Agency |
Title |
Date published |
Bid opening date |
Special Education District #1 |
New Open Air Pavilion at The Center
|
OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by the Special Education Distr. No. 1 until 2:00 PM on Thursday, September 4, 2025 in the Conference Room of The Center located at 5510 West Ave. D - West 55th St., Cut Off, LA 70345, at which time bids for the NEW OPEN AIR PAVILION will be opened and publicly read aloud.<br /> <br />All drawings, specifications and other Contract Documents for the project are available on the internet at www.centralbidding.com. All drawings, specifications and other Contract Documents for the project are on file and open for review at the office of Gossen-Holloway-Cortez, 315 East Second Street, Thibodaux, Louisiana. No project Contract Documents will be provided by the Architect or Owner.<br /> <br />Bids can be submitted electronically at www.centralbidding.com.<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 />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 Special Education District No. 1.<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 No bid may be withdrawn for a period of 45 days after receipt of bids.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 contractural 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 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, August 26, 2025, at 2:00 PM in the Conference Room of The Center. At the Mandatory Pre-Bid the design professional shall pass around a Sign-In Sheet prior to beginning the formal meeting. The sign-in sheet shall have an area to fill in the signature of the person representing a contractor, the company being represented, the Louisiana license number of the contractor, phone and fax number of the Contractor, and an email address of the Contractor. The Architect prefers that all of the five above items be filled out at the 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, AUGUST 28, 2025, at 5:00 PM. The response to questions shall be FRIDAY, AUGUST 29, 2025.<br /> <br /> <br /> Special Education District No. 1<br /> Torie Lee, Executive Director<br /> Peter Louviere, Pres., Bd. of Commissioners<br /> <br /> <br /> <br />ADVERTISEMENT DATES:<br /> <br />FIRST ADVERTISEMENT: THURSDAY, AUGUST 7, 2025<br />SECOND ADVERTISEMENT: THURSDAY, AUGUST 14, 2025<br />THIRD ADVERTISEMENT: THURSDAY, AUGUST 21, 2025
https://www.centralauctionhouse.com/rfp27931653-new-open-air-pavilion-at-the-center.html
07-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 2:00:00 PM CDT |
City of New Iberia |
One Block at a Time - ARPA - Window Shutters and Handicap Ramps
|
<b>OFFICIAL ADVERTISEMENT FOR BIDS<br /><br />ONE BLOCK AT A TIME – WINDOW SHUTTERS AND HANDICAP RAMPS</b><br /><br />Sealed bids will be received by the City of New Iberia at any time or day prior to, but not later than 2:15<br />PM CST on Wednesday, September 3rd, 2025 for the above listed general construction work.<br /><br />A non-mandatory pre-bid conference will be held on at 9:00 AM CST on Thursday, August 21st, 2025<br />at the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor),<br />for all bidders of record. Representatives of the Owner and Architect will be present to discuss the project.<br />Bidders are strongly encouraged to attend and participate in the conference.<br /><br />Bids may be mailed to the City of New Iberia, Attn. City Clerk or delivered to the Mayor’s Office, 457 East<br />Main St., Suite 300, New Iberia, LA 70560, between the hours of 8:30 AM and 4:30 PM on any working<br />day prior to the bid opening or delivered at the time of the bid opening as listed below.<br /><br />All bids, with a properly executed envelope, will be opened and read at 2:15 PM CST on Wednesday,<br />September 3rd, 2025 in the City of New Iberia Council Chambers at New Iberia City Hall located at 457<br />E. Main St. (3rd floor). Bids will be publicly opened and read aloud to all in attendance.<br /><br />Proposed contract documents may be obtained by calling the office of Paul J. Allain, Architect APAC at<br />337-365-9493. After depositing $100.00 for one compact disc of contract documents, deposits on the first<br />set of documents furnished, prime bidders shall be fully refunded upon return of the documents no later<br />than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the<br />actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after<br />receipt of bids. No hard copy sets of contract documents will be provided for bidding and/or construction.<br />Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding.<br />Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic<br />bidding process, please call Central Bidding at 225-810-4814.<br /><br />Each bid must be accompanied by a bid security (certified check, cashier’s check or bid bond with power<br />of attorney for an amount equal to 5% of the total bid. Money orders and/ or company checks will not<br />be acceptable. Such security will be no less than 5% of the net amount bid, excluding taxes.<br /><br />Once the NOTICE TO PROCEED is issued, the project must be substantially completed in<br />150 calendar days. Rain delay days will be accepted. Liquidated damages are $100.00 per calendar<br />day.<br /><br />The City of New Iberia reserves the right to reject any and all bids for just cause in accordance with the<br />Public Bid Law LA R.S. 38§2214.B.<br /><br />If there are any questions regarding bidding procedures, contact Paul J. Allain, Architect APAC located at<br />109 N. Weeks Street, New Iberia, LA 70560; 337-365-9493; or
[email protected].<br /><br />Publication dates: August 6th, 2025; August 13th, 2025; August 20th, 2025<br /><br />Approved By: Mayor Freddie DeCourt
https://www.centralauctionhouse.com/rfp95564912-one-block-at-a-time--arpa--window-shutters-and-handicap-ramps.html
06-Aug-2025 6:00:00 AM CDT |
03-Sep-2025 2:15:00 PM CDT |
City of New Iberia |
One Block at a Time - ARPA - Exterior House Painting
|
<b>OFFICIAL ADVERTISEMENT FOR BIDS<br /><br />ONE BLOCK AT A TIME – EXTERIOR HOUSE PAINTING</b><br /><br />Sealed bids will be received by the City of New Iberia at any time or day prior to, but not later than 2:00<br />PM CST on Wednesday, September 3rd, 2025 for the above listed general construction work.<br /><br />A non-mandatory pre-bid conference will be held on at 9:00 AM CST on Thursday, August 21st, 2025<br />at the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor),<br />for all bidders of record. Representatives of the Owner and Architect will be present to discuss the project.<br /><br />Bidders are strongly encouraged to attend and participate in the conference.<br /><br />Bids may be mailed to the City of New Iberia, Attn. City Clerk or delivered to the Mayor’s Office, 457 East<br />Main St., Suite 300, New Iberia, LA 70560, between the hours of 8:30 AM and 4:30 PM on any working<br />day prior to the bid opening or delivered at the time of the bid opening as listed below.<br /><br />All bids, with a properly executed envelope, will be opened and read at 2:00 PM CST on Wednesday,<br />September 3rd, 2025 in the City of New Iberia Council Chambers at New Iberia City Hall located at 457<br />E. Main St. (3rd floor). Bids will be publicly opened and read aloud to all in attendance.<br /><br />Proposed contract documents may be obtained by calling the office of Paul J. Allain, Architect APAC at<br />337-365-9493. After depositing $100.00 for one compact disc of contract documents, deposits on the first<br />set of documents furnished, prime bidders shall be fully refunded upon return of the documents no later<br />than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the<br />actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after<br />receipt of bids. No hard copy sets of contract documents will be provided for bidding and/or construction.<br />Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding.<br />Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic<br />bidding process, please call Central Bidding at 225-810-4814.<br /><br />Each bid must be accompanied by a bid security (certified check, cashier’s check or bid bond with power<br />of attorney for an amount equal to 5% of the total bid. Money orders and/ or company checks will not<br />be acceptable. Such security will be no less than 5% of the net amount bid, excluding taxes.<br />Once the NOTICE TO PROCEED is issued, the project must be substantially completed in<br />100 calendar days. Rain delay days will be accepted. Liquidated damages are $100.00 per calendar<br />day.<br /><br />The City of New Iberia reserves the right to reject any and all bids for just cause in accordance with the<br />Public Bid Law LA R.S. 38§2214.B.<br /><br />If there are any questions regarding bidding procedures, contact Paul J. Allain, Architect APAC located at<br />109 N. Weeks Street, New Iberia, LA 70560; 337-365-9493; or
[email protected].<br /><br />Publication dates: August 6th, 2025; August 13th, 2025; August 20th, 2025<br /><br />Approved By: Mayor Freddie DeCourt
https://www.centralauctionhouse.com/rfp96088512-one-block-at-a-time--arpa--exterior-house-painting.html
06-Aug-2025 6:00:00 AM CDT |
03-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Public School System |
2024-23 Hurricane Ida Damage Repairs at Bridgedale Elementary School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, September 9, 2025 for Hurricane Ida Damage Repairs at Bridgedale Elementary School, Project No. 2024-23. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, Studio West Design & Architecture, LLC., 2340 Dauphine St., New Orleans, LA 70117 Phone: 504-380-9880 for a deposit of $100.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, August 19, 2025 at 2:00 p.m. at Bridgedale Elementary School, 808 Zinnia St., Metairie, LA 70001 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Building Construction.
https://www.centralauctionhouse.com/rfp11028165-2024-23-hurricane-ida-damage-repairs-at-bridgedale-elementary-school.html
01-Aug-2025 12:00:00 AM CDT |
09-Sep-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
Winnsboro Readiness Center Sustainment, Winnsboro, LA
|
See attach for solicitation for: Winnsboro Readiness Center Sustainment, Winnsboro, LA
https://www.centralauctionhouse.com/rfp34290727-winnsboro-readiness-center-sustainment-winnsboro-la.html
01-Aug-2025 12:00:00 AM CDT |
17-Sep-2025 10:00:00 AM CDT |
Ascension Parish Government |
500K Gallon Elevated Water Storage Tank Rehabilitation
|
<br /> BID NOTICE<br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until August 27, 2025, at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br /> <br />500K Gallon Elevated Water Storage Tank Rehabilitation<br /> <br />Statement of Work:This project will consist of mechanical repairs and protective coatings of a 500,000- gallon elevated water storage tank.<br /> <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 /> <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 /> <br />A Mandatory Pre-Bid Meeting will be held on August 7, 2025, at 10:00 a.m. local time at site location Donaldsonville, LA . 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 /> <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 /> <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 /> <br />Bid security in the amount of five percent (5%) of the total bid must accompany each bid and shall be made payable to the owner.<br /> <br />The owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br /> <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 August 12, 2025. Responses will be coordinated with the project manager and posted on the www.centralauctionhouse.com by 4:00 pm on August 14, 2025.<br /> <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 August 27, 2025, all bids will be downloaded. No bids are accepted after 10:00 am local time.<br /> <br />RS 38:2218. Evidence of good faith; countersigning<br />The public entity advertising for bids for work shall require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the contract price of work to be done, as evidence of good faith of the bidder. The public entity advertising for bids for work may require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder. <br />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 copy of the bid bond must be attached to the bid document submitted electronically. <br />The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (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 />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 “500K Gallon Elevated Water Storage Rehabilitation” 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 /> <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 /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br /> <br />ASCENSION PARISH GOVERNMENT CLINT COINTMENT, PARISH PRESIDENT<br /> <br /> <br />WEEKLY- 7/31/25, 8/7/25, 8/14/25<br /> <br />CHIEF- 7/31/25, 8/7/25, 8/14/25<br />
https://www.centralauctionhouse.com/rfp91092835-500k-gallon-elevated-water-storage-tank-rehabilitation-.html
31-Jul-2025 7:00:00 AM CDT |
27-Aug-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0747-3 OEM SRP & MAS FOR BOBCAT COMPANY LOADERS
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. August 19, 2025, for the following:<br /> <br />A25-0747-3 OEM SRP & MAS FOR bobcat company loaders<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on August 12, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp24548720-a25-0747-3-oem-srp-mas-for-bobcat-company-loaders.html
31-Jul-2025 12:00:00 AM CDT |
19-Aug-2025 11:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Ascension Parish Sheriff's Office Jail Unit 3 Laundry Addition
|
ADVERTISEMENT FOR BIDS<br /> <br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, before 9:00 AM, on August 28, 2025 at which time and place the bids will be publicly opened and read aloud for the following project:<br /> <br />Ascension Parish Jail – Unit 3 Laundry Addition<br />Donaldsonville, Louisiana<br /> <br />Project Number: Parish Engineering Project No. 25-016<br /> <br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, 9:00 AM, on August 28, 2025 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). Bidders shall be solely responsible for ensuring that their bids are received on or before the bid opening and neither the Owner nor the Architect shall be responsible for any failure of the delivery method chosen. All bids received after 9:00 AM, on August 28, 2025 will be returned to the bidder unopened.<br /> <br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com If you are not currently a subscriber, you will need to apply for access.<br /> <br />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, or cashier's check. The Bid Bond shall be in favor of the Ascension Parish Sheriff’s Office and shall be accompanied by the appropriate power of attorney. No bid indicating an obligation of less than five percent (5%) by any method is acceptable.<br /> <br />The successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in amount equal to 100% of the Contract amount. The Surety Company must be listed currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal or greater than the contract amount or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If The Surety Company is qualified other than by listing on the Treasury list, the contract amount may not exceed fifteen percent of policyholders' surplus as shown by The Surety's Company 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 the policyholders' surplus filed with the Louisiana Department of Insurance. The Bond shall be signed by The Surety's Company agent or attorney-in-fact and countersigned by a person who is under contract with The Surety’s Company as a licensed agent in this State, and who is residing in this State.<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br /> <br />At 8:00 AM on August 15, 2025, at the site.<br /> <br />BIDS SHALL BE ACCEPTED ONLY FROM CONTRACTORS THAT ATTEND THE PRE-BID CONFERENCE.<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 for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /> <br />Advertisement Dates: Gonzales Weekly Citizen July 31, 2025, August 7, 2025 & August 14, 2025<br />
https://www.centralauctionhouse.com/rfp11973620-invitation-to-bid--ascension-parish-sheriffs-office-jail-unit-3-laundry-addition.html
31-Jul-2025 12:00:00 AM CDT |
28-Aug-2025 7:00:00 PM CDT |
Rapides Parish School Board |
Bid 62-25-06: Alma Redwine Elementary School Kitchen HVAC and Boiler Replacement
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />ALMA REDWINE ELEMENTARY SCHOOL<br />KITCHEN HVAC AND BOILER REPLACEMENT<br />RPSB Bid # 62-25-06<br /> <br />Separate sealed bids for (RPSB Bid #62-25-06) Alma Redwine Elementary School Kitchen HVAC and Boiler Replacement will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), Thursday, August 28, 2025. Sealed bids will then be publicly opened and read aloud in the Board Room of the Central Office. Any bid received after the specified time and date will not be considered.<br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL. <br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance Bond and Payment Bond, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />ADG ENGINEERING<br />3909 W CONGRESS STREET, SUITE 201<br />LAFAYETTE, LOUISIANA 70506<br /> <br />Bidding documents may be obtained from CentralAuctionHouse.com (fees may be associated with this site). Printed copies are not available from the Designer, but arrangements can be made to obtain them electronically. Send request to
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM on Tuesday, August 19, 2025 at 1323 Vance Avenue, Alexandria, LA 71301.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />For clarification, parish sales tax exemption certificates for Rapides Parish are available to the awarded contractor and their sub-contractors.<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 />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, July 30, 2025<br />Wednesday, August 6, 2025<br />Wednesday, August 13, 2025
https://www.centralauctionhouse.com/rfp49546723-bid-62-25-06-alma-redwine-elementary-school-kitchen-hvac-and-boiler-replacement.html
30-Jul-2025 8:00:00 AM CDT |
28-Aug-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
Flat Bed Applicator Table
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 am Central Time on the 19th day of August 2025 for the following:<br /> <br /> Flat Bed Applicator Table<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. 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 Heather Kestler 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) 291-8071 (Attn: Heather Kestler). 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: 7/30, 8/3<br />DPR # 997487<br /> <br />
https://www.centralauctionhouse.com/rfp84109711-flat-bed-applicator-table-.html
30-Jul-2025 8:00:00 AM CDT |
19-Aug-2025 10:00:00 AM CDT |
St. Martin Parish Government |
Cade Community Center Chiller Replacement
|
DOCUMENT 001113<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />St. Martin Parish Government<br />Cade Community Center Chiller Replacement<br />St. Martin Parish, Louisiana<br /> <br />Sealed Bids will be received by the St. Martin Parish Government, St. Martin Parish, Louisiana, for replacing existing chiller at Cade Community Center that includes all items indicated in plans and specifications included but not limited to bonds, mob/demob, removal of existing chiller, enlargement of housekeeping pad, installation of new 70-ton chiller, modifications to piping, modifications to electrical, modification to controls, 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 St. Martin Parish Government until 10:00 am local time on Tuesday, September 02, 2025 at the St. Parish Administrative Office, 301West Port Street, St. Martinville, LA 70582 . 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 am local time on Wednesday, August 20, 2025 at the Cade Community Center located at 1688 Smede Hwy, St Martinville, LA 70582. 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 Building Construction and/or Mechanical Work. 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 St. Martin Parish Government, 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 /> St. Martin Parish Government<br /> <br /> By: /s/Pete Delcambre <br /> Pete Delcambre, Parish President
https://www.centralauctionhouse.com/rfp1119444-cade-community-center-chiller-replacement.html
30-Jul-2025 8:00:00 AM CDT |
02-Sep-2025 10:00:00 AM CDT |
Lincoln Parish Police Jury |
Surplus Property
|
Notice is hereby given that the Lincoln Parish Police Jury has declared that the following described items owned by the Lincoln Parish Police Jury are no longer needed for public purposes:<br />Item 1<br />Asphalt Zipper AZ-480HD<br />VIN# 48HD0131<br />Min. Bid: $7,500.00<br />Item 2<br />2016 Gradall D152 Excavator<br />VIN# 1FVACXDT7HHHS4779/000054<br />Min. Bid: $40,000.00<br />Notice is further given that the above described items are offered for sale to the highest bidder or bidders submitting sealed bids for the purchase of said item(s). If applicable, bidders must bid on each item separately. Sealed envelope shall show opening date on face and identify item(s) being bid on. Bid Forms may be obtained from the Office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston, Louisiana 71270. Bids will be received in the office of the Lincoln Parish Police Jury, Third Floor, Lincoln Parish Courthouse, Ruston, Louisiana, until __9:00 a.m. August 15, 2025 at which time they will be opened and publicly read. Bids can also be submitted electronically at WWW.CENTRALAUCTIONHOUSE.COM.
https://www.centralauctionhouse.com/rfp49858693-surplus-property.html
30-Jul-2025 12:00:00 AM CDT |
15-Aug-2025 9:00:00 AM CDT |
State of Louisiana Military Department |
Electrical Infrastructure Modernization Phase 3, Louisiana Training Center Pineville, Pineville, LA
|
See attached for solicitation: Electrical Infrastructure Modernization Phase 3, Louisiana Training Center Pineville, Pineville, LA
https://www.centralauctionhouse.com/rfp54383594-electrical-infrastructure-modernization-phase-3-louisiana-training-center-pineville-pineville-la.html
30-Jul-2025 12:00:00 AM CDT |
03-Sep-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
Flemming Office Renovations, Jackson Barracks, New Orleans, LA
|
See attached for solicitation: Flemming Office Renovations, Jackson Barracks, New Orleans, LA
https://www.centralauctionhouse.com/rfp65906825-flemming-office-renovations-jackson-barracks-new-orleans-la.html
30-Jul-2025 12:00:00 AM CDT |
09-Sep-2025 11:00:00 AM CDT |
State of Louisiana Military Department |
Latrine Improvements, Houma, LA
|
See attached solicitation for: Latrine Improvements, Houma, LA
https://www.centralauctionhouse.com/rfp96866212-latrine-improvements-houma-la.html
30-Jul-2025 12:00:00 AM CDT |
11-Sep-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
Water Distribution System, Jackson Barracks, New Orleans, LA
|
See attach solicitation for: Water Distribution System, Jackson Barracks, New Orleans, LA
https://www.centralauctionhouse.com/rfp95336519-water-distribution-system-jackson-barracks-new-orleans-la.html
30-Jul-2025 12:00:00 AM CDT |
09-Sep-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
Colfax Readiness Center Sustainment, Colfax, LA
|
See attach solicitation for: Colfax Readiness Center Sustainment, Colfax, LA
https://www.centralauctionhouse.com/rfp35984678-colfax-readiness-center-sustainment-colfax-la.html
30-Jul-2025 12:00:00 AM CDT |
10-Sep-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Trailer Mounted Underground Puller Re-Bid
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 12th day of August, 2025 for the following:<br /> <br /> 2024 OR NEWER TRAILER MOUNTED UNDERGROUND PULLER RE-BID<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. 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 />Bidder must be properly licensed in accordance with LA RS 32:1254 and must include valid copy of said license in the bid submitted in accordance with LA 38:2212.8.<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: 7-28-25, 8-3-25<br />DPR # 997817<br /> <br />
https://www.centralauctionhouse.com/rfp54262067-trailer-mounted-underground-puller-re-bid.html
28-Jul-2025 8:00:00 AM CDT |
12-Aug-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
205 Francis Avenue 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 />July 24, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />205 Francis Avenue, Lafayette, LA <br /> <br />Project Name<br />205 FRANCIS AVENUE DEMOLITION<br />RQ Number<br />17399<br />Bid Number<br />250153<br />Quote Dates<br />Start<br />07/28/2025<br />End<br />08/12/2025<br />Probable Cost $<br />9,600.00<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, 08/12/2025<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 205 FRANCIS AVENUE 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/rfp12809928-205-francis-avenue-demolition.html
28-Jul-2025 8:00:00 AM CDT |
12-Aug-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
RE-BID ABATEMENT & DEMOLITION LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.8290
|
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 4:00 p.m. Central Time on the 29th day of August, 2025 for the following:<br /> <br />167118.5.8290 ABATEMENT & DEMOLITION<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Work: The scope of Work shall consist of all environmental Waste removal, decommissioning, demolition of designated structures, and concrete and soil remediation located at the Project Site and shall include all labor, equipment, materials, handling, permitting, and testing in accordance with the Contract Drawings and Specifications. All Work shall be completed within four hundred twenty-six (426) calendar days from issuance of Notice to Proceed. Refer to Article 5 Schedule, Completion and Stipulated Damages of the General Conditions for further details.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com). Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail within forty-eight (48) hours from bid opening . Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential Contractor at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary, or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br /><br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Two Hundred Fifty Dollars ($250.00) 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, specifications, bidding process (e.g., technical questions, paperwork requirements, licenses) shall be directed in writing to Christian Janes by email at
[email protected]. Questions shall be received no later than August 22, 2025 at 3 PM Central Time to be addressed.<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a mandatory pre-bid meeting, which will be held on August 13, 2025 at 10 a.m. Central Time in the LUS Training Center at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Included in the mandatory pre-bid meeting will be a site tour of the demolition area. All attendees are required to provide the following minimum Personal Protective Equipment (PPE) provisions; Closed toe shoes, hard hat, shirt with long sleeves, long pants (no shorts). Attendees will be required to sign in and sign out at the reception desk. Failure to sign in/out will be a cause for rejection of their bid.<br /> <br />Two (2) days of additional non-mandatory site visits are available on the following dates:<br /><br />Thursday, August 14, 2025 from 7:00 AM to 3:30 PM, and<br />Friday, August 15, 2025 from 7:00 AM to 3:30 PM.<br /><br />Bidders must sign in at the reception desk when arriving to the site to be escorted around the site for the additional visitation. They will also be required to sign out upon leaving the site. PPE for the additional site visits will be the same as identified for the mandatory pre-bid. No technical questions will be answered during the additional visitations. Questions must be submitted in writing as indicated above. <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 all additive line items of the base 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 at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />PUBLISH DATES: 07-28-25; 08-03-25; 08-10-25 PURCHASING DIVISION<br />DPR 997203 Lafayette Consolidated Government<br />
https://www.centralauctionhouse.com/rfp75028388-re-bid-abatement-demolition-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711858290.html
28-Jul-2025 8:00:00 AM CDT |
29-Aug-2025 4:00:00 PM CDT |
Beauregard Parish Police Jury |
Six (6) Used Dump Trucks
|
ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br /> <br />Thursday, August 14, 2025 <br />At Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. <br />For the following item(s):Six (6) Used Dump Trucks<br /> <br />All bids must be submitted on the PARISH BID FORM located in the bid packet which may be obtained at the Beauregard Parish Police Jury Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com. <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bids prior to award. <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All bids MUST SEALED and be plainly marked on the outside of the envelope:BID FOR “Dump Trucks”<br /> <br />PUBLISH DATES: Friday, July 25, 2025, and Friday, August 1, 2025<br /> <br />/s/ Tina Simmons<br />Purchasing Agent<br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp34100325-six-6-used-dump-trucks-.html
25-Jul-2025 3:40:00 PM CDT |
14-Aug-2025 10:00:00 AM CDT |
EBR Sheriff's Office |
BID #1105 VEHICLES SOFTWARE
|
Vehicle Software
https://www.centralauctionhouse.com/rfp67031335-bid-1105-vehicles-software.html
25-Jul-2025 10:00:00 AM CDT |
29-Aug-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Lexan Panels As Needed (5940 Transit Ops)
|
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 />July 24, 2025<br /> <br />Project Name<br />LEXSAN PANELS AS NEEDED (5940 TRANSIT OPS)<br />Start Date<br />07/23//2025<br />Date Written<br />07/25/2025<br />End Date<br />08/08/2025<br />Department<br />TRAFFIC, ROADS, BRIDGES 5940 TRANSIT OPS<br />Tyler Req. #<br />17120<br />Department Rep<br />Paula Kidder X-5651<br />Tyler Bid No.<br />250152<br /> <br /> <br />Written quotes will be taken until 10:00 AM, 08/08/2025<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 LEXSAN PANELS AS NEEDED (5940 TRANSIT OPS<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/rfp54295969-lexan-panels-as-needed-5940-transit-ops.html
25-Jul-2025 8:00:00 AM CDT |
08-Aug-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
117 Reaux 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 />July 24, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />117 Reaux Street, Lafayette, LA <br /> <br />Project Name<br />117 Reaux Street Demolition<br />RQ Number<br />17170<br />Bid Number<br />250150<br />Quote Dates<br />Start<br />07/25/25<br />End<br />08/08/25<br />Probable Cost $<br />19,200.00<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, 08/08/2025<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 117 Reaux 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/rfp63321970-117-reaux-street-demolition.html
25-Jul-2025 8:00:00 AM CDT |
08-Aug-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL LANSCAPING SERVICES FOR THE ENVIRONMENTAL SERVICES FACILITY CPP NO. 25-LS-MS-0016
|
To be published three times-Legal<br />July 25, 2025, August 1 & 8 2025<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br />NOTICE TO CONTRACTORS<br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of<br />the following project:<br />ANNUAL LANSCAPING SERVICES FOR THE ENVIRONMENTAL SERVICES FACILITY<br />(CITY-PARISH PROJECT NO. 25-LS-MS-0016)<br />PROJECT DESCRIPTION: Includes landscaping services for the Environmental Services Facility, located at 12422<br />Florida Boulevard, including but not limited to lawn maintenance, irrigation system repair, flower bed maintenance,<br />installation of new plants, and litter collection and disposal.<br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, Tuesday, August 26, 2025, by the Purchasing<br />Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received<br />after 2:00 p.m. on the same day and date.<br />Bid Openings can be observed in person or via teleconference.<br />Teleconference Call-in Information<br />Join by phone<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 />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 />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish<br />of East Baton Rouge, Purchasing Division.<br />Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com)<br />prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be<br />downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately<br />after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present.<br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall<br />not be considered for any cause whatsoever.<br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn<br />for any reason during this period of time except as allowed per R.S. 38:2214.C.<br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be<br />submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding<br />process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract<br />documents are on file and may be obtained from the Public Works and Planning Center located at 12422 Florida<br />Boulevard, Baton Rouge, LA 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge<br />and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of<br />reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed<br />by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted<br />with each bid.<br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the<br />City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are<br />submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no<br />event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for<br />receiving proposals.<br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged<br />Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish<br />to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal<br />opportunity to receive and participate in parish contracts.<br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established<br />a minimum EBE goal of 25% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith<br />efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation<br />demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms<br />certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE<br />goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE<br />Certification, as appropriate within 10 days after bid opening.<br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S.<br />37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to<br />assure that all subcontractors comply with this law.<br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right<br />to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and<br />requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not<br />be considered as informalities and shall not be waived by any public entity.<br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request<br />from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street,<br />8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the<br />SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br />A non-mandatory pre-bid conference will be held at 9:00 A.M., Wednesday, August 12, 2025, in the<br />Environmental Services Facility, 12422 Florida Blvd, First Floor Conference Room, Baton Rouge, LA 70815.<br />For additional information, please contact Mr. Obie Watts, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp74776629-annual-lanscaping-services-for-the-environmental-services-facility-cpp-no-25-ls-ms-0016.html
25-Jul-2025 8:00:00 AM CDT |
26-Aug-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PERKINS ROAD CLEARING AND GRUBBING, DECORATIVE FENCE, AND DRAINAGE (SIEGEN LANE TO PECUE LANE) CCP NO. 12-CS-HC-0015
|
To be published three times-Legal<br /> July 25, August 1, and 8, 2025<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br /> <br />NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br /> <br />PERKINS ROAD<br />CLEARING AND GRUBBING, DECORATIVE FENCE, AND DRAINAGE<br />(SIEGEN LANE TO PECUE LANE)<br />CITY PARISH PROJECT NO. 12-CS-HC-0015<br /> <br />PROJECT DESCRIPTION: Roadway / Side Clearing and Grubbing, Tree Removal, Decorative Wall, Concrete Removal, Drainage.<br /> <br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, AUGUST 26, 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.<br /> <br />Bid Openings can be observed in person or via teleconference. <br /> <br />Teleconference Call-in Information<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. <br /> <br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. <br /> <br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /> <br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $44.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<br /> <br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 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.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br /> <br />There will be no pre-bid conference.<br /> <br />For all other questions of comments concerning the project plans, specifications, or bidding documents please contact Zach Schmidt P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp52285516-perkins-road-clearing-and-grubbing-decorative-fence-and-drainage-siegen-lane-to-pecue-lane-ccp-no-12-cs-hc-0015.html
25-Jul-2025 8:00:00 AM CDT |
26-Aug-2025 2:00:00 PM CDT |
Beauregard Parish Police Jury |
Chip Spreader
|
ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br /> <br />Monday, August 11, 2025 <br />At Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. <br />For the following item(s):<br /><br /><b>One (1) New Chip Spreader </b><br />All bids must be submitted on the PARISH BID FORM located in the bid packet which may be obtained at the Beauregard Parish Police Jury Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com. <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bids prior to award. <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All bids MUST SEALED and be plainly marked on the outside of the envelope:BID FOR “Chip Spreader”<br /> <br />PUBLISH DATES: Friday, July 25, 2025, and Friday, August 1, 2025<br /> <br />/s/ Tina Simmons<br />Purchasing Agent
https://www.centralauctionhouse.com/rfp55864806-chip-spreader.html
25-Jul-2025 7:40:00 AM CDT |
11-Aug-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Shreveport Latrine Renovations, Shreveport, LA
|
See attached Solicitation for: Shreveport Latrine Renovations, Shreveport, LA
https://www.centralauctionhouse.com/rfp90159407-shreveport-latrine-renovations-shreveport-la.html
25-Jul-2025 12:00:00 AM CDT |
10-Sep-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
RTI Central Plant Restructuring, Camp Minden, Minden, LA
|
See attached Solicitation for: RTI Central Plant Restructuring, Camp Minden, Minden, LA
https://www.centralauctionhouse.com/rfp57784207-rti-central-plant-restructuring-camp-minden-minden-la.html
25-Jul-2025 12:00:00 AM CDT |
03-Sep-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
Band Room Latrine Improvements, Bossier City, LA
|
See attached for solicitation: Band Room Latrine Improvements, Bossier City, LA
https://www.centralauctionhouse.com/rfp99510382-band-room-latrine-improvements-bossier-city-la.html
25-Jul-2025 12:00:00 AM CDT |
03-Sep-2025 11:00:00 AM CDT |
Livingston Parish Government |
Livingston Parish Advertisement or Invitation to Bid - Early Warning Systems
|
SECTION 00100<br /> <br />ADVERTISEMENT OR INVITATION TO BID<br /> <br /> LIVINGSTON PARISH GOVERNMENT<br /> <br />LIVINGSTON PARISH EARLY WARNING SYSTEM<br />FEMA PROJECT #4277-099<br /> <br />Separate sealed bids for the LIVINGSTON PARISH EARLY WARNING SYSTEM, will be received by Livingston Parish Government at the Livingston Office of Homeland Security & Emergency Preparedness, 20355 Government Blvd, Suite D, Livingston, LA 70754 until 2:00 P.M. (Central Time), on August 28, 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 examined at the following location:<br /> <br />LA TERRE ENGINEERING, LLC<br />343 THIRD STREET, SUITE 511B<br />BATON ROUGE, LA 70801<br />225-960-1160<br />
[email protected]<br /> <br />Work includes:<br />The proposed Work will consist of furnishing all labor, material and equipment for the procurement and installation of weather stations at select locations in Livingston Parish as shown in the Plans to monitor potential flooding. The work will include providing all required equipment, hardware, software and installation.<br /> <br />Copies of the bidding documents shall be obtained from the office of La Terre Engineering, LLC upon deposit of $300 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 /> <br />Pursuant to L.R.S. 38:2212.E.(1) Bidder, have the option to submit bids and bid bonds electronically. Electronic bids for this project may be submitted through Central Bidding. The Central Bidding web address is www.CentralBidding.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 />In accordance with L.R.S. 38:2212.B.(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218; with the exception that sureties used for obtaining bonds on federally funded projects must appear as acceptable on the U.S. Department of Treasury Circular 570.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c); with the exception that sureties used for obtaining bonds on federally funded projects must appear as acceptable on the U.S. Department of Treasury Circular 570.<br /> <br />Minority owned firms, small businesses are encouraged to participate.<br /> <br />The Livingston Parish Government is an equal opportunity employer.<br /> <br />A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />at 10:00 A.M. on August 18, 2025, at the Livingston Parish Government at the Livingston Office of Homeland Security & Emergency Preparedness, 20355 Government Blvd, Suite D, Livingston, LA 70754<br /> <br />Any person with disabilities required special accommodations must contact the Owner 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 www.sam.gov, prior to award of contract.<br /> <br /> <br />LIVINGSTON PARISH GOVERNMENT<br />P.O. BOX 427<br />LIVINGSTON, LA 70754<br /> <br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />July 24, 2025<br />July 31, 2025<br />August 7, 2025
https://www.centralauctionhouse.com/rfp73544487-livingston-parish-advertisement-or-invitation-to-bid--early-warning-systems.html
24-Jul-2025 12:30:00 PM CDT |
28-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148244 Two (2) Year Contract for Spring & Fall Maintenance and Service Repairs for JPAWS Westbank Location
|
Two (2) Year Contract for Spring & Fall Maintenance and Service Repairs for JPAWS Westbank Location
https://www.centralauctionhouse.com/rfp21308454-5000148244-two-2-year-contract-for-spring-fall-maintenance-and-service-repairs-for-jpaws-westbank-location-.html
24-Jul-2025 11:00:00 AM CDT |
08-Aug-2025 11:00:00 AM CDT |
Ascension Parish Government |
MOSQUITO CONTROL CHEMICAL BID - MINERAL OIL
|
SEALED BID<br />MOSQUITO CONTROL CHEMICAL<br />Sealed Bids will be received by the Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 until Thursday, August 14, 2025 @ 10:00 AM local time for the following:<br /> Ascension Parish (Parish) is accepting Sealed Bids for Mosquito Control Chemical:<br /> <br />MINERAL OIL<br /> <br />Specifications: Clear Mineral Oil, per gallon size tote.<br /> <br /> <br />LA. R.S. 38:2212.1 (C) (2)<br />Wherever in specifications the name of a certain brand, make, manufacturer, or definite specification is utilized, the specifications, shall state clearly that they are used only to denote the quality standard of product desired and that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable.<br /> <br /> <br />All Bid responses must be quoted per the above Unit of Measure (UOM), Specifications. <br />Bids are to be submitted for a one-year period. Material Safety Data Sheets must be provided for chemical. <br /> <br />Unless submitting bid via online, bids must be enclosed in a sealed envelope bearing on the outside, the name of the Bidder, Bidder’s address, and the name of the material/project for which the bid is submitted. The bids will be publicly open and read aloud on the above stated date and time.<br />Bid information shall be received in legible print by: Ascension Parish Government, Purchasing Department, 615 East Worthey Street, Gonzales, LA 70737 on or before 10:00 a.m. Central Standard Time on the specified date stated above. Electronic bid submittals are permitted via http://www.centralauctionhouse.com.<br /> <br />Chemicals must be delivered to Ascension Parish Government Mosquito Control, St. Amant, Louisiana within 30 days of order, if not the order will be cancelled and issued to the next qualifying bidder. <br /> <br />Specifications/bidding documents may be obtained at the Ascension Parish Government, Purchasing Department located at 615 E. Worthey Street, Gonzales, Louisiana 70737. Electronic Bids are accepted at<br /> <br />Central Bidding http://www.centralauctionhouse.com. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. All addenda, corrections, and responses to this public notice shall be posted to http://www.centralauctionhouse.com.<br /> <br />The Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualifications, or Request for Proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana. <br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br /> <br /> <br /> <br />DONALDSONVILLE CHIEF - PLEASE PUBLISH 7/24/2025 7/31/2025<br />GONZALES WEEKLY - PLEASE PUBLISH 7/24/2025 7/31/2025<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp82241842-mosquito-control-chemical-bid--mineral-oil.html
24-Jul-2025 10:00:00 AM CDT |
14-Aug-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148444 Labor, Materials, and Equipment Needed to Repair a 2014 Freightliner Dump Truck for the Jefferson Parish Department of Fleet Management
|
Labor, Materials, and Equipment Needed to Repair a 2014 Freightliner Dump Truck for the Jefferson Parish Department of <br />Fleet Management
https://www.centralauctionhouse.com/rfp55898377-5000148444-labor-materials-and-equipment-needed-to-repair-a-2014-freightliner-dump-truck-for-the-jefferson-parish-department-of-fleet-management-.html
24-Jul-2025 9:57:00 AM CDT |
28-Jul-2025 11:00:00 AM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
10789- Town of Madisonville- Disaster Debris Removal & Recovery Services
|
