 Hooper Road<br />Baton Rouge, LA 70818<br /> <br />Project Number: 3223139<br /> <br />Bids will be received at the office of the Central Community School System School Board Office, located at 11576 Sullivan Rd, Baton Rouge, LA 70818 until 2:00 pm local time, May 27, 2025. <br /><br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com).<br /><br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Architect:<br />Grace Hebert Curtis Architects, LLC<br />501 Government Street, Suite 200<br />Baton Rouge, LA 70802<br /> <br />Complete Bid documents are also available from https://www.centerline.co/bidding/login via the Centerline Public/Private bidding module. If you are not currently a subscriber, you will need to apply for “Free Access”. Access to the project is without charge and without deposit and will allow you to view, download or send offer documents to a printer.<br /><br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via https://www.centerline.co/bidding/login. 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 https://www.centerline.co/bidding/login, and www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br /><br />The successful Bidder will be allowed Two Hundred and Twenty (220) calendar days to complete the Central Community School Board Site Improvements Project from the date established in a Notice to Proceed. Liquidated Damages will be assessed at $500.00 for each consecutive calendar day for which work is not substantially completed beyond the date set as the completion date in the Notice to Proceed.<br /><br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /><br /><b>A Pre-Bid Conference will be held at 10:00 AM on Friday, May 16, 2025 at Central Community School System Office, located at 11576 Sullivan Road, Baton Rouge, LA 70818. Attendance at this Pre-Bid Conference is MANDATORY and bidders must be present for the entire conference in order to submit a bid. A site visit to the school will be available immediately following the Pre-Bid Conference.</b><br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of 45 days after the bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing law, R.S. 37:2151 et seq.<br /><br />The Central Community School System reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /><br />Roxanne Atkinson, President<br />Central Community School System<br /> <br />Jason Fountain, Superintendent<br />Central Community School System
https://www.centralauctionhouse.com/rfp78981547-central-community-school-board-site-improvements.html
01-May-2025 12:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147818 - Two (2) Year Contract for Services on Hydraulic and Pneumatic Equipment for the Jefferson Parish Department of Fleet Management
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147818<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 3, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Contract for Services on Hydraulic and Pneumatic Equipment for the Jefferson Parish Department of Fleet Management<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 30, May 7, and 14, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp80465168-5000147818--two-2-year-contract-for-services-on-hydraulic-and-pneumatic-equipment-for-the-jefferson-parish-department-of-fleet-management.html
30-Apr-2025 11:06:00 AM CDT |
03-Jun-2025 2:00:00 PM CDT |
St. John the Baptist Parish Public Schools |
BOND PROJECT - St John Magnet HVAC RENOVATIONS
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 10:00 A.M. C.S.T. on May 26, 2025 for St John Magnet HVAC RENOVATIONS
https://www.centralauctionhouse.com/rfp94256953-bond-project--st-john-magnet-hvac-renovations-.html
30-Apr-2025 10:00:00 AM CDT |
26-May-2025 10:00:00 AM CDT |
St. Tammany Parish School Board |
COPYING EQUIPMENT/SERVICE FOR GRAPHIC ARTS
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp22211962-copying-equipmentservice-for-graphic-arts.html
30-Apr-2025 9:00:00 AM CDT |
02-Jun-2025 3:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6896 CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6896</div> <br />04/30/2025<br />CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)<br />Sealed Bid No. 25-6896<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Provide Fuel Service (Citywide use)</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <b>May 28th, 2025 at 9:45am</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 30, 2025<br />May 7, 2025<br />May 14, 2025
https://www.centralauctionhouse.com/rfp32899555-sealed-bid-25-6896-contract-to-provide-fuel-service-citywide.html
30-Apr-2025 8:30:00 AM CDT |
28-May-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6897 REMOVE, FURNISH AND INSTALL TWO (2) AIR-COOLED ROOFTOP UNITS AT EXHIBITION HALL
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6897</div> <br />April 30, 2025<br />Remove, Furnish and Install Two (2) Air-Cooled Rooftop Units at Exhibition Hall<br />Sealed Bid No. 25-6897<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>REMOVE, FURNISH AND INSTALL TWO (2) AIR-COOLED ROOFTOP UNITS AT EXHIBITION HALL</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Thursday, May 29, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read. There will be an optional pre-bid meeting on <u><i>Tuesday, May 6, 2025 at 10:00 a.m.</i></u> at the Rivertown Exhibition Hall located at 415 Williams Blvd. in Kenner, Louisiana 70062. All interested bidders are encourage to attend.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 30, 2025<br />May 7, 2025<br />May 14, 2025<br />
https://www.centralauctionhouse.com/rfp43776929-sealed-bid-25-6897-remove-furnish-and-install-two-2-air-cooled-rooftop-units-at-exhibition-hall.html
30-Apr-2025 8:30:00 AM CDT |
29-May-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6895 CONTRACT TO SUPPLY THERMOPLASTIC PAVEMENT MARKINGS
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No.25-6895</div> <br />April 30, 2025<br />CONTRACT TO SUPPLY THERMOPLASTIC PAVEMENT MARKINGS<br />Sealed Bid No. 25-6895<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO SUPPLY THERMOPLASTIC PAVEMENT MARKINGS</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Wednesday, May 28, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /> <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 30, 2025<br />May 7, 2025<br />May 14, 2025<br />
https://www.centralauctionhouse.com/rfp2802258-sealed-bid-25-6895-contract-to-supply-thermoplastic-pavement-markings.html
30-Apr-2025 8:30:00 AM CDT |
28-May-2025 9:45:00 AM CDT |
Jefferson Parish Sheriff's Office |
25-MAY-2101 Lead Ammunition
|
Advertisned in the New Orleans Advocate
https://www.centralauctionhouse.com/rfp34258897-25-may-2101-lead-ammunition.html
30-Apr-2025 6:00:00 AM CDT |
21-May-2025 10:00:00 AM CDT |
City of Mandeville |
2025 ROADWAY AND DRAINAGE MAINTENANCE CONTRACT
|
INVITATION TO BID<br />CITY OF MANDEVILLE<br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, May 28, 2025, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete 2025 ROADWAY & DRAINAGE MAINTENANCE CONTRACT – PROJECT NO.: 700.22.003 ; 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 />This contract will be utilized by the City of Mandeville to complete general maintenance and emergency work activities for roadway and drainage and other related work throughout the City of Mandeville as detailed on the plans and stated in the specifications.<br />Types of work under this contract generally consists of roadway and drainage maintenance, including restoration of Portland cement concrete pavement; asphalt pavement patching; installation & repair of drainage culverts & drainage structures; installation of culvert end treatments; cleaning and CIPP lining of drainage lines; cleaning, excavating, and/or reshaping of open drainage ditches and channels; restoration of retention pond embankments; installation & repair of sidewalks and ADA ramps; restoration of pedestrian paths; restoration of parking areas; sodding; pavement crack sealing, and other related miscellaneous work and incidentals thereto throughout the City of Mandeville on as needed basis. The contract will be for one (1) calendar year, with the option to extend up to two (2) additional years for a maximum of 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 />This contract may be fully or partially funded by the FEMA Public Assistance program. Refer to the Contract Documents, as amended, for the federal contract clauses and provisions applicable to this contract between the City and the contractor.<br />A non-mandatory pre-bid conference will be held Thursday, May 8; 2025; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169).<br />Emailed copies of the bid documents may be obtained by emailing
[email protected]. 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 3500 U.S. 190, Suite 201, 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 />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 />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 />The outside envelope in which the bid is placed must be clearly marked as follows:<br />Sealed Bid: 2025 ROADWAY & DRAINAGE MAINTENANCE CONTRACT<br />CITY OF MANDEVILLE PROJECT NO. 700.22.003<br />Bid Due Date and Time: WEDNESDAY, MAY 28, 2025; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND<br />LOUISIANA CONTRACTOR’S LICENSE NUMBER<br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 3xs: April 24, May 7, 14
https://www.centralauctionhouse.com/rfp16401470-2025-roadway-and-drainage-maintenance-contract.html
30-Apr-2025 12:00:00 AM CDT |
11-Jun-2025 11:00:00 AM CDT |
Mader Engineering - Central Bidding Plan Room |
LeGros Memorial Airport, Airfield Perimeter Fencing – Phase 2
|
<div style="text-align: right;"><b>ADVERTISEMENT FOR BIDS</b></div><b> </b><br /> <br />Acadia Parish Police Jury (herein referred to as the "Owner") hereby solicits sealed bids for LeGros Memorial Airport, Airfield Perimeter Fencing – Phase 2 project described as follows:<br /> <br />STATEMENT OF WORK: <br />Installation of woven wire wildlife fencing, chain-link fencing, gates, and drainage pipes.<br /> <br />Sealed Bids shall be addressed to Acadia Parish Police Jury, and delivered to 505 Northeast Court Circle, Crowley, LA 70527 or submitted by electronic bid at www.madereng.com not later than 10:00 a.m., on May 27, 2025. Any bid received after the specified time and date will not be considered.<br /> <br />The sealed bids will be publicly opened and read aloud at 10:00 a.m., on May 27, 2025 at the Acadia Parish Police Jury located at 505 Northeast Court Circle, Crowley, LA 70527.<br /> <br />A Non-Mandatory / PRE-BID CONFERENCE WILL BE HELD:<br />TIME & DATE: 10:00 a.m. on May 15, 2025<br />LOCATION: LeGros Memorial Airport Terminal Building<br /> Airport Road<br /> Estherwood, LA<br /> <br />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 /> <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; Mader Engineering, Inc. located at 1245 South College Road, Building 1, Lafayette, LA 70503; (337-989-8047). Copies shall be obtained at the Engineer’s office (upon payment of a deposit of $120.00) or may be downloaded from the Mader Engineering Plan Room as hosted by Central Bidding (subject to fees and conditions). The deposit will be refunded upon request in accordance with R.S. 38:2212, but Central Bidding fees are not refundable. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The 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 “Owner” as “additionally insured”. <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. 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 />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 />It is the policy of the Department of Transportation (DOTD) 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. All bidders shall make good faith efforts, as defined in 49 CFR Part 26, Regulations of the Office of Secretary of Transportation, to subcontract 5.14% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). <br /> <br />The proposed contract is subject to the Buy American provision under 49 USC § 50101.<br /> <br />The proposed contract is under and subject to executive Order 11246 of September 24, 1965. 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. Affirmative Action Requirements as well as goals for minority and female participation on contracts and subcontracts of $10,000 or more are established within the Specifications.<br /> <br />The successful bidder will be required to submit Certifications regarding Foreign Trade Restrictions under 49 CFR part 30, Government Wide Debarment and Suspension as per 2 CFR part 180 and Non-segregated Facilities as per 41 CFR § 60-1.8.<br />Attention to Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Davis Bacon Act Requirements.<br /> <br />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 /> <br />Notice is hereby given that the project is funded through Federal and 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 30 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 /> <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 /> <br />OWNER<br />Acadia Parish Police Jury<br />
https://www.centralauctionhouse.com/rfp2600357-legros-memorial-airport-airfield-perimeter-fencing-phase-2-.html