REQUEST FOR PROPOSALS<br />TOWN OF MADISONVILLE, STATE OF LOUISIANA<br />DISASTER DEBRIS REMOVAL & RECOVERY SERVICES<br />The Town of Madisonville is hereby soliciting the submittal of Proposals from Contractors interested in<br />providing Disaster Debris Removal & Recovery Services to Town of Madisonville under Project No.<br />M2025001 as follows:<br />Contract Owner: Town of Madisonville<br />Contract Name: M2025001 Contract for Disaster Debris Removal and Recovery Services<br />Principal Work Location: The Contract Work will be located generally throughout the Town of<br />Madisonville.<br />Description of the Basic Work: The Contract Work comprises the removal of disaster related debris and<br />disaster recovery services from scattered sites throughout the Town of Madisonville until December 31,<br />2027 with up to two (2) one-year extension options.<br />Proposals: Eligible firms must have demonstrated experience in managing FEMA reimbursable debris<br />removal projects. Individual Request for Proposal packages are available for the service stated above.<br />The Town of Madisonville will receive proposals from Proposers having specific experience and<br />qualifications in the area identified in the solicitation. For consideration, proposals for this project must<br />contain evidence of the Proposer’s experience and abilities in the specified area and other disciplines<br />directly related to the proposed services. Other information required by the Town of Madisonville may<br />be included elsewhere in the solicitation.<br />The Proposer may be required before the award of any contract to show to the complete satisfaction of the<br />Town of Madisonville that it has the necessary facilities, ability, and financial resources to provide the<br />services therein in a satisfactory manner. The Proposer may also be required to give a history and<br />references in order to satisfy the Town of Madisonville regarding the Proposer's qualifications. The Town<br />of Madisonville may make reasonable investigations deemed necessary and proper to determine the<br />ability of the Proposer to perform the work, and the Proposer shall furnish to the Town of Madisonville<br />all information for this purpose that may be requested. The Town of Madisonville reserves the right to<br />reject any offer if the evidence submitted by, or investigation of, the Proposer fails to satisfy the Town of<br />Madisonville that the Proposer is properly qualified to carry out the obligations of the contract and to<br />complete the work described therein.<br />In order for your Proposal to be considered, proposals (one original and six copies) and one digitally<br />signed proposal on CD, DVD, or flash drive must be received by the DEPARTMENT OF PUBLIC<br />WORKS, Town of Madisonville, Louisiana, 403 St. Francis Street, Madisonville, Louisiana, 70447,<br />either by registered or certified mail with return receipt requested, or hand delivered, no later than 10:00<br />a.m. local time on August 25, 2025.<br />REQUEST FOR PROPOSAL PACKAGES: The Request for Proposals does not commit the Town to<br />award a contract, to pay any costs incurred in the preparation of a proposal, or to procure or contract for<br />the articles of goods and services. The Town reserves the right to accept or reject any or all proposals received as a result of the Request for Proposals, to negotiate with all qualified Proposers, or to cancel in<br />part or its entirety the Request for Proposals, if it is in the best interests of the Town to do so.<br />Individual Request for Proposal packages may be secured from the following address:<br />Barowka & Bonura Engineers & Consultants, LLC<br />209 Canal Street<br />Metairie, Louisiana 70005<br />Only those proposers that have obtained the official Request for Proposal packages will be considered.<br />Pre-Proposal Conference: Not applicable.<br />The successful proposer will be required to furnish a Performance and Payment Bond written by a<br />company licensed to do business in Louisiana, in the amount equal to one hundred percent (100%) of the<br />contract price. Certificates of Insurance will also be required as specified.<br />Questions relative to the Request for Proposal packages shall be addressed, in writing to<br />Barowka & Bonura Engineers & Consultants, LLC, c/o Craig Comeaux, 209 Canal Street, Metairie,<br />Louisiana, 70005 or via email at
[email protected].<br />DATED AT Madisonville, Louisiana, this 24th day of July 2025.<br />/s/ Jean Pelloat<br />Jean Pelloat<br />Mayor<br />Town of Madisonville<br />Request Source and Dates:<br />St. Tammany Farmer (Official Journal)<br />Central Bidding (centralauctionhouse.com)<br />Town of Madisonville Web Site<br />Wednesday, July 30, 2025<br />Wednesday, August 6, 2025<br />Wednesday, August 13, 2025<br />Wednesday, August 20, 2025<br />
https://www.centralauctionhouse.com/rfp97084655-10789-town-of-madisonville-disaster-debris-removal-recovery-services-.html
24-Jul-2025 8:45:00 AM CDT |
25-Aug-2025 10:00:00 AM CDT |
Iberville Parish Government |
Iberville Parish Sheriff's Office Jail Door Replacement
|
https://www.centralauctionhouse.com/rfp66572329-iberville-parish-sheriffs-office-jail-door-replacement.html
24-Jul-2025 8:00:00 AM CDT |
21-Aug-2025 2:00:00 PM CDT |
Iberville Parish Government |
Bayou Blue Splash Pad
|
https://www.centralauctionhouse.com/rfp10335960-bayou-blue-splash-pad.html
24-Jul-2025 8:00:00 AM CDT |
19-Aug-2025 2:00:00 PM CDT |
Ascension Parish Government |
BITUMINOUS MIXTURE FOR HOT APPLICATION (ASPHALT)
|
<div style="text-align: center;"><b>Bid Notice</b></div> <div>Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until <b>Tuesday, August 12, 2025</b> at 10:00 a.m. CDT. The bids will be publicly opened and read aloud for the following:</div> <div style="text-align: center;"><b>Bituminous Mixture for Hot Application (Asphalt)</b><br /> </div><div>Specifications: The supplier shall provide Level A mix as specified in Section 502 Asphalt Concrete Mixtures and Section 510 Asphaltic Concrete Pavement Patching, Widening and Joint Repair of the latest edition of the Louisiana Standard Specifications for Roads and Bridges, including any supplemental updates, as provided at the following web link: <a href="http://wwwsp.dotd.la.gov/Inside_LaDOTD/Divisions/Engineering/Standard_Specifications/Pages/Standard%20Specifications.aspx">http://wwwsp.dotd.la.gov/Inside_LaDOTD/Divisions/Engineering/Standard_Specifications/Pages/Standard%20Specifications.aspx</a><br /> <br />Additional Specifications:<br />No Latex Modifiers or Ground Tire Rubber (GTR) in the Asphalt Concrete<br />No greater than 15% Reclaimed Asphalt Pavement (RAP) in the Asphalt Concrete<br />No greater than 12% Sand in the Asphalt Concrete<br /> <br />This material will be picked up by Ascension Parish Government vehicles from the supplier’s asphalt plant. The asphalt plant shall be located at a driving distance no greater than twenty-five (25) miles from the Ascension Parish Public Works Department located at 42077 Churchpoint Road, Gonzales, Louisiana 70737. <br /> <br />All bid submissions must include the asphalt plant’s physical address.<br /> <br />LA. R.S. 38:2212.1 (C) (2)<br />Wherever in specifications the name of a certain brand, make, manufacturer, or definite specification is utilized, the specifications shall state clearly that they are used only to denote the quality standard of product desired and that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable.<br /> <br />Bids will be accepted on a price per ton basis for a period of one (1) year to commence upon the date of approval.<br /> <br />Specification/bidding documents may be obtained at the Ascension Parish Government Purchasing Department located at 615 E. Worthey Street, Gonzales, LA 70737, or <a href="http://www.ascensionparish.net/departments/purchasing/bid-information/">http://www.ascensionparish.net/departments/purchasing/bid-information/</a> . Electronic Bids are accepted at Central Bidding. Central bidding can be accessed at <a href="http://www.centralauctionhouse.com">http://www.centralauctionhouse.com</a>. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. All addenda, corrections, and responses to this public notice shall be posted to <a href="http://www.centralauctionhouse.com">http://www.centralauctionhouse.com</a>.<br /> <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />The Parish of Ascension reserves the right to disqualify any bid, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject any or all bids for just cause.<br /> <br /><b>ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT<br /> <br />CHIEF - Please publish 7/24/2025, 7/31/2025, 8/7/2025<br />WEEKLY- Please publish 7/24/2025, 7/31/2025, 8/7/2025</b></div>
https://www.centralauctionhouse.com/rfp59648306-bituminous-mixture-for-hot-application-asphalt.html
24-Jul-2025 7:00:00 AM CDT |
12-Aug-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
INVITATION TO BID - Ascension Parish Sheriff 500KW Training Center Generator
|
Ascension Parish Sheriff’s Dept.<br />500 KW Generator and ASCO 300 ATS Bidding Specifications<br /> <br />A: ANY BID MUST MEET OR EXCEED ANY AND ALL OF THESE SPECIFICATIONS.<br /> <br />B: ALL BIDDERS MUST BE A FACTORY AUTHORIZED DISTRIBUTOR OF THE EMERGENCY GENERATOR SYSTEM AND COMPONENTS MANUFACTURERS<br /> <br />C: FREIGHT (Deliver and unload at the ASCENSION PARISH TRAINING FACILITY)<br /> <br /> <br />General:<br />Ascension Parish Sheriff Dept. is accepting bids for a 500 KW Diesel Generator with Aluminum enclosure fuel tank and ASCO 300 ATS. Vender must supply Non-Proprietary Software and programing cable for controller. Quoted pricing will be adhered to with no exceptions including freight and installation.<br /> <br /> <br />Note: The vender will supply a Motorola SDM 3000 device with an interface to Generator and ASCO ATS controller for remote system start and monitoring.<br /> <br /> <br />Mandatory Site Walk:<br /> <br />8/14/2025<br />10:00 AM<br />9094 St Landry Road<br />Gonzales,La 70737<br /> <br /> <br />Emergency, Electrical, Power-Generation-System-Equipment-Package Specifications-SCOPE OF WORK:<br /> a. Remove from the project site the existing, emergency, electrical, powergeneration-<br />system equipment (i.e., the existing, emergency, electrical, enginegenerator<br />set [and all existing appurtenances]; the existing, automatic, transfer<br />switch {ATS}; the existing ,remote, annunciator panel; etc.), which will all be<br />disconnected by the project electrical subcontractor) .<br />b. Furnish and set in place (to be connected by the project electrical subcontractor)<br />all equipment which is required for a new, replacing, complete, emergency,<br />electrical, power-generation system (which is referenced herein as the "system").<br />The system shall be complete in every respect and shall include the emergency<br />engine-generator set (which is referenced herein and on the drawings as the<br />"genset"); the lockable, 200 MPH wind-rated, Level-3 sound-attenuating,<br />weatherproof housing (enclosure), with integral, code-conforming, BLUE-STAR standard,<br />LED, AC/DC emergency lighting, with the associated, light-control,<br />timer switch; the UL-142-compliant, sub-base, diesel-fuel, storage tank (with all<br />required leak alarms and all other required appurtenances, etc., and with<br />provisions at the front and the rear of the tank for accommodating a diesel-fuelpolishing<br />(fuel-maintenance) system; the diesel fuel pump; the AXI Model ST<br />7303-4X-Stainless-Steel, diesel-fuel-polishing (fuel-maintenance) system; the<br />critical silencer and the required flexible connector, which is located within the<br />genset enclosure; the batteries and battery rack which are located within the<br />genset enclosure; the weatherproof, remote, "emergency off", pushbutton<br />station, inside of a lockable, secure, vandal-proof enclosure; the BASSLER<br />Model 2020HD controller; the required diesel-fuel carburetion; all required dieselfuel<br />lines, and all required flexible connectors; all required venting and venting<br />apparatuses; all required controls and instruments; all required vibration<br />isolators; the water-jacket (or engine-block) heater; all required engine<br />lubricating oil, engine coolant, coolant filters, air filters and diesel-fuel filters; the<br />BASSLER, remote, annunciator panel; the ASCO, service-entrance-rated,<br />automatic transfer switch (which is referenced herein as the "SE-ATS"); and all<br />other required appurtenances.<br />c. The system, as manufactured, assembled, tested, delivered, and installed shall<br />be in strict accordance with the all applicable standards, in strict accordance with<br />the applicable requirements of all governing authorities, and in strict accordance<br />with the requirements of all applicable codes including, but not limited to NFPA<br />30, NFPA 37, NFPA 70, NFPA 110, and NFPA 704:<br />i. NFPA 30:21 4.3 - Normal venting for the tank shall comply with this<br />section;<br />ii. NFPA 30:21 5.1 - The tank shall be tested in accordance with the<br />requirements of Sections 21.5.1.1 through 21.5.1.4, as applicable;<br />iii. NFPA 30:21.5.1.1 - An approved listing mark on the tank shall be<br />considered to be evidence of compliance with this requirement;<br />iv. NFPA 30:21.5.2 - The tank and connections shall be tested for tightness<br />before being placed in service in accordance with Sections 21.5.2.2<br />through 21.5.2.8, as applicable;<br />v. NFPA 30:21.7.2.1 - Identify the tank with a sign or marking that meets the<br />provisions of NFPA 704;<br />vi. NFPA 30:22.6 - Piping for normal and emergency relief venting of the<br />tank shall be constructed in accordance with Chapter 27; and<br />vii. NFPA 30:22.11.4.4 - Means shall be provided for determining the level of<br />liquid in the tank. This means shall be accessible to the delivery operator.<br />d. Furnish to the owner complete schematic and wiring diagrams for the entire<br />system and complete test results from the testing of a prototype of the genset<br />series which is being provided for this project.<br />e. Upon completion of initial startup and system checkout, the supplier of the<br />system shall perform a field test, at the time which is stipulated by the owner, as<br />required to demonstrate the genset's load-carrying capability, and voltage and<br />frequency stability, with the project load at the maximum-designed operating<br />level. A power failure shall be initiated by opening the main, "utility", circuit<br />breaker of the SE-ATS which supplies "normal" power to the project electrical<br />loads (i.e., to the SE-ATS "normal-source" lugs). Records of the time-of-day; the<br />coolant temperature; the cranking time until the prime mover starts and runs; the<br />time which is required for the prime mover to come up to operating speed; the<br />voltage and frequency overshoot; the time which is required to achieve<br />steady-state condition with the SE-ATS transferred to the "emergency" position;<br />voltage; frequency; current; oil pressure; ambient air temperature; kilowatts;<br />power factor; fuel usage; and battery-charger rate, at 5-minute intervals for the<br />first 15 minutes and at 15-minute intervals thereafter, shall be maintained<br />throughout the tests. Such load test shall continue for a minimum of four (4)<br />hours, during which time the load changes and the resultant effect on voltage<br />and frequency shall be observed and recorded. Then, "normal" power shall be<br />restored and the time delay on retransfer (set for 15 minutes minimum), as well<br />as the time for the prime mover to cool-down and shutdown, shall be recorded.<br />Upon completion of the above-described test, the prime mover shall be allowed<br />to cool down for five (5) minutes. Then fully-rated load (genset-nameplate KW)<br />consisting of the entire project electrical load supplemented by a load bank, shall<br />be applied. Unity power factor is acceptable for on-site testing. Such full-load<br />pickup shall be in one (1) step, immediately upon reaching rated RPM.<br />Following all required testing, the owner will furnish and install all diesel fuel<br />which is required to fill completely the UL-142-compliant, genset, sub-base,<br />diesel-fuel, storage tank with the proper diesel fuel.<br />f. Install the entire system in strict accordance with the manufacturer's<br />recommendations, and provide the owner with an electronic version, and at least<br />three (3) hard-bound sets of operation-and-maintenance manuals, including<br />details and parts lists.<br />g. The entire system, including but not limited to, the genset; the lockable, 200<br />MPH wind-rated, Level-3 sound-attenuating, weatherproof housing (enclosure),<br />with integral, code-conforming, BLUE-STAR-standard, LED, AC/DC, emergency<br />lighting, and an associated, light-control, timer switch; the UL-142-compliant,<br />sub-base, diesel-fuel storage tank, with provisions at the front and the rear of the<br />tank for accommodating a diesel-fuel-polishing (fuel-maintenance) system; the<br />diesel fuel pump; the AXI Model ST 7003-4X-Stainless-Steel, diesel-fuelpolishing<br />(fuel-maintenance) system; the critical silencer and flexible connector;<br />the starting batteries, battery rack, and battery charger which are located within<br />the genset enclosure; the weatherproof, remote, "Emergency-OFF", pushbutton<br />station, inside of a lockable, secure, vandal-proof enclosure; the instrument<br />panel; the diesel-fuel carburetion; the diesel-fuel lines and flexible connectors;<br />the venting and venting apparatuses; the BASSLER Model 2020HD, controller;<br />the spring type vibration isolators; the water-jacket (or engine-block) heater; the ASCO SEATS;, The AXI fuel polisher<br />and the BASSLER, remote, annunciator panel, shall be warranted by the<br />manufacturer against defective materials and workmanship for a minimum period<br />of five (5) years, or 3000 hours, whichever first occurs. Defective parts shall be<br />repaired or replaced, at the manufacturer's option, free of charge, for such<br />period; and all associated labor, travel time, and mileage shall be provided free<br />of charge for this period, without a deductible being applied. The warranty<br />period shall commence when the system is first placed in service.<br />h. Provide the necessary lube oil for the engine crankcase, provide the air cleaner,<br />and provide the necessary radiator coolant (likely to be a 50% solution of<br />ethylene glycol; verify in advance and provide accordingly), in accordance with<br />the manufacturer's recommendations.<br />i. When the installation and connection of the system has been completed,<br />factory-trained technicians shall check out the installation and connections,<br />and to perform the initial start-up and testing of the system. NOTE: The owner will furnish the fuel for testing and the initial full tank of fuel. After the<br />above-mentioned check-out, start-up, and testing have been accomplished,<br />demonstrate the complete operation of the system to the owner, and to any<br />personnel so chosen by the owner, to the owner's satisfaction, at the time(s),<br />and for the duration(s), which are stipulated by the owner, without limit, until the<br />termination of the project one-year warranty period; include all associated costs<br />in the project proposal. Furnish to the owner the complete test results prior to<br />receiving final payment.<br />j. The system shall be a package of new and current equipment, UL 2200 listed and labeled and in compliance with NFPA 110 and consisting of:<br />i. A diesel-fueled, engine-driven, electric genset to render standby power, with a<br />lockable, 200 MPH wind-rated, Level-3 sound-attenuating, weatherproof<br />enclosure which is equipped with an integral, code-conforming, BLUE-STARstandard,<br />LED, AC/DC, emergency light kit, and an associated, light-control,<br />timer switch; with a UL-142-compliant, sub-base, diesel-fuel, storage tank,<br />with provisions at the front and the back of the tank for accommodating a<br />diesel-fuel-polishing (fuel-maintenance) system; with a diesel fuel pump; and<br />with an AXI Model ST 7003-4X-Stainless-Steel, diesel-fuel-polishing (fuelmaintenance)<br />system;<br />ii. An engine start-stop control system mounted on the genset;<br />iii. A remote, weatherproof, vandal-proof, corrosion-resistant, "Emergency-OFF",<br />pushbutton station;<br />iv. A genset-engine, start-stop-automatic, control system which is integral to the<br />SE-ATS;<br />v. Unit-mounted and remote accessories as specified, and where and as<br />required;<br />vi. A BASSLER Model 2020HD controller;<br />vii. The ASCO SE-ATS which shall render manual and automatic starting and<br />stopping of the genset, and switching of the project-site electrical loads;<br />viii. All required diesel fuel lines, with flexible connectors, and all required dieselfuel<br />filters;<br />ix. A BASSLER, remote, annunciator panel; and<br />x. Single-source warranty of all major system components.<br />k. The supplier of the system shall have a factory-authorized service firm which is<br />located within one hundred fifty (150) miles of the project site, which maintains a<br />stock of standard parts, and which has service personnel available on a "call basis".<br />l. The system shall include, but not be limited to, the following major components:<br />i. A 500KW/625kVA (minimum), 0.8P.F., 120/208V, 3-phase, 4-wire, wyeconnected,<br />60Hz, 1737F.L.A. (minimum), 1,800RPM, diesel-fueled,<br />continuous-standby genset, BLUE STAR Model PD500-01-2506C-E15TAG3-<br />MARATHON-105C-RISE, which is modified and augmented as specified<br />herein, as required, and as intended, complete with the following:<br />(1) A lockable, 200 MPH wind-rated, Level-3 sound-attenuating,<br />weatherproof enclosure, having an integral, code-conforming, BLUESTAR-<br />standard, LED, AC/DC, emergency, light kit, and an associated,<br />light-control, timer switch;<br />(2) A 72-hour (minimum) run time (at full genset load), 2,700<br />(approximate) usable-gallon, UL-142-compliant, sub-base, diesel-fuel<br />storage tank, with provisions at the front and rear of the tank for<br />accommodating a diesel-fuel-polishing (fuel-maintenance) system,<br />and a diesel-fuel pump;<br />(3) An AXI Model ST 7003-4X-Stainless-Steel, diesel-fuel-polishing (fuelmaintenance)<br />system, which will accommodate a 1" black-iron pipe to<br />the rear of the genset-sub-base tank and 1" black-iron pipe to the front<br />of the genset sub-base tank; such diesel-fuel-polishing (fuelmaintenance)<br />system:<br />(a) Shall be a fully automated system that removes water, sludge,<br />and other contaminants from fuel-storage tanks;<br />(b) Once installed, shall operate independently as required to<br />ensure fuel reliability through routine fuel filtration;<br />(c) Shall utilize a polishing process that stabilizes diesel fuel,<br />eliminates microbial contamination, and ensures that the fuel<br />remains clean;<br />(d) Shall be equipped with a NEMA 4X-rated, stainless-steel<br />enclosure that is specifically for an outdoor installation, by<br />protecting the system from wind-blown dust and rain, hose directed<br />water, and ice formations;<br />(e) Shall be equipped with a smart filtration controller;<br />(f) Shall have fully automated operation;<br />(g) Shall be equipped with safety and alarm features;<br />(h) Shall be equipped with a continuous-duty pump, and vitron<br />seals;<br />(i) Shall be equipped with an automatic pump shut-down and alert<br />indication to notify users when the system requires servicing;<br />(j) Shall have a nominal flow rate of 3 gpm/180 gph;<br />(k) Shall accommodate a primary filter which is either a 10-micron<br />or a 30-micron particulate filter;<br />(l) Shall accommodate a secondary filter which is either a 3-<br />micron or10-micron, water block;<br />(m) Shall be equipped with an LG-X 1500, inline, magnetic, fuel<br />conditioner;<br />(n) Shall be equipped with a 1/3HP gear pump;<br />(o) Shall be equipped with a smart filtration controller with safety<br />and alarm features;<br />(p) Shall have a 120V, single-phase, input-power requirement;<br />(q) Shall be equipped with black-iron plumbing;<br />(r) Shall be equipped with 3/4" NPT ports, in and out;<br />(s) Shall have approximate outside dimensions of 36" high x 36"<br />wide x 12" deep; and<br />(t) Shall weigh approximately 290 lbs.;<br />(u) Spring type -non seismic vibration isolators with capacity to support the engine generator set, the completely fueled subbase fuel tank<br />(v) A (mounted within the weather enclosure) load distribution center for single point accessory wiring for the battery charger, A.C. lights, engine block heater (5000 watts at 208 volts) generator strip anti-condensation heater 225 watts at 120 volts, and 20 amp GFCI duples receptacle (to be wired to the utility)<br />(4) A 928-cubic-inch/15.2-litre (minimum) displacement, 787<br />(minimum) gross horsepower, engine;<br />(5) An automatic, battery-charging alternator, with solid-state voltage<br />regulation;<br />(6) A 10-amp (minimum), battery float charger;<br />(7) A unit-mounted radiator cooling system, with thermostat temperature<br />control, a water pump, a coolant filter, and high-coolant-temperature<br />shutdown;<br />(8) A positive displacement lube oil pump, a full-flow oil filter, and a<br />pressure relief valve;<br />(9) A unit-mounted, BASSLER Model 2020HD controller;<br />(10) An oil-pressure gauge, an oil-level indicator, and low-oil-pressure<br />shutdown, a coolant-temperature gauge, a battery-charge-rate<br />ammeter, and a solid-state engine-monitoring system;<br />(11) An electronic (isochronous) engine speed governor having an electric<br />actuator with speed droop which is externally-adjustable from<br />isochronous to 5%, that will maintain the alternator output frequency to<br />within +/- 0.25% from no load to full-load alternator output;<br />(12) A 2-wire, remote starting system with a cranking limiter;<br />(13) A solid-state voltage regulator, which provides a regulation of +/-<br />0.50%, or better;<br />(14) A frequency regulation rating limiting the variance to +/- 0.25%<br />maximum, no-load to full-load alternator output;<br />(15) An oil drain valve with hose extension;<br />(16) Starting batteries, battery cables, and a battery rack which are<br />contained within the genset, Level-3 sound-attenuating, weatherproof,<br />enclosure;<br />(17) Factory-provided vibration isolators between the genset and its<br />structural steel skid;<br />(18) A welded steel mounting base;<br />(19) A critical, silencing, exhaust muffler with flexible exhaust connectors<br />mounted within the lockable, 200 MPH wind-rated, Level-3 soundattenuating,<br />weatherproof aluminum enclosure, having an integral, codeconforming,<br />BLUE-STAR-standard, LED, AD/DC, emergency, light kit,<br />and an associated, light-control, timer switch. The muffler, bracketry,<br />exhaust tubing, and all fittings shall be designed and furnished as a<br />complete assembly by the generator manufacturer with the exhaust internally mounted within the enclosure; The enclosure shall limit the resulting noise to a maximum of 75 dBA when measured from 21’.<br />(20) All required diesel fuel lines, with flexible connectors. All fuel lines<br />shall be the genset manufacturer's standard lines with the<br />manufacturer's standard fittings, and with a (code-approved) flexible<br />section of tubing between the engine and the fuel supply lines (for<br />withstanding vibration). All fuel lines shall be properly-located;<br />(21) Diesel-fuel carburetion;<br />(22) Starting batteries which are contained within the genset weatherproof<br />housing;<br />(23) A 5000-watt (approximate), 208-volt, 1-phase,<br />thermostatically-controlled, engine-coolant (water-jacket) heater or<br />block heater;<br />(24) A cycle cranker;<br />(25) One (1) 2000A, 100%-rated, unit-mounted, output, circuit breaker.<br />One (1) such output circuit breaker shall be the mainline circuit<br />breaker which will be connected (by the project electrical<br />subcontractor) where and as required to feed "emergency" electrical<br />power to the "emergency-source" lugs of the SE-ATS. A second output circuit breaker<br />rated 1400 amps and 100% rated circuit breaker shall be a shunt-trip circuit breaker which<br />is specifically for accommodating the future connection of the electrical<br />power cables to and for a portable load bank for future genset loadbank<br />testing, etc., and which is equipped, arranged, and connected so<br />as to be tripped if and when a failure of "normal" ("utility") power<br />occurs while the genset is being tested with a load bank; and<br />(26) A 105-degree C. (maximum temperature-rise rating), MARATHON,<br />salient-pole, brushless, self-ventilated, generator (alternator), having<br />permanent-magnet excitation and having a single, maintenance-free<br />bearing which is coupled directly to the engine flywheel housing with a<br />semi-flexible coupling between the rotor and the flywheel. The<br />generator shall comply with the latest edition of NEMA Standard<br />MG1-1978, Parts 16 and 22. The insulation system shall be Class H,<br />or better. The generator shall be fully-guarded and dripproof as per<br />the latest edition of NEMA MG1-1.25 and NEMA 1. The generator<br />shall be capable of sustaining at least 250% of rated current for ten<br />(10) seconds, in the event of a short-circuit condition. The voltage<br />regulator shall have an adjustment for maximum voltage dip. The<br />voltage regulator shall also have internal protection against under<br />frequency and over excitation. The generator shall also have<br />over-voltage protection. The voltage regulator shall have a built-in<br />adjust potentiometer to render at least a +/-5% voltage range. The<br />AC-waveform total harmonic distortion shall not exceed 5% total RMS<br />from no load to full rated linear load, measured line-to-line. For any<br />addition of load, up to and including 100% of rated load at 1.0 power<br />factor, the voltage dip shall not exceed twenty percent (20%) of rated<br />voltage. The voltage shall recover to +/- 2% of rated voltage within 1.0<br />second. For any addition of load up to 100% of rated load, the<br />frequency shall recover to the steady-state frequency within 6.0<br />seconds;<br />ii. A BASSLER, remote, annunciator panel. Install such annunciator panel in the<br />exact location which is stipulated by the owner (verify in advance). Such<br />annunciator panel shall satisfy all of the latest NFPA requirements and shall<br />be an electro-mechanical panel which include red and yellow indicating lights,<br />and a silenceable alarm horn, for low-oil-pressure shutdown, low-coolanttemperature<br />alarm, high-coolant-temperature shutdown, low diesel-fuel-level<br />alarm, overcrank shutdown, overspeed shutdown, battery-charger<br />malfunction, and "generator on load". The project electrical subcontractor will<br />provide the required interconnecting control/signal wiring between such<br />remote annunciator panel and the genset, and between such remote<br />annunciator panel and the SE-ATS, and will upsize such interconnecting<br />control/signal wiring conductors as required to mitigate the adverse effects of<br />voltage drop, etc; and<br />iii. A 120/208V, 2000A, 3-pole, solid ("unswitched") neutral, 3-phase, 4-wire,<br />wye-connected, 60Hz, NEMA 3R (raintight, outdoor-rated), free-standing,<br />contactor-type, SE-ATS, which is an ASCO Model GAUS-2000-RJF-SEBREAKER-<br />DS-754577-050-ECN-282074 Series SE-ATS, and which is<br />modified and augmented as specified herein, as required, and as intended for<br />the respective exact application (verify all parameters and requirements in<br />advance, and provide accordingly). Such SE-ATS:<br />(1) Shall have U.L. certification, and shall conform fully to all U.L.-1008<br />and NEMA ICS 2-447 requirements;<br />(2) Shall be service-entrance rated; shall be equipped with a 2000A/3P,<br />100%-rated, main, "utility", circuit breaker; and shall be fitted with a<br />UL-listed, service-entrance-rated label;<br />(3) Shall have a minimum, continuous-current rating of 2000 amps;<br />(4) Shall be equipped with field-adjustable, under-voltage, over-voltage,<br />under-frequency, and over-frequency sensing for all lines on both the<br />"normal" and "emergency" sides;<br />(5) Shall be equipped with Level 2 control;<br />(6) Shall have a 85,000A (minimum) at 208V, fault-current rating;<br />(7) Shall be equipped with manual operators;<br />(8) Shall be equipped with a plug-connector interface with control;<br />(9) Shall be equipped with a solid ("unswitched") neutral;<br />(10) Shall be equipped with auxiliary control contacts (at least two [2] N.O.<br />and two [2] N.C. on the "normal" side and two [2] N.O. and two [2] N.C.<br />on the "emergency" side);<br />(11) Shall be equipped with two-wire, engine-control, remote-starting<br />contacts;<br />(12) Shall be equipped with control-mode status indicators;<br />(13) Shall be equipped with adjustable solid-state time delays for all<br />possible modes;<br />(14) Shall be equipped with a NEMA 3R (raintight, outdoor-rated),<br />key-locking, free-standing enclosure;<br />(15) Shall be completely front accessible and front connectible, unless it is<br />installed so as to accommodate all NEC-required, front, rear, and side<br />clearances (verify in advance);<br />(16) Shall be equipped with the proper communication module for remote<br />communications (verify all requirements in advance and provide<br />accordingly);<br />(17) Shall be equipped with NORMAL-EMERGENCY position-indicator<br />lamps;<br />(18) Shall be equipped with a TEST-NORMAL-RETRANSFER switch;<br />(19) Shall be equipped with a 7-day exerciser clock (which is completely<br />programmable at any time) including a WITH/WITHOUT LOAD<br />selector switch;<br />(20) Shall be equipped with a voltmeter, an ammeter, and a frequency<br />meter, and with the required phase-selector switch;<br />(21) Shall be equipped with an auto/manual retransfer selector switch; and<br />(22) Shall be equipped for "programmed transition", and shall be equipped<br />with an inhibit function, which will delay the completion of the transfer<br />to "normal" and/or "standby" power for an adjustable period of 0 - 5<br />seconds, and will prevent the load from being transferred between outof-<br />phase electrical power sources.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />All questions are too sent via e-mail to Chuck Cassard (no phone in questions):<br />Chuck Cassard [
[email protected]]<br />The deadline for any questions 8/14/2025 no questions will be answered after this period.<br /> <br />Ascension Parish Sheriff’s Dept reserves the right to reject any proposal as we feel necessary. Any proposal that is not completed as detailed above then their proposal will be considered invalid and rejected. The proposal cannot be changed for any reason once awarded.<br /> <br />Bids are to be received by:<br /> <br />Bids will be opened on August 21,2025 at 9:30 AM. at the Ascension Parish Sheriff’s Office, Parish Courthouse, 300 Houmas Street, Suite E, Donaldsonville, Louisiana.<br /> <br />All bids must be submitted in a sealed envelope marked “ASCENSION PARISH TRAINING FACILITY GENERATION ”. Bids may be delivered or mailed to the Ascension Parish Sheriff’s Office, to 828 South IRMA Blvd Gonzales,La 70737, in time for the bid opening. Business hours at the Gonzales location are 8:00 a.m. to 4:30 p.m., Monday through Friday.<br /> <br />Bids may also be submitted online at www.CentralBidding.com.<br /> <br />The right is reserved to reject any or all bids and to waive any formalities.<br /> <br />Advertised in Gonales Weekly on 7/24/2025, 7/31/2025, and 8/7/2025.<br />
https://www.centralauctionhouse.com/rfp78597925-invitation-to-bid--ascension-parish-sheriff-500kw-training-center-generator.html
24-Jul-2025 12:00:00 AM CDT |
21-Aug-2025 9:30:00 AM CDT |
Jefferson Parish Government |
5000148222 - Labor, Materials, And Equipment to Install Draper Techmatic Manual Window Shades at Woodmere Community Youth Center for the Jefferson Parish Department of Parks & Recreation
|
Labor, Materials, And Equipment To Install Draper Techmatic Manual Window Shades At Woodmere Community Youth Center For The Jefferson Parish Department Of Parks & Recreation
https://www.centralauctionhouse.com/rfp35098156-5000148222--labor-materials-and-equipment-to-install-draper-techmatic-manual-window-shades-at-woodmere-community-youth-center-for-the-jefferson-parish-department-of-parks-recreation.html
23-Jul-2025 3:56:00 PM CDT |
30-Jul-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148127 Purchase of Supplies for the Jefferson Parish Public Works Eastbank Warehouse
|
Purchase of Supplies for the Jefferson Parish Public Works Eastbank Warehouse
https://www.centralauctionhouse.com/rfp26510543-5000148127-purchase-of-supplies-for-the-jefferson-parish-public-works-eastbank-warehouse.html
23-Jul-2025 1:13:00 PM CDT |
29-Jul-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0318 BARRICADE COMPONENTS & CONES
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. August 12, 2025, for the following:<br /> <br />A25-0318 BARRICADE COMPONENTS & CONES<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm CST on August 5, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp78304870-a25-0318-barricade-components-cones.html
23-Jul-2025 11:00:00 AM CDT |
12-Aug-2025 11:00:00 AM CDT |
Port of South Louisiana |
Advertisement for NATCO Roof
|
Sealed Bids must be received by the Port of South Louisiana, 1720 Louisiana Highway 44, Reserve, Louisiana 70084, either by mail, hand delivery or electronic bid, NO LATER THAN 1:00 PM, local time August 26, 2025, Attn: Paul Matthews, Sealed Bid Enclosed-New Retrofit Roof for NATCO Facility Building, Contractor’s License Number and Contractor’s name should be printed outside of the sealed bid. Promptly thereafter, the bids will be publicly opened and read aloud at the Port of South Louisiana, 1720 Louisiana Highway 44, Reserve, Louisiana 70084.
https://www.centralauctionhouse.com/rfp17809283-advertisement-for-natco-roof-.html
23-Jul-2025 10:00:00 AM CDT |
26-Aug-2025 1:00:00 PM CDT |
Port of South Louisiana |
Advertisement for Hydrogen Fueling Barge
|
Project Description: One non-self-propelled, double hulled, and sub-divided as shown on plans. The mid-body is subdivided into five (5) main cargo tank pairs. The completed barge shall be certified by the United States Coast Guard (USCG) for carriage of Methanol, a Grade C flammable liquid cargo, and to comply with applicable USCG Regulations in effect at the time of contract signing.
https://www.centralauctionhouse.com/rfp32032405-advertisement-for-hydrogen-fueling-barge.html
23-Jul-2025 10:00:00 AM CDT |
28-Aug-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148106 Labor, Materials, and Equipment Needed to Furnish and Install New Level Instruments and Other Related Equipment for the Jefferson Parish Eastbank Water Treatment Plant
|
Labor, Materials, and Equipment Needed to Furnish and Install New Level Instruments and Other Related Equipment for the Jefferson Parish Eastbank Water Treatment Plant
https://www.centralauctionhouse.com/rfp56396796-5000148106-labor-materials-and-equipment-needed-to-furnish-and-install-new-level-instruments-and-other-related-equipment-for-the-jefferson-parish-eastbank-water-treatment-plant.html
23-Jul-2025 9:51:00 AM CDT |
01-Aug-2025 11:00:00 AM CDT |
Rapides Parish School Board |
Bid 26-14 Rapides High School Safety and Security Project
|
NOTICE TO BIDDERS <br />Sealed Bids will be received by the Rapides Parish School Board, PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until August 20, 2025 at 11:00 A.M.,<br /> <br />For: Rapides High School Safety and Security Project<br /> 9463 Highway 71 South - Lecompte, LA. 71346<br />Rapides Parish School System<br /> <br />BID NUMBER: Bid #26-14:<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 August 07, 2025, at 10:00 A.M., at the main entrance to Rapides High School 9463 Hwy 71 Lecompte, LA. 71346 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 />Publications Dates: July 23, 2025 / July 30, 2025 / August 06, 2025
https://www.centralauctionhouse.com/rfp86347424-bid-26-14-rapides-high-school-safety-and-security-project.html
23-Jul-2025 8:00:00 AM CDT |
20-Aug-2025 11:00:00 AM CDT |
Rapides Parish School Board |
RFP 26-17B Pest Control Services
|
ADVERTISEMENT<br /> <br />Request for Proposal (RFP) for Pest Control Services (RFP 26-17B)<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., Friday, August 22, 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 26-17B: Pest Control Services <br />All proposals must be accompanied by Bid Bond equal to 5%. 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: July 23, 2025<br /> July 30, 2025<br /> August 6, 2025
https://www.centralauctionhouse.com/rfp81350302-rfp-26-17b-pest-control-services.html
23-Jul-2025 8:00:00 AM CDT |
22-Aug-2025 2:00:00 PM CDT |
Iberia Parish Government |
Iberia Parish 2025 Road Improvements - Phase1 - Project C
|
Notice is hereby given that sealed bids will be received electronically at http://www.centralbidding.com and at the Iberia Parish Government, in the Council Chambers, 4th Floor of the Courthouse Building, 300 Iberia Street, Suite 400, New Iberia, LA 70560-4543, until 10:00 a.m., Friday, August 22nd, 2025, for:<br />2025 ROAD IMPROVEMENT<br />PHASE 1 – PROJECT C<br />FOR THE<br />IBERIA PARISH GOVERNMENT<br />and the bids will be opened and publicly read aloud at that time. Bids received after the specified time will not be considered.<br />The scope of work shall consist of, but is not limited to, the patch, mill, and overlay of Leonce Theriot Rd, Oil Center Dr, Darnall Rd, and Nelson Canal Rd and the mill, reconstruct base, and overlay of Joey St, Brenda Dr, Phyllis Dr, Wanda St, Ronald Cir, Leon Landry Rd, Agnes Broussard Rd, Julian Buteaux Rd, Leonce Theriot Rd, George Sigue Rd, Cromwell Dr, Kramer Dr, S Kramer Dr, Erath St, Chet St, and Charlotte St. Approximate quantities shall include 750-linear feet of cross drain replacement, 87,000-square yards of in-place cement stabilized base course, 25,000-tons of asphalt paving, 136,000-square yards of milling asphalt pavement, 22,000 miles of striping, and associated work.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held in the Council Chambers at 10:00 a.m. August 1st, 2025.<br />Only the bids of Contractors licensed under Louisiana Contractor’s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, Contractors desiring to bid shall hold license of proper classification under “Highway, Street, and Bridge Construction” in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br />As evidence of good faith of the bidder, a “Bid Guarantee” equivalent to 5% of the base bid plus any additive alternates, consisting of a firm commitment, such as a bid bond, certified check, or cashier’s check, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies, which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an “A –” rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to 10% of policyholders’ surplus, as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The successful Contractor will be required to execute a Performance Bond and a Payment Bond in the full amount of the contract as more fully defined in the Bidding Documents.<br />Bidding documents (plans, specifications, and any published addenda) may be examined and obtained on all business days at the following location during the specified hours:<br />G.E.C., Inc., 8282 Goodwood Blvd., Baton Rouge, Louisiana 70806Telephone: (225) 612-3000 / Fax:<br />Monday – Thursday: 7:30 a.m. to 12:00 noon and 1:00 p.m. to 5:30 p.m.<br />Friday: 8:00 a.m. to 12:00 noon<br /> <br />Iberia Parish Government’s on-line bid submittal service. <br />Contractors, sub-contractors, and suppliers may also view and download the plans, specifications, and any published addenda at https://www.centralbidding.com. For assistance on how to register on-line or if encountering problems with the web site, contact 225.810.4814 or 866.570.9620. Properly licensed contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include the Bid Form, Bid Security with Power of Attorney Certification, and Certificate of Resolution/Authority. Regardless of the bid results, the Contractor will have 48-hours from opening of bids to provide the Owner the original documents. If a certified check or cashier’s check is submitted as the bid security, electronic copies of both the front and back of the check shall be included with the electronic bid. If a Contractor fails to provide the original hard copies of these documents within 48-hours of the bid opening, bid shall be considered non-responsive.<br /> <br />A $75.00 Deposit on a set of paper documents shall be fully refunded upon return of the paper documents no later than 10-days after receipt of bids. On other sets of documents furnished, the deposit ($75.00) less the actual cost of reproduction ($70.00), shall be refunded upon return of the documents no later than 10-days after receipt of bids. <br />Complete Bid Documents for this project are also available in electronic form and may be obtained without charge and without deposit from G.E.C., Inc. Plan holders are responsible for their own reproduction costs. <br />Requesting plans and specifications shall be directed to:
[email protected] <br />Project questions shall be directed to the Design Engineer:
[email protected] <br />Bidding documents shall be available until twenty-four (24) hours before the bid opening date. No bidder may withdraw his bid for at least 45-days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Louisiana Uniform Public Work Bid Form provided in the specifications. The Owner reserves the right to reject any and all bids for just cause. In accordance with R.S. §8:2212.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 />SPECIAL NOTICE TO CONTRACTORS: Bidders are required to certify their intent to comply with the Firearms Entity Special Provisions.<br /> <br />By order of the Council of the Iberia Parish Government, New Iberia, LA.<br /> <br />ATTEST: s/M. Larry Richard s/Carrie Terry__ <br /> President Clerk of the Council<br /> <br />Publication Dates: Wednesday: 07/23/2025, 07/30/2025, 08/06/2025
https://www.centralauctionhouse.com/rfp94055617-iberia-parish-2025-road-improvements--phase1--project-c.html
23-Jul-2025 8:00:00 AM CDT |
22-Aug-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
TIDEFALL ROAD OUTFALL
|
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 21st day of August, 2025 for the following:<br /> <br />TIDEFALL ROAD OUTFALL<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 constructing approximately 220’ of a 6’ bottom width concrete vertical wall channel at a 6.5’ max height, along with a concrete transition and 430 square yards of ABM. Also included is the construction of a CB-01 and BC-2 along with replacement of sidewalk and a driveway. All work to be completed within 120 working days from issuance of Notice to Proceed.<br /> <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 Heather Kestler at
[email protected]<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $100 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on August 6, 2025 at 9:00 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY STREETS AND BRIDGE CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 7/23, 7/27, 8/3<br />DPR 993601<br /> <br />
https://www.centralauctionhouse.com/rfp42176023-tidefall-road-outfall-.html
23-Jul-2025 8:00:00 AM CDT |
21-Aug-2025 2:30:00 PM CDT |
Lafayette Consolidated Government |
FLOOD RESILIENCE PROJECT FOR PREJEAN ROAD
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at https://lafayettecsdgovla.tylerportico.com/va/vendor-access/registration 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 21st day of August, 2025 for the following:<br /> <br />FLOOD RESILIENCE PROJECT FOR PREJEAN ROAD<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of but not limited to the contractor supplying the labor, material, equipment, superintendence, etc. For the removal of existing stone roadway and construction of asphaltic concrete roadway and associated sub-surface drainage system and other miscellaneous items. All work to be completed within two hundred ten (210) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Heather Kestler at
[email protected]<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $202.01 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on August 7, 2025 at 10:00 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY, STREET, AND BRIDGE CONSTRUCTION”. 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: 7/23, 7/27, 8/3<br />DPR 993600<br /> <br />
https://www.centralauctionhouse.com/rfp92747045-flood-resilience-project-for-prejean-road.html
23-Jul-2025 8:00:00 AM CDT |
21-Aug-2025 10:00:00 AM CDT |
Assumption Parish School Board |
E-RATE CATEGORY 2 PRODUCTS AND SERVICES
|
ASSUMPTION PARISH SCHOOL BOARD, aka “DISTRICT," is seeking proposals for Category 2 Products and Services. The district operates 12 entities, including schools, annexes, and non-instructional facilities. In funding year 2025-2026, the DISTRICT reported an enrollment of 3,321 PK-12 students. The DISTRICT is eligible for an 85% discount on Category 2 Products and Services. The District is seeking bids for E-Rate eligible equipment, licenses, support warranties for new eligible equipment, renewal licenses, and cabling. Basic Maintenance is being applied on the form 470 to cover any renewal of support warranties.
https://www.centralauctionhouse.com/rfp25723375-e-rate-category-2-products-and-services.html
23-Jul-2025 12:00:00 AM CDT |
17-Sep-2025 2:00:00 PM CDT |
Lincoln Parish School Board |
Lincoln Parish School Board_Fresh Produce Bid_School Year 2025-2026
|
BID NUMBER: IFB-PRODUCE-SY25-26 BID CATEGORY: Fresh Produce <br /><br />Date Bid Issued: July 23, 2025 Closing Time of Bids: August 6, 2025 @ 1 PM CST <br /><br />Location of Bid Opening: Bid Period: July 1, 2025 to June 30, 2026 <br /><br />Lincoln Parish Child Nutrition Program<br />1428 Arlington Street <br />Ruston, LA 71270<br /><br />SECTION I INVITATION for BID<br /><br />In compliance with the Invitation to Bid; in consideration of the detailed description attached hereto; and subject to all conditions thereof, the undersigned agrees, if this bid be accepted within the time stipulated above, to furnish any and all items which prices are quoted in accordance with the specifications applying at the price set opposite each item. Items shall be delivered within 3 calendar days from the date of purchase order. A delivery schedule will be agreed upon for each location between the vendor and the CNP supervisor.<br /><br />The LPSB will render full payment to the successful bidder upon delivery, inspection, and acceptance of products as outlined in Special Terms and Conditions.<br /><br />Our response to bid FP 2025-26 is to be considered an offer from our company and effective August 7, 2025 - June 30, 2026 for school year 2025-2026. I have read and understood bid FP 2025-26, my company is licensed with PACA and are in compliance with the federal acts listed on page 5-9 under Section III, and I have reviewed my bid prices on the bid form. I acknowledge this by our company’s information and my authorized signature below.<br /><br />VENDOR NAME: _____________________________________________________________________________________________________<br /><br />ADDRESS: ___________________________________________________________________________________________<br /><br />CITY: _____________________________________ STATE: _____________ PHONE #: __________________________________<br /><br />AUTHORIZED SIGNATURE: _______________________________________________ DATE: ________/_________/________<br /><br />Contract Administrator Information:<br /><br />Printed Name: _______________________________________________ TITLE: _______________________________________<br /><br />ADDRESS: ________________________________________________________________________________________________<br /><br />CITY: _____________________________________ STATE: _____________ PHONE #: __________________________________<br /><br />EMAIL: _____________________________________________________________ DATE: ________/_________/________<br /><br />RETURN COMPLETE ORIGINAL SIGNED BID TO:<br />Attn: Cody Carrico, RDN, LDN <br />Child Nutrition Program<br />Lincoln Parish School Board<br />1428 Arlington Street, Ruston, LA 71720
https://www.centralauctionhouse.com/rfp32869153-lincoln-parish-school-board_fresh-produce-bid_school-year-2025-2026.html
23-Jul-2025 12:00:00 AM CDT |
06-Aug-2025 1:00:00 PM CDT |
Morgan City Harbor & Terminal District |
27.5 US Ton Forklift with Attachments
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS<br />MORGAN CITY HARBOR AND TERMINAL DISTRICT</div><div style="text-align: justify;">TAKE NOTICE, that the Morgan City Harbor and Terminal District, 7327 Highway 182, Morgan City, LA 70380, will accept sealed bids until 11:30 a.m. on August 8, 2025, for the purchase of the following property:<br /> </div><div style="text-align: center;">27.5 US ton forklift with attachments shown in bid documents (“Forklift”)</div><div style="text-align: justify;"><br />Additional information and specifications will be furnished to prospective bidders upon request at the District’s office 7327 Highway 182, Morgan City, LA, by faxing request to 985- 385-1931 or email to
[email protected]. Each Bid shall be sealed in an envelope clearly marked on the outside, "BID ON FORKLIFT". Bids will be opened and read aloud at 11:30 a.m. on August 8, 2025. Any bid received after date and hour shown above will be returned unopened to the bidder. </div><div style="text-align: center;"><br />Bids can also be viewed, downloaded and submitted online by at:</div><div style="text-align: center;">https://www.centralauctionhouse.com/rfp.php?cid=60<br /> </div>The Morgan City Harbor and Terminal District reserves the right to reject any and all bids, adjust quantities by increasing or decreasing and to waive all informalities.<br /><br />Morgan City Harbor and Terminal District<br />s Raymond M. Wade, Executive Director
https://www.centralauctionhouse.com/rfp64659868-275-us-ton-forklift-with-attachments.html
23-Jul-2025 12:00:00 AM CDT |
08-Aug-2025 11:30:00 AM CDT |
Morgan City Harbor & Terminal District |
275 Ton Crane with Attachments
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div><div style="text-align: center;">MORGAN CITY HARBOR AND TERMINAL DISTRICT</div><div style="text-align: justify;"><br />TAKE NOTICE, that the Morgan City Harbor and Terminal District, 7327 Hwy 182, Morgan City, LA 70380, will accept sealed bids until 11:30 a.m. on August 8, 2025, for the purchase of the following property:</div><div style="text-align: center;">275 ton crane with attachments shown in bid documents (“Crane”)<br /> </div><div style="text-align: justify;">Additional information and specifications will be furnished to prospective bidders upon request at the District’s office 7327 Highway 182, Morgan City, LA, by faxing request to 985- 385-1931 or email to
[email protected]. Each Bid shall be sealed in an envelope clearly marked on the outside, "BID ON CRANE". Bids will be opened and read aloud at 11:30 a.m. on August 8, 2025. Any bid received after date and hour shown above will be returned unopened to the bidder. <br /> </div><div style="text-align: center;">Bids can also be viewed, downloaded and submitted online by at:</div><div style="text-align: center;">https://www.centralauctionhouse.com/rfp.php?cid=60 <br /> </div>The Morgan City Harbor and Terminal District reserves the right to reject any and all bids, adjust quantities by increasing or decreasing and to waive all informalities.<br /><br />Morgan City Harbor and Terminal District<br />s Raymond M. Wade, Executive Director
https://www.centralauctionhouse.com/rfp13247851-275-ton-crane-with-attachments.html
23-Jul-2025 12:00:00 AM CDT |
08-Aug-2025 11:30:00 AM CDT |
Bryant Hammett & Associates, LLC |
Port of Columbia - Security Equipment
|
ADVERTISEMENT FOR BIDS<br />07/23/2025<br /> <br />The Columbia Port Commission (CPC) will receive Sealed Bids marked "Bid" for the construction of the project described as follows:<br /> <br />PORT OF COLUMBIA<br />SECURITY EQUIPMENT<br />DHS, FY 2022 Port Security Grant Program #EMW-2022-PU-00098<br />Sealed Bids for the above project will be received by the Columbia Port Commission at the Caldwell Parish Library Meeting Room located at 211 Jackson Street, Columbia La 71418, until 12:00 p.m. Central Time on Thursday, August 21, 2025, at which time and place bids will be publicly opened and read. Any bids submitted after the above date and time will not be considered. If mailing your bid, it must be received by the Columbia Port Commission at P.O. Box 367, Columbia, La 71418 before the above time and date. All bids must be submitted on the proper form. The contractor must include his contractor's license number on the Bid. <br />Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com, Louisiana Agencies, under Bryant Hammett & Associates, LLC. Each prospective Bidder must be registered with the Engineer as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submit a bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website or by contacting the Engineer. Construction documents can also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail. Printed sets require payment of $200 dollars per set. Documents can be mailed to bidders for an additional 15.00 per set. In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids. Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids in accordance with LSA R.S. 38:2212(e). Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the Engineer or designated website. <br />Bid Proposals will not be accepted through email or the central bidding website. Bids will be accepted in person, by delivery, or by mail and must be received before the bid opening date and time. <br />Contractors are responsible for reproducing and printing the PDF Bidding Documents. Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect. For contractor information, this project is classified as Electrical construction. <br />In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date. <br />The Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with title 38 of the Louisiana Revised Statutes. <br />All bidders must have an active Unique Entity ID Number (UEI), as verified on www.sam.gov, prior to the beginning of construction. The prime contractor is responsible for all Subcontractor’s. All subcontractor’s must also have a current Unique Entity ID Number (UEI), as verified on www.sam.gov, to be eligible to work on federally funded projects. <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best’s Key rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana Residents. <br />The contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance with LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. The Bids will remain subject to acceptance for forty-five (45) days after the Bid has opened, or for such longer period of time that Bidder may agree to in writing upon request of Owner.<br />Any interpretation of the bid documents shall be in writing addressed to Bryant Hammett & Associates, L.L.C. at 6885 Hwy. 84 West, Ferriday, LA 71334 or emailed to
[email protected] and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. No communication after this date.<br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed. <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. <br />The successful bidder shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.<br />Please notify the Columbia Port Commission (318) 594-2939 seven (7) days in advance of the scheduled bid opening if special accommodation specified under ADA are required.<br />The Owner hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.<br /> On projects involving state or federal funds the award of contract will be contingent upon concurrence by the appropriate funding agencies.<br />Caldwell Watchman Publication Dates: <br />July 23, 2025, July 30, 2025 & August 6, 2025 <br />Columbia Port Commission<br />P.O. Box 367, Columbia LA 71418 <br />Greg Richardson, Port Director
https://www.centralauctionhouse.com/rfp77301105-port-of-columbia--security-equipment.html
23-Jul-2025 12:00:00 AM CDT |
21-Aug-2025 12:00:00 PM CDT |
City of Mandeville |
2025 ITB Antibes Lane West Drainage Repairs
|
<br /> <br />INVITATION TO BID<br />CITY OF MANDEVILLE<br /> <br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, August 13, 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 Antibes Lane West Drainage Repairs, City Project 700.26.004; for the City of Mandeville. Bids will be opened and publicly read aloud after 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received after 11:00 A.M. will be returned unopened. <br /> <br />The work of this contract consists of removal & replacement of a 36” drainage line, installation of sheeting & shoring system, modification to drainage structures, CIPP lining of existing drainage lines, removal & replacement of incidental concrete paving, miscellaneous site work and other incidentals related thereto.<br /> <br />A non-mandatory pre-bid conference will be held Wednesday, July 31, 2025; 10:00 A.M at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169). <br /> <br />Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of bidding documents may be secured from Digital Engineering & Imaging, Inc. located at 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 /> <br />Questions and comments regarding this BID must be submitted in writing to City of Mandeville, Purchasing Agent, ATTN: RuthAnn Chadwick, 3101 E. Causeway Approach, Mandeville, LA 70448 or via e-mail to
[email protected] (and cc:
[email protected]) no later than 4:00 P.M. Local Time August 5, 2025.<br /> <br />Please find bid related materials and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process please call Central Bidding at (225) 810-4814.<br /> <br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents. <br /> <br />The outside envelope in which the bid is placed must be clearly marked as follows:<br /> <br />Sealed Bid: ANTIBES LANE WEST DRAINAGE REPAIRS<br /> CITY PROJECT NO.: 700.26.004<br /> <br />Bid Due Date and Time: WEDNESDAY, August 13, 2025; 11:00 A.M.<br /> <br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND<br /> LOUISIANA CONTRACTOR’S LICENSE NUMBER <br /> <br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br /> <br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br /> <br />St Tammany Farmer: 3xs: July 23, July 30, & August 6, 2025
https://www.centralauctionhouse.com/rfp77950176-2025-itb-antibes-lane-west-drainage-repairs.html
23-Jul-2025 12:00:00 AM CDT |
13-Aug-2025 11:00:00 AM CDT |
State of Louisiana Military Department |
Gillis Long Water, Fire, & Sewer Upgrades PH 2, Gillis W. Long Center, Carville, LA
|
See attached solicitation for: Gillis Long Water, Fire, & Sewer Upgrades PH 2, Gillis W. Long Center, Carville, LA
https://www.centralauctionhouse.com/rfp57359561-gillis-long-water-fire-sewer-upgrades-ph-2-gillis-w-long-center-carville-la.html
23-Jul-2025 12:00:00 AM CDT |
04-Sep-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148252 Provide Labor, Materials, and Equipment to Furnish and Install Outdoor Fitness Station at The Bent Tree Walking Track for The Jefferson Parish Department of Parks and Recreation
|
Provide Labor, Materials, and Equipment to Furnish and Install Outdoor Fitness Station at The Bent Tree Walking Track for The Jefferson Parish Department of Parks and Recreation
https://www.centralauctionhouse.com/rfp81001116-5000148252-provide-labor-materials-and-equipment-to-furnish-and-install-outdoor-fitness-station-at-the-bent-tree-walking-track-for-the-jefferson-parish-department-of-parks-and-recreation.html
22-Jul-2025 5:00:00 PM CDT |
29-Jul-2025 11:00:00 AM CDT |
Lafourche Parish Water District |
DISTRIBUTION SURPLUS ITEMS- Cold Water Meters 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, August 19, 2025, at which time and place said proposals will be publicly opened and read aloud for the sale of Distribution Surplus Items- Cold Water Meters- 2025.<br />Bid is for the sale of 1,025 broken/used Badger Cold Water Meters of which 562 are plastic and 200 are brass along with 263 plastic meters with splits on the bottom of the meter and components loosely packaged in 7 crates sold as is.
https://www.centralauctionhouse.com/rfp64901222-distribution-surplus-items-cold-water-meters-2025.html
22-Jul-2025 2:00:00 PM CDT |
19-Aug-2025 2:00:00 PM CDT |
LaSalle Parish School Board |
RFP for Wide Area Network (WAN) and Internet Access
|
LASALLE PARISH SCHOOLS, referred to as "DISTRICT", is requesting proposals for WIDE AREA NETWORK connectivity and INTERNET ACCESS for 12 eligible entities. The data center is located at the LASALLE PARISH SCHOOL BOARD OFFICE, where all services terminate today. The DISTRICT requires an "all fiber" leased lit, managed network. The current network is a pointto-point 10 GIG fiber network with 12 circuits serving 12 locations. All sites share 3 GIG of Internet Access. The DISTRICT seeks options for a 10 GIG PTP and Resilient WAN network and Internet Access of 10 GIGS at two locations.
https://www.centralauctionhouse.com/rfp54655573-rfp-for-wide-area-network-wan-and-internet-access.html
22-Jul-2025 1:06:00 PM CDT |
17-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148225 Provide, Labor, Materials, and Any Incidentals Needed to Furnish, Remove, and Install Gym Exit Door at Pontiff Playground for The Jefferson Parish Department of Parks and Recreation
|
Provide, Labor, Materials, and Any Incidentals Needed to Furnish, Remove, and Install Gym Exit Door at Pontiff Playground for The Jefferson Parish Department of Parks and Recreation
https://www.centralauctionhouse.com/rfp2755853-5000148225-provide-labor-materials-and-any-incidentals-needed-to-furnish-remove-and-install-gym-exit-door-at-pontiff-playground-for-the-jefferson-parish-department-of-parks-and-recreation.html
22-Jul-2025 12:00:00 PM CDT |
29-Jul-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148144 - Purchase of Collegiate L-Shaped Pitcher Screens and Protectors for the Jefferson Parish Department of Parks & Recreation
|
Purchase of Collegiate L-Shaped Pitcher Screens and Protectors for the Jefferson Parish Department of Parks & Recreation
https://www.centralauctionhouse.com/rfp65205879-5000148144--purchase-of-collegiate-l-shaped-pitcher-screens-and-protectors-for-the-jefferson-parish-department-of-parks-recreation.html
22-Jul-2025 11:19:00 AM CDT |
28-Jul-2025 11:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-RAMP-30 REQUEST FOR STATEMENT OF QUALIFICATIONS DOWNTOWN CULVERT (DUNN STREET) REPLACEMENT STUDY ENGINEERING SERVICES 25-RAMP-30
|
.
https://www.centralauctionhouse.com/rfp30339350-25-ramp-30-request-for-statement-of-qualifications-downtown-culvert-dunn-street-replacement-study-engineering-services-25-ramp-30.html
22-Jul-2025 10:51:00 AM CDT |
18-Aug-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-RAMP-29 REQUEST FOR STATEMENT OF QUALIFICATIONS ENGINEERING PEER REVIEW PROFESSIONAL ENGINEERING SERVICES
|
.
https://www.centralauctionhouse.com/rfp75349824-25-ramp-29-request-for-statement-of-qualifications-engineering-peer-review-professional-engineering-services.html
22-Jul-2025 10:01:00 AM CDT |
11-Aug-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
QUOTE 101 Paulman Reroofing Project
|
REQUEST FOR QUOTATION<br /><br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com OR in the office <br />of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, <br />Lafayette, Louisiana, until 5:00 p.m. Central Time on the 13th day of August, 2025 for the following:<br /><br />[Roof at 101 Paulman Dr Project]<br /><br />and will, at that time be opened and read aloud in the Office of Purchasing. Sealed quotes may be hand carried or mailed to<br />the address listed above. Quotes received after the above specified time shall not be considered and shall be returned<br />unopened to the sender.<br /><br />Scope of Services: Repairs to the roof to the residence (approximately 4,028 sf), with a wood framed wood system. Key<br />items/components include, but are not limited to the following: Repair and replace roof system, soffit & soffit framing,<br />fascia & sub fascia, roof decking underlayment & shingles, damaged roof structure, roof accessories & penetrations, and<br />abandon penetrations that are not in use, addition of roof turbines.<br /><br />Vendors may submit their quotes electronically at the website listed above. Bidding Documents are available at the website<br />listed above. Vendor may also obtain an electronic copy of the quote documents from Christian Janes at<br />
[email protected] or request by phone (337)291-8262.<br /><br />Contractors submitting quotes electronically are required to provide the same documents as contractors submitting through<br />the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from opening of the quotes to<br />provide the Lafayette Consolidated Government the original quote documents. Only a bid bond, certified check or cashier?s<br />check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be<br />included with the electronic bid. If a vendor fails to provide the original hard copies of the bid documents with 48 hours of<br />the bid opening, their bid shall be considered non-responsive.<br /><br />Quotes must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority <br />authorizing the person signing the quote is required to be submitted with bid. Failure to submit a Corporate <br />Resolution or Certificate of Authority with the bid shall be cause for rejection of quote. <br /><br />Bid documents shall be available until twenty-four hours before the bid opening date. All questions must be submitted in<br />writing to Purchasing via email at
[email protected].<br /><br />Each quote shall be accompanied by a certified check, cashier’s check or bid bond payable to the Lafayette Consolidated<br />Government, the amount of which shall be five percent (5%) of twenty-five thousand dollars ($25,000.000) If a bid bond<br />is used, it shall be written by a surety or insurance company currently on the U. S. Department of the Treasury Financial<br />Management Service list of approved bonding companies, which is published annually in the Federal Register, by a<br />Louisiana domiciled insurance company with at least an A- Rating in the latest printing of the A. M. Best’s Key Rating<br />Guide to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide<br />or by an insurance company, which is either domiciled in Louisiana or owned by Louisiana residents, that is in good<br />standing and licensed to write bid bonds. The bid bond shall be issued by a company licensed to do business in Louisiana<br />and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state<br />and residing in this state. The certified check, cashier’s check or bid bond shall be given as a guarantee that the bidder shall<br />execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days<br />No contractor may withdraw his quote for at least forty-five (45) days after the time scheduled for the opening of quotes.<br /><br />Each quote shall be submitted only on the quotation form provided with the specifications. The successful contractor will<br />be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully<br />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<br />with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all bids or any portions<br />thereof, to waive informalities and to select the material that best suits its needs.<br /><br />Contractors or contracting firms submitting quotes in the amount of $50,000.00 or more shall certify that they are licensed<br />contractors under Chapter 24 or Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the<br />front of the sealed envelope in which their quote is enclosed. Contractors shall be licensed for the classification of <br />SPECIALTY: PERSONNEL FALL PROTECTION & DEBRIS CONTAINMENT SYSTEMS, SCAFFOLDING, <br />SHORING. Quotes in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be<br />rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State<br />Licensing Board for Contractors Baton Rouge, Louisiana.<br /><br />If the project is asbestos related or hazardous waste, contractors submitting quotes in the amount of $1.00 or more shall be<br />properly licensed in accordance with Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950.<br /><br />Contractors shall examine all documents relating to this project and visit the job site to ascertain the nature of the work and<br />the character of the job site. Contractors shall become familiar with the project limitations and various aspects of the work,<br />physical conditions and surroundings of the job site. The Lafayette Consolidated Government will not consider any claims<br />for compensation whatsoever on account of the contractor's failure to fully investigate and examine the project, the project<br />requirements and the job site conditions as required above.<br /><br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business<br />Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor<br />and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting<br />of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in<br />identifying said businesses might be obtained by calling (337) 291-8410.<br /><br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp91477662-quote-101-paulman-reroofing-project.html
22-Jul-2025 8:00:00 AM CDT |
13-Aug-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
2025 SIGN POSTS
|
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 6th day of August, 2025 for the following:<br /> <br /> 2025 SIGN POSTS<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: 7-22-25, 7-27-25<br />DPR # 997482<br /> <br />
https://www.centralauctionhouse.com/rfp88192843-2025-sign-posts.html
22-Jul-2025 8:00:00 AM CDT |
06-Aug-2025 3:00:00 PM CDT |
Lafourche Parish Fire District No. 3 |
ADVERTISEMENT FOR BIDS - Lafourche Parish Fire District 3 - South Golden Meadow Station No. 10
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b></div> <br />Lafourche Parish Fire District 3 will receive sealed bids before 2:00 P.M., August 26, 2025, at 2:00 P.M. at the LPFD3 Fire Central Headquarters, 17462 West Main St., Building B, Cut Off, Louisiana 70345 for the following Hurricane Ida Recovery Project:<br /> <div style="text-align: center;"><b>LPFD3 – South Golden Meadow – SGM-10 HIR-SGM10</b></div> <br />Complete Bid Documents prepared by Chase Marshall Architects, 7222 Spruce Street, New Orleans, LA 70118 for this Project are available in electronic form. They may be obtained without charge and without deposit from www.csrsinc.com/lpfd3. Bid Documents may also be obtained from www.centralbidding.com for a nominal charge or subscription. Printed copies are not available from the Owner or Architect, but arrangements can be made to obtain printed Bid Documents through most reprographic firms. Bidders are responsible for any subscription, downloading, reproduction or mailing costs.<br /> <br />No Bid shall be considered or accepted unless the bid is accompanied by bid security in an amount not less than five percent (5%) of the Base Bid and all Additive Alternates. The bid security shall be in the form of certified check or cashier’s check drawn on a bank insured by the FDIC, or on the Bid Bond Form contained in the Front End Documents written by a surety company licensed to do business in Louisiana with a A.M. Best rating of “A” or better, countersigned by a person who is under contract with the surety company or bond insurer as a licensed agent in this state and who is residing in this state.<br /> <br />Bids shall be accepted only from Contractors who are licensed under LS R.S. 37:2150- 2163 for the classification of 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. Evidence of authority to submit the bid shall be required in accordance with LA. R.S. 38:2212 (B) (2), (5) and/or LA. R.S. 39:1594 (C) (4).<br /> <br />A Pre-Bid Conference will be conducted at 17462 West Main St., Building B, Cut Off, LA 70345 on August 7, 2025 at 10:00 A.M. Attendance is mandatory and a pre-requisite for submitting a Bid.<br /> <br />Each bid must be placed in an envelope, sealed and marked on the outside:<br />“Bid Enclosed for LPFD3 – South Golden Meadow – SGM-10 to be opened at August 26, 2025, at 2:00 P.M. Refer to Instructions for Bidders for other requirements on outside of envelope.<br /> <br />Bid may also be submitted by electronic means via website www.centralbidding.com. Free registration is required in order to submit a bid via the Central Bidding website.<br /> <br />The Owner reserves the right to reject any and all bids for just cause as permitted by LA. R.S. 38:2214 (B). The ability of an entity to reject any bid is applicable only when administered in accordance with the Public Bid Law. In accordance with LA. R.S. 38:2212 (B) (1), the provisions and requirements of this section, and those stated in the Bidding Documents shall not be waived by any public entity.<br /> <br />Devin Dedon, Chief<br /> <br /> <br />Publish in The Daily Comet newspaper:<br />July 22, 2025, July 29, 2025, and August 5, 2025.
https://www.centralauctionhouse.com/rfp68840839-advertisement-for-bids--lafourche-parish-fire-district-3--south-golden-meadow-station-no-10.html
22-Jul-2025 12:01:00 AM CDT |
26-Aug-2025 2:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2135 Furnish and Install Renovations to Great Hall and Mezzanine Restrooms
|
<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 solicitation for C-2135 Furnish and Install Renovations to Great Hall and Mezzanine Restrooms as described in the bid documents and related exhibits. Response to this solicitation 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 /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Monday, August 18, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center<br /><br />Selection Timeline<br />• Bid Solicitation - Tuesday, July 22, 2025<br />• Pre-Bid Conference - Wednesday, July 30, 2025 (10:00am)<br />• Walk-Through- Immediately following Pre-Bid Conference <br />• Question Deadline - Wednesday, August 6, 2025 (10:00am)<br />• Responses to Questions - Monday, August 11, 2025<br />• Bid Proposals Due - Monday, August 18, 2025 (10:00am)<br />• Selection and Award - August Board Meeting <br /><br /><br /><br /><br />
https://www.centralauctionhouse.com/rfp53385644-c-2135-furnish-and-install-renovations-to-great-hall-and-mezzanine-restrooms.html
22-Jul-2025 12:00:00 AM CDT |
18-Aug-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148412 Labor, Materials, and Equipment Needed to Install Window Films for the Jefferson Parish Water Department Administration Building
|
Labor, Materials, and Equipment Needed to Install Window Films for the Jefferson Parish Water Department Administration Building
https://www.centralauctionhouse.com/rfp25396659-5000148412-labor-materials-and-equipment-needed-to-install-window-films-for-the-jefferson-parish-water-department-administration-building.html
21-Jul-2025 4:19:00 PM CDT |
28-Jul-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
2025 Fire Department Uniforms Re-Bid
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 5th day of August, 2025 for the following:<br /> <br /> 2025 FIRE DEPARTMENT UNIFORMS RE-BID<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. 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: 7-21-25, 7-27-25<br />DPR # 994772<br /> <br />
https://www.centralauctionhouse.com/rfp19188624-2025-fire-department-uniforms-re-bid.html
21-Jul-2025 8:00:00 AM CDT |
05-Aug-2025 3:00:00 PM CDT |
St. Mary Parish Government |
HYDRAULIC CRAWLER EXCAVATOR
|
Notice is hereby given by St. Mary Parish Consolidated Gravity Drainage District No. 1 that sealed bids will be received by the St. Mary Parish Government Purchasing Department until,<br />Tuesday, August 5, 2023, at 10:00 a.m. on the Fifth Floor Courthouse, 500 Main St. Franklin, LA 70538 for the following:<br />“HYDRAULIC CRAWLER EXCAVATOR”
https://www.centralauctionhouse.com/rfp13273472-hydraulic-crawler-excavator-.html
21-Jul-2025 12:00:00 AM CDT |
05-Aug-2025 10:00:00 AM CDT |
Louisiana's Community and Technical College System (LCTCS) |
Delgado Community College - Restroom Renovations
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received for the Louisiana Community and Technical College System and shall be directed to the Delgado Community College, City Park Campus, 615 City Park Ave, New Orleans, LA 70119. The deadline for receipt of bids is 2:00 PM on August 19, 2025, at which time bids will be opened and read aloud in a public meeting in Building 23 room 121 (The Dolphin Den).<br /> <br />FOR:<br />Restroom Renovations at City Park Campus, Delgado Community College<br />PROJECT NUMBER:<br />01-107-24-05<br /> <br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from Holly & Smith Architects, APAC. Bid Documents may also be obtained from centralauctionhouse.com for a nominal charge or subscription. 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 /><br />Wil Finley<br />Holly & Smith Architects, APAC<br />2302 Magazine St., New Orleans, LA 70130<br />(504) 585-1315<br />
[email protected] <br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <div style="text-align: center;">A PRE-BID CONFERENCE WILL BE HELD<br /> at 10:00 AM on Thursday, August 7, 2025 at<br /> 615 City Park Ave. Building 23, room 121 (The Dolphin Den) </div> <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 for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />Bids may also be submitted by electronic means via website <a href="https://www.centralbidding.com/">www.centralauctionhouse.com</a>. Free registration is required to submit a bid via the Central Bidding website.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The State shall incur no obligation to the Contractor until the Contract Between Owner and Contractor is fully executed.<br /><br />Act 751- Louisiana Community and Technical College System is a participant in the Small Entrepreneurship (SE) Program (the Hudson Initiative) and the Veteran-Owned and Service-Connected Disabled Veteran-Owned (LaVet) Small Entrepreneurships Program. Bidders are encouraged to consider participation. Information is available from the website at Hudson (SE) & Veteran Initiatives - Louisiana Division of Administration.<br /> <br />If you have a disability and would like to request an accommodation in order to participate in this meeting, please contact Robin Wegener at
[email protected] or (504) 671-6230 as soon as possible but no later than 48 hours before the scheduled meeting.<br /> <br /> <br /> <br />ACT 751- LOUISIANA COMMUNITY AND TECHNICAL COLLEGE SYSTEM<br />VICE PRESIDENT OF ADMINISTRATION<br />TOBY R. COMEAUX, MPA<br /> <br />
https://www.centralauctionhouse.com/rfp57287843-delgado-community-college--restroom-renovations.html
21-Jul-2025 12:00:00 AM CDT |
19-Aug-2025 2:00:00 PM 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 Monday, August 18, 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 /><br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Architect:<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, August 5, 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 Central Community School System <br />Jason Fountain, Superintendent Central Community School System<br /> <br />
https://www.centralauctionhouse.com/rfp50394497-central-community-school-system-roof-replacement-project.html
21-Jul-2025 12:00:00 AM CDT |
18-Aug-2025 2:00:00 PM CDT |
Tangipahoa Parish Government |
GRADER BLADES
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, TUESDAY, AUGUST 19, 2025 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp68063167-grader-blades.html
18-Jul-2025 9:09:00 AM CDT |
19-Aug-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RIVER ROAD PED & BIKE TRAIL (CITY PARISH PROJECT NO. 22-SW-US-0033)
|
<br />To be published three times-Legal<br />July 18, 25, and August 1, 2025<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br />NOTICE TO CONTRACTORS<br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br />RIVER ROAD PED & BIKE TRAIL<br />(CITY PARISH PROJECT NO. 22-SW-US-0033)<br />PROJECT DESCRIPTION: Portland cement concrete pedestrian/bike trail, driveways, concrete curbs, detectable warnings, earthwork, striping, signage and associated items of work.<br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, AUGUST 12, 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.<br />Bid Openings can be observed in person or via teleconference.<br />Teleconference Call-in Information<br />Join by phone<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 />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 />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division.<br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing.<br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br />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.<br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br />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.<br />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 20% 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.<br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of BUILDING CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br />There will be no pre-bid conference.<br />For additional information please contact Mr. George Chike, P.E., Project Manager at
[email protected] or Mr. Iboro Udoh, Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp58451084-river-road-ped-bike-trail-city-parish-project-no-22-sw-us-0033.html
18-Jul-2025 8:00:00 AM CDT |
12-Aug-2025 2:00:00 PM CDT |
City of Alexandria |
DG Hunter Electrical Power Plan Wartsila Overhaul/Maintenance Services Phase II - Units 5, 6, 7 & 8 - 2025
|
It is the intent of the City of Alexandria, Louisiana to secure price proposals for services related to the Overhaul/Maintenance for four (4) Wartsila Engines at the City’s D.G. Hunter Electrical Power Plant – Phase II - Units 5, 6, 7, & 8 - 2025. <br /><br />The COA is seeking overhaul services for Engines 5, 6, 7, and 8 units from qualified and experienced vendors familiar with Wärtsilä 20V34SG RICE<br />generator sets for the combined 8,000, 12,000, and 16,000 Running Hours Maintenance Service described in the Wärtsilä Operations and Maintenance (O&M) manuals.<br /> <br />
https://www.centralauctionhouse.com/rfp79994906-dg-hunter-electrical-power-plan-wartsila-overhaulmaintenance-services-phase-ii--units-5-6-7-8--2025.html
18-Jul-2025 7:00:00 AM CDT |
26-Aug-2025 10:00:00 AM CDT |
City of Alexandria |
Sludge Removal and Disposal Services Wastewater Treatment Plant (Phase I)
|
The work to be performed under this contract generally includes hydraulic dredging of the Aerated Lagoon Wastewater Treatment Plant at the City of Alexandria Wastewater Treatment Plant at Hudson Street in Alexandria, to remove sludge, on-site dewatering of sludge with either belt press, centrifuge or other approved methodologies; and hauling of dewatered sludge to off-system landfill.
https://www.centralauctionhouse.com/rfp21814640-sludge-removal-and-disposal-services-wastewater-treatment-plant-phase-i.html
18-Jul-2025 12:00:00 AM CDT |
26-Aug-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-92885-Rebid GM10-SpeedAutomaticTransmissionAssemblyRepairs
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. August 6, 2025, for the following:<br /> <br />A25-92885-Rebid GM 10-Speed Automatic Transmission Assembly Repairs<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on July 30, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp70664478-a25-92885-rebid-gm10-speedautomatictransmissionassemblyrepairs.html
18-Jul-2025 12:00:00 AM CDT |
06-Aug-2025 11:00:00 AM CDT |
Avoyelles Parish Police Jury |
RFP Grass, Weed & Blighted Property Removal Service
|
RFP's for Blighted Property
https://www.centralauctionhouse.com/rfp56080400-rfp-grass-weed-blighted-property-removal-service.html
17-Jul-2025 1:00:00 PM CDT |
14-Aug-2025 4:00:00 PM CDT |
St. Bernard Parish Government |
Fire Station 11 – Phase 2 2424 Florrisant Highway St. Bernard, LA 70085 Project No. 2025-02
|
ADVERTISEMENT FOR BIDSST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br />PROJECT NO. 2025-02<br /> <br />Sealed Bids will be received until the hour of 2:00 p.m., on Tuesday, August 12, 2025 at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <br />St. Bernard Parish Government<br />Fire Station 11 – Phase 2<br />2424 Florrisant Highway<br />St. Bernard, LA 70085<br />Project No. 2025-02<br /> <br />To be a valid delivery, Sealed Bids must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana during the normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m. Tuesday, August 12, 2025.<br /> <br />Sealed bids delivered to any other St. Bernard Parish Government location or other room number prior to the bid receipt deadline will not be considered.<br /> <br />This project consists of furnishing all supervision, labor, equipment, and materials necessary to complete rehab/renovations to Fire Station 11.<br /> <br />Each bid must be accompanied by a certified check, cashier's check or bid bond acceptable to the Owner in the amount equal to at least five percent (5%) of the total amount bid and payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with all terms and conditions of the Contract Documents.<br /> <br />A Pre-Bid Conference will be held on Tuesday, July 29, 2025 at 3:00 p.m., at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana. All bidders and sub-contractors are encouraged to attend.<br /> <br />The specifications and drawings are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, (504) 278-4314
[email protected] and may be secured from the office by only licensed contractors.<br /> <br />Bids may also be viewed and submitted online at www.centralauctionhouse.com.<br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) and Section 3 business to participate.<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 />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp90938984-fire-station-11-phase-2-2424-florrisant-highway-st-bernard-la-70085-project-no-2025-02.html
17-Jul-2025 11:50:00 AM CDT |
12-Aug-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
2025 Aerial Construction Bid
|
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 21st day of August, 2025 for the following:<br /> <br />2025 CAPITAL IMPROVEMENT PROJECT - FIBER OPTIC AERIAL CONSTRUCTION LABOR<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 work shall consist of, but not limited to, the installation of fiber optic cable on existing overhead utility poles per specs and relocation of attachments.<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 /> <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 /> <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 />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 or Communications”. The company name which appears on the bid envelope MUST be the exact same as that for which you are licensed by the State of Louisiana Licensing Board. 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 /> <br />The Lafayette Consolidated Government strongly encourages the participation of SEBs (Small and Emerging Business) 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 SEBs 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: 07-17-25; 07-20-25; 07-27-25<br />DPR 981460<br />Affidavit of Publication
https://www.centralauctionhouse.com/rfp48346397-2025-aerial-construction-bid.html
17-Jul-2025 8:00:00 AM CDT |
21-Aug-2025 3:00:00 PM CDT |
West Baton Rouge Parish Government |
WBR Parish Parks & Recreation, New Pickle Ball Court Installations, Alexander Park - Brusly, Erwinville Recreation Center & Port Allen Community Center
|
ADVERTISEMENT FOR BIDS <br />Sealed bids are requested by West Baton Rouge Parish Government from general contractors for construction of:<br /> <br />PROJECT NAME: West Baton Rouge Parish Parks & Recreation, New Pickle Ball Court Installations Alexander Park in Brusly, Erwinville Recreation Center and Port Allen Community Center<br /> <br />ADDRESS: Alexander Park: 250 Elaine St, Brusly, LA 70719<br /> Erwinville Recreation Center, 5110 Rougon Rd., Port Allen, LA 70767<br /> Port Allen Community Center, 749 N. Jefferson Ave., Port Allen, LA 70767 <br /> <br />Sealed Bids will be received by the West Baton Rouge Parish Government - Administrative Office, 880 North Alexander Avenue, Port Allen, LA 70767 no later than:<br /> <br />2:00 PM, LOCAL TIME Thursday, June 26, 2025<br /> <br />at which time and place the bids will be publicly opened and read aloud.<br /> <br />Electronic bids may be submitted on or before 2:00 p.m., Thursday, June 26, 2025 via www.centralbidding.com<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained electronically from 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. Questions about this procedure shall be directed to the Designer at:<br /> <br /> Fusion Architects, APC<br /> 3488 Brentwood Drive, Suite 101<br /> Baton Rouge, LA 70809<br /> Email:
[email protected]<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 />A MANDATORY PRE-BID CONFERENCE will be held at Alexander Park, 250 Elaine St, Brusly, LA 70719 (Address), Port Allen, Louisiana 70767 on Monday, June 16, 2025, at 9:00 a.m. Attendance at this Pre-bid Conference is Mandatory to submit a bid.<br /> <br />Contract, if awarded, will be on the basis stated in the Instructions to Bidders. No bid may be withdrawn for a period of 45 days after bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R. S. 37:2151 et seq.<br /> <br />West Baton Rouge Parish Government 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 /> Jason Manola, Parish President<br /> West Baton Rouge Parish
https://www.centralauctionhouse.com/rfp90322155-wbr-parish-parks-recreation-new-pickle-ball-court-installations-alexander-park--brusly-erwinville-recreation-center-port-allen-community-center.html
17-Jul-2025 8:00:00 AM CDT |
21-Aug-2025 2:00:00 PM CDT |
St. Landry Parish School Board |
RFP FOR K-12 INTERACTIVE MULTIMEDIA LESSON DELIVERY SOFTWARE 8/19/2025
|
<div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “K-12 INTERACTIVE, MULTIMEDIA LESSON DELIVERY SOFTWARE” UNTIL TWO-THIRTY (2:30) P.M. ON TUESDAY, AUGUST 19, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD.<br /><br /><b><i>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE “RFP FOR K-12 INTERACTIVE MULTIMEDIA LESSON DELIVERY SOFTWARE, 8/19/2025”.</i><br /><br />IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY. <br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE PURCHASING DEPARTMENT. <br /> <div style="text-align: right;">_______________________________________________ <br />MILTON BATISTE, III, SUPERINTENDENT </div><div style="text-align: right;">ST. LANDRY PARISH SCHOOL BOARD </div>TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 17, 2025<br />JULY 24, 2025<br />JULY 31, 2025
https://www.centralauctionhouse.com/rfp30701885-rfp-for-k-12-interactive-multimedia-lesson-delivery-software-8192025.html
17-Jul-2025 12:00:00 AM CDT |
19-Aug-2025 2:30:00 PM CDT |
St. Landry Parish School Board |
RFP FOR ONLINE STUDENT SAFETY PLATFORM 8/19/2025
|
<div style="text-align: center;"><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “ONLINE STUDENT SAFETY PLATFORM” UNTIL TWO O’CLOCK (2:00) P.M. ON TUESDAY, AUGUST 19, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD.<br /><br /><b><i>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE “RFP FOR ONLINE STUDENT SAFETY PLATFORM, 8/19/2025”.</i><br /><br />IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY. <br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE PURCHASING DEPARTMENT. <br /> <div style="text-align: right;">_______________________________________________ <br />MILTON BATISTE, III, SUPERINTENDENT <br />ST. LANDRY PARISH SCHOOL BOARD </div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 17, 2025<br />JULY 24, 2025<br />JULY 31, 2025<br />
https://www.centralauctionhouse.com/rfp39370258-rfp-for-online-student-safety-platform-8192025.html
17-Jul-2025 12:00:00 AM CDT |
19-Aug-2025 2:00:00 PM CDT |
St. Charles Parish Public Schools |
RFP - Cybersecurity Services
|
St. Charles Parish Public Schools is seeking proposals from qualified vendors to provide cybersecurity services and solutions in the following areas:<br /><br />? Patch Management<br />? Security Information and Event Management (SIEM)<br />? Network Access Control (NAC)<br />? 24/7 Security Operations Center (SOC)<br />
https://www.centralauctionhouse.com/rfp31940747-rfp--cybersecurity-services.html
17-Jul-2025 12:00:00 AM CDT |
13-Aug-2025 10:00:00 AM CDT |
Ascension Parish Government |
Bridge Load Rating and 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>August 14, 2025</b>, at 3:00 p.m. (CDT) for the following:<br /> <h1 style="text-align: center;">Bridge Load Rating and Design</h1><b>STATEMENT OF WORK</b><br />Bridge Load Rating and Design services are needed for the inspection and load rating of bridges on Ascension Parish Government (Parish) roads. This work may also include, to a lesser degree, the design for bridge maintenance/repair and bridge construction projects on Parish Bridges. The Parish hereby requests qualifications from experienced and qualified firms to provide bridge load rating, inspection, reporting, and design services in the Parish. Multiple firms may be selected.<br /><br /><b>PROJECT DESCRIPTION </b><br />The Parish desires to have competent contractors available to perform tasks shown in the Scope of Services. The Parish is requesting qualification statements from interested firms who can provide services to facilitate these types of projects in an <b>EXPEDITIOUS</b> manner.<br /><br /><b>SCOPE OF WORK</b><br />Scopes of work will be prepared on an as-needed basis. Each scope will be prepared with a Task Order to the consultant to be accomplished based on a negotiated bill rates fee schedule and within the time outlined in the Task Order and scope prepared by the Parish. This contract is not limited to roads.<br /> <br />The selected consultant(s) will perform bridge load rating testing for parish-wide projects. Bridge load rating testing shall consist of, but not be limited to, bridge load rating summary sheets, calculations and as-built or bridge sketches and any program analysis input files, such as AASHTOWare Bridge Rating (BrR) input files as identical to that required by LADOTD to ensure Parish compliance with the LADOTD Off-System program. Task Orders may include the following work:<br /> <ol> <li>Plan and Document Review</li> <li>Bridge Inspection</li> <li>Analysis & Load Rating</li> <li>Rating/Analysis Reports</li></ol> <br />Written questions regarding RFQ requirements or scope of services shall be submitted to the Ascension Parish Purchasing Department via e-mail at <a href="mailto:
[email protected]">
[email protected]</a>, by <b>3:00 p.m. (CDT) on July 29, 2025</b>. Reponses will be coordinated with the Project Coordinator and posted at <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a> by <b>3:00 p.m. local time (CDT), no later than August 5, 2025</b>. Questions received following the deadline may not be answered.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of their submittal containing the information specified in this section. The submittal shall be received in hard copy (printed) version by: <b><i>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</i></b> on or before the date and time specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however, six (6) hard copies must still be submitted within twenty-four (24) hours of the Proposal submission deadline. The Parish is closed on Fridays, so hard copies may be received the next business day, which is typically Monday, unless Monday is a recognized holiday. For instructions on how to utilize the online service, Central Auction House, for free, for Parish projects ONLY, contact the Parish’s Purchasing Department.<br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 7/17/2025, 7/24/2025, 7/31/2025<br />GONZALES WEEKLY PLEASE PUBLISH 7/17/2025, 7/24/2025, 7/31/2025
https://www.centralauctionhouse.com/rfp10344174-bridge-load-rating-and-design.html
17-Jul-2025 12:00:00 AM CDT |
14-Aug-2025 3:00:00 PM CDT |
City of Alexandria |
RFP 1931P Testing & Maintenance of Substation Transformers, Circuit Breakers, and Related Equipment
|
It is the intent of the City of Alexandria to secure pricing on the Testing and Maintenance of Substation Transformers, Circuit Breakers, and Related Equipment for the City of Alexandria. This service contract shall remain in effect for a period of twelve (12) months from proposal award date. Contingent upon the availability of funds, and the ability of the successful proposer to honor the quoted price(s), the City reserves the right to renew the existing contract for a period of up to two (2) additional years, in one year increments, with a sixty (60) day funding out clause.