30-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD FRESH PRODUCE 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp18455781-sabine-parish-school-board-fresh-produce-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD PAPER & CLEANING SUPPLIES 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp15940520-sabine-parish-school-board-paper-cleaning-supplies-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD MILK AND JUICE 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp23344467-sabine-parish-school-board-milk-and-juice-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD FROZEN FOODS 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp29446328-sabine-parish-school-board-frozen-foods-2025-2026-school-year-.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD DRY GOODS 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp21758425-sabine-parish-school-board-dry-goods-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD ICE CREAM 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp37408489-sabine-parish-school-board-ice-cream-2025-2026-school-year-.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Bryant Hammett & Associates, LLC |
Village of Harrisonburg - Steamboat Park Improvements
|
ADVERTISEMENT FOR BIDS<br />April 30, 2025<br /> <br />VILLAGE OF HARRISONBURG<br />STEAMBOAT PARK IMPROVEMENTS<br /> <br />Sealed Bids for the construction of the Steamboat Park Improvements Project will be received by the Village of Harrisonburg at the Village Hall located at 108 Sicily Street, Harrisonburg, LA 71340, no later than 10:00 a.m., Local Time, on Thursday, May 29, 2025. Bids shall be designated as "Sealed Bid" Village of Harrisonburg – Steamboat Park Improvements at which time the Bids received will be publicly opened and read.<br /> <br />Bids will be received for a single prime Phase. Bids shall be on a lump sum and unit price basis, with any additive alternate bid items as indicated in the Bid Form.<br />All bids must be submitted on the proper form. The contractor must display his contractor's license number prominently on the outside of the envelope. Any bids received after the specified time and date will not be considered. <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 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 through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online portal; they shall be received by mail, delivery, or in person.<br /> <br />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 Heavy construction.<br /> <br />Construction documents can be obtained from Bryant Hammett & Associates (318-757-6576) upon payment of 250 dollars per set. Documents can be mailed to bidders for an additional $15.00 per set. 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. Neither the Owner nor the Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. <br /> <br />In accordance with RS 38:2212 G(2), plans and specifications shall be available to bidders until twenty-four hours before the bid opening date.<br /> <br />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 />The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids in accordance with the Public Bid Law.<br /> <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Bid bonds shall be written by a surety or<br /> <br /> <br />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. <br /> <br />The Contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. <br /> <br />The Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that the Bidder may agree to in writing upon the request of the Owner.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed. No Time Extensions will be granted. This project must be completely finished (including 45-day substantial) by December 31, 2025. <br /> <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Phase 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 />All bidders must have an active Unique Entity ID (SAM) (System for Award Management) Number, 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 have a current SAMS number to be eligible to work. Verification is required before work begins on the project.<br /> <br />All awarded Contractors will be required to attend a monthly meeting, with mandatory attendance from the Project Engineer, Resident Inspector and Contractor, or their authorized representatives, at the beginning of the month to review quantities for pay estimates, process change orders, review work performed during month and to discuss any problems which may have arisen.<br /> <br />Please notify the Village of Harrisonburg at (318) 744-5794 seven (7) days in advance of the scheduled bid opening if special accommodations specified under ADA are required.<br /> <br />Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin, genetics, disability or veteran status. Bidders on this work will be required to comply with the President’s Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications.<br /> <br />The Owner hereby notifies all offerors that in regard to any Phase 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 /> <br /> Village of Harrisonburg <br />Publication Dates – Catahoula Booster: Mike Tubre, Mayor<br /> April 30, 2025<br /> May 7, 2025<br /> May 14, 2025<br />
https://www.centralauctionhouse.com/rfp51619578-village-of-harrisonburg--steamboat-park-improvements.html
30-Apr-2025 12:00:00 AM CDT |
29-May-2025 10:00:00 AM CDT |
Atchafalaya Basin Levee District |
BID - AGGREGATES
|
<div style="text-align: center;">ATCHAFALAYA BASIN LEVEE DISTRICT<br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170</div><div style="text-align: right;">Phone (225) 387-2249<br />Fax (225) 387-4742</div> <div style="text-align: center;"><b>NOTICE</b></div><br /><br />Sealed bids will be received by the Board of Commissioners, Atchafalaya Basin Levee District, in its Office in Port Allen, Louisiana, up to<b> 2:00 p.m., Wednesday, June 4, 2025</b> and can also be submitted online at www.centralauctionhouse.com for:<ol> <li>Furnishing Gasoline and Diesel Fuel delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li> <li>Furnishing Crushed Limestone delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li></ol>All bids will be publicly opened and read at 4:00 p.m. of the same day, and any bid eceived after 2:00 p.m. will be returned unopened.<br /><br />The right is reserved to reject any and all bids and to waive informalities.<br /><br />Bid to be submitted in sealed envelope marked<div style="text-align: center;"><b>“BID - FUEL” or “BID - AGGREGATES.”</b></div><br />Specifications, proposal forms, etc., are available at the Atchafalaya Basin Levee District Office, (525 Court Street) P. O. Box 170, Port Allen, Louisiana 70767, telephone number (225) 387-2249.<div style="text-align: right;">Tommy Thibodeaux<br />President</div>Kristy Jewell <br />Secretary <br /><br /><br />3t<br />Daily Journal of Commerce, The Advocate, and Pointe Coupee Banner<br />May 1, 15, and 29, 2025<br />
https://www.centralauctionhouse.com/rfp39877737-bid--aggregates.html
29-Apr-2025 10:30:00 AM CDT |
04-Jun-2025 2:00:00 PM CDT |
Atchafalaya Basin Levee District |
OFFICIAL JOURNAL
|
<div style="text-align: center;">ATCHAFALAYA BASIN LEVEE DISTRICT<br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170</div><div style="text-align: right;">Phone (225) 387-2249<br />Fax (225) 387-4742</div><div style="text-align: center;"><br /><u><b>ADVERTISEMENT FOR BIDS</b></u><br /><br /><b>OFFICIAL JOURNAL</b><br /> </div><div>Sealed bids will be received by the Board of Commissioners for the Atchafalaya Basin Levee District, at 525 Court Street, Port Allen, Louisiana, up to <b>2:00 p.m., Wednesday, June 4, 2025</b>, for printing and publication of minutes of meetings of the Atchafalaya Basin Levee District and all other legal advertisements required by law for a period of one (1) year. <br /><br />All bids will be publicly opened and read at 4:00 p.m. of the same day, and any bid received subsequent to 2:00 p.m. will be returned unopened.<br /><br />The right is reserved to reject any and all bids and to waive informalities.<br /><br />Bid to be submitted in sealed envelope marked “BID - OFFICIAL JOURNAL.”<br /> </div><div style="text-align: right;">Tommy Thibodeaux<br />President</div><div>Kristy Jewell <br />Secretary <br /><br /><br />3t<br />Pointe Coupee Banner, and Plaquemine Post South<br />May 1, 15, and 29, 2025.</div>
https://www.centralauctionhouse.com/rfp20719906-official-journal.html
29-Apr-2025 10:30:00 AM CDT |
04-Jun-2025 2:00:00 PM CDT |
Atchafalaya Basin Levee District |
BID - FUEL
|
<div style="text-align: center;">ATCHAFALAYA BASIN LEVEE DISTRICT<br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170</div><div style="text-align: right;">Phone (225) 387-2249<br />Fax (225) 387-4742</div> <div style="text-align: center;"><u><b>NOTICE</b></u></div><br /><br />Sealed bids will be received by the Board of Commissioners, Atchafalaya Basin Levee District, in its Office in Port Allen, Louisiana, up to <b>2:00 p.m., Wednesday, June 4, 2025</b> and can also be submitted online at www.centralauctionhouse.com for:<ol> <li>Furnishing Gasoline and Diesel Fuel delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li> <li>Furnishing Crushed Limestone delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li></ol><br />All bids will be publicly opened and read at 4:00 p.m. of the same day, and any bid received after 2:00 p.m. will be returned unopened.<br /><br />The right is reserved to reject any and all bids and to waive informalities.<br /><br />Bid to be submitted in sealed envelope marked<div style="text-align: center;"><b>“BID - FUEL” or “BID - AGGREGATES.”</b></div><br />Specifications, proposal forms, etc., are available at the Atchafalaya Basin Levee District Office, (525 Court Street) P. O. Box 170, Port Allen, Louisiana 70767, telephone number (225) 387-2249.<div style="text-align: right;">Tommy Thibodeaux<br />President</div><br />Kristy Jewell <br />Secretary <br /><br /><br />3t<br />Daily Journal of Commerce, The Advocate, and Pointe Coupee Banner<br />May 1, 15, and 29, 2025
https://www.centralauctionhouse.com/rfp86979054-bid--fuel.html
29-Apr-2025 10:30:00 AM CDT |
04-Jun-2025 2:00:00 PM CDT |
City of Bogalusa |
Airport Engineering Services
|
<br />Notice is hereby given that the City of Bogalusa is requesting submittal of qualification statements from<br />Professional engineering and planning firms interested in performing professional engineering services<br />at the George R. Carr Memorial Airfield (BXA) for the project period of approximately 3 years with the<br />option for two, one-year extensions. Projects are to be submitted to the Federal Aviation Administration<br />Administration and LADOTD Division for approval<br />Statement of Qualifications (3 Copies) will be accepted until 2:00 pm local time, on May 29, 2025.<br /> <br />Questions regarding this project should be addressed to the airport manager. Firms wishing to apply must submit a fully completed SF-330 Form. Failure to provide all information requested might result in the submission being considered non-responsive and the firm will not be given a total score in the evaluation process.<br />City of Bogalusa<br />(985) 732-6200
https://www.centralauctionhouse.com/rfp82319432-airport-engineering-services.html
29-Apr-2025 8:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
Bogalusa City Schools |
2025-2026 INVITATION FOR BID
|
Bogalusa Daily News <br /><br />Attn: Bogalusa Public Notice <br />
[email protected]<br /> <br />LEGAL <br />PUBLIC NOTICE <br />Sealed bids for the SY 2025-2026, August 1st, 2025-July 31, 2026 will be received by the Bogalusa City School Board/ Child Nutrition Program (CNP) at 1705 Sullivan Drive, Bogalusa, LA 70427 for 1) Frozen, 2) Processed, 3) Kitchen/Paper Supplies, 4) Milk, until 1:00 P.M. May 21, 2025 at which time and place bids will be publicly opened and read aloud for those in attendance. Complete bidding documents may be obtained from Kristy McNabb, Supervisor, CNP at the address mentioned below from April 28, 2025, to May 21, 2025. Bids can be downloaded from Central Auction House.com. Bids are also on the Bogalusa City School website, www.bogschools.org located in the Child Nutrition Program section. <br /><br />The Bogalusa City Schools CNP is funded 92% with Federal funds.<br /> <br />The Bogalusa City School Board reserves the right to accept or reject any bid and to waive all formalities. <br /><br />Kristy McNabb <br />Supervisor, Child Wellness and Nutrition Program<br /> <br />1705 Sullivan Drive <br />Bogalusa, LA. 70427 <br />Office 985-281-2124 <br />
[email protected] <br />Monday April 28, 2025 <br />Wednesday May 21, 2025<br /><br /> <br />Please sign to confirm receipt of this notice and schedule for Publication on the above listed dates. <br />Signature of Authorized Personnel: <br />Thank you for your cooperation in this matter. <br />Kristy McNabb <br />Supervisor, Child Wellness and Nutrition Program <br />1705 Sullivan Drive <br />Bogalusa, LA, 70427 <br />Office 985-281-2124 <br />Kristy
[email protected]<br />
https://www.centralauctionhouse.com/rfp57463267-2025-2026-invitation-for-bid.html
28-Apr-2025 12:00:00 AM CDT |
21-May-2025 12:00:00 AM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida: Sacred Heart Catholic Church - Church/Office Repairs and Life Center Re-Roofing