https://www.centralauctionhouse.com/rfp41000147-rfp-1931p-testing-maintenance-of-substation-transformers-circuit-breakers-and-related-equipment.html
16-Jul-2025 3:30:00 PM CDT |
18-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147975 - Three (3) Year Contract for Labor, Materials, and Equipment for Maintenance and Repairs of the HVAC Systems and Ice Machines for the Jefferson Parish Department of Streets
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147975<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 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 />Three (3) Year Contract for Labor, Materials, and Equipment for Maintenance and Repairs of the HVAC Systems and Ice Machines for the Jefferson Parish Department of Streets<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: July 16, 23, and 30, 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/rfp92974276-5000147975--three-3-year-contract-for-labor-materials-and-equipment-for-maintenance-and-repairs-of-the-hvac-systems-and-ice-machines-for-the-jefferson-parish-department-of-streets.html
16-Jul-2025 3:20:00 PM CDT |
12-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148302 - Two (2) Year Contract for Preventative Maintenance and Repairs of Air Compressors for the Jefferson Parish Department of Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148302<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 14, 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 Preventative Maintenance and Repairs of Air Compressors for the Jefferson Parish Department of Water<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: July 16, 23, and 30, 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/rfp46029973-5000148302--two-2-year-contract-for-preventative-maintenance-and-repairs-of-air-compressors-for-the-jefferson-parish-department-of-water.html
16-Jul-2025 1:41:00 PM CDT |
14-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148282 - Two (2) Year Contract for Elevator Maintenance for the Eastbank and Westbank Water Plants for the Jefferson Parish Department of Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148282<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 14, 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 Elevator Maintenance for the Eastbank and Westbank Water Plants for the Jefferson Parish Department of Water<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: July 16, 23, and 30, 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/rfp38181889-5000148282--two-2-year-contract-for-elevator-maintenance-for-the-eastbank-and-westbank-water-plants-for-the-jefferson-parish-department-of-water.html
16-Jul-2025 11:14:00 AM CDT |
14-Aug-2025 2:00:00 PM CDT |
St. Bernard Parish Government |
Val Riess Turf Replacement Fields 1-8 Project No. 2025 -01
|
ADVERTISEMENT FOR BIDS <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br />PROJECT NO. 2025-01<br /> <br />Sealed Bids will be received until the hour of 2:00 p.m., on Tuesday, August 12, 2025 at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <br />St. Bernard Parish Government<br />Val Riess Turf Replacement Fields 1-8<br />Project No. 2025 -01<br /> <br />To be a valid delivery, Sealed Bids must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana during the normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m. Tuesday, August 12, 2025.<br /> <br />Sealed bids delivered to any other St. Bernard Parish Government location or other room number prior to the bid receipt deadline will not be considered.<br /> <br />This project consists of furnishing all supervision, labor, equipment, and materials necessary to Replacement of playing field turf for fields 1-8.<br /> <br />Each bid must be accompanied by a certified check, cashier's check or bid bond acceptable to the Owner in the amount equal to at least five percent (5%) of the total amount bid and payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with all terms and conditions of the Contract Documents.<br /> <br />A Pre-Bid Conference will be held on Tuesday, July 29, 2025 at 2:00 p.m., at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana. All bidders and sub-contractors are encouraged to attend.<br /> <br />The specifications and drawings are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, (504) 278-4314
[email protected] and may be secured from the office by only licensed contractors.<br /> <br />Bids may also be viewed and submitted online at www.centralauctionhouse.com.<br /> <br />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract (Davis-Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities) and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.<br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) and Section 3 business to participate.<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 />Each bidder must have an active Unique Entity ID (UEI), as verified on www.sam.gov, prior to award.<br /> <br /> <br /> <br />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp39329314-val-riess-turf-replacement-fields-1-8-project-no-2025-01.html
16-Jul-2025 10:14:00 AM CDT |
12-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148219 Planters Pump Station Improvements - Phase II, Jefferson Parish Project No. 2018-024-DR
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148219<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 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 /> <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 />Planters Pump Station Improvements – Phase II<br />Jefferson Parish Public Works Project No. 2018-024-DR<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. 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 Infinity Engineering Consultants, LLC, 4001 Division St, Metairie, LA 70002, Phone: 504-304-0548 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 />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<br /> <br /> <br /> <br /> <br />involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />A MANDATORY Pre-Bid Conference will be held at 9:00AM on August 4, 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: July 16, 23, and 30, 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/rfp65591754-5000148219-planters-pump-station-improvements--phase-ii-jefferson-parish-project-no-2018-024-dr.html
16-Jul-2025 10:11:00 AM CDT |
26-Aug-2025 2:00:00 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 August 6th, 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: August 6th, 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: July 16th, July 23rd
https://www.centralauctionhouse.com/rfp9650133-26-b008-christmas-decor-.html
16-Jul-2025 10:00:00 AM CDT |
06-Aug-2025 10:00:00 AM CDT |
St. Tammany Parish School Board |
CN DELIVERED FRESH PIZZA FOR STPSB HIGH SCHOOLS
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp29432407-cn-delivered-fresh-pizza-for-stpsb-high-schools.html
16-Jul-2025 9:00:00 AM CDT |
31-Jul-2025 3:00:00 PM CDT |
St. Tammany Parish School Board |
SUPPLIES FOR SCHOOL FOOD SERVICE OTHER THAN FOOD
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp47202965-supplies-for-school-food-service-other-than-food.html
16-Jul-2025 9:00:00 AM CDT |
31-Jul-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148151 Two (2) Year Contract to Furnish and Install Classroom Equipment on an As Needed Basis for the Jefferson Parish Department of Jefferson Community Action Programs (JEFFCAP) Head Start Birth-to-Five Programs
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148151<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 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 /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract to Furnish and Install Classroom Equipment on an As Needed Basis for the Jefferson Parish Department of Jefferson Community Action Program (JEFFCAP)<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: July 16, 23, and 30, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp6060647-5000148151-two-2-year-contract-to-furnish-and-install-classroom-equipment-on-an-as-needed-basis-for-the-jefferson-parish-department-of-jefferson-community-action-programs-jeffcap-head-start-birth-.html
16-Jul-2025 8:52:00 AM CDT |
12-Aug-2025 2:00:00 PM CDT |
St. Martin Parish Government |
St. Martin Parish Library St. Martinville Library Roof Replacement
|
DOCUMENT 001113<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />St. Martin Parish Library<br />St. Martinville Library Roof Replacement<br />St. Martin Parish, Louisiana<br /> <br />Sealed Bids will be received by the St. Martin Parish Library, St. Martin Parish, Louisiana, for replacing existing roof system on St. Martinville Library that includes all items indicated in plans and specifications included but not limited to bonds, mob/demob, removal of the existing standing seam roof, flashing, & waterproof membrane down to roof deck. installation of new waterproof membrane, flashing, standing seam roofing 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 St. Martin Parish Library until 10:00 am local time on Tuesday, August 19, 2025 at the St. Parish Administrative Office, 301West Port Street, St. Martinville, LA 70582 . 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 am local time on Wednesday, August 06, 2025 at the St. Martinville Library located at 201 Porter Street, St. Martinville, 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 Building 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 St. Martin Parish Library, 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 /> St. Martin Parish Library<br /> <br /> By: /s/Tommy Romero <br /> Tommy Romero, President
https://www.centralauctionhouse.com/rfp66396086-st-martin-parish-library-st-martinville-library-roof-replacement.html
16-Jul-2025 8:00:00 AM CDT |
19-Aug-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
ALUMINUM SIGN BLAKS
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at https://lafayettecsdgovla.tylerportico.com/va/vendor-access/registration 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 August 2025 for the following:<br /> <br /> ALUMINUM SIGN BLAKS<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. 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 Heather Kestler 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) 291-8071 (Attn: Heather Kestler). 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: 7/16, 7/20<br />DPR # 997483<br /> <br />
https://www.centralauctionhouse.com/rfp83169937-aluminum-sign-blaks-.html
16-Jul-2025 8:00:00 AM CDT |
05-Aug-2025 10:00:00 AM CDT |
St. John the Baptist Parish Government |
RFQ 2025.15 Engineering Services for Street Light Repair Replacement Project
|
RFQ 2025.15 Engineering Services for Street Light Repair Replacement Project
https://www.centralauctionhouse.com/rfp81867582-rfq-202515-engineering-services-for-street-light-repair-replacement-project.html
16-Jul-2025 8:00:00 AM CDT |
07-Aug-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
Bid 2025.16 Regala Park Flag Football Field
|
Bid 2025.16 Regala Park Flag Football Field
https://www.centralauctionhouse.com/rfp69574930-bid-202516-regala-park-flag-football-field-.html
16-Jul-2025 8:00:00 AM CDT |
14-Aug-2025 9:45:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0064 Military Style snap belt 100 count
|
100 count of Military Style snap belt-small to medium<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in</b></i>.<br />
https://www.centralauctionhouse.com/rfp4494053-25-0064-military-style-snap-belt-100-count.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM 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<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp38378527-25-0063-camoduffle-bag-combo.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM 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<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp81600495-25-0062-camoduffle-bag-combo.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM 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<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp82426823-25-0061-camoduffle-bag-combo.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM 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<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp7821363-25-0060-camoduffle-bag-combo.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM 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<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /><br /> </b></i>
https://www.centralauctionhouse.com/rfp63837940-25-0059-camoduffle-bag-combo.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM 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<br /><br /><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b><br /><br />
https://www.centralauctionhouse.com/rfp6837421-25-0058-camodufflle-bag-combo.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0051 7-External Slim DVD RW Drive-Brand New
|
7-EXTERNAL SLIM-DVD RW DRIVE-BRAND NEW<br /><br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp98729154-25-0051-7-external-slim-dvd-rw-drive-brand-new.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-0042 American Traffic Control Sign
|
AMERICAN TRAFFIC CONTROL SIGN<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp32505025-24-0042-american-traffic-control-sign.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-0041 American traffic Control sign
|
AMERICAN TRAFFIC CONTROL SIGN<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp61202378-24-0041-american-traffic-control-sign.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-0026, Lot of (2) Toddler Play Chairs
|
Two toddler play chairs. New<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp56781789-24-0026-lot-of-2-toddler-play-chairs-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0065 3-34x34 Blinds
|
3- 34X34 BLINDS<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp88349898-25-0065-3-34x34-blinds.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0067 Truck Camper Shell for 8 ft white truck
|
Truck Camper Shell for 8 ft white truck<br />New condition<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp21711465-25-0067-truck-camper-shell-for-8-ft-white-truck.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0068 JOHN DEERE RIDING LAWNMOWER
|
JOHN DEERE RIDING LAWN MOWER UNKNOWN CONDITION<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /><br /> </b></i>
https://www.centralauctionhouse.com/rfp66325754-25-0068-john-deere-riding-lawnmower.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-0008, (4) 20” Chrome Rims with (3) mounted tires
|
(4) VCT Chrome Rims with (3) tires<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp84385000-24-0008-4-20-chrome-rims-with-3-mounted-tires.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-0007 Toshiba TV
|
Toshiba TV<br /> <br />Model PN50B450B1D<br />No remote. No stand<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp35221871-24-0007-toshiba-tv.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1065 5x8 2 wheel ditch utility trailer
|
2 Wheel Ditch Utility Trailer 5 x 8<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /><br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp52306586-25-1065-5x8-2-wheel-ditch-utility-trailer.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1064 1998 Red International 4900 DT466E, Roll Off Truck
|
1998 Red International 4900 DT466E, Roll Off Truck Engine Runs, Automatic Transmission Bad<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br /><br />Be sure to review the condition report.</b></i>
https://www.centralauctionhouse.com/rfp13354946-25-1064-1998-red-international-4900-dt466e-roll-off-truck-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1063 2014 Dodge Journey SXT, 4 Door Hatchback SUV
|
2014 Dodge Journey SXT, 4 Door Hatchback SUV with aftermarket backup camera, Approx mileage 68,163<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br />Be sure to review the condition report.</b></i>
https://www.centralauctionhouse.com/rfp54998555-25-1063-2014-dodge-journey-sxt-4-door-hatchback-suv-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1062 2016 Ram 1500 Tradesman 2 wheel Drive 4 door pickup
|
2016 Ram 1500 Tradesman 2 wheel Drive 4 door pickup with bed cover Apx mile 111,075<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br /><br />Be sure to review the condition report.</b></i>
https://www.centralauctionhouse.com/rfp85494148-25-1062-2016-ram-1500-tradesman-2-wheel-drive-4-door-pickup-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1061 Blue New Holland 6610, Open cab 2 Wheel drive tractor w/ 15’ bug hog attached
|
Blue New Holland 6610, Open cab 2 Wheel drive tractor w/ 15’ bug hog attached<br /><br /><i><b> If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br />Be sure to review the condition report.</b></i>
https://www.centralauctionhouse.com/rfp56994004-25-1061-blue-new-holland-6610-open-cab-2-wheel-drive-tractor-w-15-bug-hog-attached-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1060 2013 JOHN DEERE 5085M TRACTOR W/ SIDE MOWER
|
2013 John Deere 5085M, 2 Wheel Drive tractor with Tiger Bengle side mower, 5992 Hours, Exhaust removed, Overhaul needed<br /><br /><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br /><br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp28196442-25-1060-2013-john-deere-5085m-tractor-w-side-mower.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1059 2008 RAM 1500
|
2008 Ram 1500, 4 Wheel Drive Single cab with short bed Apx mileage 223,860<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br /><br />Be sure to review the condition report.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp10540256-25-1059-2008-ram-1500.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1058 2009 Ford F150 2-Wheel Drive Single cab
|
2009 Ford F150 2-Wheel Drive Single cab<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br /><br />Be sure to review the condition report.</b></i>
https://www.centralauctionhouse.com/rfp79652493-25-1058-2009-ford-f150-2-wheel-drive-single-cab.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1057 2007 WHITE F350 BUCKET TRUCK
|
2007 White F350 Bucket truck, Mileage 151,711<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br /><br />Be sure to review the condition report.</b></i>
https://www.centralauctionhouse.com/rfp33313184-25-1057-2007-white-f350-bucket-truck.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1056 2006 John Deere 210LE, Open cab front loader with sweeper bucket
|
2006 John Deere 210LE, Open cab front loader with sweeper bucket<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br /><br />Be sure to review the condition report.</b></i>
https://www.centralauctionhouse.com/rfp17444777-25-1056-2006-john-deere-210le-open-cab-front-loader-with-sweeper-bucket.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1055 JOHN DEERE WHEEL LOADER
|
2010 Yellow John Deere 304J, 12700 hours Wheel loader<br /><br /><i><b>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.<br /> <br />Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.<br /> <br />Be sure to review the condition report.</b></i><br /><br /><br />
https://www.centralauctionhouse.com/rfp69968344-25-1055-john-deere-wheel-loader.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1054 2006 Ford E450 Box truck
|
2006 Ford E450 Box truck, White, Vin # 1HTWAGT14J091315<br /> <p style="box-sizing: border-box; margin: 0px; padding: 0px;"><em><strong>If you are interested in viewing items, please schedule an appointment on business days between 8:00 AM and 3:00 PM during the viewing period from July 16, 2025, to July 27, 2025.</strong></em></p><p style="box-sizing: border-box; margin: 0px; padding: 0px;"> </p><p style="box-sizing: border-box; margin: 0px; padding: 0px;"><em><strong>Please note that the bidder is responsible for bringing any necessary items, such as a battery charger, air compressor, or any tools required to test the items you are interested in.</strong></em></p><p style="box-sizing: border-box; margin: 0px; padding: 0px;"> </p><p style="box-sizing: border-box; margin: 0px; padding: 0px;"><em><strong>Be sure to review the condition report.</strong></em></p>
https://www.centralauctionhouse.com/rfp5558366-25-1054-2006-ford-e450-box-truck.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1052 1996 Yellow Vermeer Towable Stump Grinder
|
1996 Yellow Vermeer 630B Towable Stump Grinder ; Engine Head cracked<br /><br /> IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN<br /><br />PLEASE SEE CONDITION REPORT
https://www.centralauctionhouse.com/rfp34867929-25-1052-1996-yellow-vermeer-towable-stump-grinder.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1051 2012 Blue New Holland Tractor
|
2012 Blue New Holland TS6.110 , Tiger Bengal long arm mower deck attached<br />2WD with enclosed cab<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.<br /><br />PLEASE SEE CONDITION REPORT</b></i><br /><br />
https://www.centralauctionhouse.com/rfp75346437-25-1051-2012-blue-new-holland-tractor.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1050 2012 Blue New Hollard Tractor
|
2012 Blue New Holland TS6.110 7309 hours, Tiger Bengal long arm mower deck attached<br />2WD with enclosed cab<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.<br /><br />PLEASE SEE ATTACHED CONDITION REPORT</b></i>
https://www.centralauctionhouse.com/rfp49782515-25-1050-2012-blue-new-hollard-tractor.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1049 2008 International White 10 Wheel truck; 55 MPH Max speed Needs Engine overhaul
|
2008 International White 10 Wheel truck; 55 MPH Max speed Needs Engine overhaul Mileage 251794 apx<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.<br /><br />PLEASE SEE CONDITION REPORT</b></i>
https://www.centralauctionhouse.com/rfp71068379-25-1049-2008-international-white-10-wheel-truck-55-mph-max-speed-needs-engine-overhaul-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1048 2008 International White 10 Wheel truck; 55 MPH Max speed Needs Engine overhaul
|
2008 International White 10 Wheel truck; 55 MPH Max speed Needs Engine overhaul <br /><br /><i><b> IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.<br /><br />PLEASE SEE CONDITION REPORT</b></i>
https://www.centralauctionhouse.com/rfp52482142-25-1048-2008-international-white-10-wheel-truck-55-mph-max-speed-needs-engine-overhaul-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM 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<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.<br /><br />PLEASE SEE CONDITION REPORT</b></i>
https://www.centralauctionhouse.com/rfp98987329-25-1044-2006-white-ford-f-350-box-truck-with-dump-bed.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1042 2003 Chevy Passenger Van
|
<b>Chevy 12-passenger van</b><br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i><br /><br /><i><b>PLEASE SEE CONDITION REPORT</b></i><br />
https://www.centralauctionhouse.com/rfp4362801-25-1042-2003-chevy-passenger-van.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1031 2010 Dodge Avenger
|
2010 WHITE DODGE AVENGER MILEAGE 82,812 $3000<br />CAR RUNS GREAT, LIGHTS ARE OUT; NO FUSE PANEL (INOPERABLE)<br />4 BRAND NEW TIRES (PURCHASED 4/4/24)<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i><br /><br /><i><b>PLEASE SEE ATTACHED CONDITION REPORT</b></i>
https://www.centralauctionhouse.com/rfp24314042-25-1031-2010-dodge-avenger.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1029 PT92 Pole Trailer with 10' tongue
|
PT92 Pole Trailer with 10’ Tongue<br /><br /><i><b> IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp69008101-25-1029-pt92-pole-trailer-with-10-tongue.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1026 2012 Infiniti M37
|
2012 Infinity M37<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE<br />INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp54910406-25-1026-2012-infiniti-m37.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1025 2013 Black Lincoln MKZ
|
1025 2013 Black Lincoln MKZ mileage 69,668<br />The car does not come out of park<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp52353900-25-1025-2013-black-lincoln-mkz.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1019 2006 Dodge Charger Blk
|
2006 Dodge Charger-Black (Back Window Shattered<br />VIN 2B3KA43G66H335209<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR OR, ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp10907987-24-1019-2006-dodge-charger-blk.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1018 2009 Dodge Charger Gray
|
2009 Dodge Charger(grey)<br />VIN 2B3KA33V99H557899<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp38096204-24-1018-2009-dodge-charger-gray-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1017 2005 Chevrolet Trailblazer(NO KEYS)(SCRAP ONLY)
|
2005 Chevrolet Trailblazer<br />VIN # 1GNERT16S956191764 <br />No keys, window busted out for scrap only<br /><br /><i><b> IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp75304491-24-1017-2005-chevrolet-trailblazerno-keysscrap-only.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1013 2008 Sierra Quad Cab
|
2008 GMC SIERRA QUAD CAB RED, MILEAGE 274,856 VIN 3GTEC13J68G171561<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i><br /><br />
https://www.centralauctionhouse.com/rfp58669927-24-1013-2008-sierra-quad-cab-.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1012 2009 HONDA CIVIC LX-S 4 DOOR RED
|
2009 HONDA CIVIC LX-S 4 DOOR RED, MILEAGE 221,849, VIN#19XFA16659E021858<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp54528825-24-1012-2009-honda-civic-lx-s-4-door-red.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1011 2008 GMC SIERRA 1500 CREW CAB DENALI
|
2008 GMC SIERRA 1500 CREW CAB DENALI; 4 DOOR; BLACK; VIN 2GTEC638681310154; MILEAGE 230,982<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp71686336-24-1011-2008-gmc-sierra-1500-crew-cab-denali.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1010 2002 Ford Taurus
|
2002 Ford Taurus, APROX. Mileage 188,207, VIN# IFAHP53U32AAA073<br /><br /><i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp88364280-24-1010-2002-ford-taurus.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1009 2006 BMW 750
|
2006 BMW 750, WHITE, DECENT CONDITION. APX MILEAGE 147,337, VIN # WBAHNE3526DT36208<br /><br /> <i><b>IF INTERESTED IN VIEWING ITEMS, IT MUST BE DONE BY APPOINTMENT ON BUSINESS DAYS BETWEEN 8 AND 3 WITHIN THE VIEWING PERIOD 07/16/2025-07/27/2025 <br /><br />BIDDER IS RESPONSIBLE FOR BRINGING ANY ITEMS SUCH AS BATTERY CHARGER, AIR COMPRESSOR, OR ANY TOOLS NECESSARY TO TEST ANY ITEMS YOU ARE INTERESTED IN.</b></i>
https://www.centralauctionhouse.com/rfp59170079-24-1009-2006-bmw-750.html
16-Jul-2025 8:00:00 AM CDT |
28-Jul-2025 8:00:00 AM CDT |
Lafayette Parish Sheriff's Office |
#2026-01 Mechanical Plant Boiler Replacement
|
<div style="text-align: center;">NOTICE TO BIDDERS<br /> <br /> <br /> Sealed bids will be accepted until 10:00 a.m., Thursday, July 31, 2025[EKJC1] , at the<br />Lafayette Parish Sheriff’s Office at 316 W. Main Street, Lafayette, Louisiana for the following:<br /> <br />#2026-01 Mechanical Plant Boiler Replacement<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: July 16th; July 18th </div>
https://www.centralauctionhouse.com/rfp79242216-2026-01-mechanical-plant-boiler-replacement.html
16-Jul-2025 7:00:00 AM CDT |
31-Jul-2025 10:00:00 AM CDT |
Iberia Parish Government |
RFQ - Engineering Services for the Iberia Parish Jail Generator Project
|
PUBLIC NOTICE<br />INVITIATION FOR CONSULTING ENGINEERING SERVICES<br />IBERIA PARISH GOVERNMENT invites quali?ed engineering ?rms to submit a Statement of Quali?cations for the following project:<br />PROFESSIONAL SERVICES - IBERIA PARISH JAIL GENERATOR PROJECT<br /> ENGINEERING FEE: TO BE NEGOTIATED<br /> <br />This project and the procedures for the selection of this ?rm will be in accordance with all requirements of the Federal Emergency Management Agency’s Hazard Mitigation Assistance (HMA) Federal Code of Regulations (2CRF200), the State of Louisiana, and the standards of IBERIA PARISH GOVERNMENT. All responses received will be evaluated in accordance with the selection criteria identi?ed in the Request for Quali?cations information packet available from the Sheriff’s Office. That information also identi?es the scope of services to be performed by the selected ?rm.<br /> <br />All engineering ?rms shall also be registered with the Louisiana State Board of Registration for Professional Engineers and Land Surveyors, in accordance with LA RS 37:689. A copy of the current Certi?cate(s) of Registration shall be attached to each Statement of Quali?cation. Failure to be registered and in good standing with the aforementioned board will lead to the rejection of the Statement of Quali?cations submission.<br /> <br />IBERIA PARISH GOVERNMENT will award the project to the respondent obtaining the highest recommendation and points based upon a selection committee review of the submitted Statement of Quali?cations and work references.<br /> <br />Interested ?rms are invited to secure an informational packet from IBERIA PARISH GOVERNMENT, Michael Clifton, Purchasing Agent.
[email protected] or download an electronic copy of the official Request for Quali?cations packet from Central Bidding website: www.centralbidding.com. Only those ?rms that have responded in accordance with the official RFQ packet for this project obtained from IBERIA PARISH GOVERNMENT or Central Bidding will be considered by the IBERIA PARISH GOVERNMENT Selection Committee. Additionally, the ?rm selected for this project will be required to execute the Parish standard contract for Engineering Services as amended for this project. The overall level and scope of services will be determined by the IBERIA PARISH GOVERNMENT. A ?xed sum contract will be negotiated with the selected ?rm. Responding ?rms must be prepared to provide an audited overhead rate for the purpose of contract negotiation and determination of cost reasonableness. Any questions or problems related to the download of the RFQ packet should be directed by email only to:
[email protected].<br /> <br />The response to this RFQ must be hand delivered or mailed to the above-named person at IBERIA PARISH GOVERNMENT, 300 Iberia Street, Suite 400, New Iberia, LA 70560 in such a manner that it is received no later than 2:00 PM, Monday, August 18, 2025. Statements of Quali?cations that have not been received by the deadline date and time will be rejected.<br /> <br />IBERIA PARISH GOVERNMENT is an Equal Opportunity Employer. Responding ?rms are encouraged to utilize minority participation in this contract through the use of disadvantaged and women-owned businesses as suppliers or sub-contractors. IBERIA PARISH GOVERNMENT encourages submission by DBE, minority, veteran, and/or women owned businesses.<br /> <br />IBERIA PARISH GOVERNMENT<br />M. LARRY RICHARD, Parish President<br /> <br />Publication Dates: July 16, 2025; July 23, 2025; July 30, 2025
https://www.centralauctionhouse.com/rfp50847003-rfq--engineering-services-for-the-iberia-parish-jail-generator-project.html
16-Jul-2025 7:00:00 AM CDT |
18-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-AUG-2001 2025/2026 Ford Vehicles
|
Bid documents can be found at JPSO.com under Public Bids
https://www.centralauctionhouse.com/rfp58991298-25-aug-2001-20252026-ford-vehicles.html
16-Jul-2025 6:00:00 AM CDT |
20-Aug-2025 10:00:00 AM CDT |
Jefferson Parish Sheriff's Office |
25-AUG-0601 Pro Guard Products
|
Bid documents can be found on JPSO.com under Public Bids
https://www.centralauctionhouse.com/rfp33719627-25-aug-0601-pro-guard-products.html
16-Jul-2025 6:00:00 AM CDT |
06-Aug-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148052 Two Year Contract to Provide Labor and Materials to Remove Existing and Furnish and Install New Thermoplastic Pavement Markings for the Jefferson Parish Department of Public Works- Engineering- Traffic Engineering Division
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148052<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 12, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two Year Contract to Provide Labor and Materials to Remove Existing and Furnish and Install New Thermoplastic Pavement Markings for the Jefferson Parish Department of Public Works- Engineering-Traffic Engineering Division.<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: July 16, 23 and 30, 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/rfp91758697-5000148052-two-year-contract-to-provide-labor-and-materials-to-remove-existing-and-furnish-and-install-new-thermoplastic-pavement-markings-for-the-jefferson-parish-department-of-public-works-engineer.html
16-Jul-2025 12:00:00 AM CDT |
12-Aug-2025 12:00:00 AM CDT |
Lafourche Parish Government |
Cote Blanche Bridge Rehabilitation
|
<div style="text-align: justify;">Electronic bids for Cote Blanche Bridge Rehabilitation will be received by Lafourche Parish Government located at 402 Green Street, Thibodaux, LA 70301 until 10:00 AM local time, August 12, 2025, and then at said office publicly opened and read aloud. Electronic bids must be submitted through www.centralauctionhouse.com prior to electronic bidding deadline.<br /> <br />The project consists of dry-docking, sand blasting and painting of pontoon bridge, removal of wooden approaches, steel grid flooring, structural metalwork, guardrail, electrical upgrades, and other related items.<br /> <br />The cost estimate is Base Bid = $900,000; Alternate 1 = $17,000.<br /> <br />No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds a Louisiana State Contractor's License in Highway, Street and Bridge Construction or Heavy Construction, in full force and effect and in compliance with the Louisiana State Licensing Board for Contractors and Louisiana Public Bid Law.<br /> <br />Plans and specifications may be examined online at www.centralauctionhouse.com or at the Engineer’s office of Picciola & Associates, Inc. located at 115 Picciola Parkway, Cut Off, LA 70345. Plans and specifications may be obtained from the Engineer upon payment of $100. In accordance with R.S. 38:2212 (D), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br /> <br />Onsite inspection of the interior compartments of the barge will be offered to prospective bidders on July 31, 2025, at 10:00 AM. <b>This will be the only day and time available to inspect the interior compartments.</b><br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex, or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.</div>
https://www.centralauctionhouse.com/rfp75960831-cote-blanche-bridge-rehabilitation.html
16-Jul-2025 12:00:00 AM CDT |
12-Aug-2025 10:00:00 AM CDT |
City of Covington |
MLK CREEK DRAINAGE REHABILITATION
|
<div style="text-align: justify;">Sealed bids will be received until the hour of <b>2:00 P.M.</b>, local time, <b><u>Thursday, August 14,2025</u> </b>at City Hall, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete Project C0240 MLK DRAINAGE REHABILITATION<b>, </b>for the City of Covington, Louisiana. Bids will be opened and publicly read aloud after <b>2:00 P.M. </b>in the City Hall Conference Room, City Hall, Covington, Louisiana. Any bids received after <b>2:00 P.M. </b>will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in <u>Heavy Construction <b>or</b> Highway, Street and Bridge Construction</u>. The work consists of paving and drainage work.<br /> <br />A <b><u>mandatory</u> </b>pre-bid conference will be held<b> <u>Thursday, July 31, 2025</u>. </b>The first half of the meeting will be held at 2:00 p.m. at City of Covington, City Hall Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433 and the second half will take place at the project site at 300 Covington Ctr, Covington, LA 70433 immediately following the first half. <b>Contractors must be present for all of both</b> <b>the in-office portion of the pre-bid conference and the on-site portion of the pre-bid conference. </b>Contractors are required to provide their own transportation to the site.<br /> <br />A complete set of Contract Documents are available to download from our web site free of charge: <a href="https://www.covla.com/city-departments/finance">https://www.covla.com/city-departments/finance</a><br /><br />A complete set of Bid Documents are also available at Central Bidding (<a href="file:///C:/Users/CallieBaker/AppData/Local/Microsoft/Windows/INetCache/Content.Outlook/VRLJJSZB/www.centralbidding.com">www.centralbidding.com</a>). Electronic Bids may be submitted at Central Bidding (<a href="file:///C:/Users/CallieBaker/AppData/Local/Microsoft/Windows/INetCache/Content.Outlook/VRLJJSZB/www.centralbidding.com">www.centralbidding.com</a>). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Each bid must be accompanied by a bid security 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:</div> <br /> <b>Sealed Bid: CITY OF COVINGTON</b><br /><b> <u>MLK DRAINAGE REHABILITATION</u></b><br /> <b><u>Project No. C0240 </u></b><br /> <br /> Bid Due Date and Time: <u>August 14, 2025, 2:00 P.M.</u><br /> <br /><b>INCLUDE: Contractor’s name, address, and Louisiana state contractor’s license number</b><br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br /> <br />City of Covington<br />St Tammany Farmer 3xs: 7/16/25, 7/23/25, 7/30/25
https://www.centralauctionhouse.com/rfp44227136-mlk-creek-drainage-rehabilitation.html
16-Jul-2025 12:00:00 AM CDT |
14-Aug-2025 2:00:00 PM CDT |
St. Landry Parish Government |
RFQ FOR ENGINEERING SERVICES/LWI ROUND 2 LINWOOD E SUBDIVISON DETENTION POND
|
See attachment
https://www.centralauctionhouse.com/rfp73648619-rfq-for-engineering-serviceslwi-round-2-linwood-e-subdivison-detention-pond.html
15-Jul-2025 12:00:00 PM CDT |
04-Aug-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0800 East Baton Rouge Parish Landfills Mowing & Trimming
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. August 14, 2025, for the following:<br /> <br />A25-0800 East BaTON R OUGE LANDFILLS MOWING & TRIMMING<br /> <br />A mandatory jobsite visit is required; only those bidders who participate in the mandatory job site visit are eligible to receive an award on this project. The site visit will be on August 5, 2025 at 9:00 a.m. at 16001 Samuels Road, Zachary, LA 70791.<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm CST on August 7, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp55455261-a25-0800-east-baton-rouge-parish-landfills-mowing-trimming.html
14-Jul-2025 8:00:00 PM CDT |
14-Aug-2025 11:00:00 AM CDT |
Diocese of Lake Charles |
Roof Replacement and Renovations for Our Lady of Good Counsel Catholic Church
|
Advertisement for Bid<br /> <br />DIOCESE OF LAKE CHARLES<br />Roof Replacement and Renovations for Our Lady of Good Counsel Catholic Church<br />FEMA No. 20.0028.41<br />221 Aqua Drive<br />Lake Charles, Louisiana 70605<br /> <br />Vincent-Shows-Gautreaux, Architects, APALLC<br /> <br />Sealed Bids will be received until 2:00 pm local time on Wednesday, August 13, 2025, at the office of Vincent-Shows-Gautreaux, Architects, APALLC. Electronic Bids may also be submitted through centralauctionhouse.com <br /> <br />Electronic copies of the Contract Documents may be obtained at centralauctionhouse.com<br /> <br />A Bid Bond will be required.<br /> <br />A “Performance and Payment Bond” will be required to be executed in conjunction with the Contract in the amount of 5% of the Base Bid. The Performance and Payment Bond shall be issued by an AAA rated insurance company.<br /> <br />Builder’s Risk Insurance shall be the responsibility of the Contractor.<br /> <br />The Contract Agreement will be executed utilizing AIA Document A101 - 2017 "Standard Form Of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum". A copy has been provided within the specifications booklet.<br /> <br />The Contract Time, based on calendar days, will be 120 Days. A written “Notice to Proceed” will be issued by the Architect to begin the Contract Time and will stipulate the Contract Completion Date. Liquidated damages will be assessed in the amount of $200.00 for every calendar day beyond the stipulated Contract Completion Date.<br /> <br />Bids may be held by the Owner for a period not to exceed thirty (30) days from the bid date for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to award of the Contract.<br /> <br />Any questions regarding the bidding documents shall be made to H. Curtis Vincent, Architect of VSG Architects, APALLC by way of email. Please submit these questions to the following email address:
[email protected]<br /> <br />It is the intent that all question be answered timely, via a formally issued Addendum, to be distributed to all General Contractors.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 221 Aqua Drive, Lake Charles, LA on Wednesday, July 30, 2025, at 10:00 am local time.<br /> <br /> <br /> <br />* END OF INVITATION TO BID *
https://www.centralauctionhouse.com/rfp18434654-roof-replacement-and-renovations-for-our-lady-of-good-counsel-catholic-church.html
14-Jul-2025 10:00:00 AM CDT |
13-Aug-2025 2:00:00 PM CDT |
EBR Sheriff's Office |
BID #1104 TRANSIT VAN
|
prison transit van
https://www.centralauctionhouse.com/rfp38415625-bid-1104-transit-van.html
14-Jul-2025 10:00:00 AM CDT |
14-Aug-2025 10:00:00 AM CDT |
City of Pineville |
Pineville - Water Main Extension Along Rainbow Dr. & W. Shamrock Avenue
|
The project consists of installing approximately 6,820 linear feet of 10” pvc water main along Rainbow Drive from U.S. Hwy. 165 and east to W. Shamrock Ave. and east approximately 900 linear feet to Martin Ave., including 6” and 8” system interconnects, 3” PE Hwy. crossing, fire hydrant assemblies, select water main abandonments, conventional and directional boring and jacking, etc., and other related water system improvements as shown on the Drawings.