|
INVITATION TO BID<br /><br />Sealed bids will be received by the Diocese of Houma Thibodaux on behalf of Sacred Heart Catholic Church until 2:30 PM on Wednesday, May 21, 2025, at its office located at 2779 Louisiana Highway 311, Schriever, Louisiana, 70395 at which time bids will be publicly opened and read-aloud for Hurricane Ida: Sacred Heart Catholic Church – Church/Office Repairs and Life Center Re-Roofing.<br /><br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number.<br /><br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. Sealed Bid Enclosed<br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />No project Contract Documents will be provided by the Architect or Owner. 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 />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br /><br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Owner.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One Hundred Eighty (180) 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 /><br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br /><br />A NON-MANDATORY Pre-Bid Conference will be held on Tuesday, May 6, 2025 at 1:00 PM, at Sacred Heart Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of the Congregation of Sacred Heart Catholic Church: 15300 West Main Cut Off, LA 70345.<br /> <br />Reverend Joey Lirette, Pastor<br />William “Bill” Barbera,<br />Chief Operating and Financial Officer
https://www.centralauctionhouse.com/rfp87720359-hurricane-ida-sacred-heart-catholic-church--churchoffice-repairs-and-life-center-re-roofing.html
25-Apr-2025 5:00:00 PM CDT |
21-May-2025 2:30:00 PM CDT |
Port of New Orleans |
Invitation to Bid: Nashville Avenue Wharf
|
<div style="text-align: center;"><b>INVITATION TO BID<br /> <br />NASHVILLE AVENUE WHARF “C”<br />COMFORT STATION</b></div> <div style="text-align: justify;">Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) will receive bids electronically at Central Bidding<b>, www.centralbidding.com</b>, on or before <b>Thursday, May 22, 2025 until 11:00 A.M., </b>local time, for Work Order No. 1-1093, NASHVILLE AVENUE Wharf “C” – COMFORT STATION.<br /> <br />The work consists of furnishing all labor, material and equipment for layout and construction of a new metal building comfort station, including the installation of a new concrete slab and sidewalk; construction of a new metal building; installation of all building plumbing, mechanical, and electrical components; installation of new restroom partitions; installation of a new metal roof, gutters, and trim as per the drawings and specifications provided in the Bidding Documents, together with all required miscellaneous and incidental work.. The site is located on the Nashville Terminal in New Orleans, Louisiana. (Estimated Cost: To be provided at Bid Opening).<br /> <br />All Bids must be in accordance with the Bidding Documents on file with the Port of New Orleans.<br /> <br />In accordance with LSA R.S. 38:2212 (E)(7), complete Bidding Documents are available for download via Central Bidding at www.centralbidding.com. Bidding Documents may also be obtained from the SEBconnect App, available in both the Apple and Google play platforms.<br /> <br />If request for contract documents is made through U.S. mail or other delivery services, bidder must furnish a street mailing address and will be held responsible for service fees.<br /> <br />A <b>pre-bid conference</b> will be held on <b>Tuesday, May 6, 2025 at 9:00 a.m</b>. local time at the Port Administration building (1350 Port of New Orleans Place, New Orleans LA 70130). Bidders are urged to attend.<br /> <br />Federal regulations require that persons seeking entry to secure areas of United States ports must present a valid Transportation Workers Identification Credential (TWIC) card and must maintain possession of the TWIC at all times in secure port areas.<br /> <br />Persons seeking entry to the below listed facilities of the Port of New Orleans must possess a TWIC in order to attend pre-bid meetings on port property. Restricted areas include port property between Felicity Street and Henry Clay Avenue, Alabo Street Wharf, Jourdan Road Wharf, the Julia Street and Erato Street Cruise Terminals, and during cargo activities at Poland Avenue Wharf and Governor Nicholls Street Wharf. Prospective bidders must provide their own Harbor Police Department (HPD) approved TWIC escorts for those in their party who do not have a TWIC. Note that only contractors with open Board contracts are eligible to be on the approved escort list. The port will not provide nor arrange for escorts. See Section 1000 – General Requirements.<br /> <br />Once an employer is under contract with the Board, TWIC card holders and their Sponsoring Employer must submit an application to Harbor Police and the TWIC card holder must attend a training session in order to be certified as an Approved TWIC Escort for anyone entering the secured area without a TWIC. <br /> <br /> <br />Proposal forms will be issued only to those contractors complying with state licensing laws for contractors, La. R.S. 37:2163. On any bid submitted in the amount of $50,000 or more, the contractor must hold at the time this bid is opened a valid license issued by the Louisiana Licensing Board for Contractors. This project is classified as Building Construction or Heavy Construction. Objection to the required classification should be filed in accordance with La. R.S. 37:2163 as stated by the Louisiana State Licensing Board for Contractors.<br /> <br />A deposit of five percent (5%) of the cost of the contract price of work to be done for the Base Bid plus all additive Alternate Bid prices, by certified check, cashier's check or bid bond is required, and the bidder to whom the contract is awarded shall also be required to furnish a performance bond in the total amount of the bid. The bid bond must be furnished in accordance with the requirements of La. R.S. 38:2218, and the performance bond in accordance with the provisions of La. R.S. 38:2219.<br /> <br />The award of contract, if awarded, will be made within 45 calendar days after bid opening to the lowest qualified bidder whose bid complies with all requirements prescribed. However, when the contract is to be financed by bonds which are required to be sold after receipt of bids, or when the contract is to be financed in whole or in part by federal, state or other funds not available at the time bids are received, or when the contract requires a poll of the Louisiana Legislature before contract funds are available, the time will not start until receipt of federal or state concurrence or concurrence of the other funding source in accordance with LA. R.S. 38:2215(D). Award will be within 45 calendar days after the sale of bonds or receipt of concurrence in award from the federal or state agency or other funding source. Funds for this contract:<br /> <br />____ will not be immediately available, the 45-day period for contract<br />award will not begin at the time of bid opening, and the<br />deadlines under La. R.S. 38:2215 for contract execution and<br />issuance of notice to proceed shall not apply.<br />__X__ will be immediately available and the 45-day period for contract<br />award will begin at the time of bid opening.<br /> <br />Work in the amount of at least 60 percent (60%) of total amount of contract as awarded shall be performed by contractor at the construction site or within his own shop, plant, or yard with his own employees.<br /> <br />The Board as an equal opportunity public entity invites and encourages DBE’s and SBE’s to submit bids on its projects. In order to comply with the Constitution of the State of Louisiana, such certification programs must be race and gender neutral. <br /> <br />All questions, correspondence, inquiries, and other communications regarding this procurement shall be directed to Board of Commissioners of the Port of New Orleans, Procurement Department, 1350 Port of New Orleans Place, New Orleans, LA 70130 or
[email protected]. All questions will be answered via additional information or addenda and will be posted on Central Bidding website at: www.centralbidding.com. <b> Questions must be submitted at least seven (7) days prior to bid opening</b>. <br /> <br />These individuals are not authorized to and shall not render legal opinions or advice. No information will be given regarding the proper evidence of corporate authority as required in this bid. Each bidder is advised to consult his own counsel for such information.<br /> <br />Please be advised that these individuals are not the legal representatives of the Board.</div>
https://www.centralauctionhouse.com/rfp1243379-invitation-to-bid-nashville-avenue-wharf-.html
25-Apr-2025 12:30:00 PM CDT |
22-May-2025 11:00:00 AM CDT |
City of Abbeville |
F.Y. 2023 LCDBG Clearance Program - Phase II - Demolition of Blighted Structures for the City of Abbeville
|
<div><div style="text-align: center;">ADVERTISEMENT FOR BIDS</div><br />Notice is hereby given that sealed bids will be received by the Mayor and Council of the City of Abbeville, Vermilion Parish, Louisiana, on-line with http://www.centralbidding.com and at 101 North State Street, in the Council Meeting Room, Abbeville, LA, <b>until 2:00 p.m., Monday, June 2, 2025</b>, for:<br /> <div style="text-align: center;"><b>F.Y. 2023 LCDBG CLEARANCE PROGRAM</b><br /><b>PHASE II - DEMOLITION OF BLIGHTED STRUCTURES</b><br /><b>FOR THE</b><br /><b>CITY OF ABBEVILLE</b></div> <br />and the bids will be opened and read aloud at that time (LA R.S. '38:2214). Bids received after the specified time will not be considered.<br /> <br /><b>The Work Shall Consist of the Demolition of Residential Structures and Any Outbuildings or Other Appurtenances; Removal and Proper Disposal of All Materials; Clearing, Leveling, Seeding and Fertilizing of the Site, and Associated Environmental Reporting and Miscellaneous Work.</b><br /> <br />No Pre?Bid Conference will be held for this project (R.S. '38:2212.I).<br /> <br />For the demolition of residential structures, only the bids of Prime Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $7,500.00. Should the bid exceed $7,500.00, contractors desiring to bid shall hold license of proper classification under the following:<ol> <li>Residential Construction;</li> <li>Building Construction;</li> <li>Rigging, House Moving, Wrecking, and Dismantling; or</li> <li>Home Improvement - Up to the statutory limits of the registration ($75,000),</li></ol>in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />For the demolition of commercial structures, only the bids of Prime Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall hold license of proper classification under the following:<ol> <li>Building Construction;</li> <li>Rigging, House Moving, Wrecking, and Dismantling,</li></ol>in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />The Prime Contractor or Sub?Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes shall hold license of proper classification under AHazardous Materials (Asbestos Removal and Abatement) for those structures determined to have such materials.<br /> <br />This project is receiving construction grant assistance from the Louisiana Division of Administration, LCDBG Program. Prospective bidders are advised that technical assistance with forms is available from the Office of Community Development, telephone number 225.342.7412, Louisiana Division of Administration, Claiborne Building, Baton Rouge, Louisiana.<br />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, Section 3 Employment Opportunities, Build America Buy America (BABA), Segregated Facilities, Executive Order 11246, Public Law 17758, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.</div> <div>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 new Section 3 requirements.<br /> <br />The Prime Contractor and all Sub?Contractors must have an active UEI number and an active SAM Cage Code number prior to beginning of construction and throughout the term of the contract.<br /> <br />All contractors and subcontractors 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. Minority, female-owned, and Section 3 firms are encouraged to submit bids.<br /> <br />Contractors may obtain an electronic or paper set of ABidding Documents@ from the Design Engineer listed below at the following location and during the specified hours:<br /> <br />1. Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095<br />Telephone: 337.232.0777 / Fax: 337.232.0851<br />Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m. / Friday: 8:00 a.m. to 12:00 Noon<br /> <br />2. The City of Abbeville=s on-line bid submittal service.<br /> <br />Contractors, sub-contractors, and suppliers may also view and download the plans, specifications, and any published addenda at https://www.centralbidding.com. For assistance on how to register online or if encountering problems with the web site, contact 225.810.4814 or 866.570.9620. Properly licensed contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include the Bid Form, Bid Security with Power of Attorney Certification, and Certificate of Resolution/Authority. Regardless of the bid results, the Contractor will have 48-hours from opening of bids to provide the Owner the original documents. If a certified check or cashier=s check is submitted as the bid security, electronic copies of both the front and back fo the check shall be included with the electronic bid. If a Contractor fails to provide the original hard copies of these documents within 48-hours of the bid opening, bid shall be considered non-responsive.<br /> <br />3. A <b>$115.00 Deposit</b> on the first set of physical documents furnished to all Prime Bidders, who request bidding documents and who are properly licensed by the Louisiana State Licensing Board for Contractors, shall be fully refunded upon return of the documents no later than 10?days after receipt of bids. On other sets of documents furnished to Bidders, $5.00 shall be refunded upon return of the documents no later than 10?days after receipt of bids (LA R.S. '38:2212). Bidders may also obtain an electronic copy of the bid documents from the Design Engineer.<br /> <br />4. As an option to printed plans and specifications, parties may request and acquire an electronic (pdf format) set of plans, specifications, and bidding documents from the office of the Engineer at no cost. Plan holders are responsible for their own reproduction costs. Plans-Out shall be directed to:
[email protected] and questions concerning the project shall be directed to:
[email protected].<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:</div><br clear="all" />1. <b>Bid Bond:</b> A ABid 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 />2. <b>Performance Bond:</b> 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 />3. <b>Payment Bond:</b> 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 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. No bidder may withdraw his/her bid within forty?five (45) days after the actual date of the opening thereof. The Bidding Documents shall be available until 24?hours before the bid opening date (R.S. '38:2212.G.(2)). This provision shall not be subject to waiver (LA R.S. '38:2215). The provisions and requirements of this section and those stated in the bidding documents shall not be waived by any entity (LA R.S. '38:2212).<br /> <br />By order of the Alderman of the City of Abbeville, Louisiana<br /> <table border="0" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:66px;"> <br /> ATTEST:</td> <td style="width:192px;"> <br /> s/Roslyn White</td> <td rowspan="2" style="width:24px;"> <br /> </td> <td style="width:210px;"> <br /> s/Kathleen Faulk</td> </tr> <tr> <td style="width:66px;"> <br /> </td> <td style="width:192px;"> <br /> Mayor</td> <td style="width:210px;"> <br /> Clity Clerk</td> </tr> </tbody></table> <br />Publication Dates (LA R.S. '38:2212): Wednesday: April 23, 2025, April 30, 2025, and May 7, 2025<br />Official Journal (LA R.S. '43:140): The Abbeville Meridional
https://www.centralauctionhouse.com/rfp23252313-fy-2023-lcdbg-clearance-program--phase-ii--demolition-of-blighted-structures-for-the-city-of-abbeville.html
25-Apr-2025 8:00:00 AM CDT |
02-Jun-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PRIDE FIRE DISTRICT - INDIAN MOUND STATION GREENWELL SPRINGS ROAD AND LIBERTY ROAD, CENTRAL, LA 70739 CITY PARISH PROJECT NO. 21-ASC-CP-1580
|
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: April 25th, May 2nd and May 9th, 2025 NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge (City-Parish) will receive electronic or paper bids for the construction of the following project: PRIDE FIRE DISTRICT - INDIAN MOUND STATION GREENWELL SPRINGS ROAD AND LIBERTY ROAD, CENTRAL, LA 70739 CITY PARISH PROJECT NO. 21-ASC-CP-1580 PROJECT DESCRIPTION: Installation of new four-bay fire station and EMS station, including training rooms, offices and living quarters and corresponding site improvements. Bid Package with Plans and Specifications may be obtained online at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Alternately, paper copies may be obtained through most reprographic vendors for their printing cost. All Bids shall be made on the Bid Package Forms. Statutory Forms (Bid Package Part 1-A) shall be submitted to the Purchasing Division prior to Bid Opening: Certification Regarding Debarment, Suspension and Other Responsibility Matters Attestation of No Past Criminal Convictions Legal Citizen Affidavit Non-Collusion & Non-Solicitation Affidavit Bid Forms (Bid Package Part 1)submitted shall be accompanied by a Certified Check or Cashier's Check payable to the Parish of East Baton Rouge, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Building Construction, and must show their license number on the face of the bid envelope. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, La RS 37:2150-2163 for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. Bids will be received ONLY electronically through www.centralbidding.com until the BID OPENING 2:00 PM Local Time, Thursday, May 22, 2025 with no exceptions. In no event shall paper solicitation forms will be received by Purchasing. At Bid Opening in Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802, electronic Bids and Bid Bonds will be downloaded, then all electronic Bids will be publicly read aloud immediately after the 2:00 PM bid closing. Bidders and/or their authorized representatives are invited. Bid results can also be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp Bid Openings can be observed 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 The contract shall be awarded to the lowest responsible and responsive bidder. In accordance with Louisiana Revised Statute (La RS) 38:2214 B, the City-Parish reserves the right to reject any and all bids exceeding the preconstruction cost estimate, or for just cause. In accordance with La RS 38:2212 B (1), the provisions and requirements stated in the Bid Package and this advertisement shall not be waived by any entity. Bids shall be firm for a period of 45 days from the date of the Bid Opening, except as allowed per La RS 38:2214 C. 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 7% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. 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. A mandatory pre-bid conference will be held at 11:00 AM on Tuesday, May 6th, at Meeting Room 1, Central Branch Library, 11260 Joor Rd., Central, LA 70818. Only those prime bidders who participated in the pre-bid are eligible to receive an award on this project. For additional information regarding the construction documents, please contact Bid related: Purchasing Division (225) 389-3259; General Documents related: Rob Gray, AIA, LEED BD+C, (225) 389-4694 or
[email protected] and Construction Documents related: Alison Melancon, AIA, (225) 767- 1717 or
[email protected].
https://www.centralauctionhouse.com/rfp8660126-pride-fire-district--indian-mound-station-greenwell-springs-road-and-liberty-road-central-la-70739-city-parish-project-no-21-asc-cp-1580-.html
25-Apr-2025 8:00:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
City of Alexandria |
BID #2526 - 30 PASSENGER TROLLEY
|
It is the intent of the City of Alexandria to secure pricing for a minimum of one (1) 30 Passenger Trolley, for use by the City of Alexandria. <br /><br /><br /><b>May 12, 2025 addendum created due to incorrect mandatory pre-bid date being on page 1 and specification changes on page(s) 15 through 35 of the original bid packet.<br /> </b><br />
https://www.centralauctionhouse.com/rfp31569043-bid-2526--30-passenger-trolley.html
25-Apr-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
City of Alexandria |
Bid 2525 Sulfur Dioxide, Technical Grade, One (1) Ton Cylinders for WasteWater
|
https://www.centralauctionhouse.com/rfp18064931-bid-2525-sulfur-dioxide-technical-grade-one-1-ton-cylinders-for-wastewater.html
25-Apr-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Town of Berwick |
Sewer Rehabilitation on Fourth, Sixth, Texas, Francis, Utah Streets
|
Sewer Rehabilitation on Fourth, Sixth, Texas, Francis and Utah Streets.<br />
https://www.centralauctionhouse.com/rfp36057021-sewer-rehabilitation-on-fourth-sixth-texas-francis-utah-streets.html
25-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Greater Lafourche Port Commission |
Monitoring of Emergency Storm Debris Removal 2025
|
Request for Proposals for the Monitoring of Emergency Storm Debris Removal will be received by the Greater Lafourche Port Commission (“GLPC”) at its Administration Office located at 16829 East Main, Cut Off, LA 70345 until 2:00 PM local time, Tuesday, May 27, 2025, after which time proposals will be opened and read aloud. <br /> <br />The Project consists of monitoring the removal of vegetative, C&D and/or hazardous material debris - as the situation warrants - resulting from a catastrophic event and other related items.<br /> <br />Sealed proposals may be hand delivered or mailed to GLPC 16829 East Main Street, Cut Off, LA 70345. Electronic proposals may be submitted online at www.centralauctionhouse.com.<br /> <br />All proposals must be submitted on the Bid Form obtained by the GLPC.<br /> <br />Copies of the detailed proposal, forms and other documents, consisting of specifications and addenda may be examined online at https://www.centralauctionhouse.com, in person at the above referenced Administration Office, by calling (985) 632-6701, or by emailing
[email protected], or from our website at https://portfourchon.com/news-events/public-notices.<br /> <br />The Commission reserves the right to reject any or all proposals, in whole or in part, and to waive informalities.<br /> <br />Greater Lafourche Port Commission<br />Chett Chiasson<br />Executive Director
https://www.centralauctionhouse.com/rfp52330042-monitoring-of-emergency-storm-debris-removal-2025.html
24-Apr-2025 5:45:00 PM CDT |
27-May-2025 2:00:00 PM CDT |
Lafourche Parish Sheriff's Office |
LPSO Roofing Repairs - Law Enforcement Center (LEC) and Criminal Operations Center (COC)
|
OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids for the LPSO ROOFING REPAIRS – LAW ENFORCEMENT CENTER (LEC) & CRIMINAL OPERATIONS CENTER (COC), Project Number 24-268-T1, will be received by the LAFOURCHE PARISH SHERIFF’S OFFICE until 2:00 PM on TUESDAY, MAY 27, 2025, at which time bids will be read aloud at the Lafourche Parish Sheriff’s office, 200 Canal Blvd., Thibodaux, LA 70301.<br /> <br />All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following:<br /> <br /> 1. Name of Owner<br /> 2. Name of Project<br /> 3. Louisiana Contractor's name, address, and state license number<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />Each bid shall be accompanied by a bid security of not less than five (5%) percent of the total bid amount. Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s Check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish Sheriff’s Office.<br /> <br />The successful lowest responsible and responsive bidder shall be required to furnish the Owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. The Bidder agrees to commence work under this contract not later than the date indicated in the Owner’s written Notice to Proceed. All of the work required shall be completed within 150 calendar days from the Notice to Proceed. Should the Contractor neglect, refuse or fail to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the amount of calendar days indicated above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as indicated in Article 9 of the Instructions to Bidders for each and every day that such completion of the work is delayed beyond the prescribed date / calendar days, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to affect such payment in full. Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner in which the amount retained, deducted, or claimed as liquidated damages was computed. Designer will be paid for prolonged contract administration and observation of construction should the contract time, as may be extended, be exceeded due to no fault of the Designer and liquidated damages are recommended by the Designer. The amount of such payment shall be computed by dividing 20% of the basic total fee by the number of days construction time, as extended to the contractual completion date, and multiplying by the number of days of liquidated damages recommended by the Designer. The Designer’s prolonged contract administration shall be compensated by deducting from moneys which may become due and payable to the Contractor.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for ROOFING AND SHEET METAL or BUILDING CONSTRUCTION that is in full force and effect. Bidder shall certify that he meets all licensing requirements of Louisiana and is duly and currently licensed under LA. R.S. 37:2150-2164.<br /> <br />A MANDATORY Pre-bid Conference will be held on TUESDAY, MAY 13, 2025, at 10:00 AM starting at the Lafourche Parish Sheriff’s office located at 200 Canal Blvd., Thibodaux, LA 70301 with a site visit at the Law Enforcement Center (LEC) located at 1300 Lynn Avenue, Thibodaux, LA and ending at the Criminal Operations Center (COC) located at 805 Crescent Avenue, Lockport, LA. At the Mandatory Pre-Bid the design professional shall pass around a Sign-In Sheet prior to beginning the formal meeting. The sign-in sheet shall have an area to fill in the signature of the person representing a contractor, the company being represented, the Louisiana license number of the contractor, phone and fax number of the Contractor, and an email address of the Contractor. The Engineer/Architect prefers that all of the five above items be filled out at the mandatory pre-bid. (The information required may be emailed to our office before or 24 hrs. after the Mandatory Pre-Bid at