https://www.centralauctionhouse.com/rfp18295447-pineville--water-main-extension-along-rainbow-dr-w-shamrock-avenue-.html
14-Jul-2025 12:00:00 AM CDT |
12-Aug-2025 10:00:00 AM CDT |
Lafourche Parish Government |
Materials and Fuel for Parishwide use for the period of September 1, 2025 to August 31, 2026
|
ADVERTISEMENT FOR BIDS<br /><br />Lafourche Parish Government<br />402 Green Street, Third Floor<br />Thibodaux, LA 70301<br /><br />Project/Bid Name: Materials and Fuel for Parishwide use for the period of September 1, 2025 to August 31, 2026<br /><br />ELECTRONIC BIDS for the purchase of “Materials and Fuel for Parishwide use for the period of September 1, 2025 to August 31, 2026 will be received electronically by the Lafourche Government until 10:00 A.M. local time, on Thursday July 31, 2025, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301.Only electronic bids submitted on www.centralbidding.com will be accepted. Such action shall be in accordance with Louisiana R.S. 38: 2212 (B) (6) (a) Subsection E of this Section. Electronic bids shall contain all the same documents that are required in a physically delivered bid. <br /><br />Bid documents are posted on www.centralbidding.com . To view, download, receive bid notices by e-mail, and submit the bid you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For information about the electronic submittal process, contact Central Bidding at 1- 225-810-4814. <br /><br />Documents for this project are on file for viewing in the office of Lafourche Parish Government Department of Public Works,4876 Hwy 1, Raceland, LA. Please contact Troy Babin, Parishwide Operations Manager at 985-438-0062, email
[email protected] or Marie Blouin, Administrative Assistant at 985-532-0047, email
[email protected] for any clarification of information with regard to the specifications. <br /><br />Lafourche Parish Government reserves the right to reject any and all bids for just cause. Such actions shall be in accordance with Louisiana R.S. 38:2214 and State Bid Law. <br /><br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /><br />Any person with disabilities requiring special accommodation must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening. Lafourche Parish Government is an Equal Opportunity Employer and strongly encourages Section 3 firms and Women-owned Small Business(WOSB) and Economically disadvantaged women-owned small businesses (EDWOSBS) to submit a response to this solicitation.<br /><br />LAFOURCHE PARISH GOVERNMENT<br />/s/ Archie P. Chaisson, III <br />President<br /> <br />Publish Dates: July 11,2025<br />July 18,2025
https://www.centralauctionhouse.com/rfp59217355-materials-and-fuel-for-parishwide-use-for-the-period-of-september-1-2025-to-august-31-2026.html
11-Jul-2025 10:00:00 AM CDT |
31-Jul-2025 10:00:00 AM CDT |
City of Carencro |
Post Road WWTP
|
The work includes the construction of the new Post Road Wastewater Treatment Plant which generally includes a preliminary treatment unit complete with fine screens and grit removal equipment, flow distribution box, 4 cell sequencing batch reactor system, tertiary filters, chlorine contact chamber, Parshall Flume, post aeration basin, sludge holding and dewatering facilities, Control and Maintenance buildings, piping, SCADA system, instrumentation and controls, generators, painting, electrical work, site road, fencing grading and drainage, site work and other appurtenant and related items of construction. Also included is the demolition of the existing Post Road and Manola Wastewater Treatment Plants after the new plant has been in operation at least 30 days of continuous operation. Construction and start-up of the new plant shall be completed within 500 calendar days from the Notice to Proceed. Remaining work on the site, buildings and demolition of the existing facilities shall be completed within 600 calendar days from the Notice to Proceed.
https://www.centralauctionhouse.com/rfp46101313-post-road-wwtp.html
11-Jul-2025 9:00:00 AM CDT |
14-Aug-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PARISH PRISON BUILDING Q ROOF RECOVER CITY PARISH PROJECT NO. 21-ASC-CP-1605
|
To be published three times Legal:<br />July 11th, July 18th and July 25th, 2025<br />NOTICE TO CONTRACTORS<br />The City of Baton Rouge and Parish of East Baton Rouge (City-Parish) will receive electronic or<br />paper bids for the construction of the following project:<br />PARISH PRISON BUILDING Q ROOF RECOVER<br />2867 BRIGADIER GENERAL ISAAC SMITH AVE., BATON ROUGE, LA 70807<br />CITY PARISH PROJECT NO. 21-ASC-CP-1605<br />PROJECT DESCRIPTION: Recover East Baton Rouge Parish Prison Building Q with an elastomeric silicone<br />roof coating to achieve a 12-year warranty.<br />Bid Package with Plans and Specifications may be obtained online at www.centralauctionhouse.com.<br />Alternately, paper copies may be obtained through most reprographic vendors for their printing cost. All<br />Bids shall be made on the Bid Package Forms.<br />Statutory Forms (Bid Package Part 1-A) shall be submitted to the Purchasing Division prior to Bid Opening:<br />Certification Regarding Debarment, Suspension and Other Responsibility Matters<br />Attestation of No Past Criminal Convictions<br />Legal Citizen Affidavit<br />Non-Collusion & Non-Solicitation Affidavit<br />Bid Forms (Bid Package Part 1) submitted shall be accompanied by a Certified Check or Cashier's Check<br />payable to the Parish of East Baton Rouge, or a satisfactory Bid Bond executed by the Bidder and an<br />acceptable surety, in an amount equal to five percent (5%) of the total bid.<br />Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors<br />in the classification of Roofing and Sheet Metal, Siding, and must show their license number on the face<br />of the bid envelope. All Contractors bidding on this work shall comply with all provisions of the State<br />Licensing Law for Contractors, La RS 37:2150-2163 for all public contracts. It shall also be the responsibility<br />of the General Contractor to assure that all subcontractors comply with this law.<br />Bids will be received online through www.centralauctionhouse.com or in an envelope delivered to the<br />Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802 until the BID<br />OPENING 2:00 PM Local Time, Tuesday, August 12th, 2025 with no exceptions.<br />At Bid Opening in Purchasing Division Room 826 City Hall, electronic Bids and Bid Bonds will be<br />downloaded, then all electronic and paper Bids will be publicly read aloud. Bidders and/or their<br />authorized representatives are invited. Bid results can also be viewed at the link:<br />http://city.brla.gov/dept/purchase/bidresults.asp<br />The contract shall be awarded to the lowest responsible and responsive bidder. In accordance with<br />Louisiana Revised Statute (La RS) 38:2214 B, the City-Parish reserves the right to reject any and all bids<br />exceeding the preconstruction cost estimate, or for just cause. In accordance with La RS 38:2212 B (1),<br />the provisions and requirements stated in the Bid Package and this advertisement shall not be waived by<br />any entity. Bids shall be firm for a period of 45 days from the date of the Bid Opening, except as allowed<br />per La RS 38:2214 C.<br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has<br />established a minimum EBE goal of 7% of the contract amount. All Bidders shall achieve this goal or<br />demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or<br />providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting<br />to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of<br />submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low<br />bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10<br />days after bid opening.<br />A non-mandatory pre-bid conference will be held at 12:00 PM on Tuesday, July 22nd, at Department of<br />Buildings and Grounds Building Maintenance Parish Prison Building, 2859 Lieutenant General Benjamin<br />Davis, Jr. Avenue, Baton Rouge, LA 70807. All parties interested in this project are invited to attend this<br />conference.<br />For additional information regarding the construction documents, please contact Bid Related: Purchasing<br />Division (225) 389-3259; General Documents and Construction Documents related: Rob Gray,<br />Architectural Services Division (225) 389-4694 or
[email protected]
https://www.centralauctionhouse.com/rfp31819707-parish-prison-building-q-roof-recover-city-parish-project-no-21-asc-cp-1605.html
11-Jul-2025 8:00:00 AM CDT |
12-Aug-2025 2:00:00 PM CDT |
Bienville Parish School Board |
Bus Maintenance and Food Storage Facility for Bienville Parish School Board
|
ADVERTISEMENT FOR BIDS<br /> Bienville Parish School Board<br />Bus Maintenance & Food Storage Facility<br />Bienville, Louisiana<br />Commission Number: 2310<br /> <br />Sealed bids for the construction of the following project will be received by the Bienville Parish School Board, located at 1956 First Street, Arcadia, Louisiana, 71001, either by mail or hand delivery, no later than 2:00 PM local time on Thursday, August 14th, 2025. At that time, all bids will be publicly opened and read aloud. Bids received after the 2:00 PM deadline will be returned to the bidder unopened. <br /><br />PROJECT: Bus Maintenance & Food Storage Facility for the Bienville Parish School Board <br />PROJECT CLASSIFICATION: Construction Work<br />CONTRACT TIME: 300 Calendar Days <br /> LIQUIDATED DAMAGES: $500 per Calendar Day<br /><br />A Pre-Bid Conference will be held at 10:00 AM, local time, on Thursday, July 31st, 2025, at the job site located at 8684 Highway 507 in Bienville, LA 71008. The owner telephone is 318-263-9416. Representatives from the OWNER and ARCHITECT will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference.<br />The contractors can submit their bid to the location stated above or submit their bid electronically at www.CENTRALBIDDING.com. The complete Contract Bid Documents, including drawings and specifications, will be available online at www.CENTRALBIDDING.com. Hard copy sets of the drawings and specifications are also available upon request with a deposit of $200.00 for each set of documents, or $20.00 for a CD containing PDF images of the same bidding documents, from the office of Michael L. Walpole, Architect, LLC located at 330 West Mississippi Avenue, Ruston, Louisiana 71270 (318- 251-2151). Deposit is fully refundable on two sets to all bonafide prime bidders upon return of the documents, in good condition, not later than ten (10) days after receipt of bids. The deposit of all other hard copy sets of documents will be refunded 50% upon return of documents as stated above. Any Prime Bidder not bidding must return documents seven (7) days before bidding to receive the full deposit.<br />A Certified Check or Cashier’s Check, payable to the Bienville Parish School Board, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, equal to five percent (5%) of the total bid, shall be submitted with each bid. If the contractor chooses the Bid Bond option, the Bid Bond shall be on the form included as part of the bidding documents. Bidders are advised that a Performance Bond and a Payment Bond issued by a company licensed to do business in Louisiana, each in 100 percent (100%) of the Contract Price, will be required.<br />Bids shall be received only on proposal forms furnished by the Architect, included in the bidding documents.<br />The Bidder is advised that the Bienville Parish School Board is an Equal Opportunity Employer.<br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to ensure that all subcontractors comply with this law. The Contractors must be licensed in the above proper category of work and show their license number on the face of the sealed bid envelope.<br />Bid proposals, amendments to bids, or requests for withdrawal of bids received after the time specified for bid opening shall not be considered for any reason whatsoever.<br />The bid proposal is firm for forty-five (45) days from the date of the opening of bids, and no bid proposal can be withdrawn for any reason during this period. The Bienville Parish School Board reserves the right to reject all bids for cause and waive any and all informalities.<br />Other documentation and information required, including but not limited to the low bidder’s attestation pursuant to R.L.S 38:2212.10 and 2227, shall be furnished by the low bidder within ten (10) days after the bid opening.<br />Prospective bidders must comply with Executive Order 12549, pertaining to Disbarment and Suspension, implemented at 34 CFR Part 85, for prospective participants in primary covered transactions, as defined at 34 CFR Part 85, Sections 85.105 and 85.110.
https://www.centralauctionhouse.com/rfp69336824-bus-maintenance-and-food-storage-facility-for-bienville-parish-school-board.html
11-Jul-2025 8:00:00 AM CDT |
14-Aug-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
East WWTP Anaerobic Digestor Rehabilitation
|
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 14th day of August, 2025 for the following:<br /><br /><b>EAST WWTP ANAEROBIC DIGESTOR REHABILITATION</b><br /><br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100.<br /><br /><b>Scope of Services</b>: The work includes the removal of existing floating secondary roof, existing valves, gas collection system, and other equipment associated with the anaerobic digesters, the installation of a new sludge pump, floating roof, piping and valves, gas lines and appurtenances, piping, new boiler, WAS piping to primary clarifiers, instrumentation and controls, painting, roofing, electrical facilities and other appurtenant and related items of construction. Work to be completed within 365 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 Morgan Broussard at
[email protected].<br /><br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /><br /><b>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.</b><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 at-cost 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 Morgan Broussard at
[email protected].<br /><br /><b>Contractors are requested to attend a pre-bid meeting, which will be held on July 31, 2025 at 10:00 AM at the LUS East Wastewater Treatment Plant located at 144 Judy Street, Lafayette, LA 70501.</b><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 “<b>MUNICIPAL AND PUBLIC WORKS CONSTRUCTION</b>”. 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 />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp13554750-east-wwtp-anaerobic-digestor-rehabilitation.html
11-Jul-2025 8:00:00 AM CDT |
14-Aug-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PORT HICKEY RD. BRIDGE OVER DRAINAGE BAYOU (RECALL NO. 800498) CITY PARISH PROJECT NO. 16-BR-PT-0019
|
To be published three times<br />Legal - July 11, 18, and 25, 2025<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br /> <br />NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br /> <br />Port Hickey Rd. Bridge over Drainage Bayou<br />(RECALL NO. 800498)<br />CITY PARISH PROJECT NO. 16-BR-PT-0019<br /> <br />PROJECT DESCRIPTION: Asphaltic concrete pavement, stone base course, removal of existing bridge, placement of concrete slab span bridge, and associated works.<br /> <br />Electronic or sealed bids will be received until 2:00 p.m. Local Time, TUESDAY August 5, 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.<br /> <br />Bid Openings can be observed in person or via teleconference. <br /> <br />Teleconference Call-in Information<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. <br /> <br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. <br /> <br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /> <br />Bids shall be firm for a period of 45 days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $62.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<br /> <br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than 24 hours prior to the hour and date set for receiving proposals.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project a minimum EBE goal of 13% of the contract amount has been established. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the Contractor to assure that all subcontractors comply with this law. Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br /> <br />Pre-bid conference will be not held for this project.<br /> <br />For additional information please contact Dr. Guangxiang Cheng, P.E, Project Manager at (225) 389-3186 or email at
[email protected].<br /> <br />
https://www.centralauctionhouse.com/rfp15167739-port-hickey-rd-bridge-over-drainage-bayou-recall-no-800498-city-parish-project-no-16-br-pt-0019.html
11-Jul-2025 8:00:00 AM CDT |
19-Aug-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
JEWEL J. NEWMAN CENTER GATEWAY ENHANCEMENT (CITY PARISH PROJECT NO. 23-EN-HC-0017)
|
To be published three times-Legal<br />July 11, 18 and 25, 2025<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br />NOTICE TO CONTRACTORS<br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction<br />of the following project:<br />JEWEL J. NEWMAN CENTER GATEWAY ENHANCEMENT<br />(CITY PARISH PROJECT NO. 23-EN-HC-0017)<br />PROJECT DESCRIPTION: Grading, earthwork, drainage structures, subsurface drainage, misc. concrete<br />paving, open-air vertical construction, landscaping, fencing, metal roofing, and associated work.<br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, AUGUST 7, 2025, by the<br />Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will<br />be received after 2:00 p.m. on the same day and date.<br />Bid Openings can be observed in person or via teleconference.<br />Teleconference Call-in Information<br />Join by phone<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<br />same Access Code, followed by the # button):<br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and<br />Parish of East Baton Rouge, Purchasing Division.<br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read<br />aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid<br />closing.<br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening<br />shall not be considered for any cause whatsoever.<br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be<br />withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br />Form Revised to include<br />EBE requirements May 25, 2023 NC 2 of 2<br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may<br />be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding<br />process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract<br />documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel<br />St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of<br />$20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans,<br />specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance<br />with Louisiana Revised Statutes.<br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond<br />executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be<br />submitted with each bid.<br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by<br />the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish<br />which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were<br />issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and<br />date set for receiving proposals.<br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically<br />Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the<br />policy of the Parish to ensure that Socially and Economically Disadvantaged Business SEDB’s, certified in<br />accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has<br />established a minimum SEDB goal of 8% of the contract amount. All Bidders shall achieve this goal or<br />demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this SEDB goal or providing<br />documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal.<br />Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will<br />count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1,<br />1A, and 2, and Letters of SEDB Certification, as appropriate within 10 days after bid opening.<br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors,<br />R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General<br />Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold<br />an active license issued by the Louisiana State Licensing Board for Contractors in the classification of BUILDING<br />CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public<br />Works Bid Form.<br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the<br />right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and<br />requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall<br />not be considered as informalities and shall not be waived by any public entity.<br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request<br />from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis<br />Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please<br />contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br />There will be no pre-bid conference.<br />For additional information please contact Mr. George Chike, P.E., Project Manager at
[email protected] or<br />Mr. Travis Martin, Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp27281429-jewel-j-newman-center-gateway-enhancement-city-parish-project-no-23-en-hc-0017.html
11-Jul-2025 8:00:00 AM CDT |
07-Aug-2025 2:00:00 PM CDT |
Beauregard Parish Police Jury |
Hydralic Oil Etc.
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br /> <br />Hydraulic Oil Etc.<br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br /><b>Hydraulic Oil Etc. </b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp29506217-hydralic-oil-etc-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Rip Rap 18" to 24"
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Rip Rap 18” to 24”<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br />Hydraulic Oil Etc. <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp4205171-rip-rap-18-to-24.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
#4 2” Ballast
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />#4 2” Ballast<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025.<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br />Hydraulic Oil and Etc. <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp68267554-4-2-ballast.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
610 Road Base
|
<br />ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />610 Road Base<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025.<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp21525507-610-road-base.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Commercial Roadbase
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Commercial Road Base<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp89397124-commercial-roadbase-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
1x3 Limestone
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />1 x 3 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone – Gray Washed<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3x5<br />1x3<br />Crushed Stone #2<br />Commercial Roadbase<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br />Hydraulic Oil Etc. <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp71105590-1x3-limestone-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
3x5 Limestone
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />3x5 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp82926062-3x5-limestone-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Number 57 Limestone
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />No. 57 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025.<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br /><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp23828635-number-57-limestone-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Number 67 Limestone
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />No. 67 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br />Hydraulic Oil and Etc. <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp91652007-number-67-limestone-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Number 8 Limestone
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />No. 8 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br /><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp27336310-number-8-limestone-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Number 7 Limestone
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />No. 7 Limestone<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><br />Fuel<br />Limestone<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3 x 5<br />1 x 3<br />Crushed Stone #2<br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br />Hydraulic Oil Etc.<br /><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp16087384-number-7-limestone.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Crushed Stone #2
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Crushed Stone # 2<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025.<br />For the following item(s):<br /><br />Fuel<br />Limestone – Gray Washed<br /><br />No. 7<br />No. 8<br />No. 57<br />No. 67<br />3x5<br />1x3<br /><b>Crushed Stone #2</b><br />Commercial Road Base<br />610 Road Base<br />Rip Rap 18” to 24”<br />#4 2” Ballast<br />Hydraulic Oil Etc. <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All sealed bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Tina Simmons<br /> <br />PUBLISH: Beauregard Daily News<br /> July 11 and July 18, 2025
https://www.centralauctionhouse.com/rfp7835007-crushed-stone-2.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Beauregard Parish Police Jury |
Fuel Bid
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open<br /> <br />Tuesday, July 29, 2025, at 2:00 p.m.<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 2:00 p.m. Bids will be accepted through 1:30 p.m. on Tuesday, July 29, 2025<br />For the following item(s):<br /><b>Fuel</b><br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />All bids MUST be sealed and marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM (S) BID ON”<br /> <br />/s/ Tina Simmons<br />Purchasing Agent<br /> <br /> <br /> <br />PUBLISH DATES: Friday, July 11, 2025, and Friday, July 18, 2025
https://www.centralauctionhouse.com/rfp48281598-fuel-bid-.html
11-Jul-2025 12:02:00 AM CDT |
29-Jul-2025 1:30:00 PM CDT |
Lafourche Parish Government |
Polymer Coated Metal Culverts with Lift Lugs, Uncoated Metal Culverts with Lift Lugs, Concrete Culverts, Plastic Culverts, PVC Pipe, 12 PVC BE S80 & Slip Caps, HP Storm High Performance, Catch Basins, Polymer Coated Bands and T’s, Uncoated Bands & T’
|
ADVERTISEMENT FOR BIDS<br /><br />Lafourche Parish Government<br />402 Green Street, Third Floor<br />Thibodaux, LA 70301<br /><br />Project/Bid Name: Polymer Coated Metal Culverts with Lift Lugs, Uncoated Metal Culverts with Lift Lugs, Concrete Culverts, Plastic Culverts, PVC Pipe, 12 PVC BE S80 & Slip Caps, HP Storm High Performance, Catch Basins, Polymer Coated Bands and T’s, Uncoated Bands & T’s, for the period of September 1, 2025 to August 31, 2026. <br /><br />ELECTRONIC BIDS for the purchase of “Polymer Coated Metal Culverts with Lift Lugs, Uncoated Metal Culverts, Concrete Culverts, Plastic Culverts, PVC Pipe, 12 PVC BE S80 & Slip Caps, HP Storm High Performance, Catch Basins, Polymer Coated Bands and T’s, Uncoated Bands & T’s for the period of September 1, 2025 to August 31, 2026” will be received electronically by the Lafourche Government until 11:30 A.M. local time, on Thursday July 31, 2025, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301.Only electronic bids submitted on www.centralbidding.com will be accepted. Such action shall be in accordance with Louisiana R.S. 38: 2212 (B) (6) (a) Subsection E of this Section. Electronic bids shall contain all the same documents that are required in a physically delivered bid. <br /><br />Bid documents are posted on www.centralbidding.com . To view, download, receive bid notices by e-mail, and submit the bid you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For information about the electronic submittal process, contact Central Bidding at 1- 225-810-4814. <br /><br />Documents for this project are on file for viewing in the office of Lafourche Parish Government Department of Public Works,4876 Hwy 1, Raceland, LA. Please contact Troy Babin, Parishwide Operations Manager at 985-438-0062, email
[email protected] or Marie Blouin, Administrative Assistant at 985-532-0047, email
[email protected] for any clarification of information with regard to the specifications. <br /><br />Lafourche Parish Government reserves the right to reject any and all bids for just cause. Such actions shall be in accordance with Louisiana R.S. 38:2214 and State Bid Law. <br /><br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /><br />Any person with disabilities requiring special accommodation must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening. Lafourche Parish Government is an Equal Opportunity Employer and strongly encourages Section 3 firms and Women-owned Small Business(WOSB) and Economically disadvantaged women-owned small businesses (EDWOSBS) to submit a response to this solicitation.<br /><br />LAFOURCHE PARISH GOVERNMENT<br />/s/ Archie P. Chaisson, III <br />President<br /> <br />Publish Dates: July 11,2025<br />July18,2025
https://www.centralauctionhouse.com/rfp6724440-polymer-coated-metal-culverts-with-lift-lugs-uncoated-metal-culverts-with-lift-lugs-concrete-culverts-plastic-culverts-pvc-pipe-12-pvc-be-s80-slip-caps-hp-storm-high-performance-catch-basins.html
11-Jul-2025 12:00:00 AM CDT |
31-Jul-2025 11:30:00 AM CDT |
City of Alexandria |
CmDv RFP #2504-CDBG 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/rfp89859656-cmdv-rfp-2504-cdbg-minor-rehab.html
11-Jul-2025 12:00:00 AM CDT |
08-Aug-2025 9:00:00 AM CDT |
Ouachita Parish School Board |
2-26 SHS and OPHS Baseball/Softball Field Renovations and Improvements
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp90415278-2-26-shs-and-ophs-baseballsoftball-field-renovations-and-improvements.html
10-Jul-2025 2:00:00 PM CDT |
07-Aug-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
4-26 WMHS Training Room Furnishings
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp97198348-4-26-wmhs-training-room-furnishings.html
10-Jul-2025 2:00:00 PM CDT |
05-Aug-2025 11:00:00 AM CDT |
Terrebonne Parish School District |
TPSD-Freezer/Cooler Replacement at Oaklawn Middle School
|
ADVERTISEMENT FOR BIDS (<b>LEGAL NOTICE</b>)<br /> <br />Sealed bids will be received on <b>(August 7, 2025</b>), by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until (<b>2:00PM</b>). Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly (<b>2:00PM</b>), all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br /><b><u>WORK DESCRIPTION</u></b>:<br /> <br /><b>TERREBONNE PARISH SCHOOL DISTRICT – FREEZER/COOLER REPLACEMENT AT<br />OAKLAWN MIDDLE SCHOOL (OMS)<br />2215 ACADIAN DRIVE<br />HOUMA, LOUISIANA 70363<br />CGU Project No. OMS-2501</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 no later than <u><b>January 2, 2026</b></u> from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An <b>On-Site Mandatory Pre-Bid Conference</b> shall be held for bidders on (<b>July 24, 2025</b>), commencing at (<b>1:00PM</b>) at <b>OAKLAWN MIDDLE SCHOOL (OMS)</b>, <b>2215 Acadian Drive</b>, <b>Houma</b>, <b>Louisiana 70363</b>. <b>Attendees will be required to sign-in in the Receptionist’s Office and will be directed to the meeting location</b>.<br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <ol> <li>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 PARISH SCHOOL BOARD</b>. Bid Bond shall be accompanied with Power of Attorney.</li> <li>Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).</li> <li>If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(B)(5). </li></ol>Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />All other information contained in the Instructions to Bidders, Articles 1-10 (Articles 1-11 if ESSER) shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of <b>MECHANICAL</b> or <b>BUILDING CONSTRUCTION</b>.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The <b>TERREBONNE PARISH SCHOOL BOARD</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 />Terrebonne Parish School District is an equal opportunity employer.<br /> <br /><b>Dane Voisin, President<br />Terrebonne Parish School Board</b><br /> <br /> <br /><b>FIRST PUBLICATION: Thursday, July 10, 2025<br />SECOND PUBLICATION: Thursday, July 17, 2025<br />THIRD PUBLICATION: Thursday, July 24, 2025</b>
https://www.centralauctionhouse.com/rfp20540495-tpsd-freezercooler-replacement-at-oaklawn-middle-school.html
10-Jul-2025 2:00:00 PM CDT |
07-Aug-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
3-26 Property Sale -- 3420 Gordon Avenue
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp92403710-3-26-property-sale--3420-gordon-avenue.html
10-Jul-2025 2:00:00 PM CDT |
11-Aug-2025 9:00:00 AM CDT |
Ouachita Parish School Board |
1-26 Copy Paper Bid
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp51977141-1-26-copy-paper-bid.html
10-Jul-2025 2:00:00 PM CDT |
05-Aug-2025 10:00:00 AM CDT |
Atchafalaya Basin Levee District |
OFFICIAL JOURNAL
|
<br /><div style="text-align: center;"><b>ATCHAFALAYA BASIN LEVEE DISTRICT</b><br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170<br />Phone (225) 387-2249<br />Fax (225) 387-4742</div> <div style="text-align: center;"><b><u>ADVERTISEMENT FOR BIDS</u></b></div> <div style="text-align: center;"><b>OFFICIAL JOURNAL</b></div> <br />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 2:00 p.m., Wednesday, August 6, 2025, 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 and on the Atchafalaya Basin Levee District bid form.<br /> <br /> <br /> <br /> <br />Tommy Thibodeaux<br />President<br /><br />Kristy Jewell<br />Secretary<div style="text-align: right;"> </div> <br /> <br />3t<br />Pointe Coupee Banner, and Plaquemine Post South<br />July 14, 21, and 28, 2025.<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp66276708-official-journal.html
10-Jul-2025 8:00:00 AM CDT |
06-Aug-2025 2:00:00 PM CDT |
St. Landry Parish School Board |
BID ON NON-INSTRUCTIONAL SUPPLIES COPIER PAPER, 7/29/2025
|
<div style="text-align: center;"><u><b>LEGAL NOTICE OF BID</b></u></div> <br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P O BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED BIDS FOR “NON-INSTRUCTIONAL SUPPLIES COPIER PAPER” UNTIL TWO-THIRTY (2:30 P.M.) ON TUESDAY, JULY 29, 2025, AT WHICH TIME THEY WILL BE PUBLICLY OPENED AND READ ALOUD.<br /><br /><b>BIDS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE “BID ON NON-INSTRUCTIONAL SUPPLIES COPIER PAPER, 7/29/2025”. <br /> <br />IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /> <br />ALL ITEMS ARE TO BE DELIVERED F.O.B. ST. LANDRY PARISH SCHOOL BOARD, 1013 E. CRESWELL LANE, OPELOUSAS, LOUISIANA 70570, WITHIN THIRTY (30) DAYS FROM DATE OF PURCHASE ORDER.<b> ONLY COMPLETE SHIPMENTS MUST BE DELIVERED. NO PARTIAL SHIPMENTS ARE TO BE SENT.</b><br /> <br />BIDS SHALL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE ON ANY ITEM. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS AND TO WAIVE ANY INFORMALITY.<br /> <br />SPECIFICATIONS CAN BE OBTAINED FROM THE PURCHASING DEPARTMENT.<br /> <br /> <br /> <div style="text-align: right;">_____________________________________<br />MILTON BATISTE, III<br />SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div> <br /><br />TO BE PUBLISHED IN THE EUNICE NEWS ON:<br />JULY 10, 2025<br />JULY 17, 2025 <br />
https://www.centralauctionhouse.com/rfp8952997-bid-on-non-instructional-supplies-copier-paper-7292025.html
10-Jul-2025 12:00:00 AM CDT |
29-Jul-2025 2:30:00 PM CDT |
Lafourche Parish School District |
Hurricane Ida - New School for Bayou Boeuf Elementary School
|
Sealed bids will be received by the Lafourche Parish School Board until <i><b>2:00 p.m. on Thursday, August 7, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana</b></i>, at which time bids will be publicly opened and read aloud for the Hurricane Ida – New School for Bayou Boeuf Elementary School, Thibodaux, Louisiana, Architect’s Project No. 2183A.<br /> <br />All bids being hand-delivered shall be submitted in a sealed envelope bearing legibly on the exterior, the following:<br /> <br />Owner’s Name and Address<br />Project Name<br />Contractor’s name, address, and Louisiana Contractor’s license number <br />Bids can also be submitted electronically at www.centralauctionhouse.com. Information in items 1 through 3 above shall be provided in the electronic submission.<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Louisiana Revised Statues La. R.S. 47:301(8)(c) 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 School Board.<br /> <br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 30 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within four hundred eighty (480) calendar days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 9.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such stipulated 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 stipulated 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 L.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 /><i><b>A MANDATORY Pre-bid Conference will be held on Thursday, July 24, 2025; 10:00 a.m., at the Lafourche Parish School Board Business Complex located at 701 East Seventh Street, Thibodaux, Louisiana.</b></i> The architect shall pass around a sign-in sheet prior to beginning the formal presentation. The sign-in sheet shall be collected by the architect prior to the commencement of the presentation and shall announce that the contractors shall be expected to stay for the entire meeting. Contractors shall not be allowed to sign the sign-in sheet after it is collected by the architect. In accordance with L.R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project. Contractors are advised to arrive at the meeting location in sufficient time to ensure compliance with this provision.<br /> <br />Bidders are hereby notified that this project is funded by the Federal Emergency Management Agency (FEMA). The successful Contractor shall comply with all FEMA Terms & Conditions, payment provisions, contract sum breakdown, and other requirements identified in the Bidding Documents.<br /> <br />All drawings, specifications and other Contract Documents for the project are available on the internet at Central Bidding (www.centralauctionhouse.com). Any reprographer registered with Central Bidding (www.centralauctionhouse.com) can also provide a set of documents. No bidding documents will be issued by the Architect; however, Bidding Documents will be made available for review at GFP’s office located at 307 Canal Blvd., Thibodaux, Louisiana, 70301. Bidders wishing to review documents at GFP’s office shall provide 24 hours’ notice to the Architect.<br /> <br />Lafourche Parish School Board<br />Marian Fertitta, Board President<br />Jarod W. Martin, Superintendent
https://www.centralauctionhouse.com/rfp94328044-hurricane-ida--new-school-for-bayou-boeuf-elementary-school.html
09-Jul-2025 2:00:00 PM CDT |
07-Aug-2025 2:00:00 PM CDT |
Tangipahoa Parish Government |
HOUSING DEPARTMENT NEW HEADQUARTERS
|
TANGIPAHOA PARISH GOVERNMENT HOUSING DEPARTMENT NEW HEADQUARTERS
https://www.centralauctionhouse.com/rfp112739-housing-department-new-headquarters.html
09-Jul-2025 1:23:00 PM CDT |
07-Aug-2025 2:00:00 PM CDT |
Terrebonne Levee and Conservation District |
TLCD ANNUAL LEVEE MAINTENANCE AND REHABILITATION - INDEFINITE EMBANKMENT SUPPLY AND DELIVERY TO THE UPPER REACH I LEVEE
|
INVITATION TO BIDDERS<br />Sealed bids will be received on August 4, 2025 by the Terrebonne Levee and Conservation District (TLCD), at the office of the TLCD, located at; 220A Clendenning Road, Houma, Louisiana 70363 until 10:00 A.M. CST as shown on the TLCD Conference Room Clock at which time sealed bids shall be publicly opened and read. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Director for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Each bid 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 United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Terrebonne Levee and Conservation District<br /> 220A Clendenning Road<br /> Houma, Louisiana 70363<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />Official bid documents are posted on http://www.centralauctionhouse.com/ To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />Specifications and proposal forms are on file at the office of Delta Coast Consultants, LLC. and may be obtained by prospective bidders free of charge. Please contact Benjamin Elliott, P.E., at 985-655-3100 with regard to the specifications or information about the bid documents.<br /> <br />Project Name: TLCD ANNUAL LEVEE MAINTENANCE<br />AND REHABILITATION - INDEFINITE<br />EMBANKMENT SUPPLY AND DELIVERY<br />TO THE UPPER REACH I LEVEE<br /> <br />Project Description: This work shall consist of supplying and delivering embankment material to various locations to be used for in-house maintenance and rehabilitation projects for the areas listed in the contract documents.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. 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 must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. <br /> <br />Contractor Classifications: CLASS II – Highway, Street, and Bridge Construction<br /> CLASS III – Heavy Construction<br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, will result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(B)(5).<br /> <br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Terrebonne Levee & Conservation District. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents.In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />The Contractor shall meet the following conditions of employment, including but not limited to, the Contract Work Hours and Safety Standards Act, the Copeland Anti-Kickback Act, and minimum wage rates to be paid under this Contract, the Davis Bacon Act. Attention to Bidders is also called to insurance and bonding requirements of the contract documents, and all applicable laws and regulations of the Federal Government and State of Louisiana.<br /> <br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. <br /> <br />The Terrebonne Levee and Conservation District (TLCD) reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br />/s/ Angela Hidalgo<br />Executive Director<br />Terrebonne Levee and Conservation District
https://www.centralauctionhouse.com/rfp78206107-tlcd-annual-levee-maintenance-and-rehabilitation--indefinite-embankment-supply-and-delivery-to-the-upper-reach-i-levee.html
09-Jul-2025 10:00:00 AM CDT |
04-Aug-2025 10:00:00 AM CDT |
St. Tammany Parish School Board |
LIBRARY & RESOURCE MANAGEMENT SYSTEM
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp23132705-library-resource-management-system.html
09-Jul-2025 9:00:00 AM CDT |
08-Aug-2025 3:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6911 25TH AND SALEM LIFT STATION REPLACEMENT
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6911</div> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">25TH AND SALEM LIFT STATION REPLACEMENT</div> <br />The proposed work (“Work”) includes: Demolition of an existing sewer lift station, construction of a new sewer lift station, sewer force main, water main, and concrete paving<br /> <br />Sealed bids will be received until <b>August 7, 2025 at 9:45 AM</b>, by the City of Kenner in the Finance Department located at:<div style="text-align: center;"> <br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on July 23, 2025 at 10:00 AM at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encouraged to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with Principal Engineering, Inc., 128 Northpark Blvd., Covington, LA 70433, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />The bid prices shall include all costs of all required permits, insurance and bonds, if any. Successful bidders, as an authorized agent of the OWNER, will be authorized by the OWNER to receive an exemption from Louisiana State Sales taxes related to the work to be performed. As such, the bid proposal price should reflect this exemption<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from Principal Engineering, Inc., 128 Northpark Blvd., Covington, LA 70433 upon deposit of $150.00 for each set of documents. <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <br /> <div style="text-align: right;">CITY OF KENNER<br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement: The Advocate<br />July 9, 2025<br />July 16, 2025<br />July 23, 2025
https://www.centralauctionhouse.com/rfp46257723-sealed-bid-25-6911-25th-and-salem-lift-station-replacement.html
09-Jul-2025 8:30:00 AM CDT |
07-Aug-2025 9:45:00 AM CDT |
Lafayette Consolidated Government |
Roundabout- E. Broussard Rd at Robley Dr
|
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 7th day of August, 2025 for the following:<br /> <br />Roundabout- E. Broussard Rd at Robley Dr<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but not be limited to, the contractor supplying the labor, equipment, superintendence, material, etc. to construct a new modern roundabout at the intersection for E. Broussard Rd and Robley Dr. This work also includes, bus is not limited to, removal of existing roadway and base, construction of concrete and asphalt roadways with limestone and soil cement base, mill and overlay a portion of E. Broussard Rd, concrete sidewalks open ditch and subsurface drainage and waterline relocation. All work to be completed within 180 working days from issuance of Notice to Proceed.<br /> <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 Heather Kestler at
[email protected]<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $325 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on July 23, 2025 at 10:00 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY, STREET, AND BRIDGE CONSTRUCTION”. 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: 7/9, 7/13, 7/20<br />DPR 993630<br /> <br />
https://www.centralauctionhouse.com/rfp43111739-roundabout-e-broussard-rd-at-robley-dr-.html
09-Jul-2025 8:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
Iberia Parish Government |
One (1) or More Grapple Truck(s)
|
NOTICE TO BIDDERS<br /><br /><br />Sealed bids will be received by Iberia Parish Government at any time or day prior to, but no later than 10:00 A.M. on August 7, 2025 for the purchase of the following:<br /> <br />One (1) or More Grapple Truck(s)<br /> <br />Bid specifications may be requested by emailing Michael Clifton, Purchasing Agent, at
[email protected]. Bid documents may also be viewed, downloaded and submitted online at www.centralbidding.com until the deadline.<br /> <br />Bids should be mailed in a sealed envelope labeled “Sealed Bid – One (1) or More Grapple Truck(s)” to: Iberia Parish Government, Attn: Michael Clifton, Purchasing Agent, 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.<br /> <br />All bids with a properly executed envelope, will be opened publicly and read aloud on August 7, 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.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with LA. R.S. 38:2212B.(1), the provisions and requirements of LA. R.S. 38:2212 and those stated in the bidding documents shall not be waived by any public entity. <br /> <br />If there are any questions regarding bidding procedures, contact Michael Clifton, Purchasing Agent, at (337) 365-8246.<br /> <br />M. LARRY RICHARD, <br />PARISH PRESIDENT<br /> <br />Publication Dates: July 9, 2025; July 16, 2025; July 23, 2025
https://www.centralauctionhouse.com/rfp75344637-one-1-or-more-grapple-trucks.html
09-Jul-2025 8:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
City of Alexandria |
7907 - City of Alexandria - 2025-2028 Water Well Maintenance & Rehabilitation
|
TO: All Prospective Bidders<br /> <br />PROJECT: City of Alexandria <br /> 2025 – 2028 Water Well Maintenance & Rehabilitation<br /> MML&H Project: 7907<br /> <br />CLASSIFICATION: Municipal & Public Works Construction OR<br /> Specialty: Water Well Drilling <br /> <br />PROJECT ENGINEER: Heath McGuffee, P.E.<br /> <br />ENGINEER’S ESTIMATE: $1.2 - $1.4 million<br /> <blockquote><p><b>MANDATORY<br />PRE-BID CONFERENCE: Tuesday, July 22, 2025 @ 1:00 P.M.<br /> Office of MML&H<br /> 100 Engineer Place<br /> Alexandria, Louisiana 71303 </b></p></blockquote> <blockquote><p><b>BID DATE: Tuesday, August 12, 2025 @10:00 A.M.</b></p></blockquote> <br />BID LOCATION: Alexandria City Hall<br /> 915 Third Street<br /> Alexandria, LA 71301<br /> <br />SCOPE OF WORK: <br /> <br />The City of Alexandria, Louisiana owns and maintains 50 water wells of varying depths. The work encompassed by this contract includes the furnishing of all labor, materials, and equipment necessary to diagnose problems, recommend repairs, and service and maintain the wells on an on-call basis. The water wells are located in or near the City limits as well as in the Kisatchie Well Field, approximately ten miles southwest of the City.<br /> <br />RENEWABLE CONTRACT:<br /> <br />If mutually agreed to by the City, the Contractor, and with 90 days written notice, this contract may be renewed annually for up to two additional 365-day terms. The maximum term of the contract plus all extensions will be a period of three years.<br /> <br />The Bid Proposals, Plans, Specifications, Forms of Contract, and Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the office of the Engineer:<br /> <br /> Meyer, Meyer, LaCroix & Hixson, Inc.<br /> Telephone (318) 448-0888<br /> 100 Engineer Place<br /> Alexandria, Louisiana 71303<br /> <br /> <br />A USB flash drive of the bid documents may be obtained from the office of the Engineer. The cost per USB flash drive will be $40.00 non-refundable, which cost represents the cost of reproduction and handling. Any requests for bid documents shall be accompanied by payment in full.