[email protected]. Emailing this information to our office shall not relieve the contractor of the requirement to be represented at the Mandatory Pre-Bid Conference.) The sign-in sheet shall be collected by the design professional prior to the completion of the meeting. Contractors shall not be allowed to sign the sign-in sheet after it is collected by the design professional. Contractors shall also be required to sign the sign-out sheet after the entire pre-bid conference is complete. (All Contractors shall sign the sign-in sheet and the sign-out sheet in order to bid this project.) Note: Bids shall be accepted only from contractors that attended the entire Mandatory Pre-bid Conference. All questions from bidders shall be submitted by email to
[email protected]. All questions sent by email shall have the project name in the subject area of the email. The last day to submit questions from the Mandatory Pre-bid Conference on this project is THURSDAY, May 15, 2025, at 5:00 PM. The response to questions shall be FRIDAY, MAY 16, 2025.<br /> <br />One of the funding sources for this project shall include FEMA Public Assistance funds and shall meet the FEMA Contract Terms and Conditions as included in the project specifications.<br /> <br />All drawings, specifications and other Contract Documents for the project are available on the internet at www.centralbidding.com. No project Contract Documents will be provided by the Engineer/Architect or Owner. Bids can be submitted electronically at www.centralbidding.com.<br /> <br />All drawings, specifications and other Contract Documents for the project are on file and open for review at the office of High Tide Consultants, LLC, 700 Canal Blvd., Thibodaux, Louisiana 70301.<br /> <br /> <br /> Lafourche Parish Sheriff’s Office<br /> Craig Webre, Sheriff<br /> <br /> <br />ADVERTISEMENT DATES:<br /> <br />FIRST ADVERTISEMENT - THURSDAY, APRIL 24, 2025<br />SECOND ADVERTISEMENT - THURSDAY, MAY 1, 2025<br />THIRD ADVERTISEMENT - THURSDAY, MAY 8, 2025
https://www.centralauctionhouse.com/rfp64889364-lpso-roofing-repairs--law-enforcement-center-lec-and-criminal-operations-center-coc.html
24-Apr-2025 12:00:00 PM CDT |
27-May-2025 2:00:00 PM CDT |
Cameron Parish School System |
Johnson Bayou High School Track Renovations
|
Advertisement for Bids<br /> <br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by Cameron Parish School Board for construction of:<br />Project Name: Johnson Bayou High School Track Renovations<br />Project Number: 2025-09-01<br /> <br />Bids will be received at the offices of the Cameron Parish School Board until 2:00 PM, local time on Thursday, May 22, 2025.<br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com).<br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Architect:<br />Brossett Architect, LLC<br />414 Pujo Street<br />Lake Charles, LA, 70601<br /> <br />Upon payment of a $ 0.00 deposit for each set of documents. The deposit or a portion of the deposit is returnable as provided by the Louisiana State Public Bid Laws.<br />The successful Bidder will be allowed 155 calendar days to complete the Project from the date established in a Notice to Proceed. Liquidated Damages will be assessed at $1,000.00 for each consecutive calendar day for which work is not substantially completed beyond the date set as the completion date in the Notice to Proceed.<br />Bid Documents may be reviewed at the office of the Architect, Brossett Architect, LLC, 414 Pujo Street, Lake Charles, LA, and PLAN ROOMS.<br />Bids must be accompanied by bid security equal to five percent (5%) of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br />A Pre-Bid Conference will be held at 2:30 PM on Tuesday, May 6, 2025 at 6304 Gulf Beach Hwy, Johnson Bayou, LA 70631. Attendance at this Pre-Bid Conference is NON-MANDATORY.<br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with La. R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by La. R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of forty-five (45) days after the bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing laws, La. R.S. 37:2151, et seq.<br />The Cameron Parish School Board reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br />Telesha Bertrand, President<br />Cameron Parish School Board<br /> <br />Charley Lemons, Superintendent<br />Cameron Parish School Board<br /> <br />Advertisement Dates: April 24, May 1, May 8
https://www.centralauctionhouse.com/rfp19726739-johnson-bayou-high-school-track-renovations.html
24-Apr-2025 12:00:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147722-Bucktown Harbor Park Playground & Site Amenities Public Works NO. 2025-003-CM Departments of Ecosystem & Coastal with Parks & Recreation
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147722<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 29, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Bucktown Harbor Park Playground & Site Amenities<br />Public Works NO. 2025-003-CM<br />Departments of Ecosystem & Coastal with Parks & Recreation<br /> <br />The project consists of the construction of a thematic playground including an earthen hill<br />and pile supported retaining wall and elevated platform, a wood framed structure<br />resembling a shrimp boat, several play structures including climbing nets and slides and<br />spinners, rubberized playground safety surfacing, concrete sidewalks and plazas, and<br />landscaping<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<br />Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200<br />Derbigny Street, Gretna, Louisiana. Geotechnical information related to this project, if available, is<br />also, on file for review with the Jefferson Parish Purchasing Department. This geotechnical<br />information is for reference for bidding purposes only, and may not be representative of the total<br />area of the project as soil characteristics may vary from one place to another. Contractor may be<br />required to conduct their own geotechnical inspection and provide proof of said inspection prior to<br />the start of work. A complete set of drawings and specifications may be secured from Joseph Furr Design Studio (JFDS), 635 Main Street, Studio 4, Baton Rouge, LA 70801, Phone: 225-383-0311 by licensed contractors upon receipt of $200.00 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 /> <br /> <br />The successful bidder will be required to furnish a payment bond and a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00 a.m. on May 8, 2025 at Lakeshore Playground located at 1125 Rosa Ave, Metairie, LA70005. 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: April 23 & 30, and May 7, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp53930982-5000147722-bucktown-harbor-park-playground-site-amenities-public-works-no-2025-003-cm-departments-of-ecosystem-coastal-with-parks-recreation.html
23-Apr-2025 12:55:00 PM CDT |
29-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147589 - Three (3) Year Contract to Perform Annual Load Bank Testing & Preventative Maintenance on Various Generators for the Jefferson Parish Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147589<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 29, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Contract to Perform Annual Load Bank Testing & Preventative Maintenance on Various Generators for the Jefferson Parish Department of General Services<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 23, 30, and May 7, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp56600909-5000147589--three-3-year-contract-to-perform-annual-load-bank-testing-preventative-maintenance-on-various-generators-for-the-jefferson-parish-department-of-general-services.html
23-Apr-2025 11:25:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
City of Slidell |
25-B012 STORAGE SHED AT PUBLIC OPERATIONS
|
ADVERTISEMENT FOR BIDS<br /> <br />STORAGE SHED AT PUBLIC OPS<br /> <br />SLIDELL JOB NO. 950-104<br /> <br />Bid No. 25-B012 <br /> <br />SEALED BIDS will be received by the City of Slidell at the Office of the Finance Director, 2045 2nd St., Suite 214, Slidell, Louisiana, until 10:00 A. M. Central Time on May 29, 2025, for the above referenced project, for the CITY OF SLIDELL, LOUISIANA. Bids will be publicly opened and read aloud thereafter in the in the Slidell City Council Chambers, Suite # 319, 2045 Second St, Slidell, LA 70458. Any bid received after closing time will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor's license in Building Construction.<br /> <br />Only bids from contractors who secure Contract Documents from the Engineer or who utilize Central Bidding to obtain Contract Documents, attend and sign in at the mandatory pre-bid meeting to be held on May 14, 2025 at 10:00 a.m. in the Slidell City Council Chambers, (suite # 319), 2045 Second St, Slidell, LA 70458 shall be considered as responsive bidders for this project. The pre-bid meeting may include a non-mandatory visit to the project site. <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. An executed affidavit and attestation form must be submitted prior to bid award. <br /> <br />Contract Documents may be examined and secured for $250 per set from the Engineer, DDG, c/o Kyle Hymel (314 East Bayou Road, Thibodaux, LA 70301. Contract Documents are also available for public inspection at the Slidell Engineering Dept..<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting www.centralbidding.com. Electronic bids will require a digital signature. You must register directly with Central Bidding to utilize this service. You may also contact them at 1 (833) 412-5717. <br /> <br />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 City of Slidell as “additionally insured”.<br /> <br />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 /> <br />All proposals, bids and applications are welcomed. The city encourages participation by Minority, Women-Owned, and Disadvantaged Business Enterprise firms.<br /> <br />Deposits are refundable to bonafide prime bidders and will be 50% refundable to all others with return of complete and unmarked documents no later than 10 days after receipt of Bids.<br /> <br />The bids shall be presented in a sealed envelope clearly marked:<br /> <br />SEALED BIDS: STORAGE SHED AT PUBLIC OPS<br />SLIDELL JOB NO. 950-104<br />LOUISIANA CONTRACTOR’S LICENSE NO. <br /> Bid No. 25-B012 <br /> <br />Opening : DATE May 29, 2025<br /> 10:00 A.M. CST<br /> <br /> <br /> <br /> <br /> <br />The City of Slidell reserves the right to reject any or all bids.<br /> <br /> <br /> <br /> <br /> <br /> Blair Ellinwood CITY OF SLIDELL <br /> Finance Director<br /> <br /> <br /> <br />Advertise: April 23, 2025<br /> April 30, 2025<br /> May 7, 2025<br />
https://www.centralauctionhouse.com/rfp49144943-25-b012-storage-shed-at-public-operations.html
23-Apr-2025 10:00:00 AM CDT |
29-May-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Pest Control Services
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 8th day of May, 2025 for the following:<br /> <br /> PEST CONTROL SERVICES<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Thomas Metrejean at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account. <br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check in the amount of $500.00 or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. <br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4-23-25, 4-27-25<br />DPR # 995234<br /> <br />
https://www.centralauctionhouse.com/rfp60497045-pest-control-services.html
23-Apr-2025 9:00:00 AM CDT |
28-May-2025 3:00:00 PM CDT |
St. Tammany Parish School Board |
SOCIAL EMOTIONAL LEARNING PROGRAM
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp7467884-social-emotional-learning-program.html
23-Apr-2025 9:00:00 AM CDT |
23-May-2025 3:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6894 EMERGENCY TREE WORK SERVICES AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6894</div> <br />04/23/2025<br />EMERGENCY TREE WORK SERVICES AS NEEDED<br />Sealed Bid No. 25-6894<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Provide Emergency Tree Work Services as needed</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <b>May 23rd, 2025 at 9:45am</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 23rd, 2025<br />April 30th, 2025<br />May 7th, 2025
https://www.centralauctionhouse.com/rfp76585500-sealed-bid-25-6894-emergency-tree-work-services-as-needed.html
23-Apr-2025 8:30:00 AM CDT |
23-May-2025 9:45:00 AM CDT |
Port of New Orleans |
Request for Qualifications - Construction Management at Risk (CMAR) Contractor for the Louisiana Ave., Harmony St., and Seventh St. Wharf Repairs
|
Request for Qualifications - Construction Management at Risk (CMAR) Contractor for the Louisiana Ave., Harmony St., and Seventh St. Wharf Repairs per RFQ documents provided.