https://www.centralauctionhouse.com/rfp39729421-7907--city-of-alexandria--2025-2028-water-well-maintenance-rehabilitation.html
09-Jul-2025 12:00:00 AM CDT |
12-Aug-2025 10:00:00 AM CDT |
Lafayette Regional Airport |
Lafayette Regional Airport: Taxiway B Realignment
|
<br />Notice is hereby given that sealed bids will be received until 9:30 a.m. CDT on Thursday, August 7th, 2025 at the offices of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508-2124, or online at https://www.centralauctionhouse.com, and thereafter be publicly opened and read aloud at the Commission Room Lobby, 200 Terminal Drive, Second Floor, Room 239, Lafayette, LA 70508, for the following project.<br />LAFAYETTE AIRPORT COMMISSION – LAFAYETTE REGIONAL AIRPORT<br />TAXIWAY B REALIGNMENT<br />Bids received after the above-specified time for opening will be returned unopened to the sender.<br />The work generally consists of, but is not limited to the following:<br />Base bid consists of the demolition of existing Taxiway B, between Taxiway C and Runway 4L-22R and the subsequent construction of Taxiway B with a proposed pavement section. Proposed Taxiway B elements of work for this project include but are not limited to remove existing asphalt and concrete pavements; concrete pavement section with asphalt pavement shoulders; installation of airfield pavement markings; installation of airfield electrical, and site restoration. <br /> <br />Bid alternate 1 for this project consists of using the same concrete section as the base bid with the exception of using a cement-treated base as opposed to using lean concrete base course.<br />Bid alternate 2 for this project consists of constructing a portion of the proposed Taxiway B area with an asphalt pavement section instead of a concrete pavement section.<br />Bidders submitting bids must be licensed contractors in the state of Louisiana under La. R.S. 37:2156.2 II. Highway, Street and Bridge Construction, III. Heavy Construction, or IV. Municipal and Public Works Construction.<br />The Bid Documents, which include the Advertisement for Bids, Instructions to Bidders, DBE Forms, Security Requirements, Preliminary Schedule, Existing Condition Information, Bid Form, Agreement, Performance and Payment Bond, Insurance Requirements, Mandatory Contract Provisions, FAA General Provisions, General Conditions, Prevailing Wage Schedule, Special Provisions, General Requirements, Plans and Specifications, exhibits, affidavits, attestations, and forms all issued addenda, and all other components of the Bid Documents packet for this project may be obtained at the offices of RS&H, 2014 W Pinhook Road, Suite 603, Lafayette, LA 70508, (337) 347-5993, Monday through Friday, 7:30 a.m. - 4:30 p.m. Each interested party requesting printed Bid Documents will be required to submit, to RS&H, a Fifty and No/100 dollar ($50.00) fee to cover the cost of reproduction. Bid Documents in PDF format may be obtained by sending an email request to Graeme Scott at
[email protected]. Bid Documents are also available online and bids may also be submitted online at: https://www.centralauctionhouse.com. Use only original bid forms which are part of the Bid Documents. RS&H does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents.<br />RS&H in making the Bid Documents available on the above terms, does so only for the purpose of obtaining bids on the work and does not confer a license or grant for any other use. Questions about this project must be received in writing by 10:00 a.m. CDT on Wednesday, July 30, 2025 and sent to:<br /> <br />Graeme Scott, PE<br />RS&H, Inc.<br />Telephone: 337-347-5993<br />E-mail:
[email protected]<br /> <br />A non-mandatory pre-bid conference will be held on Wednesday, July 23, 2025 at 10:00 a.m. in the Administrative Conference Room of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508. All prospective Bidders and subcontractors are highly encouraged to attend. No additional site visits will be available. Important operational and security information which may affect bids will be presented at this meeting.<br /> <br />Each bid must be accompanied by a bid security (Certified check, Cashier’s check or Bid Bond with Power of Attorney) for an amount equal to FIVE PERCENT (5%) of the total bid and all Alternates. MONEY ORDERS WILL NOT BE ACCEPTED. Such security to be equal to five percent (5%) of the net amount bid, including taxes. If a Bid Bond is used, it must be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. No Bid Bond indicating an obligation less than five percent (5%) by any method is acceptable.<br />The successful Bidder is required to furnish both a Performance Bond and a Labor and Materials Payment Bond with a current Power of Attorney, written by a surety or insurance company licensed to do business in Louisiana, in an amount equal to one hundred percent (100%) of the Contract amount, and who is currently on the U.S. Department of the Treasury Financial Management Service List of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company that is either domiciled in Louisiana or owned by Louisiana residents and is licensed to write surety bonds. No Performance Bond or Labor and Materials Payment Bond will be accepted unless it is written in compliance with La. R.S. 38:2219.<br />The Lafayette Airport Commission 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 elsewhere in the Bid Documents will not be waived by the Lafayette Airport Commission.<br />Each bid must be submitted on the Louisiana Uniform Public Work Bid Form furnished by the Lafayette Airport Commission in the Bidding Documents or as modified by addendum if applicable. This contract is to be financed in whole or in part by Federal funds that may not be readily available at the time bids are opened. In accordance with La. R.S. 38:2215, the time period for holding bids will not apply to this contract.<br />The contract, if awarded, will be to a Bidder licensed under the provision of the Contractor’s Licensing Law of the State of Louisiana for the classification as noted above. No Bidder may withdraw its bid for at least ninety (90) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Bid Form included in the Bidding Documents or as modified by addendum if applicable.<br />The Lafayette Airport Commission, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and 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 />It is the policy of Lafayette Airport Commission as defined in 49 CFR Part 26 to create a level playing field on which disadvantaged business enterprises (DBEs) can compete fairly for opportunities.Accordingly, the Lafayette Airport Commission has established a DBE Participation Goal of 5.30% for this solicitation.<br /> <br />Bidders on this solicitation must meet all of the requirements of 49 CFR Part 26 and the certification requirements of the Louisiana Department of Transportation and Development (LaDOTD).The DBE program requirements set forth in Attachment “A” Disadvantage Business Enterprise Federal DBE Program shall apply to this solicitation.<br />In compliance with the Lafayette Airport Commission’s DBE Policy and the federal regulations under 49 CFR Part 26, to be eligible for award of a contract, the contractor/prime bidder MUST either:<br />Meet the DBE goal as advertised with meaningful DBE participation through subcontracts, joint ventures, or suppliers; OR<br />Demonstrate Good Faith Efforts to meet the DBE goal.The following provisions are incorporated by reference in this notice:<br />Drug Free Workplace ACT of 1988 <br />All Bidders shall comply with the security requirements which includes but is not limited to written certification.<br /><br /> /s/ Steven L. Picou, A.A.E. <br />EXECUTIVE DIRECTOR<br />LAFAYETTE AIRPORT COMMISSION<br /><br /><br /><br />TO BE ADVERTISED:<br />Wednesday, July 9, 2025<br />Wednesday, July 16, 2025<br />Wednesday, July 23, 2025<br /><br /><br />
https://www.centralauctionhouse.com/rfp9040240-lafayette-regional-airport-taxiway-b-realignment.html
09-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 9:30:00 AM CDT |
Lincoln Parish School Board |
Lincoln Parish School Board_2025-26 Bid for Gasoline and Diesel/Bid No. MD26-001
|
<div style="text-align: center;"><b>Lincoln Parish School Board<br />410 South Farmerville Street<br />Ruston, Louisiana 71270-4699<br />Phone 318-254-2092 - Facsimile 318-254-1247</b><br /><br /><br /><b>NOTICE TO BIDDERS</b> </div> <br />Sealed bids will be received at the Lincoln Parish School Board Office, 410 S. Farmerville St., Ruston, LA., 71270, until 10:00 a.m., Tuesday, August 5, 2025 at this time bids will be opened and read aloud for the following item for Lincoln Parish Schools in accordance with specification:<br /> <div style="text-align: center;"><b>Gasoline and Diesel</b></div> <br />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 Office 318-254-2092. Bids will be addressed to the Lincoln Parish School Board Office, 410 S. Farmerville St., Ruston, LA., 71270, <b>clearly marked and highlighted “2025-26 Bid for Gasoline and Diesel/ Bid No. MD26-001</b>”.<br /> <br /> <div> Ricky Durrett, Superintendent</div><div> Lincoln Parish Schools</div>
https://www.centralauctionhouse.com/rfp52134082-lincoln-parish-school-board_2025-26-bid-for-gasoline-and-dieselbid-no-md26-001.html
09-Jul-2025 12:00:00 AM CDT |
05-Aug-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
High Risk Training Facility Renovation, Range 4, LANG Training Center Pineville, Pineville, LA
|
See attach solicitation for: High Risk Training Facility Renovation, Range 4, LANG Training Center Pineville, Pineville, LA
https://www.centralauctionhouse.com/rfp22712951-high-risk-training-facility-renovation-range-4-lang-training-center-pineville-pineville-la.html
09-Jul-2025 12:00:00 AM CDT |
26-Aug-2025 1:00:00 PM CDT |
Plaquemines Parish School Board |
Plaquemines Parish School Board: REQUEST FOR PROPOSAL 25-01 | PROFESSIONAL SERVICES FOR DISASTER GRANT AND PROJECT MANAGEMENT
|
<div style="text-align: center;"><b>ADVERTISEMENT</b><br /><b>REQUEST FOR PROPOSALS – 25-01 | PROFESSIONAL SERVICES FOR<br />DISASTER GRANT AND PROJECT MANAGEMENT</b></div>Sealed Proposals for <b>Professional Services of Disaster Grant and Project Management</b> will be received by the Procurement Office of the Plaquemines Parish School Board (PPSB) at 557 F. Edward Hebert Blvd., Belle Chasse, LA 70037-0069 until <b>Thursday, August 14, 2025 at 2:00 P.M. central time (CT).</b><br />Specifications and Proposal documents may be obtained:<br />Online: Central Auction House<br />Email:
[email protected]<br />Phone: (504) 595-6305<br />Mail: Procurement Office<br />Ms. Ann M. Relle, Purchasing Agent<br />Plaquemines Parish School Board<br />557 F. Edward Hebert Blvd.<br />P.O. Box 69<br />Belle Chasse, LA 70037-0069<br />The Plaquemines Parish School Board 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 />PLAQUEMINES PARISH SCHOOL BOARD<br />BY: Niko Tesvich<br />Board President<br />District 3<br />The Plaquemines Gazette<br />Tuesday, July 8, 2025<br />Tuesday, July 15, 2025<br />Tuesday, July 22, 2025<br />The New Orleans Advocate<br />Wednesday, July 9, 2025<br />Wednesday, July 16, 2025<br />Wednesday, July 23, 2025
https://www.centralauctionhouse.com/rfp15837180-plaquemines-parish-school-board-request-for-proposal-25-01-professional-services-for-disaster-grant-and-project-management.html
08-Jul-2025 7:00:00 AM CDT |
14-Aug-2025 2:00:00 PM CDT |
Nicholls State University |
Nicholls State University Gouaux Hall Exterior Repairs Bid No. SB01912
|
July 08, 2025 <br /> <br />ADVERTISEMENT FOR BIDS <br /> <br />Sealed bids will be received, until 3:00 p.m. Central Time on August 12, 2025, by the Nicholls State University Purchasing Department, 104 Elkins Hall <br />/ P. O. Box 2052, Thibodaux, LA 70301, at which time the bids will be opened and read aloud for the following bid solicitation: <br /> <br />Bid Number SB01912- Provide all labor, tools materials, and equipment for the GOUAUX HALL EXTERIOR REPAIRS PROJECT. <br /> <br />Tipton Associates Project N0. 1593-24 State Project ID No. 01-107-24-05 Schedule No. 208.F.01004612 <br /> <br />Complete Bidding Documents for this project are available in electronic form.. They may be obtained at Central Bidding or by e-mailing Terry Dupre <br />at
[email protected]. <br /> <br />Bid responses using the bid documents provided will be submitted to
[email protected] by the date and time referenced.<br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Building Construction or other <br />specialty classification that qualifies the bidder to complete this type of work. Bidder is required to comply with provisions and requirements of LA <br />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 />No bids will be received after the date and hour specified. The University reserves the right to reject any and all bids for just cause. In accordance <br />with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section and those stated in the bidding documents shall not be waived by any <br />entity. <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 <br />security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project. <br /> <br />Performance and Payment Bonds required. Workers Compensation and Employers Liability required. General Liability and Automobile Liability <br />insurance required. Builders Risk Insurance Required. <br /><br />A NON-MANDATORY PRE-BID CONFERENCE SHALL BE HELD FOR ALL PRIME BIDDERS AT 1:30 PM CENTRAL TIME ON JULY 29th, 2025. BIDDERS SHALL <br />ASSEMBLE AT THE MAIN ENTRANCE OF GOUAUX HALL, 255 ALUMNI DRIVE, THIBODAUX, LA 70301 ON THE CAMPUS OF NICHOLLS STATE <br />UNIVERSITY. <br /> <br />Bidder representation at the pre-bid conference shall be by a principal of the prime contractor submitting the bid and/or an individual of the <br />company having authority to make financially binding decisions on behalf of the prime contractor. Contractor shall be present during the entire <br />mandatory pre-bid conference. <br /> <br />Nicholls State University is a participant in the Small Entrepreneurship (SE) Program (the Hudson Initiative) and the Veteran-Owned and Service-Connected<br />Disabled Veteran-Owned (LaVet) Small Entrepreneurships Program. Bidders are encouraged to consider participation. Information is <br />available from the Office of Facility Planning and Control or on its website at www.doa.louisiana.gov/fpc/fpc.htm. <br /> <br />Nicholls State University is an equal opportunity employer and looks to its contractors, subcontractors, vendors, and suppliers to take affirmative <br />action to affect this commitment in its operation. The Contractor agrees to abide by the requirements of the following as applicable: Title VI and VII <br />of the Civil Rights Acts of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order 11246, the Federal Rehabilitation Act of <br />1973, as amended, the Vietnam Era Veteran’s Readjustment Assistance Act of 1974, Title IX of the Education amendments of 1972, the Davis Bacon <br />Act of 1931 (Federal Acquisition Regulation part 52.222-6), and Contractor agrees to abide by the requirements of the Americans with Disabilities Act <br />of 1990. <br /> <br />NICHOLLS STATE UNIVERSITY <br />THIBODAUX, LOUISIANA <br />Terry G. Dupre, Sr. <br />Director of Purchasing, Property Control <br />and Support Services Administration<br /><br />To appear on: 1st Date: July 08, 2025 2nd Date July 15, 2025 3rd Date: July 22, 2025 <br /> <br /> Sealed Bids are due to be delivered to
[email protected] by 3:00 PM on August 12, 2025 <br /> <br />In: The Baton Rouge Advocate and the Lafourche Daily Comet <br /><br />
https://www.centralauctionhouse.com/rfp69656382-nicholls-state-university-gouaux-hall-exterior-repairs-bid-no-sb01912.html
07-Jul-2025 3:00:00 PM CDT |
12-Aug-2025 3:00:00 PM CDT |
City of Alexandria |
RFP 1930P Electric Transmission & Distribution Emergency Services
|
It is the intent of the City of Alexandria to secure pricing for Electric Transmission & Distribution Emergency Services for the City of Alexandria Electric Distribution Department for a twelve (12) month period. Prices are to be submitted on an hourly rate basis for the specified job classifications and equipment. Bidders should be licensed by Louisiana State Licensing Board for Contractors in one of the following categories: Electrical Work (Statewide), Heavy Construction, or Electrical Transmission Lines.
https://www.centralauctionhouse.com/rfp44119097-rfp-1930p-electric-transmission-distribution-emergency-services.html
07-Jul-2025 8:40:00 AM CDT |
07-Aug-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
30-25 Riser Middle Renovations and Improvements
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp9877227-30-25-riser-middle-renovations-and-improvements.html
03-Jul-2025 7:00:00 PM CDT |
31-Jul-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RUNWAY 22R THRESHOLD REPAIR GARVER PROJECT NO. 2402549
|
City of Baton Rouge and<br />Parish of East Baton Rouge<br />on behalf of the<br />Baton Rouge Metropolitan Airport<br />Baton Rouge, Louisiana<br />Runway 22R Threshold Repair<br />00 11 00 ADVERTISEMENT FOR BIDS<br />Electronic bids for Runway 22R Threshold Repair, to be constructed for City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport will be received until 2:00PM on THURSDAY JULY 31, 2025.<br /> <br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the CITY OF BATON ROUGE AND PARISH OF EAST BATON ROUGE, PURCHASING DIVISION. Electronic bids and electronic bid bonds must be submitted through www.CentralBidding.com prior to the bidding deadline. Beginning at 2:00PM on THURSDAY, JULY 31, 2025 all electronic bids will be downloaded and read aloud on the 8th floor in Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 conference immediately thereafter. Bidders or their authorized representatives are invited to be present or via teleconference call-in. Please see the following to join via teleconference:<br /> <br />Join by phone: 1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Digital copies of the bid documents are available at http://Planroom.GarverUSA.com. These documents may be downloaded by selecting this Project from the “Plan Room” link, and by entering Quest Project Number 9763320 on the “Browse Projects” page. For assistance and free membership registration, contact QuestCDN at 952.233.1632 or
[email protected]. Addendums to the bid package will be issued through the Garver online Plan Holders List; therefore, all Bidders shall be responsible for downloading the bid documents from the Garver online plan room in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in Article 3.01 of the Bid Form to verify receipt.<br /> <br />Bids or amendments to bids received after time specified for bid openings shall not be considered for any cause whatsoever. Withdrawal of bids shall be in accordance with RS 38:2214. C.<br /> <br />An Optional Pre-Bid Conference will be held on WEDNESDAY, JULY 9, 2025 at 10:00AM the 1ST FLOOR CONFERENCE ROOM IN THE BATON ROUGE METROPOLITAN AIRPORT LOCATED AT 9430 JACKIE COCHRAN DRIVE, BATON ROUGE, LOUISIANA 70807. Each bidder shall be limited to three personnel per organization.<br /> <br />The Project consists of repairs to the Runway 22R Threshold by means of concrete pavement removal, asphalt paving, and electrical equipment removal and replacement.<br /> <br />Bids will be received for a single prime contract. Bids shall be on a lump sum and unit price basis as indicated in the Louisiana Public Bid Form.<br /> <br />Bidders should be aware that award of this contract is contingent upon receipt of a grant from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development – Office of Aviation, along with the securing of other required approvals.<br /> <br />The successful Bidder must furnish Performance and Payment Bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Louisiana to act as surety, or other surety or sureties acceptable to the Owner.<br /> <br /><br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for<br />Contractors, LA RS 37:2150-2192, as amended, for all public contracts. It shall be the responsibility of the<br />General or Primary Contractor to assure that all subcontractors comply with this law. Contractors must hold<br />an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of<br />HIGHWAY, STREET AND BRIDGE CONSTRUCTION; MUNICIPAL AND PUBLIC WORKS; AND HEAVY CONSTRUCTION.<br /> <br />Bids shall be accompanied by a bid security in accordance with the Instructions to Bidders. The successful Bidder must furnish Performance and Payment Bonds in accordance with the Contract Documents.<br /> <br />All Bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of 12.0% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals DBE).<br /> <br />Bidders must be licensed to perform work within the state of Louisiana.<br /> <br />Federal Requirements for Federally Funded Projects. This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:<br />Buy American Preference (49 USC § 50101)<br />Civil Rights – Title VI Assurances (78 Stat. 252, 42 USC §§ 2000d to 2000d-4)<br />Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5)<br />Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)<br />Lobbying and Influencing Federal Employees (31 USC § 1352, 2 CFR part 200 Appendix II(J), 49 CFR part 20 Appendix A)<br />Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act) <br />Affirmative Action Requirement.<br />1. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.<br />2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:<br />Timetables<br />Goals for minority participation for each trade: 12.0%<br />These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.<br />The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.<br />3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.<br />4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is EAST BATON ROUGE PARISH, BATON ROUGE, LOUISIANA.<br /> <br />5. For contracts for $50,000 or more, a Contractor having 50 or more employees, and his Subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract.<br /> <br />Compliance Reports<br />Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if:<br />The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and<br />The Contractor is within the definition of “employer” in Paragraphs 2e (3) of the instructions included in Standard Form 100.The Contractor shall require the Subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request.<br /> <br />Civil Rights Title VI Assurance<br />The City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Bidders that it will affirmatively ensure that any Contract entered into pursuant to this advertisement, disadvantaged business 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 /> <br />Disadvantaged Business Enterprise<br />Bid Information Submitted as a matter of responsiveness:<br />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 />As a condition of responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein:<br />1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;<br />2) A description of the work that each DBE firm will perform;<br />3) The dollar amount of the participation of each DBE firm listed under (1);<br />4) 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 />5) 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 />6) 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 /> <br />Bid Information submitted as a matter of responsibility:<br />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 />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 />1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;<br />2) A description of the work that each DBE firm will perform;<br />3) The dollar amount of the participation of each DBE firm listed under (1);<br />4) 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 />5) 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 />6) 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 /> <br />Disadvantaged Business Enterprise<br />The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.<br /> <br />Federal Fair Labor Standards Act<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 /> <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 />1) 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 />2) 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 />3) 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.<br /> <br />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 /> <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 /> <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 />1) 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 />2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or<br />3) who incorporates in the public works project any product of a foreign country on such USTR list.<br /> <br />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 /> <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 /> <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 />Bids must remain in effect for 45 days after the bid opening date. Within 45 days from the bid date, the Owner may award the contract to the lowest responsive, responsible Bidder or reject any or all Bids for the Project.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport reserves the right to reject any or all Bids in accordance with the provisions of LA RS 38:2214A.<br />Advertisement dates in the New Orleans Advocate as follows:<br /> <br /> Thursday, July 3, 2025<br /> Thursday, July 10, 2025<br /> Thursday, July 17, 2025<br />END OF ADVERTISEMENT FOR BIDS<br />
https://www.centralauctionhouse.com/rfp36872069-runway-22r-threshold-repair-garver-project-no-2402549.html
03-Jul-2025 8:00:00 AM CDT |
31-Jul-2025 2:00:00 PM CDT |
Pointe Coupee Parish Government |
Pointe Coupee Parish On-Demand Contractor to Demolish and Remove Condemned Properties
|
REQUEST FOR PROPOSALS:<br /><br /><br />Pointe Coupee Parish Government<br />Post Office Box 290/160 East Main St.<br />New Roads, LA 70760<br /> <br />Pointe Coupee Parish Government is requesting proposals for an on-demand contractor to demolish and remove condemned properties in Pointe Coupee Parish on an as-needed basis. These are properties that are in violation of the parish derelict structures ordinance. Jobs typically involve the demolition and removal of all related debris of residential or commercial structures. Contractors must be able to perform all work within 10 days of notice by the parish official. All prospective contractors will be responsible for the proper disposal of said debris at a DEQ approved solid waste disposal site. Contractors will not be permitted to burn, bury, or leave debris as part of the Parish’s roadside bulky waste pickup. Contractors will be required to submit dump tickets as proof of proper disposal for each job.<br /> <br />Sealed proposals will be received by the Pointe Coupee Parish Government at 160 East Main Street, New Roads, Louisiana, until 2:00 p.m. on Thursday, August 7, 2025.<br /> <br />Any CONTRACTOR sending their PROPOSAL by mail, or hand delivery, should address it to:<br /><br /><br />Pointe Coupee Parish Government<br />Attention: Jeanne Hendrix<br />Post Office Box 290 - 160 East Main Street<br />New Roads, LA 70760<br /> <br />PROPOSALS must include: A cover letter, proof of insurance (no less than $1 million general liability insurance and worker’s compensation insurance), and pricing schedule. Candidates will need to possess or obtain a Home Improvement Registration classification with the Louisiana State Licensing Board of Contractors.<br /> <br />Pricing schedule should include the following:<br /> <br />Price per square foot for structure removal of the following types of structures:<br /><br />For mobile homes<br />For wood structures<br />For brick structures;<br /><br />Price per cubic yard to dispose of debris<br />PROPOSALS must be submitted in a sealed envelope marked “Proposal – Blighted Property”. Contractors shall submit three (3) complete sets of the proposal. Email copies and fax copies will not be accepted.<br /> <br />Prospective Contractors must have experience in work of similar nature, in possession of necessary equipment or capable of obtaining necessary equipment within 15 days of receiving contract, and must provide a reference list of at least three (3) unrelated customers for whom they have performed similar work.<br /> <br />The Parish reserves the right to consider and/or reject any/all PROPOSALS.
https://www.centralauctionhouse.com/rfp49971380-pointe-coupee-parish-on-demand-contractor-to-demolish-and-remove-condemned-properties.html
03-Jul-2025 8:00:00 AM CDT |
07-Aug-2025 2:00:00 PM CDT |
Terrebonne Parish School District |
West Park Annex Building Reroofing
|
ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on July 31, 2025, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 2:00 P.M.. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 2:00 P.M., all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br />WORK DESCRIPTION:<br /> <br />WEST PARK ANNEX BUILDING REROOFING<br />7573 PARK AVE.<br />HOUMA, LOUISIANA 70364<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 90 calendar days from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An On-Site Non-Mandatory Pre-Bid Conference shall be held for bidders on July 16, 2025, commencing at 10:00 A.M. at the WEST PARK ANNEX BUILDING, (7573 PARK AVE., in HOUMA, LOUISIANA, 70364). Attendees will be required to sign-in in the Receptionist’s Office and will be directed to the meeting location.<br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br />Bid Security in an amount equal to not less than FIVE PERCENT (5%) of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the TERREBONNE PARISH SCHOOL BOARD. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />A corporate resolution or other written evidence of the person signing the bid for the Public Work as prescribed by LA RS 38: 2212 (B) (5) shall be required for submission of bid. Failure to include shall result in the rejection of the bid. <br />Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />All other information contained in the Instructions to Bidders, Articles 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of BUILDING CONSTRUCTION.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The TERREBONNE PARISH SCHOOL BOARD, to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any or all Bids/Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /> <br />Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board <br /> <br /> <br />FIRST PUBLICATION: July 3, 2025<br />SECOND PUBLICATION: July 10, 2025<br />THIRD PUBLICATION: July 17, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp56006957-west-park-annex-building-reroofing.html
03-Jul-2025 6:00:00 AM CDT |
31-Jul-2025 2:00:00 PM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp87359985-request-for-proposal-on-desktops-and-monitors--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON TABLETS - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp38895370-request-for-proposal-on-tablets--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON LAPTOPS - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp81569356-request-for-proposal-on-laptops--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON CHROMEBOOKS - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp33125215-request-for-proposal-on-chromebooks--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp87678234-request-for-proposal-on-charging-cabinets-capacity-16--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32) - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp16929240-request-for-proposal-on-chromebook-carts-capacity-32--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON INTERACTIVE PANELS - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp91026645-request-for-proposal-on-interactive-panels--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS - 08/07/2025
|
<div><br /> </div><div style="text-align: center;"><u><b>LEGAL NOTICE OF REQUEST FOR PROPOSALS</b></u></div><div><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “DESKTOPS AND MONITORS, TABLETS, LAPTOPS, CHROMEBOOKS, CHROMEBOOK CHARGING CABINETS (CAPACITY 16), CHROMEBOOK CARTS (CAPACITY 32), INTERACTIVE PANELS, AND CLASSROOM PRINTERS UNTIL TEN O’CLOCK (10:00) A.M. ON THURSDAY, AUGUST 7, 2025 AND WILL BE PUBLICLY OPENED AND READ ALOUD AT ONE O’CLOCK (1:00) P.M.<br /><br /><i><b>REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE INDICATING WHICH PROPOSAL SUCH AS:<br /><br />“REQUEST FOR PROPOSAL ON DESKTOPS AND MONITORS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON TABLETS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON LAPTOPS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOKS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHARGING CABINETS (CAPACITY 16) 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CHROMEBOOK CARTS (CAPACITY 32), 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON INTERACTIVE PANELS, 08/07/2025”<br />OR “REQUEST FOR PROPOSAL ON CLASSROOM PRINTERS, 08/07/2025”.</b></i><br /><br /><b>IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT www.centralbidding.com. SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. </b><br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br /><br />SPECIFICATIONS CAN BE OBTAINED FROM THE COMPUTER CENTER AND PURCHASING DEPARTMENTS. <br /><br /> </div><div style="text-align: right;">_______________________________________<br />MILTON BATISTE, III, SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS: <br />JULY 03, 2025<br />JULY 10, 2025<br />JULY 17, 2025<br /> </div>
https://www.centralauctionhouse.com/rfp63053114-request-for-proposal-on-classroom-printers--08072025.html
03-Jul-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147982 Jefferson Parish Lakeshore Library Roof Replacement
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147982<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m August 05, 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 />LAKESHORE LIBRARY ROOF REPLACEMENT<br />1000 WEST ESPLANADE AVENUE, METAIRIE, LA 70001<br />The project consists of:<br />1. The demolition and removal of the existing roofing system and installation of a new multi-ply SBS-modified bitumen membrane torch down roofing system over new deck cover board, tapered rigid insulation and the existing metal decking. Work also includes installation of a new metal roof edge system, work pads and retrofit drains.<br />2. Generator work includes installing an owner-provided generator which is currently on the project site. Work also includes relocating the owner’s generator stand from 4747 W. Napoleon to the project site, installing the generator on the stand and making all connections.<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 tis 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 RCL Architecture, L.L.C., 900 W. Causeway Approach, Mandeville, La 70471, Phone: 985-727-4440<br />ADV - 2<br />by licensed contractors upon receipt of $300.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />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 />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />A MANDATORY Pre-Bid Conference will be held at 9:30 a.m. on July 17, 2025 at Lakeshore Library, 1000 West Esplanade Ave., Metairie, LA 70005. 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: July 02, 09 and 16, 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/rfp29463414-5000147982-jefferson-parish-lakeshore-library-roof-replacement.html
02-Jul-2025 2:00:00 PM CDT |
05-Aug-2025 2:00:00 PM CDT |
St. Mary Parish Recreation District No. 3 |
St. Mary Parish Recreation District #3:Bayou Vista Community Center Reroofing
|
ADVERTISEMENT FOR BIDS <br /> CAPITAL IMPROVEMENTS AND CONSTRUCTION FOR<br /> ST. MARY PARISH RECREATION DISTRICT #3<br />: BAYOU VISTA COMMUNITY CENTER: REROOFING <br />Bayou Vista, Louisiana <br />Sealed bids will be received by St. Mary Parish Recreation District No. 3, 1333 Belleview Street, Bayou Vista, Louisiana for CAPITAL IMPROVEMENTS AND CONSTRUCTION FOR RECREATION DISTRICT #3, St. Mary Parish Recreation District #3: Bayou Vista Community Center: Reroofing, Bayou Vista, Louisiana until 2:00 PM, local time on Monday, July 28 , 2025 at theoffice of St. Mary Parish Recreation District No. 3, 1333 Belleview Street, Bayou Vista, Louisiana 70380, at which time and place said proposals will be publicly opened and read aloud. Electronic bids at www.centralbidding.com as allowed by Act 590amended Title 38:2212 are acceptable. Any bids received after the above-mentioned time will be returned unopened.<br /> <br />Each bid shall be enclosed in a sealed envelope bearing the title of the work, the name of the Bidder, the address, date and hour of the bid opening, and the State Contractor’s License Number. The bid shall be addressed as follows:<br /> <br />BID: CAPITAL IMPROVEMENTS AND CONSTRUCTION FOR<br /> ST. MARY PARISH RECREATION DISTRICT #3<br /> CAPITAL IMPROVEMENTS AND CONSTRUCTION FOR<br /> ST. MARY PARISH RECREATION DISTRICT #3<br />: BAYOU VISTA COMMUNITY CENTER: REROOFING <br />Bayou Vista, Louisiana<br /> <br />To: St. Mary Parish Recreation District No. 3, 1333 Belleview Street, Bayou Vista, Louisiana 70538 LICENSE NO. <br />Failure to have the license number on the envelope will be result in the Bid being returned unopened.<br /> <br />Bid documents will be posted on www.centralbidding.com. To view, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy. Contact Ted Fleming with Central Auction House at 1-866-570-9620 concerning any questions about this process.<br /> <br />PROJECT DESCRIPTION: The project consists of Capital Improvements and Construction for St. Mary Parish Recreation District #3: Bayou Vista Community Center: Reroofing . The estimated construction cost for the Base Bid for this project is<br />$225,000.00.<br /> <br />Prospective Contractors shall be licensed for Building Construction or Roofing Construction by the State of Louisiana and that license shall be in effect on the date of the bid.<br /> <br />Each proposal must be accompanied by a bid bond, a certified check, or cashier’s check in an amount equal to at least five percent (5%) of the amount bid, made payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute the contract documents. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form andshall be dated on or before the bid date. The bid security of all bidders, except the three lowest, will be returned promptly after the canvas of bids.<br /> <br />A non-mandatory pre-bid conference, at which the scope of the project, contract time and other requirements can be discussed withprospective bidders, may be held at the project site. All bidders will be notified and are encouraged to attend.<br /> <br />Copies of the contract documents are on file at the office of the Architect, Carl P. Blum AIA Architect, 900 David Drive, Morgan City, Louisiana, and are open for inspection without charge.<br /><br />Contractors may obtain contract documents from the Architect by paying a deposit of Thirty Dollars ($30.00). The full amount of thedeposit, on the first set, will be refunded to each contractor who submits a bona fide bid, upon return of the documents in good condition within ten (10) days after the receipt of bids. Contractors and Material Dealers may obtain additional sets of plans and specifications by making a deposit in the amount named above. Upon return of these documents, in good condition, one half of the deposit will be refunded, the difference representing the cost of printing, assembling, and distributing the sets. No refund will be made on any set not returned in good condition within ten (10) days after the receipt of bids.<br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, ifrequired, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(A)(1)(C) or LA R.S. 38:22:12(0).<br /> <br />A bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must: (a) be fully completed,signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact, (c) submitted in ink.<br /> <br />No bid may be withdrawn after the scheduled closing time for receipt of bids for forty-five (45) days.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, St. Mary Parish Recreation District No. 3 reserves the right to reject any and/or proposals 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 the entity. <br />St. Mary Parish Recreation District No. 3.<br /> <br />Advertise July 2, 2025, July 9, 2025, July 16, 2025<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp92902719-st-mary-parish-recreation-district-3bayou-vista-community-center-reroofing.html
02-Jul-2025 2:00:00 PM CDT |
28-Jul-2025 2:00:00 PM CDT |
Iberia Parish Government |
Bulk Hangar - Phase 1 (Site & Foundation)
|
ADVERTISEMENT FOR BIDS <br />IBERIA PARISH AIRPORT AUTHORITY (herein referred to as the "Owner") hereby solicits sealed bids for the BULK HANGAR – PHASE I (Site and Foundation) project described as follows:<br />STATEMENT OF WORK: The Bulk Hangar Phase 1 (Site and Foundation) project is the construction of the concrete apron and foundation for a future 90x107 Bulk Hangar along with the apron drainage, hangar drainage, site grading, and plumbing rough-in for future restrooms.<br /> <br />PROJECT DURATION: Ninety (90) Calendar Days<br /> <br />BID SUBMITTAL: Sealed Bids shall be addressed to: ATTENTION: Michael Clifton, Purchasing Agent, Iberia Parish Government and delivered to 300 Iberia St., Ste. 400, New Iberia, LA 70560 not later than 10:00 a.m. CST on Thursday July 30th,2025 Any bid received after the specified time and date will not be considered.<br /> <br />BID OPENING: The sealed bids will be publicly opened and read aloud at 10:00 a.m. CST on Thursday July 30th,2025 at the Iberia Parish Council Chambers located at 300 Iberia St., Ste. 400, New Iberia, LA 70560<br /> <br />PRE-BID MEETING: Attendance at the Pre-Bid Conference is not mandatory in order to bid on the project; however, bidders are encouraged to attend. It is the responsibility of all potential bidders to visit the job site to assess the location and conditions prior to bidding. A Non-Mandatory Pre-Bid Meeting will be held on 10:00 a.m. CST on Wednesday July 16th, 2025 at the Iberia Parish Council Chambers of the Courthouse Building located at 300 Iberia Street, Suite 400, New Iberia, LA 70560.<br /> <br />BID DOCUMENTS: Pursuant to the Louisiana Revised Statute, Bidders may obtain Bid Documents as well as submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline.<br />In addition to Central Bidding, the engineer provides the Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com.<br />REQUST FOR INFORMATION: Please submit questions for the project by Friday July 25th at 5:00 p.m. CST, through www.civcastusa.com in the Q&A portal. The project manager: Jeff Sumner, P.E. Email:
[email protected]<br />FUNDING ADVISEMENT: 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 Forty-Five (45) days after bid opening. The time limits stipulated in LA. R.S. 38:2215(D) do not apply based upon the statutory exception that “the contract is to be financed in whole or in part by federal or other funds which will not be readily available at the time bids are opened.”<br />REQUIRED LICENSE: Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Commercial Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br />CERTIFICATE OF LIABILITY: The signature on the bid must be that of an authorized representative of the corporation, partnership, or other legal entity, as defined by Louisiana Public Bid Law Revised Statute 38:2212. A.(1)(c) which dictates parties authorized to submit bids for public contracts. All required Certificates of Liability Insurance shall list the Iberia Parish Airport Authority as “additionally insured.” <br />OWNERS RIGHTS: The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes. In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br />BIDDING DOCUMENTS: In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br />BUY AMERICAN: The proposed contract is subject to the Buy American provision under 49 USC § 50101.<br />EQUAL OPPORTUNITY: 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 />FOREIGN TRADE RESTRICTIONS: 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 />DAVIS BACON ACT: 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 />DRUG FREE WORKPLACE: The proposed contract is subject to applicable provisions of the Drug-Free Workplace Act.<br />APPLICABLE LAWS, ORDINANCES, & RULES & REGULATIONS: All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout.<br />BID SECURITY: Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br />BID WITHDRAWAL: No bidder may withdraw his/her bid within Forty-Five (45) days after the actual date of the opening thereof, except as provided under LA. R.S. 38:2214.<br /> <br />OWNER:<br />IBERIA PARISH AIRPORT AUTHORITY<br />BY: Pat Norris, Chairman
https://www.centralauctionhouse.com/rfp55003940-bulk-hangar--phase-1-site-foundation.html
02-Jul-2025 10:00:00 AM CDT |
30-Jul-2025 10:00:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6912 RENTAL OF EMERGENCY POWER EQUIPMENT POST DISASTER
|
<div style="text-align: center;"><u>INVITATION TO BID</u></div> <div style="text-align: center;">Sealed Bid No. 25-6912</div> <br />July 2, 2025<br />RENTAL OF EMERGENCY POWER EQUIPMENT POST DISASTER<br />Sealed Bid No. 25-6912<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">Rental of Emergency Power Equipment Post Disaster</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 Thursday, July 31, 2025 at 9:45 a.m., 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 />July 2, 2025<br />July 9, 2025<br />July 16, 2025
https://www.centralauctionhouse.com/rfp27214236-sealed-bid-25-6912-rental-of-emergency-power-equipment-post-disaster.html
02-Jul-2025 8:30:00 AM CDT |
31-Jul-2025 9:45:00 AM CDT |
Jefferson Parish Government |
RFP 0503-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 0503<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 August 1, 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: July 2, 9, and 16, 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/rfp31850473-rfp-0503-provide-professional-consulting-services-to-update-development-related-ordinances-and-design-guidelines-for-a-comprehensive-unified-development-code-udc.html
02-Jul-2025 8:07:00 AM CDT |
01-Aug-2025 3:30:00 PM CDT |
Lafayette Consolidated Government |
Raised Pavement Markings
|
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 31st day July, 2025 for the following:<br /> <br />RASIED PAVEMENT MARKINGS<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 labor and material to install raised pavement markings on 64 different streets within Lafayette city and Parish. All work to be completed within 120 working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at www.centralbidding.com. Bidders may request the electronic bid package from Heather Kestler at
[email protected]<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $20 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on July 10, 2025 at 9:30 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY, STREET, AND BRIDGE CONSTRUCTION”. 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: 7/2, 7/6, 7/13<br />DPR 977926
https://www.centralauctionhouse.com/rfp33151719-raised-pavement-markings-.html
02-Jul-2025 8:00:00 AM CDT |
31-Jul-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
RFP ASL Services for LCG
|
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 3:00 p.m. Central Time on the 1st day of August, 2025 for the following:<br /> <br />ASL SERVICES FOR LCG<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 in one (1) hard copy original and five (5) copies. Proposers shall submit along with the hard copy proposals, one (1) electronic version (e.g., USB drive). Proposal pricing shall be submitted in a separate envelope marked Pricing. 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 forty-five (45) 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: 7/2, 7/6, 7/13<br />DPR # 995773
https://www.centralauctionhouse.com/rfp60123141-rfp-asl-services-for-lcg-.html
02-Jul-2025 8:00:00 AM CDT |
01-Aug-2025 3:00:00 PM CDT |
City of Patterson, LA |
City of Patterson - Replacement of Water Meters
|
<b>ADVERTISEMENT FOR BIDS </b><br /> <br />The <b>CITY OF PATTERSON</b> (herein referred to as the "Owner")<br /> <br /><b>Sealed bids marked "Sealed Bid - City of Patterson - Replacement of Water Meters" will be received by the City of Patterson at City Hall, 1314 Main Street, Patterson, Louisiana, 70392.</b><br /> <br /><b>Bids shall be addressed to the City of Patterson and delivered to the City of Patterson at City Hall, 1314 Main Street, Patterson, Louisiana 70392 or submitted on Central Bidding no later than 2:00 P.M. local time on Thursday, July 31st, 2025</b>.<br /><br /><b>Sealed bids to be marked "Sealed Bid - City of Patterson - Replacement of Water Meters". 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, July 31st, 2025, at the City of Patterson, City Hall, 1314 Main Street, Patterson, Louisiana 70392.</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., 46148 LA-445 Robert, Louisiana 70455, (504) 347-1900 (Engineer) (
[email protected]), and are open for public inspection between the hours of 10:00 a.m. to 4:00 p.m. A set of such documents may be obtained from the Engineer by prospective bidders upon payment of a deposit in the amount of ONE HUNDRED FIFTY DOLLARS ($150.00). This deposit will be refunded upon request in accordance with R.S. 38:22l2. An electronic set of Contract Documents, Technical Specifications and Drawings may be obtained by submitting a request to
[email protected]. <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: (l) 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 />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>A Pre-Bid Conference will be held at 10:00 A.M. on Monday, July 21st, 2025 at City of Patterson, City Hall, 1314 Main Street, Patterson, Louisiana, 70392. <br />Attendance of the Pre-Bid Conference is Mandatory.</b><br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (l0) 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 l09, Executive Order ll246, 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 (l0) working days after normal award of contract.<br /> <br />Any person with disabilities requiring special accommodations must contact the City of Patterson, City Hall, 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 />Advertisement Source and Dates:<br />Central Bidding at centralauctionhouse.com<br /><br />The Daily Review<br />Wednesday, July 2, 2025<br />Wednesday, July 9, 2025<br />Wednesday, July 16, 2025<br />
https://www.centralauctionhouse.com/rfp27099011-city-of-patterson--replacement-of-water-meters.html
02-Jul-2025 6:00:00 AM CDT |
31-Jul-2025 2:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-JUL-3001 Harley Davidson Motorcycles
|
Bid Documents can be found at JPSO.com under public bids
https://www.centralauctionhouse.com/rfp64550170-25-jul-3001-harley-davidson-motorcycles.html
02-Jul-2025 6:00:00 AM CDT |
30-Jul-2025 10:00:00 AM CDT |
Lincoln Parish School Board |
Lincoln Parish School Board_Bus Surplus Bid Request _ July 2025
|
Lincoln Parish School Board<br />410 South Farmerville Street<br />Ruston, Louisiana 71270-4699<br /> Phone (318) 255-1430 - Facsimile (318) 251-8100<div style="text-align: center;"><b>Public Notice</b></div> <br />Sealed bids will be received in the office of the Superintendent at the Lincoln Parish School Board Office, 410 South Farmerville Street, Ruston, LA until 10:00 AM on July 29, 2025 at which time bids will be opened and read aloud for the following surplus buses.<br /><br />2005 International 72 Passenger VIN # 4DRBUAAN55A984059 Minimum Bid $1,200.00<br /> <br />2007 International 72 Passenger VIN # 4DRBUAAN57A443175 Minimum Bid $1,200.00<br /> <br />2008 International 72 Passenger VIN # 4DRBUAAN78A558457 Minimum Bid $1,200.00<br /> <br />2008 International 72 Passenger VIN # 4DRBUAAN98A558458 Minimum Bid $1,200.00<br /> <br />2009 Bluebird 71 Passenger VIN # 1BAKGCPAX9F256848 Minimum Bid $1,200.00<br /> <br />2009 Bluebird 71 Passenger VIN # 1BAKGCPA89F256850 Minimum Bid $1,200.00<br /> <br />2009 Bluebird 42 Passenger VIN# 1BAKCCPAO9F258619 Minimum Bid $800.00<br /> <br /> Bid forms may be obtained from the Lincoln Parish School Board Office, 410 South Farmerville Street, Ruston, LA during the hours of 8:00 AM until 4:00 PM Monday-Thursday.<br /> <br />Ricky Durrett, Superintendent