https://www.centralauctionhouse.com/rfp12632729-request-for-qualifications--construction-management-at-risk-cmar-contractor-for-the-louisiana-ave-harmony-st-and-seventh-st-wharf-repairs.html
23-Apr-2025 8:00:00 AM CDT |
04-Jun-2025 11:30:00 AM CDT |
Vermilion Parish School Board |
2025.772 STADIUM UPGRADES FOR NORTH VERMILION HIGH SCHOOL
|
<h4 dir="ltr"><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">NOTICE TO BIDDERS</span></h4><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Notice is hereby given that sealed bids will be received by the Vermilion Parish School Board either online at </span><a href="https://url.avanan.click/v2/___http://www.centralbidding.com___.YXAzOnZlcm1pbGlvbnBhcmlzaHNjaG9vbGJvYXJkOmE6Zzo2N2M4OTk1YjMyZDA3OTcwMTQ4MWI2MDJiNGFmMzhjMTo2OmEwMDU6NjJhMDkxM2Q2NDYxOGUyMTFkM2UzN2U4ZWM3MjFiZWE5N2UwYzdhNjEyYzIzNWM3MjA2MDc2ZjRkMDQyZjkwYjpwOlQ6Tg">www.centralbidding.com</a> or at the Vermilion Parish School Board Annex Building, 220 South Jefferson Street, Abbeville, Louisiana, 70510 until<b> 2:00 PM - Wednesday, May 21, 2025</b>, for the following:<br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">BID NO. 2025.772 </span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">STADIUM UPGRADES FOR NORTH VERMILION HIGH SCHOOL</span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">VERMILION PARISH SCHOOL BOARD</span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Maurice, Louisiana</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">and will thereafter, be publicly opened and read aloud. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">The Project Scope of Work for the Base Bid shall include all work as specified herein and as indicated and/or implied on the complete set of Bid Documents dated April 22, 2025. The project consists of work across multiple areas at the North Vermilion High School Athletic Stadium including demolition of existing masonry concessions/restroom building, the construction of a new CMU masonry Restroom and Concessions building including all associated mechanical electrical and plumbing fixtures, equipment and services. The Project Scope of Work also includes, new site paving, new site utilities, new fencing and gates, and other related Site improvements as included in the Base Bid Scope of Work.</span><br /><br /><b><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">A Mandatory Pre-Bid Conference will be held at the Project Site (North Vermilion High School, 11609 La Highway 699, Maurice, Louisiana, 70555) at </span>10:00 AM, Thursday, May 8, 2025</b>. All interested parties are encouraged to attend. Please meet at the main front entrance of the School Campus. Contractors who are not in attendance for the entire Mandatory Pre-Bid Conference will be considered to have not attended. All attendees shall check in a the Main Office upon arrival.<br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">General Contractors (Prime Bidders), subcontractors and material suppliers interested in bidding shall obtain electronically complete sets of plans, specifications and bid documents from http://</span><a href="https://url.avanan.click/v2/___http://www.centralbidding.com___.YXAzOnZlcm1pbGlvbnBhcmlzaHNjaG9vbGJvYXJkOmE6Zzo2N2M4OTk1YjMyZDA3OTcwMTQ4MWI2MDJiNGFmMzhjMTo2OmEwMDU6NjJhMDkxM2Q2NDYxOGUyMTFkM2UzN2U4ZWM3MjFiZWE5N2UwYzdhNjEyYzIzNWM3MjA2MDc2ZjRkMDQyZjkwYjpwOlQ6Tg">www.centralbidding.com</a> or <a href="http://www.vpsb.net">www.vpsb.net</a>. Printed copies are not available from the Owner or Architect but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. No Deposit will be collected for the drawings or will money returned to unsuccessful bidders to reimburse the expense of purchasing plans. <br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Each quotation shall be accompanied by a certified check, cashier's check, or bid bond payable to the Owner, the amount of which shall be five percent (5%) of the total amount bid. 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 a 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 countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state. Bid Bonds shall be accompanied by a Power of Attorney as described in the Instructions to Bidders Section of the Specifications. 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.</span><br /><br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Title 37 of the Louisiana Revised Statutes (LA. R.S. 37:2150-2192) for the classification of </span>BUILDING CONSTRUCTION and show their license number on the front of the sealed envelope in which their bid is enclosed. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. If the contract price is less than $50,000.00, the Contractor need not be licensed. Any bid submitted that does not require the contractor to hold a license shall state the exemption on the bid envelope. Additional information relative to the licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Bidder is required to comply with provisions and requirements in accordance with LA. R. S. 38:2212(B)5. No bid may be withdrawn for a period of </span>forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. <br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Each bid shall be submitted only on the Bid Form included in the Specifications.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">The successful Contractor will be required to execute Performance and Labor and Material Payment Bonds in the full amount of the contract as more fully defined in the bid documents.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">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.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">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.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">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.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Any person with disabilities requiring special accommodations must contact Vermilion Parish School Board Administrative Offices no later than seven (7) days prior to bid opening.</span><br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Vermilion Parish School Board</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Thomas J. Byler</span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Superintendent</span><br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Publish Dates: April 23, 2025; April 30, 2025; May 7, 2025.</span><br /><br /><br />
https://www.centralauctionhouse.com/rfp37421436-2025772-stadium-upgrades-for-north-vermilion-high-school.html
23-Apr-2025 7:00:00 AM CDT |
21-May-2025 2:00:00 PM CDT |
Avoyelles Parish School Board |
Avoyelles PSB Cyber Piolt 470 & RFP
|
Avoyelles Parish School District is seeking bids from qualified Cybersecurity Service<br />providers to submit proposals for Cybersecurity services and equipment. The<br />Cybersecurity Pilot Program is a significant initiative, and Avoyelles Parish School District<br />is one of 645 applicants selected from the United States and its Territories to participate<br />in this crucial program.<br />The Schools and Libraries Cybersecurity Pilot Program provides up to $200 million to<br />selected participants over a three-year term. This substantial funding can be used to<br />purchase a wide variety of eligible cybersecurity services and equipment, offering a<br />significant opportunity for the selected schools and school districts.<br />Selected school districts and libraries are eligible to receive up to $13.60 per student,<br />annually, on a pre-discount basis, to purchase eligible cybersecurity services and<br />equipment over the three-year Pilot duration. Currently, Avoyelles has an enrollment of<br />5,094 students.<br />Vendors will need to review the FCC Guidance about the Cybersecurity Pilot Project to<br />bid on the project successfully.<br />Bids may be uploaded to http://centralauctionhouse.com. (Please check the site in<br />ADVANCE for rules and fees for uploading to the bidding site(s). Submissions must be<br />received on or before June 20, 2025, at 2:00 PM (CST).<!--a=1-->
https://www.centralauctionhouse.com/rfp5926428-avoyelles-psb-cyber-piolt-470-rfp.html
23-Apr-2025 12:00:00 AM CDT |
20-Jun-2025 12:00:00 AM CDT |
Port of New Orleans |
Request for Proposals : CONSTRUCTION MANAGEMENT AND ESTIMATING SERVICES LOUISIANA AVE., HARMONY ST., & SEVENTH ST. WHARF SUBSTRUCTURE REPAIRS
|
<div style="text-align: center;"><b>Request for Proposals:<br />CONSTRUCTION MANAGEMENT AND ESTIMATING SERVICES LOUISIANA AVE., HARMONY ST., & SEVENTH ST.<br />WHARF SUBSTRUCTURE REPAIRS<br /> </b></div> <br /> Notice is hereby given that The Board of Commissioners for the Port of New Orleans is requesting proposals for the Construction Management and Estimating Services Louisiana Ave., Harmony St., & Seventh St. Wharf Substructure Repairs. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br />The Board strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the Board’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br />The Board desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, The Board derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br />The Board accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification.<br />BID SUBMISSION: PONO will accept electronic bids for this Project until <b>11:30 a.m. CDT on Thursday, May 22, 2025</b> (the “Bid Submission Deadline”). Any bid received after the Bid Submission Deadline will not be considered. <br />Bidders must be submitted electronically at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br /> <br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents.<br /> <br />PONO CONTACT: Respondents must submit Questions in writing to
[email protected] by <b>Tuesday, May 13, 2025 at 5:00 p.m. CDT</b>. As necessary, addenda to this RFP will be issued to all respondents receiving this RFP. Questions, answers, and all forms required will be posted on www.centralbidding.com.<br /> <br />
https://www.centralauctionhouse.com/rfp6175682-request-for-proposals-construction-management-and-estimating-services-louisiana-ave-harmony-st-seventh-st-wharf-substructure-repairs.html
23-Apr-2025 12:00:00 AM CDT |
22-May-2025 11:30:00 AM CDT |
City of Pineville |
LOT 2 - ASBESTOS ABATEMENT & DEMOLITION AND CLEARANCE OF DILAPIDATED AND BLIGHTED STRUCTURES
|
The project scope at each site consists of the abatement of identified asbestos containing materials and disposal at LDEQ permitted Type I or Type II landfill; demolition, site clearance, and disposal of other structural components (with associated ancillary and site improvements) that is severely dilapidated and creating blight conditions in the community.All structures identified for demolition and clearance under this elimination of blight effort have been condemned under the processes of L.R.S.33:4765.
https://www.centralauctionhouse.com/rfp85000472-lot-2--asbestos-abatement-demolition-and-clearance-of-dilapidated-and-blighted-structures.html
23-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
City of Pineville |
LOT 1 - DEMOLITION AND CLEARANCE OF DILAPIDATED AND BLIGHTED STRUCTURES
|
The project scope at each site consists of the demolition, site clearance, and regulated disposal of residential structures (with associated ancillary and site improvements) that is severely dilapidated and creating blight conditions in the community.All structures identified for demolition and clearance under this elimination of blight effort have been condemned under the processes of L.R.S.33:4765.
https://www.centralauctionhouse.com/rfp96439475-lot-1--demolition-and-clearance-of-dilapidated-and-blighted-structures.html
23-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
St. Tammany Parish School Board |
RFP #188 - INSURANCE AND BOND COVERAGES 2025
|
https://www.centralauctionhouse.com/rfp29649225-rfp-188--insurance-and-bond-coverages-2025.html
19-Apr-2025 12:00:00 AM CDT |
23-May-2025 3:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
GEORGE O’NEAL SIDEWALKS (PADUCAH CT. TO KENNESAW DR.) (CITY PARISH PROJECT NO. 23-EN-HC-0020)
|
To be published three times-Legal April 18, 25, and May 2, 2025 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: GEORGE O’NEAL SIDEWALKS (PADUCAH CT. TO KENNESAW DR.) (CITY PARISH PROJECT NO. 23-EN-HC-0020) PROJECT DESCRIPTION: Pervious concrete sidewalks, driveways, earthwork, handicap ramps, drainage structures, striping, and associated work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, MAY 20, 2025, 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. Form Revised to include EBE requirements May 25, 2023 NC 1 of 2 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 $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 10% 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. Henok Abebe, Manager at
[email protected] or Mr. George Chike, P.E., Project Manager at
[email protected]. Project Form Revised to include NC 2 of 2 EBE requirements May 25, 2023
https://www.centralauctionhouse.com/rfp43896669-george-oneal-sidewalks-paducah-ct-to-kennesaw-dr-city-parish-project-no-23-en-hc-0020-.html
18-Apr-2025 8:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
Evangeline Parish School District Request for Proposals for Schools and Libraries Cybersecurity Pilot Program
|
SCHOOLS & LIBRARIES CYBERSECURITY PILOT PROGRAM <br /><br />NOTICE TO BIDDERS <br /><br />Evangeline Parish School District is seeking bids from qualified Cybersecurity Service providers to submit proposals for Cybersecurity services and equipment as noted in the Cybersecurity Pilot Program Eligible Services List accessible at https://www.fcc.gov/cybersecurity-pilot/cybersecurity-pilot-eligible-services-list. <br /><br />Vendors will need to review the FCC Guidance about the Cybersecurity Pilot Program to bid on the project successfully. The goal of the Cybersecurity Pilot is to to help address cybersecurity threats targeting K-12 schools’ and libraries’ broadband networks and data. The pilot program will gather the data needed to better understand whether and how universal service funds can be used to support the cybersecurity needs of schools and libraries on a permanent basis. <br /><br />The three-year Pilot Program aims to address cybersecurity threats facing schools and libraries, including being targeted by malicious actors who seek to steal personal information, compromise online accounts, cause online harm or embarrassment, or otherwise disable/ disrupt critical networks that provide broadband connectivity. Currently, Evangeline has an enrollment of 5,441 students. <br /><br />Bids may be uploaded to http://centralauctionhouse.com (Please check the site in ADVANCE for rules and fees for uploading to the bidding site(s) or mailed to the address below. If mailing to 1123 Te Mamou Rd. Ville Platte, LA 70586, please ensure it is marked to the attention of Connie Guillory and received prior to the deadline. The district will not accept bids received after June 10, 2025 at 2:00 PM CST. Submissions must be received by Tuesday, June 10, 2025 at 2:00 PM (CST). <br /><br />If delivered, sealed proposals should be sent via certified mail, U.P.S., FedEx, or hand-delivered to: EVANGELINE PARISH SCHOOL BOARD OFFICE <br /><br />Delivery Address: <br /><br />EVANGELINE Parish School District <br /><br />Attention: Connie Guillory <br /><br />1123 Te Mamou Rd. <br /><br />Ville Platte, LA 70586-5935 <br /><br />If further information is needed, please email:
[email protected] <br /><br />DEADLINE FOR BID SUBMISSION IS Tuesday, June 10, 2025<br /><br />EVANGELINE PARISH SCHOOL DISTRICT reserves the right to reject all proposals and waive any informality, technical defect, or clerical error in any Bid Proposal Package, as the interest of the EVANGELINE PARISH SCHOOL DISTRICT may require. Any proposer may withdraw his/her proposal, either personally or by written request, at any time before the scheduled closing time for receipt of proposals. <br /><br />All potential bidders must meet the following criteria: <br /><br />1. Hold a current liability insurance policy and workers compensation insurance <br /><br />2. Must be registered as a service provider with the Schools and Libraries Division (SLD), have a Service Provider Identification Number (SPIN), have a current Service Provider Annual Certification Form (SPAC) on file with the SLD, and comply with all SLD service provider requirements. <br /><br />3. Provide a minimum of three, K-12 client references for similar basic maintenance projects 4. Must have certified network engineers or technicians on staff, who can diagnose problems quickly and recommend solutions. <br /><br />5. Registered and in good standing with the Louisiana Secretary of State’s Office <br /><br />A Request for Proposals (RFP) can be downloaded from the district’s website at www.epsb.com. All bids should be submitted and received by 2 o’clock PM June 10, 2025 to Connie Guillory, Title II/E-Rate Supervisor at Evangeline Parish School Board Office, 1123 Te Mamou Road, Ville Platte, LA 70586. Bids may be mailed to the aforementioned physical address or uploaded to Central Auction House.
https://www.centralauctionhouse.com/rfp65375035-evangeline-parish-school-district-request-for-proposals-for-schools-and-libraries-cybersecurity-pilot-program-.html
17-Apr-2025 2:00:00 PM CDT |
10-Jun-2025 2:00:00 PM CDT |
School Food and Wellness Group |
South Louisiana Charter Foundation (Iberville Charter Academy) FSMC RFP SY 25-26
|
Iberville Charter Academy, located in Plaquemine, LA, is seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. An onsite pre-bid meeting will be held on Thursday, May 15, 2025, at 2:00 PM CST at 24360 Enterprise Blvd. Plaquemine, LA 70764. Attendance at the pre-bid meeting is mandatory. We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]).<br />The proposal deadline is June 5, 2025, at 2:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House.
https://www.centralauctionhouse.com/rfp8801037-south-louisiana-charter-foundation-iberville-charter-academy-fsmc-rfp-sy-25-26.html
17-Apr-2025 12:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
Livingston Parish Public Schools |
Denham Springs High School STEM and Robotics Center Classroom Building Addition
|
Denham Springs High School STEM and Robotics Center Classroom Building Addition<br /><br />If you have any questions, please contact Domain Architecture.<br /><br />Domain Architecture<br />11130 Industriplex Blvd., Suite 200<br />Baton Rouge, LA 70809<br />225-216-3770<br />
https://www.centralauctionhouse.com/rfp31019807-denham-springs-high-school-stem-and-robotics-center-classroom-building-addition.html
17-Apr-2025 12:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
St. Charles Parish Government |
Ormond Railway Culverts Project
|
Project is to install 5 culverts under the ICG Railroad in Destrehan. Work will require relocation of a waterline along the railroad<br /><br />Note: Mandatory pre-bid meeting.<br /><br />All bid shall be on the documents provided.<br /><br />Addendum 1 added and reschedules Bid Opening to June 3, 2025
https://www.centralauctionhouse.com/rfp74494934-ormond-railway-culverts-project.html
17-Apr-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
RFP DISASTER DEBRIS MONITORING
|
REQUEST FOR PROPOSALS<br /> <br />Notice is hereby given that sealed proposals will be received in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 20th day of May, 2025 for the following:<br /> <br />RFP DISASTER DEBRIS MONITORING<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Proposals received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed proposals may be hand carried or mailed to the address listed above.<br /> <br />Proposals shall be either hand delivered or mailed in a sealed envelope to the address listed below. Proposals received after the appointed time will be determined non-responsive and will not be opened. Sealed proposals must be submitted as one (1) hard copy original, three (3) clearly marked copies, and one (1) electronic version on a separate removable device (e.g., USB drive). Vendor shall submit a redacted copy of the proposal excluding any Proprietary or Confidential Information marked as redacted. Cost Proposals shall be submitted in a separate envelope marked Cost Proposals. Proposals should be sent to 705 West University Avenue, Lafayette, LA 70506 attention Heather Kestler. <br /> <br />Copies of the RFP specifications are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8071(Attn: Heather Kestler). RFP specifications shall be available until twenty-four (24) hours before the proposal opening date. <br /> <br />No Vendor may withdraw his proposal for at least ninety (90) days after the time scheduled for the opening of proposals. Each proposal shall follow the instructions listed in the RFP regarding submittal of their proposal. <br /> <br />Proposals will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Proposals. The Lafayette Consolidated Government reserves the right to reject any and all proposals or any portions thereof, to waive informalities and to select the material that best suits its needs. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4/16, 4/20, 4/27<br />DPR # 993895REQUEST FOR PROPOSALS<br /> <br />Notice is hereby given that sealed proposals will be received in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 20th day of May, 2025 for the following:<br /> <br />RFP DISASTER DEBRIS MONITORING<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Proposals received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed proposals may be hand carried or mailed to the address listed above.<br /> <br />Proposals shall be either hand delivered or mailed in a sealed envelope to the address listed below. Proposals received after the appointed time will be determined non-responsive and will not be opened. Sealed proposals must be submitted as one (1) hard copy original, three (3) clearly marked copies, and one (1) electronic version on a separate removable device (e.g., USB drive). Vendor shall submit a redacted copy of the proposal excluding any Proprietary or Confidential Information marked as redacted. Cost Proposals shall be submitted in a separate envelope marked Cost Proposals. Proposals should be sent to 705 West University Avenue, Lafayette, LA 70506 attention Heather Kestler. <br /> <br />Copies of the RFP specifications are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8071(Attn: Heather Kestler). RFP specifications shall be available until twenty-four (24) hours before the proposal opening date. <br /> <br />No Vendor may withdraw his proposal for at least ninety (90) days after the time scheduled for the opening of proposals. Each proposal shall follow the instructions listed in the RFP regarding submittal of their proposal. <br /> <br />Proposals will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Proposals. The Lafayette Consolidated Government reserves the right to reject any and all proposals or any portions thereof, to waive informalities and to select the material that best suits its needs. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4/16, 4/20, 4/27<br />DPR # 993895
https://www.centralauctionhouse.com/rfp54310677-rfp-disaster-debris-monitoring.html
16-Apr-2025 8:00:00 AM CDT |
30-May-2025 2:30:00 PM CDT |
Iberia Parish School Board |
Bid #1166 - Coteau Elementary Wastewater Treatment Plant Replacement
|
NON-MADATORY PRE-BID CONFERENCE = Thursday, May 1, 2025 at 10:00 a.m. CST<br />BIDS ARE DUE = Wednesday, May 21, 2025 by 5:30 p.m. CST<br />BIDS WILL BE OPENED AND READ = Wednesday, May 21, 2025 by 5:30 p.m. CST
https://www.centralauctionhouse.com/rfp2782311-bid-1166--coteau-elementary-wastewater-treatment-plant-replacement.html
16-Apr-2025 7:00:00 AM CDT |
21-May-2025 5:30:00 PM CDT |
Iberia Parish School Board |
Bid #1157 - Iberia Parish Career Center Expansion
|
NON-MADATORY PRE-BID CONFERENCE = Wednesday, April 30, 2025 at 9:00 a.m. CST<br />BIDS ARE DUE = Wednesday, May 21, 2025 by 5:30 p.m. CST<br />BIDS WILL BE OPENED AND READ = Wednesday, May 21, 2025 at 5:30 p.m. CST<br />
https://www.centralauctionhouse.com/rfp4075067-bid-1157--iberia-parish-career-center-expansion.html
16-Apr-2025 7:00:00 AM CDT |
21-May-2025 5:30:00 PM CDT |
Lafourche Parish Water District |
Distribution Surplus Items- Miscellaneous Brass
|
Separate sealed bids will be received by the Lafourche Parish Water District No. 1 at the Administration Office 1219 Crescent Ave, Lockport, LA 70374 until 2:00 o'clock p.m., Wednesday May 14, 2025, at which time and place said proposals will be publicly opened and read aloud for the sale of Distribution Surplus Items- Miscellaneous Brass.
https://www.centralauctionhouse.com/rfp81319496-distribution-surplus-items-miscellaneous-brass.html
14-Apr-2025 4:00:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Claiborne Parish School District |
CLAIBORNE Parish School District Request for Proposal Schools and Libraries Cybersecurity Pilot Program RFP Number: Cybersecurity 2025
|
CLAIBORNE Parish School District is seeking bids from qualified Cybersecurity Service<br />providers to submit proposals for Cybersecurity services and equipment. The<br />Cybersecurity Pilot Program is a significant initiative, and CLAIBORNE Parish School<br />District is one of 645 applicants selected from the United States and its Territories to<br />participate in this crucial program.<br />The Schools and Libraries Cybersecurity Pilot Program provides up to $200 million to<br />selected participants over a three-year term. This substantial funding can be used to<br />purchase a wide variety of eligible cybersecurity services and equipment, offering a<br />significant opportunity for the selected schools and school districts.<br />Selected school districts and libraries are eligible to receive up to $13.60 per student,<br />annually, on a pre-discount basis, to purchase eligible cybersecurity services and<br />equipment over the three-year Pilot duration. Currently, CLAIBORNE has an enrollment<br />of 1,659 students.<br />Vendors will need to review the FCC Guidance about the Cybersecurity Pilot Project to<br />bid on the project successfully.<br />Bids may be uploaded to http://centralauctionhouse.com. (Please check the site in<br />ADVANCE for rules and fees for uploading to the bidding site(s). Submissions must be<br />received on or before June 13, 2025, at 2:00 PM (CST).<br />If delivered, sealed proposals should be sent via certified mail, UPS, FedEx, or hand-<br />delivered to:<br />CLAIBORNE Parish School District<br />Attention: Bradley Williams<br />415 East Main Street<br />Homer, La. 71040<br />Proposal Deadline: Thursday, June 12, 2025<br />Thursday, June 12, 2025, 2:00 PM (CST)<br />Public Bid Opening will follow
https://www.centralauctionhouse.com/rfp68260131-claiborne-parish-school-district-request-for-proposal-schools-and-libraries-cybersecurity-pilot-program-rfp-number-cybersecurity-2025.html
14-Apr-2025 2:00:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFQ 2025-05-4610 - City-Parish Ancillary Benefits
|
<br /><b>**ADDENDUM NO. 1 ISSUED MAY 2, 2025**<br />**ADDENDUM NO. 2 ISSUED MAY 6, 2025** PROVIDE CENSUS IN EXCEL FORMAT<br />**ADDENDUM NO. 3 ISSUED MAY 7, 2025** PROVIDE CENSUS IN UNLOCKED EXCEL FORMAT AND REVISE RFQ OPENING DATE TO 5.16.25 AT 2:00 PM CST**<br />**ADDENDUM NO. 4 ISSUED MAY 13, 2025** RESPOND TO ADDENDA QUESTIONS AND EXTEND RFQ OPENING DATE TO 5.23.25 AT 2:00 PM CST**<br />NOTICE TO PROPOSERS</b><br /> <br />Notice is hereby given that sealed Request for Qualifications (“RFQ”) will be received by the City of Baton Rouge and the Parish of East Baton Rouge Purchasing Division until <b><u>2:00 PM CST on May 13, 2025, </u></b>in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, LA 70802 for:<br /> <br /><b>RFQ #2025-05-4610 City-Parish Ancillary Benefits</b><br /> <br />Copies of the Request for Qualifications may be obtained from LaPAC<br />(<a href="https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102">https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102</a><u>)</u>, Central<br />Bidding <u>(http://www.centralauctionhouse.com)</u> or by email request to:<br /><a href="mailto:
[email protected]">
[email protected]</a><br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at <a href="https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm">https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm</a> and is available for vendor self-enrollment. <b>NOTE: This RFQ is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFQ</b>.<br /> <br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br /><b>The deadline for receiving written inquiries is April 25, 2025 at 5:00 PM CST.</b><br /> <br />RFQs received after the above specified time will not be considered. RFQs will be opened immediately after<br /> <br /> <br /><b>Teleconference Call-in information for Public Access to RFQ Opening:</b><br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same<br />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 /><b>This teleconference number will provide you with live audio access to this proposal opening. The teleconference </b><br /><b>will be live only at the noted RFQ opening time on the date of RFQ opening.</b><br />The right to reject any and all RFQs and to waive irregularities and informalities is reserved.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at <u>https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm</u> and is available for vendor self- enrollment. <b>NOTE: This RFQ is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFQ</b>.<br /> <br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806 of City Hall. All interested parties are invited to be present.<br /> <h5>Teleconference Call-in information for Public Access to RFQ Opening:</h5> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /> <h5>This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFQ opening time on the date of RFQ opening.</h5> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<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 /><b>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 0% of the contract amount. </b>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 /><br clear="all" /> <br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br />Though not required if receiving solicitation and addenda notices from LaPAC, the City of Baton Rouge, Parish of East Baton Rouge will e-mail or mail addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />
https://www.centralauctionhouse.com/rfp43175354-rfq-2025-05-4610--city-parish-ancillary-benefits.html
10-Apr-2025 12:00:00 AM CDT |