https://www.centralauctionhouse.com/rfp96639851-lincoln-parish-school-board_bus-surplus-bid-request-_-july-2025.html
02-Jul-2025 12:00:00 AM CDT |
29-Jul-2025 10:00:00 AM CDT |
Jefferson Parish Coroner’s Office |
Jefferson Parish Coroner’s Office Morgue Renovation and Expansion
|
ADVERTISEMENT FOR BIDS<br />BID PROPOSAL NUMBER JPCO 2025-0002<br />Sealed bids will be received until the hour of 2:00 p.m. local time on August 28, 2025, in the Jefferson Parish Coroner’s Office, located at 2018 8th Street, Harvey, Louisiana 70058 and publicly opened and read aloud on upon completion of administrative tasks on September 2, 2025 at 2:00 p.m. Jefferson Parish Coroner’s Office, located at 2018 8th Street, Harvey, Louisiana 70058 for the following:<br />Jefferson Parish Coroner’s Office (JPCO) Renovation and Expansion:<br />The construction of a new forensic center and morgue renovation for the Jefferson Parish Coroner’s Office, constructed in two phases to ensure minimal down time for the forensic center.<br /> <br />Phase 1<br />Phase 1 consists of a 9,816 Square Foot facility housing new autopsy spaces, coolers, garage, and equipment advancements to provide the Jefferson Parish Coroner’s Office with a new, state of the art facility.<br /> <br />Phase 2<br />Phase 2 consists of a 2,996 Square Foot partial interior demolition of the existing morgue, and buildout to accommodate secondary spaces for the new facility, such as staff spaces, and forensic research spaces, etc. the new facility.<br /> <br />A total of 12,812 Square Feet combined, ensuring the evolution of scientific research and data collection for the Jefferson Parish Coroner’s Office.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. All bidders must show the Bid Proposal Number on the outside of their bid envelope and on the bid proposal. Late bids will not be accepted.<br />Each Bid must be accompanied by certified check, cashier’s check, or bid bond acceptable to the JPCO in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the JPCO as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with its proposal and all terms and conditions of the contract documents.<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 and in the Jefferson Parish Coroner’s Office, located at 2018 8th Street, Harvey, Louisiana 70058. A complete set of Contract Documents may be secured from ClS Architects, 3129 Edenborn Avenue, Metairie, Louisiana, 70002, Blake Richard, by licensed contractors upon receipt of $650.00 per set. Deposit on the first set of documents furnished to 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 />The JPCO reserves the right to reject all bids and to reject bids for just cause, pursuant to the law.<br />A Pre-Bid Conference will be held at 10:00 a.m. on July 31, 2025 in the Jefferson Parish Coroner’s Office, located at 2018 8th Street, Harvey, LA 70058. All interested parties are invited to attend.<br /> <br />_______________________________________<br />Troy Rauch <br />Jefferson Parish Coroner’s Office <br />Project Director <br /> <br />ADV: Advocate: July 9, 2025 and July 16, 2025 and July 23, 2025
https://www.centralauctionhouse.com/rfp54145090-jefferson-parish-coroners-office-morgue-renovation-and-expansion.html
01-Jul-2025 7:00:00 AM CDT |
28-Aug-2025 2:00:00 PM CDT |
Morehouse Parish Police Jury |
Morehouse Parish Police Jury - Grabault Rd., Higgenbotham Rd., Horseshoe Lake Rd. Rehabilitation
|
ADVERTISEMENT FOR BIDS<br /> <br />MOREHOUSE PARISH POLICE JURY<br />125 E. MADISON AVENUE<br />BASTROP, LOUISIANA 71220<br /> <br />MOREHOUSE PARISH POLICE JURY, GRABAULT RD., HIGGINBOTHAM RD., AND HORSESHOE LAKE RD. REHABILITATION<br />General Notice<br />The Morehouse Parish Police Jury is requesting Bids for the construction of the following Project:<br />MOREHOUSE PARISH POLICE JURY, GRABAULT RD., HIGGINBOTHAM RD., AND HORSESHOE LAKE RD. REHABILITATION<br />PROJECT NO. 2309-54-EN<br /> <br />Bids for the construction of the Project will be received at the Morehouse Parish Police Jury located at 125 Madison Avenue, Bastrop, LA 71220 until the­ 29th day of ,July, 2025,10:00 AM local time, and shall at that time and place publicly open bids and read them aloud.<br /> <br />The Project includes the following Work: Preparation of road base with in-place cement stabilization and lime, if required per plans, and asphalt surface treatment on Grabault Road, Higginbotham Road, and Horseshoe Lake Road.<br /> <br />Bids are requested for the following Contract: Morehouse Parish Police Jury, Grabault Rd., Higginbotham Rd., and Horseshoe Lake Rd. Rehabilitation <br />Project No. 2309-54-EN <br />Owner anticipates that the Project’s total bid price will be approximately $907,500. The Project has an expected duration of 120 calendar days.<br />The Issuing Office for the Bidding Documents is: Service Group Unlimited LLC, 116 Smelser Road, Monroe, LA 71202. Prospective Bidders may obtain or examine the Bidding Documents at the Issuing Office on Monday through Friday between the hours of 8:00 AM and 4:00 PM, and may obtain copies of the Bidding Documents from the Issuing Office as described below.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 />Printed copies of the Bidding Documents may be obtained from the Issuing Officeby paying a deposit of $150 for each set. Deposits on the first set of documents furnished prime bidders shall be fully refunded upon return of the documents no later than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after receipt of bids. Compact Disc containing Bidding Documents (PDF) are available at a cost of $25. No refund will be given for returned CD’s. Make deposit checks for Bidding Documents payable to Service Group Unlimited, LLC. Cost does not include shipping charges. Upon Issuing Office’s receipt of payment, printed Bidding Documents or electronic documents on compact disc will be sent via the prospective Bidder’s delivery service.The shipping charge amount will depend on the shipping method chosen.<br /> <br /> <br />Per L.R.S. 38.2212, the contractor has the option to submit the proposal and the bid bond electronically. Complete Bid Documents for this project are available from Central Bidding in electronic form. The contractor can register with Central Bidding if willing to do so. If the contractor has any questions regarding this process they can contact Central Bidding at (225) 810-4814. Plan holders will be responsible for their own reproduction costs.<br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project. <br />Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br />Instructions to Bidders<br />For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.<br /> <br />Classification<br /> <br />This project is classified as: Highway, Street and Bridge Construction<br /> <br /> <br />This Advertisement is issued by: Morehouse Parish Police Jury <br /> <br /> <br /> <br /> <br /> Terry Matthews, President <br /> <br /> June 13, 2025 <br /> Date<br /> <br />Run in the Legal Notices of the Ouachita Citizen<br />On June 26, July 3, and July 10 2025<br /> <br />The Ouachita Citizen<br />4423 Cypress Street<br />West Monroe, La 71291<br />Tele: (318) 396-0602<br />Fax: (318) 396-0900<br /> <br />
https://www.centralauctionhouse.com/rfp13905125-morehouse-parish-police-jury--grabault-rd-higgenbotham-rd-horseshoe-lake-rd-rehabilitation.html
01-Jul-2025 12:00:00 AM CDT |
29-Jul-2025 10:00:00 AM CDT |
Port of New Orleans |
NASHVILLE-NAPOLEON TERMINAL COMPLEX CRANES 8 & 9 TROLLEY RAIL REPLACEMENT
|
<div style="text-align: center;"><b>INVITATION TO BID:<br />CRANES 8 AND 9 TROLLEY RAIL REPLACEMENT</b></div> <br /><br /> Notice is hereby given that The Board of Commissioners for the Port of New Orleans is soliciting bids for the CRANES 8 AND 9 TROLLEY RAIL REPLACEMENT. The requested classification is <b>HEAVY CONSTRUCTION OR LIMITED SPECIALTY SERVICES</b>. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />The Board strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the Board’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br /><br />The Board desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, The Board derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /><br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /><br />The Board accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification.<br /><br /><b>PRE-BID CONFERENCE:</b> A highly encouraged pre-bid conference will be held at the Board’s Nashville Napoleon Terminal Complex located at 4951 Terminal Drive New Orleans, LA 70115 at <b>10:00 a.m. (CST) on Friday, July 11, 2025</b>. Attendance via video conference will be accommodated upon request. Send requests to
[email protected].<br /><br />BID SUBMISSION: PONO will accept electronic bids for this Project until <b>10:30 a.m. CDT on Monday, July 28, 2025 </b>(the “Bid Submission Deadline”). Any bid received after the Bid Submission Deadline will not be considered. <br /><br />Bids must be submitted electronically at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents.<br /> <br />PONO CONTACT: Respondents must submit Questions in writing to
[email protected] by <b>Friday, July 18, 2025 at 4:00 p.m</b>. CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFP. Questions, answers, and all forms required will be posted on www.centralbidding.com.<br /> <br /> <br />I
https://www.centralauctionhouse.com/rfp91271785-nashville-napoleon-terminal-complex-cranes-8-9-trolley-rail-replacement.html
30-Jun-2025 12:00:00 AM CDT |
01-Aug-2025 10:30:00 AM CDT |
Lafayette Parish School System |
RFP# 41-25 Voice over Internet Protocol Phone Service
|
Advertisement for Request for Proposal<br />Notice is hereby given that a sealed Request for Proposal (RFP) will be received by the Lafayette Parish School System by the Purchasing Department located at 202 Rue Iberville, Lafayette, LA 70508. Delivery to any other department other than the Purchasing Department is unacceptable and may result in non-consideration of the proposal.<br />Sealed Proposals will be received until July 28, 2025, at 10:00 am CDT for:<br />Voice over Internet Protocol Phone Service RFP# 41-25.<br />The RFP# 41-25 is to obtain a proposal from a qualified vendor to provide a hosted, SIP-based, unified communications system supporting approximately 3,000 users across 50 district facilities. The proposed solution must support existing SIP-compatible handsets, allow for porting of current DiD blocks, and offer compatibility with open standards.<br />The proposed solution must meet LPSS operational needs including voicemail, voicemail-to-email, fax-to-email, mobile integration, and tiered user functionality. Proposals must include a complete migration plan, per-seat pricing with helpdesk/support, and a turnkey installation approach. Comprehensive administrator training and documentation are also required.<br />Optional site visits may be scheduled the week of July 14–18, 2025. All questions regarding this RFP must be submitted by July 21, 2025. Responses will be posted by July 24, 2025. A vendor will be selected following evaluation and announced at the LPSS Board Meeting on August 14, 2025.<br />A Request for Proposal package may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic proposals may be submitted online at www.centralauctionhouse.com. Specifications will be available on June 30, 2025.<br />The Lafayette Public School System strongly encourages the participants of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of subcontracting of materials, supplies and services in which minority owned businesses are available. <br />The owner reserves the right to reject any and all proposals for just cause.<br /> <br />LAFAYETTE PARISH SCHOOL SYSTEM<br />Larry Breaux<br />Financial Support Specialist<br /> <br />
https://www.centralauctionhouse.com/rfp38211834-rfp-41-25-voice-over-internet-protocol-phone-service.html
30-Jun-2025 12:00:00 AM CDT |
28-Jul-2025 10:00:00 AM CDT |
Barron Heinberg & Brocato Architects LLC |
Avoyelles Primary Health Care and Wellness Center
|
INVITATION TO BID<br /> <br />Avoyelles Health Care and Wellness Center<br />1007 Shirley Road Bunkie, LA 71322<br />BHB Project No.: 21006/CPT<br /> <br /> <br />Sealed bids for the Avoyelles Healthcare and Wellness Center will be received by the Rapides Primary Healthcare Center (RPHCC) at 1217 Willow Glenn Road Alexandria, LA 71302 (Rear Administration Building) until TWO (2) O’CLOCK P.M., Tuesday, August 5, 2025, at which time and place will be publicly opened and read aloud. Bids will be taken under advisement by the Owner until such time as the announcement of Award of Contract.<br /> <br />Complete Bidding Documents for this project are available in electronic format only. Plan holders are responsible for their own reproduction costs.<br /> <br />Complete Bidding Documents shall be obtained from Central Auction House at centralbidding.com for documents in electronic format and/or other information regarding this project. Fees may be associated with the use of this site.<br />Printed or Electronic copies are not available from the Designer.<br />Other questions about the project shall be directed in writing only to the Designer:<br />Barron Heinberg & Brocato Architects and Engineers<br />207 Ansley Blvd, 2nd Floor, Suite D<br />Alexandria, LA 71303<br />Email:
[email protected]<br />
[email protected] <br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier's check written by a surety company licensed to do business in Louisiana, signed by the surety's agency or attorney-in-fact. Surety must be listed on the current U.S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond, or must be a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A.M. Best's Key Rating Guide. If surety qualifies by virtue of its Best's listing, the amount of the Bond may not exceed ten percent of policyholders' surplus as shown in the latest A.M. Best's Key Rating Guide. The Bid Bond shall be in favor of the Rapides Primary Healthcare Center, and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount. Surety must be listed currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal to or greater than the contract amount, or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If surety is qualified other than by listing on the Treasury list, the contract amount may not exceed fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A. M. Best's Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide nor fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety's agent or attorney-in-fact.<br />sociated with the use of this site.<br /> <br />The OWNER reserves the right to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Bid requirements and conditions. No bidder may withdraw his Bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2156.2 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 for a period of forty five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />Refer to Instructions to Bidders for methods and procedures concerning Submission of Bids.<br /> <br /> A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />at 10:00 A.M. on Tuesday, July 15, 2025 in the Bunkie City Hall Annex, 107 West Oak Street, Bunkie, LA.<br /> <br />Attendance at this conference is mandatory and bids shall be accepted only from Contractors that attend the mandatory pre-bid conference.<br /> <br />1 st Advertisement: Friday, June 27 2025 2 nd Advertisement: Friday, July 04, 2025<br />3 rd Advertisement: Friday, July 11, 2025 Mandatory Pre-Bid, Tuesday, July 15, 2025<br />Bid Date: Tuesday, August 5, 2025 2:00 PM<br /> <br /> <br /> <br />Address for Postal Delivery:<br />Address for Courier or Overnight Delivery:<br />Rapides Primary Health Care Center<br />1217 Willow Glenn Road<br />Alexandria, LA 71302<br />318 613 2787<br />Attn: Ms. Patricia Lewis, CEO<br />Rapides Primary Health Care Center<br />1217 Willow Glenn Road<br />Alexandria, LA 71302<br />318 613 2787<br />Attn: Ms. Patricia Lewis, CEO<br /><br />
https://www.centralauctionhouse.com/rfp47131051-avoyelles-primary-health-care-and-wellness-center.html
27-Jun-2025 12:00:00 AM CDT |
21-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Public School System |
2024-33 Hurricane Ida Damage Repairs at Young Audience Charter School (Kate Middleton Elementary School)
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, July 29, 2025 for Hurricane Ida Damage Repairs at Young Audience Charter School (Kate Middleton Elementary School), Project No. 2024-33. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, WDG | Architects Engineers, 821 Baronne St., New Orleans, LA 70113 Phone: 504-754-5251 for a deposit of $125.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, July 22, 2025 at 10:00 a.m. at Young Audience Charter School, 1407 Virgil St., Gretna, LA 70053 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E(1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Building Construction.
https://www.centralauctionhouse.com/rfp95282027-2024-33-hurricane-ida-damage-repairs-at-young-audience-charter-school-kate-middleton-elementary-school.html
27-Jun-2025 12:00:00 AM CDT |
29-Jul-2025 2:00:00 PM CDT |
Jefferson Parish Public School System |
2024-32 Hurricane Ida Damage Repairs at Woods School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, July 29, 2025 for Hurricane Ida Damage Repairs at Woods School, Project No. 2024-32. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities.<br /> <br />Plans and specifications and other information may be secured from the architect / engineer, Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B Metairie, LA 70001 Phone: 504-885-9892 for a deposit of $150.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect /engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, July 15, 2025 at 3:30 p.m. at Woods School, 1037 31st St., Kenner, LA 70065, to allow prospective bidders to review the job. Social distancing as per requirements of the state will be followed. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”.<br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Commercial General Construction.
https://www.centralauctionhouse.com/rfp63882770-2024-32-hurricane-ida-damage-repairs-at-woods-school.html
27-Jun-2025 12:00:00 AM CDT |
29-Jul-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
BR AFRC BAS, Baton Rouge Armed Forces Reserve Center, Baton Rouge, LA
|
See attach solicitation for: BR AFRC BAS, Baton Rouge Armed Forces Reserve Center, Baton Rouge, LA
https://www.centralauctionhouse.com/rfp33891322-br-afrc-bas-baton-rouge-armed-forces-reserve-center-baton-rouge-la.html
27-Jun-2025 12:00:00 AM CDT |
01-Aug-2025 11:00:00 AM CDT |
Avoyelles Parish School Board |
2025-2026 Avoyelles Parish School District Technology Purchasing RFP
|
<br />We are reaching out to inform you of an upcoming opportunity to partner with Avoyelles Parish School District for the 2025–2026 school year. Our district is initiating a Request for Proposals (RFP) for technology purchasing, and we invite your organization to participate in this competitive process.The RFP will cover a range of technology solutions and services, including but not limited to:<br /><br />Classroom instructional technology (hardware and software)<br /><br />Student and staff devices<br /><br />RFP Release Date: June 26, 2025<br />Proposal Deadline: July 29,2025<br />Anticipated Award Notification: August 1, 2026<br />Contract Period: July 1, 2025- June 30, 2026<br /><br />The full RFP document, submission instructions, and evaluation criteria will be available on our website https://www.avoyellespsb.com/rfp<br /><br />at by request via email at
[email protected].<br /><br />Thank you for your continued support and commitment to advancing educational technology.<br /><!--a=1-->
https://www.centralauctionhouse.com/rfp98883232-2025-2026-avoyelles-parish-school-district-technology-purchasing-rfp.html
26-Jun-2025 12:00:00 PM CDT |
29-Jul-2025 3:00:00 PM CDT |
Houma Terrebonne Airport Commission |
Houma-Terrebonne Airport Commission, Taxiway Foxtrot, Phase II
|
<div style="text-align: center;"><br /><b>Notice to Bidders</b></div> <br />Sealed proposals for the Reconstruction of Taxiway Foxtrot – Phase II, will be received by the Houma-Terrebonne Airport Commission until 10:00 a.m., local time on Tuesday, July 22, 2025, at the Houma-Terrebonne Airport Commission office located at 10264 East Main Street, Houma, Louisiana 70363, at which time and place said proposals will be publicly opened and read aloud. Any proposal received after the announced closing time will be returned unopened.<br /> <br />Official bid documents are available at Central Bidding. Electronic Bids are accepted 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.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />All proposals must be submitted in a sealed envelope bearing the Bidder's name, address, and State Contractor’s license number and must be addressed as follows:<br /> <br />PROPOSAL: <br />Reconstruction of Taxiway Foxtrot – Phase II<br />Houma-Terrebonne Airport Commission<br />10264 East Main Street<br />Houma, Louisiana 70363<br /> <br />LICENSE NO. <br /> <br />Failure to have the license number on the envelope will be cause for not opening the proposal. Work for which proposals are invited consists of:<br />Base Bid (50 ft. Wide):<br /> <br />The base bid includes removal of 1,654 feet of Taxiway Foxtrot starting from the end of Phase I near Rounds Road. This section of the taxiway will be replaced with a 50-foot-wide taxiway (11 inches of concrete over 7 inches of lean concrete) along with striping, joint sealing, and other incidentals of work in connection therewith.<br />Proposals must be submitted on the Louisiana Uniform Public Work Bid Form furnished with the contract documents. Proposal 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 to the Engineer evidence that they hold license for Highway, Street, and Bridge Construction that is in full force and effect.<br /> <br />Every bid submitted shall be accompanied by a proposal guaranty in the form of a certified check, cashier’s check or bid bond in an amount of not less than five percent (5%) of the total amount bid and shall be made payable to Houma- Terrebonne Airport Commission. All bid bonds shall be accompanied by a duly authorized power of attorney and shall be guaranteed by a surety or insurance company currently on the U. S. Department of Treasury Financial Management Service list of approved bonding companies 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 or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents.<br /> <br />A non-mandatory prebid conference at which the scope of the project, subsurface investigation data (if applicable), contract time, minority business enterprise requirements, Davis-Bacon and Related Acts requirements, and other requirements of the bidding and contract documents may be discussed, or any other special requirements for the project which may be discussed with prospective bidders, will be held at the office of Houma-Terrebonne Airport Commission, 10264 East Main Street, Houma, Louisiana, 70363 on Tuesday, July 8, 2025, at 2:00 p.m., local time. A tour of the project site will be conducted following the prebid conference if requested. All bidders are strongly encouraged to attend the Prebid Conference and the project tour.<br /> <br />If you have any questions regarding this project, please send them to
[email protected]. All questions should be sent by 4:00 p.m., Friday, July 11, 2025, and will be answered by addendum. Written evidence of the authority of the person signing the bid for public works hall be submitted at the time of bidding. The authority of the signature of the person submitting the bid shall be deemed sufficient and acceptable if any of the conditions in LA<br />R.S. 38:2212(B)(5) are met.<br /> <br />The proposed contract is subject to the Buy American Preference requirement in 49 USC Sec 50101. Minimum wage rates for the construction of the proposed work have been established by the Secretary of Labor and a schedule of labor classifications and wage rates to be pared are required.<br />The Houma-Terrebonne Airport Commission in accordance with the provision of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC Sec 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this notice and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br />By submitting a bid under this solicitation, the bidder certifies that neither it nor its principals nor subcontractors are presently debarred or suspended by any Federal department or agency from working on this project.<br /> <br />Disadvantaged Business Enterprises Goal Requirements as defined in 49 CFR Part 26 have been established by the Houma-Terrebonne Airport Commission, which will be a part of the contract. All bids must be in compliance with the bidding procedures adopted by the Houma-Terrebonne Airport Commission as set forth in the Owner’s Special Provisions.<br /> <br />By submitting a bid under this solicitation, the bidder certifies that it complies with Trade Restriction Certifications as defined in 49 CFR Part 30, Certifications Regarding Lobbying as defined in 49 CFR Part 20 and Procurement of Recovered Materials as defined in 40 CFR Part 247.<br /> <br />A bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />The plans, specifications, and proposal forms may be obtained from Providence Engineering and Environmental Group LLC, 1297 St. Charles Street, Suite H, Houma, Louisiana, 70360. In accordance with Louisiana Public Bid Law, prime bidders shall be charged a deposit of $250.00 and, upon return of the plans and specifications in good condition within ten (10) days from the bid date, shall be refunded the full deposit. All other persons requesting plans and specifications shall pay a deposit of $250.00 and shall be refunded the remainder from the cost of reproduction ($125.00) upon return of the plans and specifications in good condition within ten (10) days from the bid date. The cost of mailing, if required, shall be billed separately for an additional non-refundable $15.00 charge.<br /> <br /><br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Owner reserves the right to reject any and/or all proposals for just cause.<br /> <br />/s/ <br />Edwin J. Jarvis, Executive Director<br /> <br />PUBLISH (3):<br />Thursday, June 26, 2025<br />Monday, June 30, 2025<br />Monday, July 7, 2025
https://www.centralauctionhouse.com/rfp47028514-houma-terrebonne-airport-commission-taxiway-foxtrot-phase-ii.html
26-Jun-2025 10:00:00 AM CDT |
29-Jul-2025 10:01:00 AM CDT |
Terrebonne Parish Consolidated Government |
Request for Proposal (RFP) COMMUNITY RESILIENCE CENTERS: FEASIBILITY STUDY AND NEEDS ANALYSIS PLANNING SERVICES
|
.
https://www.centralauctionhouse.com/rfp90187976-request-for-proposal-rfp-community-resilience-centers-feasibility-study-and-needs-analysis-planning-services.html
26-Jun-2025 8:03:00 AM CDT |
28-Jul-2025 2:00:00 PM CDT |
North Lafourche Levee District |
Morganza to the Gulf - Reach 3B Levee Improvements
|
INVITATION TO BIDDERS<br />Sealed bids for Morganza to the Gulf – Reach 3B project will be received on <u><b>Thursday, August 7th, 2025, until 10:00 AM</b></u>, by the North Lafourche Conservation, Levee and Drainage District, 3862 Hwy 1, Raceland, LA 70394. At 10:00 a.m., all bids will be publicly opened and read aloud. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the North Lafourche Conservation, Levee, and Drainage District for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /><br />All bids must reach the North Lafourche Conservation, Levee and Drainage District, 3862 Highway 1, Raceland, Louisiana 70394 before 10:00am on the day of the bid opening. 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 />Official bid documents are posted on http://www.centralauctionhouse.com. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 1-866-570-9620. <br /> <br />Project Name: Morganza to the Gulf - Reach 3B<br /> <br />Project Description: The project includes the construction of the interim lift of Reach 3B to EL 7.5’ (NAVD88). The total project length is approximately 12,000 linear feet and includes clearing and grubbing, access road construction, excavation, levee embankment, turf establishment, and other associated work.<br /> <br />Estimate of Probable Construction Cost: $10,100,000.00<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license in <b>Highway, Street, and Bridge Construction (Classification Code 2)</b> or <b>Heavy Construction (Classification Code 3)</b> as defined by the Louisiana State Licensing Board for Contractors that is in full force and effort.<br /><br />The plans, specifications, and proposal forms are on file in the office of North Lafourche Conservation, Levee and Drainage District, 3862 Highway 1, Raceland, Louisiana 70394 and may be obtained by each prospective bidder from Intracoastal Consultants, LLC at 2351 Energy Drive, Baton Rouge, LA 70808 upon payment of $150.00 per set. Please contact Kevin O’Gorman, P.E. at 225.329.1721 or
[email protected] for any clarification or information with regard to the construction documents. The cost of mailing, if required, shall be billed separately for an additional non-refundable $25.00.<br /><br />A Pre-Bid Conference will be held on Thursday, July 10th, at 10:00 a.m. at the office of the Owner, North Lafourche Conservation, Levee and Drainage District at 3862 Hwy 1, Raceland, LA, 70394. Following the optional pre-bid conference will be an optional pre-bid site visit. All questions relating to the project shall be submitted in written form or email. The deadline for submitting questions relating to the project is Friday, July 18th, 2025.<br /><br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(A)(1)(C) or LA R.S. 38:2212(0).<br /><br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the North Lafourche Conservation, Levee, and Drainage District. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection.<br /><br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /><br />Successful bidders must register with the Lafourche Parish Sales and Use Tax Department for use tax purposes. The North Lafourche Conservation, Levee, and Drainage District reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br />____________________________________<br />Dwayne Bourgeois, Executive Director<br />North Lafourche Conservation, Levee, and Drainage District<br /> <br />Publish Dates:<br />June 26th, 2025<br />July 3rd, 2025<br />July 10th, 2025<br />
https://www.centralauctionhouse.com/rfp41802712-morganza-to-the-gulf--reach-3b-levee-improvements.html
26-Jun-2025 8:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
Pointe Coupee Parish Government |
Pointe Coupee Council on Aging New Senior Center
|
Sealed bids will be received by the Pointe Coupee Council on Aging, 2112 False River Road, New Roads, LA 70760 on July 24, 2025 at 10:00 AM from Commercial Building Contractors, and then at said office publicly opened and read aloud for construction of the project described as follows:<br /> <br /> Project Name: Pointe Coupee Council on Aging New Senior Center<br /> <br /> MA Project No. 24009<br /> <br />General Scope of project:<br />The project consists of a new 10,300 SF single story wood construction senior center for Pointe Coupee Council on Aging, containing administration space, dining, warming kitchen, lounge, exercise room, and activity space.<br /> <br />Additive Alternate #1 Work Includes: Additional visitor parking<br /> <br />Additive Alternate #2 Work Includes: Courtyard landscaping and concrete sidewalk steel outdoor waste containers and benches<br /> <br />Additive Alternate #3 Work Includes: Restroom and exterior door for exercise room 124. Standing seam metal roof at entrance canopies.<br /> <br />All bids must be in accordance with the Bid Documents and any bid received after the time and date of the bid opening will be returned unopened.<br /> <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. Questions about this procedure shall be directed to the Designer at:<br /> <br />Mougeot Architecture, LLC Telephone: 225-767-1717<br />10343 Siegen Lane Fax: 225-767-1711<br />Building 7, Suite A Email:
[email protected]<br />Baton Rouge, LA 70810 <br /> <br />No questions or prior approval requests will be accepted after July 17, 2025.<br /> <br />Bids from only the respective contractors obtaining plans, must be submitted on bid form provided in the bid documents.<br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractors state license number and the name of the project for which the bid is submitted. If forwarded by mail or hand delivery the sealed envelope containing the bid must be enclosed in another envelope addressed to the following:<br /> <br /> <br />VIA U.S. Mail Pointe Coupee Council on Aging (Attn: Becky Bergeron)<br />Sealed Bid: Pointe Coupee Council on Aging New Senior Center<br />PO Box 110, New Roads, LA 70760<br /> <br />VIA Fed Ex /UPS<br />or Hand Delivered: 2112 False River Drive, New Roads, LA 70760<br />Sealed Bid: Pointe Coupee Council on Aging New Senior Center<br />Contractor Name: _________________________________________<br />LA State Contractor License Number: __________________________<br /> <br />Electronic Bids: www.centralbidding.com until July 24, 2025 prior to 10:00 AM<br /> <br />Bids received after the above specified date and time will not be considered.<br /> <br />RS 38:2218. Evidence of good faith; countersigning<br />To address the above requirement for electronic bids Point Coupee Council on Aging will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br /> <br />A. A copy of the bid bond, certified check, or cashier's check, must be attached to bid document submitted electronically<br /> <br />B. The original bid bond document, certified check, or cashier's check, must be received in our <br /> office no later than 48 hours after bid opening date and time (Mailing; Pointe Coupee Council on Aging, PO Box 110, New Roads, LA 70760 – Physical; 2112 False River Drive, New Roads, Louisiana 70760)<br /> <br />C. The bid-bond, certified check, or cashier's check, envelope must be clearly labeled as a<br /> “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address.<br /> <br />All bids must be accompanied by bid security equal to five (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier’s check, or bid Bond form made payable to Pointe Coupee Council on Aging written by a surety company licensed to do business in Louisiana, signed by the surety’s agency or attorney-in-fact. Surety must be listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond, or must be Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A. M. 2019.<br /> <br />Best’s Key Rating Guide. If surety qualified by virtue of its Best’s listing, the amount of the Bond may not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key rating Guide. The bid Bond shall be in favor of the Pointe Coupee Council on Aging and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligations of less than five (5%) by any method is acceptable.<br /> <br />Beginning at 10:00 AM on July 24, 2025 bids will be downloaded. No bids are accepted after 10:00 AM. Bids may be submitted electronically at www.centralbidding.com. Once logged in, users must click on Pointe Coupee Council on Aging to view current advertisement listings. This listing is titled “Pointe Coupee Council on Aging New Senior Center”. Pointe Coupee Council on Aging shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held on July 10, 2025 at 10:00 AM (Local Time) at the project site (2112 False River Drive, New Roads, LA 70760). Contractors should have obtained a set of plans and specifications prior to this time.<br /> <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 /> <br />The successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount. Surety must be listed currently on the U.S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal to or greater than the contract amount, or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If surety is qualified other than by listing on the policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A.M. Best’s Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key Rating Guide nor fifteen percent of policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety’s agent or attorney-in-fact.<br /> <br />The Pointe Coupee Council on Aging 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. Pointe Coupee Council on Aging reserves the right to reject any and all bids for just cause.<br /> <div>Becky Bergeron</div><div>Pointe Coupee Council on Aging</div> <br />LEGAL AD TO RUN:<br />Please publish 06/26/25, 07/03/25, 07/10/25<br /> <br />
https://www.centralauctionhouse.com/rfp47788886-pointe-coupee-council-on-aging-new-senior-center.html
26-Jun-2025 12:00:00 AM CDT |
07-Aug-2025 10:00:00 AM CDT |
Cameron Parish School System |
South Cameron High School Gymnasium
|
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 /> <br />South Cameron High School Gymnasium Bid# 2025-09-07<br />Project Number: VSG 2241<br /> <br />Bids will be received at the offices of Cameron Parish School Board, 510 Marshall Street, Cameron, Louisiana 70631 until 2:00 PM., Local Time on Thursday, July 31, 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 />VSG Architects, APALLC<br />1502 South Huntington Street<br />Sulphur, Louisiana, 70663<br /> <br /> <br />Upon payment of a $ 50.00 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. Deposit is fully refundable for the first set of documents to all bona fide prime* bidders upon return of the documents in good condition no later than ten (10) days after receipt of bids. The deposit of all other set of documents will be refunded fifty percent (50%) upon return of documents as stated above. Electronic form may be obtained from the Project Architect upon a non-refundable $25 fee for this project.<br /> <br /> <br />The successful Bidder will be allowed 487 calendar days to complete the 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 />Bid Documents may be reviewed at the office of VSG Architects, APALLC.<br /> <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 /> <br />A Pre?Bid Conference will be held at 2:00 PM on Thursday, July 17, 2025 at the job site South Cameron High School, 753 Oak Grove Highway, Grand Chenier, LA 70643. Attendance at this Pre?Bid Conference is mandatory.<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 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 /> <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 /> <br />Telesha Bertrand- President<br />Cameron Parish School Board<br /><br /> <br />Charley Lemons, Superintendent<br />Cameron Parish School Board
https://www.centralauctionhouse.com/rfp15922126-south-cameron-high-school-gymnasium.html
26-Jun-2025 12:00:00 AM CDT |
31-Jul-2025 2:00:00 PM CDT |
Livingston Parish Sewer District |
Livingston Parish Sewer District Soil and Aggregate Supply Contract
|
INVITATION TO BID <br />Livingston Parish Sewer District (LPSD) is receiving sealed written bids from qualified vendors to provide <br />public works Materials for <br />LIVINGSTON PARISH SEWER DISTRICT <br /> EMERGENCY SOIL AND AGGREGATE SUPPLY CONTRACT <br />Sealed Bids will be received at LPSD office located at 8437 Lockhart Road, Denham Springs, LA. 70726, <br />until Thursday, July 31, 2025 at 10:00 am. <br />At which time bids will be opened and publicly read aloud. Bids received after the above time will be returned <br />unopened. Complete bidding documents may be obtained from the office of Alvin Fairburn & Associates, Inc., <br />1289 DEL ESTE AVENUE, Denham Springs, Louisiana upon payment of $75.00 per set. Deposits on first set of <br />documents furnished to General Contractors who bid the project will be fully refunded upon return of the <br />documents in good condition no later than ten days after receipt of bids. On other sets of documents one-half <br />(1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) days <br />after receipt of bids. An additional non-refundable charge of $50.00 per set will be charged if plans and <br />specifications are mailed. Electronic bids will also be accepted. Please find bid related materials and place your <br />electronic bids at www.centralbidding.com. <br />A MANDATORY PRE-BID MEETING will be held at Fairburn Building located at 1289 Del Este Avenue, <br />Denham Springs, Louisiana on Tuesday, July 15, 2025 @ 11:00 a.m. LA RS38: 2212 (I) rules apply. <br />The Contract will be awarded to the lowest, responsible, responsive bidder. <br />The Livingston Parish Sewer District reserves the right to reject any and all bids for just cause. In <br />accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those stated <br />in the advertisement for bids, and those required on the bid form shall not be considered as informalities <br />and shall not be waived by any public entity. <br />Equal Employment Opportunity (EEQ) Statement – All qualified applicants will receive consideration for <br />employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will <br />be required to comply with the President’s Executive Order No. 11246, as amended. <br />ADVERTISE: <br />THURSDAY June 26, 2025 <br />THURSDAY July 3, 2025 <br />THURSDAY July 10, 2025
https://www.centralauctionhouse.com/rfp57332057-livingston-parish-sewer-district-soil-and-aggregate-supply-contract.html
26-Jun-2025 12:00:00 AM CDT |
31-Jul-2025 10:00:00 AM CDT |
Livingston Parish Sewer District |
Livingston Parish Sewer District Emergency Pipe and Valve Supply Contract
|
INVITATION TO BID <br />Livingston Parish Sewer District (LPSD) is receiving sealed written bids from qualified vendors to provide <br />public works Materials for <br />LIVINGSTON PARISH SEWER DISTRICT <br /> EMERGENCY PIPE AND VALVE SUPPLY CONTRACT <br />Sealed Bids will be received at LPSD office located at 8437 Lockhart Road, Denham Springs, LA. 70726, <br />until Thursday, July 31, 2025 at 9:30 am. <br />At which time bids will be opened and publicly read aloud. Bids received after the above time will be returned <br />unopened. Complete bidding documents may be obtained from the office of Alvin Fairburn & Associates, Inc., <br />1289 DEL ESTE AVENUE, Denham Springs, Louisiana upon payment of $75.00 per set. Deposits on first set of <br />documents furnished to General Contractors who bid the project will be fully refunded upon return of the <br />documents in good condition no later than ten days after receipt of bids. On other sets of documents one-half <br />(1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) days <br />after receipt of bids. An additional non-refundable charge of $50.00 per set will be charged if plans and <br />specifications are mailed. Electronic bids will also be accepted. Please find bid related materials and place your <br />electronic bids at www.centralbidding.com. <br />A MANDATORY PRE-BID MEETING will be held at Fairburn Building located at 1289 Del Este Avenue, <br />Denham Springs, Louisiana on Tuesday, July 15, 2025 @10:00 a.m. LA RS38: 2212 (I) rules apply. <br />The Contract will be awarded to the lowest, responsible, responsive bidder. <br />The Livingston Parish Sewer District reserves the right to reject any and all bids for just cause. In <br />accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those stated <br />in the advertisement for bids, and those required on the bid form shall not be considered as informalities <br />and shall not be waived by any public entity. <br />Equal Employment Opportunity (EEQ) Statement – All qualified applicants will receive consideration for <br />employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will <br />be required to comply with the President’s Executive Order No. 11246, as amended. <br />ADVERTISE: <br />THURSDAY June 26, 2025 <br />THURSDAY July 3, 2025 <br />THURSDAY July 10, 2025
https://www.centralauctionhouse.com/rfp34588245-livingston-parish-sewer-district-emergency-pipe-and-valve-supply-contract.html
26-Jun-2025 12:00:00 AM CDT |
31-Jul-2025 9:30:00 AM CDT |
Livingston Parish Sewer District |
Livingston Parish Sewer District Emergency Repair Contract
|
INVITATION TO BID <br />Livingston Parish Sewer District (LPSD) is receiving sealed written bids from qualified vendors to provide <br />public works Materials and Services for <br />LIVINGSTON PARISH SEWER DISTRICT <br /> EMERGENCY REPAIR CONTRACT <br />Sealed Bids will be received at LPSD office located at 8437 Lockhart Road, Denham Springs, LA. 70726, <br />until Thursday, July 31, 2025 at 9:00 am. <br />At which time bids will be opened and publicly read aloud. Bids received after the above time will be returned <br />unopened. Complete bidding documents may be obtained from the office of Alvin Fairburn & Associates, Inc., <br />1289 DEL ESTE AVENUE, Denham Springs, Louisiana upon payment of $75.00 per set. Deposits on first set of <br />documents furnished to General Contractors who bid the project will be fully refunded upon return of the <br />documents in good condition no later than ten days after receipt of bids. On other sets of documents one-half <br />(1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) days <br />after receipt of bids. An additional non-refundable charge of $50.00 per set will be charged if plans and <br />specifications are mailed. Electronic bids will also be accepted. Please find bid related materials and place your <br />electronic bids at www.centralbidding.com. <br />A MANDATORY PRE-BID MEETING will be held at Fairburn Building located at 1289 Del Este Avenue, <br />Denham Springs, Louisiana on Tuesday, July 15, 2025 @ 9:00 a.m. LA RS38: 2212 (I) rules apply. <br />The Contract will be awarded to the lowest, responsible, responsive bidder. <br />The successful contractor will be required to enter into a contract with the OWNER and to furnish all the <br />materials, perform all of the work, supervise, coordinate, administrate and be responsible for the work of <br />the entire project. No bids may be withdrawn after the closing time for receipt of bids for at least forty-<br />five (45) days. A performance and payment bond for the work will be required in an amount equal to $1 <br />million dollars, written by a company licensed to do business in Louisiana and who is currently on the U.S. <br />Department of the Treasury Financial Management Service List. The bond shall be countersigned by a <br />person who is under contract and who is licensed as an insurance agent in the State of Louisiana, and <br />who is residing in this state. Contractor will only secure performance and payment bond upon written <br />notice from the OWNER. <br />This project will be subject to the Davis Bacon Act. General Decision Number LA20250002 dated <br />05/02/2025 will apply to this project. <br />The Livingston Parish Sewer District reserves the right to reject any and all bids for just cause. In <br />accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those stated <br />in the advertisement for bids, and those required on the bid form shall not be considered as informalities <br />and shall not be waived by any public entity. <br />Equal Employment Opportunity (EEQ) Statement – All qualified applicants will receive consideration for <br />employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will <br />be required to comply with the President’s Executive Order No. 11246, as amended. <br />ADVERTISE: <br />THURSDAY June 26, 2025 <br />THURSDAY July 3, 2025 <br />THURSDAY July 10, 2025
https://www.centralauctionhouse.com/rfp88054328-livingston-parish-sewer-district-emergency-repair-contract.html
26-Jun-2025 12:00:00 AM CDT |
31-Jul-2025 9:00:00 AM CDT |
Jefferson Parish Government |
5000147880 Labor, Materials, and Equipment Needed to Provide Three (3) Year Contract for Grass Cutting, Edging, Blowing, Sweeping, Litter Removal, Mulching and Herbicide Spraying for the Jefferson Parish Department of Parkways
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147880<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 7, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor, Materials, and Equipment Needed to Provide Three (3) Year Contract for Grass Cutting,<br />Edging, Blowing, Sweeping, Litter Removal, Mulching and Herbicide Spraying for the<br />Jefferson Parish Department of Parkways<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />If a pre-bid meeting is required, choose one of the following (mandatory or non-mandatory):<br /> <br />A MANDATORY Pre-Bid Conference will be held at 9:00AM on July 14, 2025 in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA70053.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: June 25, July 2 and 9, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp42602193-5000147880-labor-materials-and-equipment-needed-to-provide-three-3-year-contract-for-grass-cutting-edging-blowing-sweeping-litter-removal-mulching-and-herbicide-spraying-for-the-jefferson-pa.html
25-Jun-2025 12:32:00 PM CDT |
07-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147990 - Two (2) Year Contract for Street Lighting Maintenance for the Westbank Harry Lee Expressway for the Jefferson Parish Engineering Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147990<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 31, 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 Street Lighting Maintenance for the Westbank Harry Lee Expressway for the Jefferson Parish Engineering Department<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 />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on July 10, 2025 in the Jefferson Parish Purchasing Department located at General Government Building 200 Derbigny St. Suite 4400 Gretna, La. 70053. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: June 25, July 2, and 9, 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/rfp43665920-5000147990--two-2-year-contract-for-street-lighting-maintenance-for-the-westbank-harry-lee-expressway-for-the-jefferson-parish-engineering-department.html
25-Jun-2025 11:37:00 AM CDT |
31-Jul-2025 2:00:00 PM CDT |
St. Martin Parish Government |
ROAD REPAIRS & ROAD SIDESLOPE STABILIZATION FOR BOX CAR ROAD, BREAUX BRIDGE, LA 70517
|
Sealed Bids from qualified firms and/or qualified vendors will be received by the ST. MARTIN PARISH GOVERNMENT at the ST. MARTIN PARISH GOVERNMENT, 301 W. Port St, St Martinville, LA 70582, on Thursday, July 31, 2025, at 10:00 a.m., for the following:<br /><br />PROVIDE BID FOR ALL LABOR & MATERIALS FOR:<br />ST. MARTIN PARISH GOVERNMENT<br />ROAD REPAIRS & ROAD SIDESLOPE STABILIZATION FOR<br />BOX CAR ROAD, BREAUX BRIDGE, LA 70517<br /><br />Per LA R.S. 38:2214 (A) The bids will be opened and read aloud.<br /><br />General Description: The work generally consists of approximately 400 feet of Roadside Stabilization<br />(steel sheet piles and backfill) and Road Repairs (backfill, limestone base, soil cement & asphalt road) at<br />Box Car Road, Breaux Bridge, LA, including roadway reconstruction, base construction, asphaltic concrete<br />surfacing and all necessary work to fully complete the project’s intent as per plans and specifications<br />
https://www.centralauctionhouse.com/rfp32344461-road-repairs-road-sideslope-stabilization-for-box-car-road-breaux-bridge-la-70517.html
25-Jun-2025 8:00:00 AM CDT |
31-Jul-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
2025 Fiber to the Home Stock Material #2
|
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 11:00 AM Central Time on the 29th day of July, 2025 for the following:<br /> <br />2025 Fiber to the Home Stock Material #2<br /> <br />and will, shortly thereafter, be opened and read aloud in the Purchasing Office located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Morgan Broussard at
[email protected].<br /> <br />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 Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8263 (Attn: Morgan Broussard). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. 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 their bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the quotation form provided with the specifications.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business 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.