23-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147636-Live Oak Boulevard Water Main Replacement South Kenner Avenue to Modern Farms Road PW Project No. 2023-002-WRB
|
<br />ADVERTISEMENT FOR BIDS<br /> BID NO. 50-00147636<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 22, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> Live Oak Boulevard Water Main Replacement<br /> South Kenner Avenue to Modern Farms Road<br /> PW Project No. 2023-002-WRB<br /> <br />The project consists of abandonment of existing PCCP water main, installation of new 36" PVC and 42" HDPE water main by open cut and horizontal directional, and asphalt pavement and aggregate drive replacement over trenches.<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., Covington, LA, 70433, Phone: 985-624-5001 or fax 985-624-5303 by licensed contractors upon receipt of $160.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />A MANDATORY Pre-Bid Conference will be held at 10:00 a.m. on April 28, 2025 in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA 70053.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LSA 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: April 9, 16, and 23, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp42458875-5000147636-live-oak-boulevard-water-main-replacement-south-kenner-avenue-to-modern-farms-road-pw-project-no-2023-002-wrb.html
09-Apr-2025 1:58:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147573-Little Farms 100-Year Anniversary Improvements – Phase I Project No. 23-1130-0043 Department of Recreation
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147573<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 29, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Little Farms 100-Year Anniversary Improvements – Phase I<br />Project No. 23-1130-0043<br />Department of Recreation<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, Phone: 504.885.9892 by licensed contractors upon receipt of a non-refundable fee of $25.00 for an electronic set on a compact disc, or a hard copy set will be available upon request for a deposit of One hundred ($100.00) dollars per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a payment bond and a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00am on April 29, 2025 at Little Farms located at 10301 South Pk. St., River Ridge, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 9, 16, and 23, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp48082781-5000147573-little-farms-100-year-anniversary-improvements-phase-i-project-no-23-1130-0043-department-of-recreation.html
09-Apr-2025 10:19:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
RFQ Parks Strategic Plan
|
REQUEST FOR QUALIFICATIONS<br /> <br />Notice is hereby given that sealed statement of qualifications will be received in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:00 p.m. Central Time on the 9th day of May, 2025 for the following:<br /> <br /> RFQ Parks Strategic Plan<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Statement of qualifications received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed statement of qualifications may be hand carried or mailed to the address listed above.<br /> <br />Statement of qualifications shall be either hand delivered or mailed in a sealed envelope to the address listed below. Statement of qualifications received after the appointed time will be determined non-responsive and will not be opened. Sealed statement of qualifications must be submitted as one (1) original and three (3) hard copies, one (1) electronic file on USB, and one (1) redacted copy. Statement of qualifications should be sent to 705 West University Avenue, Lafayette, LA 70506 attention Keirston St. Amant<br /> <br />Copies of the RFQ specifications are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8034 (Attn: Keirston St. Amant). RFQ specifications shall be available until twenty-four (24) hours before the statement of qualifications opening date. <br /> <br />No Vendor may withdraw his statement of qualifications for at least ninety (90) days after the time scheduled for the opening of statement of qualifications. Each statement of qualifications shall follow the instructions listed in the RFQ regarding submittal of their statement of qualifications. <br /> <br />Proposers are invited to attend a pre-proposal meeting which will be held on April 23, 2025 at 10:00 am on the second floor of City Hall, in Community Development & Planning, located at 705 West University Avenue, Lafayette, LA.<br /> <br />Statement of qualifications will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Qualifications. The Lafayette Consolidated Government reserves the right to reject any and all statement of qualifications or any portions thereof, to waive informalities and to select the material that best suits its needs. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all consultants and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4/9, 4/13, 4/20<br />DPR # 984697
https://www.centralauctionhouse.com/rfp22403623-rfq-parks-strategic-plan-.html
09-Apr-2025 8:00:00 AM CDT |
30-May-2025 2:00:00 PM CDT |
City of Mandeville |
ITB - MANDEVILLE LAKEFRONT WETLANDS RESTORATION
|
INVITATION TO BID CITY OF MANDEVILLE<br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, May 14, 2025, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete Mandeville Lakefront Wetlands ; City of Mandeville PROJECT NO.:100.21.001; 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. The Work consists of construction of an Earthen berm and stone armoring for a base bid and channel excavation, stone lining, and marsh creation for alternate bid 1. A non-mandatory pre-bid conference will be held <b>Thursday, April 17</b>, 2025; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169). Final date for questions and inquiries is April 25, 2025 by close of business. Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of Contract Documents for this Project may be secured from Neel-Schaffer Inc., located at 2900 E. Causeway Blvd, Suite E, Mandeville, LA 70448; (985-674-9820) by licensed Contractors upon payment of ONE HUNDRED dollars ($100) per set. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids. Emailed copies of the bid documents may be requested from
[email protected] 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. 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. The outside envelope in which the bid is placed must be clearly marked as follows:<br />Sealed Bid: MANDEVILLE LAKEFRONT WETLANDS<br />CITY OF MANDEVILLE PROJECT NO. 100.21.001<br />Bid Due Date and Time: WEDNESDAY, May 14, 2025; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND<br />LOUISIANA CONTRACTOR’S LICENSE NUMBER<br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 3xs: April 9, April 16, April 30, 2025
https://www.centralauctionhouse.com/rfp9967320-itb--mandeville-lakefront-wetlands-restoration.html
09-Apr-2025 12:00:00 AM CDT |
28-May-2025 11:00:00 AM CDT |
Town of Grand Isle |
Hurricane Ida, Private Property Demo & Removal (PPDR)
|
Sealed bids will be received on Wednesday, May 28, 2025, by the Town of Grand Isle (TOGI) at the Grand Isle Multiplex Center, located at 3101 Hwy 1 in Grand Isle, Louisiana until 6:00 P.M. All bids will be publicly open and read aloud.<br /> <br />Bid documents are posted on Central Bidding. To view these, download, and receive bid notices by e-mail, you must register with Central Bidding. Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Bidding at 1-833-412-5717. <br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Bidding. Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Town Grand Isle<br /> P. O. BOX 200<br /> Grand Isle, LA 70358<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br /> <br />Project Name: Private Property Demo and Removal (PPDR)<br /> <br />Project Description: The project consists of the demolition and removal of homes within the Town of Grand Isle.<br /> <br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors. <br /> <br />This Project shall require a Louisiana Contractors license number for one of the following: Building Construction or Rigging, House Moving, Wrecking, and Dismantling, or Residential.<br /> <br />Bidding Documents for this Project are on file in the office of GIS Engineering, LLC located at 197 Elysian Dr., Houma, Louisiana, 70363 and a single copy may be obtained by each prospective bidder at a cost of $100.00 by contacting Ann Schouest or
[email protected] for any clarification or information with regard to the specifications.<br /> <br /><b>A mandatory Pre-Bid Conference will be held on Tuesday, April 22, 2025, at 9:00 A.M. at the Grand Isle Multiplex Center, located at 3101 Hwy 1 in Grand Isle, Louisiana.</b><br /><br />The Town of Grand Isle reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /><br />______________/s/ David Camardelle______________<br />DAVID CAMARDELLE, MAYOR<br />TOWN of GRAND ISLE<br />
https://www.centralauctionhouse.com/rfp11283908-hurricane-ida-private-property-demo-removal-ppdr.html
08-Apr-2025 12:00:00 AM CDT |
28-May-2025 6:00:00 PM CDT |
Natchitoches Parish School Board |
Food Products Bid # 2526-2
|
Food product bid # 2526-1<br />Bids will be acceted until the dates specified and will be publicly opened and read aloud at those times in the School Board's Central Offic, 310 Royal St. Natchitoches LA 71457. Please find bid-related documents and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Bids recieved after the date and times of opening will not be considered. Additional information may be obained upon request by contacting Shauna Hicks, District Supervisor at 318-352-3438. between the hours of 7:30 a.m. and 4:00 p.m. The Board reserves the right to reject any or all bids.
https://www.centralauctionhouse.com/rfp3985983-food-products-bid-2526-2.html
07-Apr-2025 2:00:00 PM CDT |
22-May-2025 12:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Bids: Removal and Disposal of Derelict Vessels in Bayou Grand Caillou
|
Sealed bids will be received until the hour of 2:00 pm on May 6, 2025, by Terrebonne Parish Consolidated Government Purchasing Division in the City of Houma Service Complex, 301 Plant Road, Houma Louisiana and reviewed for furnishing all supervision, labor, materials, equipment, etc. and performing all work necessary for: Removal and Disposal of Derelict Vessels in - Bayou Grand Caillou.<br /><br />A Non-mandatory Pre-Bid Conference will be held on April 17, 2025, at 2:00 PM at the office of the Terrebonne Parish Consolidated Government Purchasing Division, located at 301 Plant Road, Houma, Louisiana 70363.<br /><br />Electronic drawings and specifications are on file and can be secured from Royal Engineering via email;
[email protected] and
[email protected]. <br /><br />
https://www.centralauctionhouse.com/rfp1860492-bids-removal-and-disposal-of-derelict-vessels-in-bayou-grand-caillou.html
07-Apr-2025 8:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
2025-2026 Small Equipment
|
2025-2026 Small Equipment Bid
https://www.centralauctionhouse.com/rfp63530075-2025-2026-small-equipment.html
02-Apr-2025 12:00:00 AM CDT |
03-Jun-2025 2:00:00 PM CDT |
Vermilion Parish School Board |
Vermilion Parish School System- Fresh Produce SY25-26
|
NOTICE TO BIDDERS<br />Sealed, formal bids for the 2025-2026 school year will be received by the Vermilion Parish School System, Child Nutrition Program, 220 South Jefferson Street, Abbeville, Louisiana, until 10:00 A.M. on Tuesday, April 29, 2025, at which time they will be opened publicly for the following: <br />Dry Storage Foods – Yearly<br />Frozen Foods – Yearly<br />Milk and Milk Products – Yearly<br />Bread Products – Yearly<br />Paper and Janitorial Products – Yearly<br />Small Cafeteria Equipment – Yearly<br />Fresh Produce – Monthly<br />(Dates: July 17, August 14, September 11, October 9, November 6, December 11, January 22, February 26, March 26)<br /> <br />Detailed bid specifications, bid forms, and any questions for the above items may be obtained by contacting Amy Fremin, Vermilion Parish School System, Child Nutrition Program, 220 South Jefferson Street, Abbeville, Louisiana 70510; office number 337-898-5702; <u>
[email protected]</u>.<br /> <br />The bid is also available online at <u>https://www.centralauctionhouse.com/</u>.<br /> <br />This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp60538641-vermilion-parish-school-system-fresh-produce-sy25-26.html
30-Mar-2025 7:00:00 PM CDT |
17-Jul-2025 10:00:00 AM 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-2026 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-2026 10:00:00 AM CST |
Sample Listings |
Sample Public Works Bid - June 8 (OPEN)
|
<br /><div style="text-align: center;"><br /><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />
https://www.centralauctionhouse.com/rfp75990837-sample-public-works-bid--june-8-open.html
08-Jun-2022 9:57:00 AM CDT |
31-Dec-2026 10:00:00 AM CST |
Sample Listings |
Sample Reverse Auction (1 year solicitation period)
|
This is an example of a Reverse Auction with a 1 Year Solicitation Period.
https://www.centralauctionhouse.com/rfp57701569-sample-reverse-auction-1-year-solicitation-period.html
22-Jun-2021 9:00:00 AM CDT |
31-Dec-2025 10:00:00 AM CST |
Sample Listings |
Sample Electronic Bid - Bid period open for addenda demonstration
|
Advertisement for Demonstration
https://www.centralauctionhouse.com/rfp28314654-sample-electronic-bid--bid-period-open-for-addenda-demonstration.html
30-Nov-2017 11:44:15 AM CST |
30-Dec-2026 11:00:00 AM CST |