https://www.centralauctionhouse.com/rfp49417638-2025-fiber-to-the-home-stock-material-2.html
25-Jun-2025 8:00:00 AM CDT |
12-Aug-2025 11:00:00 AM CDT |
City of Mandeville |
RFP Capital Asset Review, Reconciliation, & Remediation Services
|
ADVERTISEMENT FOR REQUEST FOR PROPOSALS<br />CITY OF MANDEVILLE, LOUISIANA<br />The City of Mandeville is requesting proposals from qualified, licensed Certified Public Accounting (CPA) firms to conduct a comprehensive review, reconciliation, and remediation of the City’s capital asset schedules. This project supports year-end FY2025 financial reporting and audit readiness and must be completed no later than December 31, 2025.<br />The City maintains two separate capital asset schedules: one for General Governmental Funds (including the General Fund and Street Construction Fund), and one for the Enterprise Fund. The selected firm must review and reconcile each schedule independently and support consolidated reporting. The City also intends to implement the modified approach under GASB 34 for eligible infrastructure systems.<br />Proposals must be received no later than 4:00 PM CST on Wednesday, August 6, 2025, and may be submitted by:<br />Email to
[email protected] (PDF format);<br />Electronic upload to www.centralbidding.com; or<br />Hard copy delivery to: City of Mandeville, Office of the Purchasing Agent,<br />3101 East Causeway Approach, Mandeville, LA 70448.<br />The envelope must be labeled: “Proposal – Capital Asset Schedule Review RFP.”<br />Key dates include:<br />RFP release: July 2, 2025<br />Optional pre-proposal conference: July 17, 2025, 11:00 AM, City Council Chambers<br />Deadline for questions: July 24, 2025<br />Final addendum issued: July 31, 2025<br />PROPOSAL SUBMISSION DEADLINE: WEDNESDAY, AUGUST 6, 2025<br />Evaluation period: August 7–13, 2025<br />Anticipated contract award: September 1, 2025<br />For more information or to request a copy of the full RFP, contact:<br />RuthAnn Chadwick, CPPB, Purchasing Agent<br />Email:
[email protected]<br />Phone: 985.626.3144<br />The City of Mandeville reserves the right to reject any and all proposals and to waive informalities in accordance with applicable law.<br />Published in the St. Tammany Farmer on July 2 and July 9, 2025.<br />Authorized by Mayor L. Clay Madden.
https://www.centralauctionhouse.com/rfp91892799-rfp-capital-asset-review-reconciliation-remediation-services.html
25-Jun-2025 12:00:00 AM CDT |
06-Aug-2025 4:00:00 PM CDT |
State of Louisiana Military Department |
Camp Villere Entrance Gate, Slidell, Louisiana
|
See attached Solicitation For: Camp Villere Entrance Gate, Slidell, Louisiana
https://www.centralauctionhouse.com/rfp22074583-camp-villere-entrance-gate-slidell-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
29-Jul-2025 1:00:00 PM CDT |
State of Louisiana Military Department |
Jeanerette Readiness Center Sustainment, Jeanerette, Louisiana
|
See attached Solicitation For: Jeanerette Readiness Center Sustainment, Jeanerette, Louisiana
https://www.centralauctionhouse.com/rfp49317886-jeanerette-readiness-center-sustainment-jeanerette-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
30-Jul-2025 9:00:00 AM CDT |
State of Louisiana Military Department |
BLDG 496 Improvements, Training Center Pineville, Pineville, Louisiana
|
See attached Solicitation for: BLDG 496 Improvements, Training Center Pineville, Pineville, Louisiana
https://www.centralauctionhouse.com/rfp49396770-bldg-496-improvements-training-center-pineville-pineville-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
30-Jul-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
New Iberia Readiness Center Sustainment, New Iberia, Louisiana
|
See attached Solicitation for: New Iberia Readiness Center Sustainment, New Iberia, Louisiana
https://www.centralauctionhouse.com/rfp47854344-new-iberia-readiness-center-sustainment-new-iberia-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
30-Jul-2025 1:00:00 PM CDT |
State of Louisiana Military Department |
Baton Rouge AFRC Boiler Replacement, Baton Rouge, Louisiana
|
See attached Solicitation for: Baton Rouge AFRC Boiler Replacement, Baton Rouge, Louisiana
https://www.centralauctionhouse.com/rfp87081308-baton-rouge-afrc-boiler-replacement-baton-rouge-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
01-Aug-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Camp Cook Building 4708 Windows, Camp Cook, Ball, Louisiana
|
See attached Solicitation for: Camp Cook Building 4708 Windows, Camp Cook, Ball, Louisiana
https://www.centralauctionhouse.com/rfp92412141-camp-cook-building-4708-windows-camp-cook-ball-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
14-Aug-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Camp Villere Parking Lot Improvements, Slidell, Louisiana
|
See attached Solicitation For: Camp Villere Parking Lot Improvements, Slidell, Louisiana
https://www.centralauctionhouse.com/rfp84067717-camp-villere-parking-lot-improvements-slidell-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
29-Jul-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Thibodaux Readiness Center Modernization, Thibodaux, Louisiana
|
See attached Solicitation for: Thibodaux Readiness Center Modernization, Thibodaux, Louisiana
https://www.centralauctionhouse.com/rfp71990814-thibodaux-readiness-center-modernization-thibodaux-louisiana.html
25-Jun-2025 12:00:00 AM CDT |
30-Jul-2025 2:00:00 PM CDT |
Lincoln Parish Police Jury |
“BRIDGE REPLACEMENTS ON MITCHELL AND SHADY GROVE ROADS”
|
“BRIDGE REPLACEMENTS ON MITCHELL AND SHADY GROVE ROADS”<br /><br />Copy and paste the below into your web browser:<br /><br />https://www.dropbox.com/scl/fo/mahyahz6zfn3hj0rpm6tb/AMPEsUHTXB_sMMIBmjBCbPE?rlkey=7b0hvykqh07xujiavs3zarg6s&dl=0<br /><br />
https://www.centralauctionhouse.com/rfp10960416-bridge-replacements-on-mitchell-and-shady-grove-roads.html
25-Jun-2025 12:00:00 AM CDT |
05-Aug-2025 10:00:00 AM CDT |
City of Mandeville |
RFP GENERATOR MAINTENANCE AND EMERGENCY REPAIR SERVICES FOR CITY-OWNED GENERATORS
|
<b>CITY OF MANDEVILLE<br />REQUEST FOR PROPOSALS<br />STANDBY EMERGENCY GENERATOR REPAIRS & ROUTINE MAINTENANCE CONTRACT</b><br /><br />The City of Mandeville is soliciting proposals from qualified firms to provide GENERATOR MAINTENANCE AND EMERGENCY REPAIR SERVICES FOR CITY-OWNED GENERATORS LOCATED THROUGHOUT MANDEVILLE, LOUISIANA. All proposals shall be submitted by 4:00 P.M., local time, July 23, 2025, to the Office of the Purchasing Agent, Mandeville City Hall, 3101 East Causeway Approach, Mandeville, LA 70448, or electronically at www.centralauctionhouse.com. A NON-MANDATORY Pre-Proposal Meeting will be held on Thursday, July 10, 2025, at 1100 Mandeville High Blvd at 11:00 AM, CST. A list of firms submitting proposals will be made available upon request after 4:00 P.M. Proposals submitted after deadline time and date will be returned unopened.<br />This procurement encompasses two distinct but related scopes of work under a single contract:<br />Routine Maintenance – The contractor will provide scheduled quarterly and annual maintenance services for the City’s fixed and mobile generators, including inspections, load bank testing, and OEM-compliant preventive service. These services shall be performed year-round in accordance with manufacturer specifications and City requirements.<br />Standby Emergency Repairs – This contract also serves as a standby agreement, to be activated at the City’s sole discretion in the event of a federally, state, or locally declared emergency. Upon activation through a formal Notice to Proceed, the contractor will provide 24/7 emergency response, diagnostics, repairs, and restoration services for generator units essential to the City’s disaster response operations. All emergency work must comply with FEMA eligibility requirements and documentation protocols and may be subject to audit.<br />Proposers must demonstrate prior experience with both routine generator service programs and federally reimbursable emergency operations, with particular emphasis on FEMA documentation, cost reasonableness, and rapid mobilization. Only firms with a proven record of successful deployment under similar dual-scope contracts and capacity to respond within the City’s required timelines will be considered.<br />The following timeline has been established for this solicitation. The City of Mandeville reserves the right to modify any part of this schedule through formal addenda issued via the official bid platform.<br />Event<br />Date / Time<br />RFP Release Date<br />June 25, 2025<br />Optional Pre-Proposal Conference<br />July 10, 2025 at 11:00 AM<br />Deadline to Submit Written Questions<br />July 14, 2025<br />Final Addendum Issued by City<br />July 18, 2025<br />Proposal Submission Deadline<br />July 23, 2025<br />Proposal Opening (Administrative)<br />July 24, 205<br />Evaluation Committee Review<br />July 24, 2025<br />Anticipated Contract Award<br />August 18, 2025<br /> <br />All times are Central Standard Time (CST).<br />Any changes to the above schedule will be published via formal addenda on the City’s designated bid platform at www.centralbidding.com. It is the responsibility of each proposer to monitor the platform and ensure their proposal reflects all issued addenda.<br />This procurement is being conducted in accordance with FEMA Public Assistance grant requirements. All work performed under this contract must meet FEMA eligibility, documentation, and cost reasonableness standards for reimbursement.<br />Mayor Clay Madden<br />St Tammany Farmer 3x’s<br />June 25, July 2, July 9, 2025
https://www.centralauctionhouse.com/rfp18878835-rfp-generator-maintenance-and-emergency-repair-services-for-city-owned-generators-.html
25-Jun-2025 12:00:00 AM CDT |
04-Aug-2025 4:00:00 PM CDT |
City of Mandeville |
RFP STANDBY EMERGENCY DEBRIS REMOVAL AND DISPOSAL SERVICES
|
<b>CITY OF MANDEVILLE<br />REQUEST FOR PROPOSALS<br />STANDBY EMERGENCY DEBRIS REMOVAL SERVICES</b><br /><br />The City of Mandeville is seeking proposals from qualified firms and individuals to provide STANDBY EMERGENCY DEBRIS REMOVAL AND DISPOSAL SERVICES FOR THE CITY OF MANDEVILLE, LOUISIANA. All proposals shall be submitted by 4:00 P.M., local time, July 23, 2025, to the Office of the Purchasing Agent, Mandeville City Hall, 3101 East Causeway Approach, Mandeville, LA 70448, or electronically at www.centralauctionhouse.com. A NON-MANDATORY Pre-Proposal Meeting will be held on Thursday, July 10, 2025, at 1100 Mandeville High Blvd at 10:00 AM, CST. A list of firms submitting proposals will be made available upon request after 4:00 P.M. Proposals submitted after deadline time and date will be returned unopened.<br />This is a standby contract to be activated at the City’s discretion following a federally, state, or locally declared emergency. The contractor will provide post-disaster debris removal and lawful disposal of FEMA-eligible debris from public rights-of-way and public property in compliance with FEMA, GOHSEP, LDEQ, and City of Mandeville regulations.<br />Contractors must demonstrate experience with federally funded debris operations and full familiarity with FEMA documentation and reimbursement requirements. The intent of this solicitation is to ensure rapid mobilization, environmental compliance, and cost-effective performance under federal guidelines. Only proposals from firms with verifiable disaster recovery performance history and capacity to mobilize within the required timeframes will be considered.<br />The following timeline has been established for this solicitation. The City of Mandeville reserves the right to modify any part of this schedule through formal addenda issued via the official bid platform.<br />Event<br />Date / Time<br />RFP Release Date<br />June 25, 2025<br />Optional Pre-Proposal Conference<br />July 10, 2025 at 10:00 AM<br />Deadline to Submit Written Questions<br />July 14, 2025<br />Final Addendum Issued by City<br />July 18, 2025<br />Proposal Submission Deadline<br />July 23, 2025<br />Proposal Opening (Administrative)<br />July 24, 205<br />Evaluation Committee Review<br />July 24, 2025<br />Anticipated Contract Award<br />August 18, 2025<br />All times are Central Standard Time (CST).<br />Any changes to the above schedule will be published via formal addenda on the City’s designated bid platform at www.centralbidding.com. It is the responsibility of each proposer to monitor the platform and ensure their proposal reflects all issued addenda.<br />This procurement is being conducted in accordance with FEMA Public Assistance grant requirements. All work performed under this contract must meet FEMA eligibility, documentation, and cost reasonableness standards for reimbursement.<br />Mayor Clay Madden<br />St Tammany Farmer 3x’s<br />June 25, July 2, July 9, 2025<br />
https://www.centralauctionhouse.com/rfp19444108-rfp-standby-emergency-debris-removal-and-disposal-services.html
25-Jun-2025 12:00:00 AM CDT |
04-Aug-2025 4:00:00 PM CDT |
Jefferson Davis Parish School Board |
Project Management / Owner’s Representative Services for Jefferson Davis Parish School Board Current and Future Declared Federal Disasters
|
Request for Proposals: Project Management/Owner's Representative Services<br /><br />Jefferson Davis Parish School Board<br /><br /> <br /><br />Jefferson Davis Parish School Board is requesting qualifications and proposals to provide Project Management and Grant Administration services in connection with its Request(s) for Public Assistance for currently open and future declared events. Proposals/qualification statements are due no later than Monday, July 28, 2025 at 10:00 a.m. For a copy of the complete RFP, go to www.centralbidding.com or contact Christin LeGros, Director of Finance, at
[email protected]
https://www.centralauctionhouse.com/rfp91868223-project-management-owners-representative-services-for-jefferson-davis-parish-school-board-current-and-future-declared-federal-disasters.html
24-Jun-2025 9:20:00 AM CDT |
28-Jul-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Franklinton BAS, Franklinton, LA
|
See attach solicitation for: Franklinton BAS, Franklinton, LA.
https://www.centralauctionhouse.com/rfp16310742-franklinton-bas-franklinton-la.html
24-Jun-2025 12:00:00 AM CDT |
30-Jul-2025 1:00:00 PM CDT |
Capital Area Transit System (CATS) |
2025 - ADA Accessible Bus Stop Improvement Project
|
PUBLIC NOTICE<br />Invitation to Bid <br />ADA Accessible Bus Stop Improvement Project<br />Solicitation #2025-ADAbuspads-003<br /> <br />The Capital Area Transit System (CATS), a political subdivision of the State of Louisiana, operating the public transit system in EBR Parish is accepting Proposals for ADA Accessible Bus Stop Improvement Project. Sealed bids are due to CATS Procurement Department by July 31, 2025, at 10:00 am (local time) at 2250 Florida Blvd., Baton Rouge, LA 70802. A copy of this ITB can be found on CATS and State Procurement websites at: http://www.brcats.com/page/procurement and https://wwwcfprd.doa.louisiana.gov/osp/lapac/deptbids.cfm. and 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.<br />Bidders may submit written questions to:
[email protected] until Friday, July 11, 2025, Bidders are reminded to check CATS website and State Procurement website often for addendums issued to this ITB. Additional Stops may be added. CATS is an Equal Opportunity Employer.<br />A non-mandatory pre bid conference will be held 10:00 am, July 8, 2025, at 350 N. Donmoor St, Baton Rouge, La. 70806. Job Site Visit to follow. It is the Bidders responsibility to visit all job sites prior to bidding.
https://www.centralauctionhouse.com/rfp68911077-2025--ada-accessible-bus-stop-improvement-project.html
20-Jun-2025 12:00:00 AM CDT |
31-Jul-2025 12:00:00 AM CDT |
Iberville Parish Government |
Iberville Parish Library Multi-Branch Renovations
|
https://www.centralauctionhouse.com/rfp97058807-iberville-parish-library-multi-branch-renovations.html
19-Jun-2025 8:00:00 AM CDT |
06-Aug-2025 2:00:00 PM CDT |
St. Charles Parish Hospital |
Saint Charles Parish Hospital EMS Building Renovation
|
Project Title: SCPH – EMS BUILDING RENOVATION <br />Owner: St. Charles Parish Hospital, Managed by Ochsner Health <br />Description: New construction of outpatient clinic for psychological group therapy <br />Location: 146 Hall Drive, Luling, Louisiana 70070 <br /> <br />Sealed bids will be received until the hour of 2:00 PM CST, on August 14, 2025 by St. Charles <br />Parish Hospital District #1 in the Pelican Room, 1057 Paul Maillard Rd., Luling, LA 70070 and <br />all bids will be publicly opened and read. <br /> <br />SCPH – EMS BUILDING RENOVATION <br /> <br />To Obtain Bidding Documents: <br /> <br />Licensed General Contractors or their agent may obtain one (1) set of the complete bidding <br />documents from AQ Studios, 1100 Poydras St., Ste. 3550, New Orleans, LA 70163. Contractors <br />shall call ahead at (504) 523-4375 to coordinate pick-up. <br /> <br />Alternately, Bidding documents may be accessed online through a uniform and secure <br />electronic interactive system. WWW.CENTRALBIDDING.COM <br /> <br />No bidding documents will be issued later than 24 hours prior to the date and time set for the <br />bid opening. Late bids will not be accepted. <br /> <br /> <br />Bids received in violation of LSA-R.S. 37:2163 (failure to provide contractor’s license number <br />on the bid envelope) shall be stamped “Rejected”, returned unopened to the bidder and shall <br />not be read aloud. <br /> <br /> <br />Contractors are provided the option to submit bid for public contracts through a uniform and <br />secure electronic interactive system: WWW.CENTRALBIDDING.COM Comply with electronic <br />bidding as stated in the Louisiana Bid Law 2212.1. <br /> <br /> <br />Sealed bids must have project name boldly displayed on outside of envelope. <br /> <br />Each bid must be accompanied by certified check, cashier's check or bid bond made payable <br />to St. Charles Parish Hospital and acceptable to the owner in the amount equal to five (5%) of <br />the total amount bid, including all alternates, and payable without condition to the owner as <br />guarantee that the bidder, if awarded the contract, will promptly execute a contract in <br />accordance with his/her proposal and all terms and conditions of the contract documents. A <br />bid bond shall comply with LSA-R.S. 38:2218(B) and 38:2219, as applicable. <br /> <br /> <br />The owner reserves the right to reject any and all bids, waive formalities and to reject non-conforming,<br />non-responsive, unbalanced or conditional bids or bids submitted by non-responsible<br />parties pursuant to the law. Bids which deviate from the project plan and <br />specifications will not be considered. <br /><br />SCPH – EMS BUILDING RENOVATION <br />St. Charles Parish Hospital District #1 <br />1057 Paul Maillard Rd. <br />Luling, LA 70070 <br /> <br />A Mandatory Pre-Bid Conference will be held on 7/1/2025 at 2:00 PM CST located in the <br />Education Training Center, 1057 Paul Maillard Rd., Luling, LA 70070. Walk through of area will follow. <br />Please note that attendees arriving later than 2:05 PM will not be granted admittance to the <br />meeting. Bids received from Contractors who did not attend the mandatory pre-bid <br />conference will not be considered. <br /> <br /> <br />Published in the Bids and Proposal Section of the Herald Guide Newspaper on <br />6/19/25, 6/26/25 and 7/3/25. <br />
https://www.centralauctionhouse.com/rfp65233415-saint-charles-parish-hospital-ems-building-renovation.html
19-Jun-2025 12:00:00 AM CDT |
14-Aug-2025 2:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8040076300
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp27758980-bid-package-for-hunting-lease-parcel-8040076300.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8080010200A
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp87210375-bid-package-for-hunting-lease-parcel-8080010200a.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8040116400
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp56786658-bid-package-for-hunting-lease-parcel-8040116400.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8050017400
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp77138705-bid-package-for-hunting-lease-parcel-8050017400.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8100002000A
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp85681215-bid-package-for-hunting-lease-parcel-8100002000a.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8011549050
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp49526904-bid-package-for-hunting-lease-parcel-8011549050.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8010086200A
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp20928180-bid-package-for-hunting-lease-parcel-8010086200a.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8010086200A
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp27198282-bid-package-for-hunting-lease-parcel-8010086200a.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for hunting lease parcel 8070000070
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp44859434-bid-package-for-hunting-lease-parcel-8070000070.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Natchitoches Parish School Board |
Bid package for AG lease parcel 8100002000A
|
See attached document for bid package
https://www.centralauctionhouse.com/rfp49744245-bid-package-for-ag-lease-parcel-8100002000a.html
18-Jun-2025 4:00:00 PM CDT |
31-Jul-2025 1:00:00 PM CDT |
Jefferson Parish Government |
5000147980-Churchill Technology Business Park Roadway Improvements Public Roadway Improvements Project Number 2025-008-ST Department of Public Works-Capital Projects
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147980<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 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 />Churchill Technology and Business Park<br />Public Roadway Improvements<br />Project Number 2025-008-ST<br />Department Of Public Works-Capital projects<br /> <br />The work of this contract will consist of a “Base Bid” and two (2) alternates. The Base Bid consists of the installation of approximately 1,168 LF of public roadway and its associated utility infrastructure. Additive Alternate 1, if awarded, will consist of the installation of streetlights along the public roadway in addition to the work of the Base Bid. Additive Alternate 2, if awarded, will consist of the installation of on-street parallel parking spaces in addition to the work of the Base Bid and Additive Alternate No. 1.<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. 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 Duplantis Design Group, PC, 1 Galleria Blvd, Suite 1506, Phone: 504-434-6565 by licensed contractors upon receipt of $100.00 per manual set and/or $25.00 per electronic 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 /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00 a.m. on July 8, 2025 at The Joseph Yenni Bldg., located at 1221 Elmwood Park Blvd., Suite 405, Jefferson, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: June 18, & 25, and July 2, 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/rfp17386561-5000147980-churchill-technology-business-park-roadway-improvements-public-roadway-improvements-project-number-2025-008-st-department-of-public-works-capital-projects.html
18-Jun-2025 3:35:00 PM CDT |
29-Jul-2025 2:00:00 PM CDT |
St. John the Baptist Parish Government |
RFP 2025.14 Fire Department Property Casualty Insurance
|
RFP 2025.14 Fire Department Property Casualty Insurance
https://www.centralauctionhouse.com/rfp74560971-rfp-202514-fire-department-property-casualty-insurance.html
18-Jun-2025 8:00:00 AM CDT |
31-Jul-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
RFP 2025.11 Veterinary Services
|
RFP 2025.11 Veterinary Services
https://www.centralauctionhouse.com/rfp98047531-rfp-202511-veterinary-services.html
18-Jun-2025 8:00:00 AM CDT |
29-Jul-2025 9:45:00 AM CDT |
Jefferson Parish Public School System |
2024-25 Hurricane Ida Damage Repairs at Ellis School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, July 15, 2025 for Hurricane Ida Damage Repairs at Ellis School, Project No. 2024-25. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, Sizeler Thompson Brown Architects, 300 Lafayette St, Suite 200, New Orleans, LA 70130, Phone: 504-523-6472 for a deposit of $476.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, July 8, 2025 at 9:00 a.m. at Ellis School, 801 Brockenbraugh Ct., Metairie, LA 70005, to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Building Construction.
https://www.centralauctionhouse.com/rfp96790266-2024-25-hurricane-ida-damage-repairs-at-ellis-school.html
13-Jun-2025 12:00:00 AM CDT |
29-Jul-2025 2:00:00 PM CDT |
Ascension Parish Government |
Energy Transition Parkway - Phase II
|
<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 July 10, 2025, at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br />PROJECT NAME: Energy Transition Parkway- Phase II<br />PROJECT NO.: ROAD220035<br />STATEMENT OF WORK: New Roadway Construction <br />DESCRIPTION: Move Ascension Program<br />ROUTE: Two-lane roadway that intersects with LA 405<br />PARISH: Ascension Parish <br /><br />ASCENSION PARISH CHIEF TRANSPORTATION ENGINEER: Daniel Helms, P.E., PTOE, RSP2I<br />225-450-1320<br />
[email protected]<br />PROJECT MANAGER: Skyler Waaso, P.E., PTOE<br />225-450-1353<br />
[email protected]<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 ROAD220035 Energy Transition Parkway- Phase II and Louisiana Contractor’s License Number, as well as all companying funds and documents as follows:<br />Bid Submittal<br />Project No.: ROAD220035<br />Project Name: Energy Transition Parkway- Phase II <br />LA License No.: <br /><br /><br />“Official” Bid Documents are available and Electronic bids are accepted at Central Bidding and may be obtained from www.centralauctionhouse.com or www.ascensionparish.net. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814.<br />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 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 Street, Gonzales, Louisiana 70737).<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. 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 “Energy Transition Parkway- Phase II”. <br />All registered users will have the ability to submit questions and view project information as well as view project drawings.<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. CDT on June 26, 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 July 3, 2025. Questions received following the deadline may not be answered.<br />A Mandatory Pre-Bid Meeting will be held on Wednesday, June 25, 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 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- June 12, 2025, June 19, 2025, June 26, 2025 <br />CHIEF- June 12, 2025, June 19, 2025, June 26, 2025<br />
https://www.centralauctionhouse.com/rfp43533067-energy-transition-parkway--phase-ii-.html
12-Jun-2025 7:00:00 AM CDT |
31-Jul-2025 10:00:00 AM CDT |
St. Charles Parish Government |
Raw Water Intake Structure Access Bridge Pile Replacement - WWKS 112
|
The project involves the replacement of nine existing timber piles with nine new steel piles. The timber piles will be cut two feet below ground level, and new steel piles will be installed to cap the remaining timber piles. Approximately 810 cubic yards (cy) of material will be excavated to remove the existing piles and prepare the site for the new steel piles. The excavated spoil will be temporarily sidecast, reused as backfill, and compacted immediately upon project completion.
https://www.centralauctionhouse.com/rfp29647497-raw-water-intake-structure-access-bridge-pile-replacement--wwks-112.html
12-Jun-2025 12:00:00 AM CDT |
01-Aug-2025 10:00:00 AM CDT |
Jefferson Parish Government |
50-00147755 Oakwood Smart Growth (Terry Parkway to Hector Avenue) Oakwood Area Sidewalk Enhancements and Wright Avenue Improvements
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147755<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 17, 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 />OAKWOOD SMART GROWTH<br />Oakwood Area Sidewalk Enhancements and Wright Avenue Improvements<br />(Terry Parkway to Hector Avenue)<br />JEFFERSON PARISH PROJECT NO. 2017-057A-RBP<br />The project consists of sidewalk improvements on streets surrounding the Oakwood Center, geometric and signal intersection improvements along Terry Pkwy. at Mall Dr., Wright Ave., and Holmes Blvd. Project improvements also include reconstruction of the asphalt segment of N.B. Wright avenue, construction of a box culvert for a new cross-over between N.B. and S.B. Wright avenue at the mall entrance, and re-striping of Wright Avenue and the Terry Pkwy. intersection improvements.<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 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 Meyer Engineers, Ltd. 4937 Hearst St., Suite 1B, Metairie, LA 70001, Phone: 504-885-9892 by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />ADV - 2<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 />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 in the Jefferson Parish Purchasing Department located at General Government Building 200 Derbigny St. Suite 4400 Gretna, La. 70053 on June 27, 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: June 11, 18 and 25, 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/rfp67911510-50-00147755-oakwood-smart-growth-terry-parkway-to-hector-avenue-oakwood-area-sidewalk-enhancements-and-wright-avenue-improvements.html
11-Jun-2025 12:00:00 PM CDT |
29-Jul-2025 2:00:00 PM CDT |
City of Mandeville |
2025 ITB - LA 22 DRAINAGE IMPROVEMENTS PROJECT
|
INVITATION TO BID<br />CITY OF MANDEVILLE<br /><br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, July 16, 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 LA 22 DRAINAGE IMPROVEMENTS PROJECT, PROJECT NO. 700.21.004; 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 />The work of this contract consists of the installation of storm drain pipe and drainage structures along with incidental removal and replacement of concrete and asphalt drives, removal and replacement of concrete walks, water line installation, and other associated work.<br />A non-mandatory pre-bid conference will be held Thursday, June 26, 2025; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169).<br />Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of Contract Documents may be secured from Kyle Associates, LLC located at 638 Village Lane North, Mandeville, LA 70471; (985-727-9377); 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 />Questions and comments regarding this BID must be submitted in writing to City of Mandeville, Purchasing Agent, ATTN: RuthAnn Chadwick, 3101 E. Causeway Approach, Mandeville, LA 70448 or via e-mail to
[email protected] and cc: Eddie Powell at
[email protected] no later than 4:00 P.M. Local Time July 7, 2025.<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: LA 22 DRAINAGE IMPROVEMENTS PROJECT<br />PROJECT NO.: 700.21.004<br />Bid Due Date and Time: WEDNESDAY, JULY 16, 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: June 11th, 18th, and 25th
https://www.centralauctionhouse.com/rfp5757413-2025-itb--la-22-drainage-improvements-project.html
11-Jun-2025 12:00:00 AM CDT |
12-Aug-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
RFP for Headend Power System Replacement
|
REQUEST FOR PROPOSALS<br /> <br />Notice is hereby given that sealed proposals will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 11th day of July 2025 for the following:<br /><br />Headend Power System Replacement<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. Proposers may attend the proposal opening in person, or they may call into the RFP openings at the following phone number 337-291-5100.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their proposal electronically at the website listed above. Proposal documents are available to view only at the website. Vendors may request the electronic proposal package from Lafayette Consolidated Government Department of Purchasing & Property Management Attn: Christian Janes at 337-291-8262.<br /> <br />Vendors wishing to submit their proposal electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above.<br /> <br />Vendors submitting proposals electronically are required to provide the same documents as vendors submitting through the mail or by hand delivery. Regardless of the results, the vendor will have 48 hours from opening of the proposals to provide the Lafayette Consolidated Government the original documents. If a contractor fails to provide the original hard copies of the proposal documents within 48 hours of the proposal opening, their proposal shall be considered non-responsive.<br /> <br />Proposals must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution authorizing the person signing the proposal is required to be submitted with proposal. Failure to submit a Corporate Resolution with the proposal shall be cause for rejection of proposal.<br /> <br />Copies of the specifications are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8262 (Attn: Christian Janes). Proposal specifications shall be available until twenty-four (24) hours before the proposal opening date.<br /> <br />Each proposal shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No vendor may withdraw his proposal for at least forty-five (45) 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 Information for Proposers. 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 337-291-8410.<br /> <br />PURCHASING DIVISION<br />LAFAYETTE CONSOLIDATED GOVERNMENT
https://www.centralauctionhouse.com/rfp83425247-rfp-for-headend-power-system-replacement.html
06-Jun-2025 8:00:00 AM CDT |
08-Aug-2025 4:00:00 PM CDT |
Jefferson Parish Government |
5000147812-Construction of the Jefferson Parish Fire Station 11 Project No. D5414 Eastbank Consolidated Fire Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147812<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July 17, 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 />Construction of the Jefferson Parish Fire Station 11<br />Project No. D5414<br />Eastbank Consolidated Fire Department<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 Contract Documents may be secured from Murray Architects, Inc., 13760 River Road, Destrehan, LA 70047, 985-764-7275, 985-725-0182 fax by licensed contractors upon receipt of $150.00 per manual set and/or $150.00 per electronic 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 /> <br />A MANDATORY Pre-Bid Conference will be held at 10:00 am on June 17, 2025 at the Joseph S. Yenni Bldg., located at 1221 Elmwood Park Blvd., Suite 405, Jefferson, LA 70123.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: May 28, and June 4, and 11, 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/rfp62713829-5000147812-construction-of-the-jefferson-parish-fire-station-11-project-no-d5414-eastbank-consolidated-fire-department.html
28-May-2025 1:10:00 PM CDT |
31-Jul-2025 2:00:00 PM CDT |
Sample Listings |
Sample SB BC0323
|
THIS IS ONLY A SAMPLE
https://www.centralauctionhouse.com/rfp39142114-sample-sb-bc0323.html
23-Mar-2025 10:37:00 AM CDT |
31-Mar-2026 4:00:00 PM CDT |
Sample Listings |
TAF Sample
|
This is a sample for demonstration purposes only.<br /><br />This is where the language from the public advertisement would be placed so the potential vendor has immediate access.<br /><br />EXAMPLE<br /><br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the 2022 Asphalt Street Rehabilitation Program project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11631): Base Bid – Asphalt milling, soil cement/lime treatment base work, asphalt patching, asphalt overlay, shoulder material, thermoplastic striping, markers, manhole/drainage grate/valve box adjustments and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Baker and delivered to the City Hall at 3325 Groom Road, Baker, LA 70714 not later than 2:00 p.m., on Wednesday, July 20, 2022. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, July 20, 2022, at the City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />The Owner has chosen the method of plan distribution to be via hard copies of the plans and specifications pursuant to LA R.S. 38:2212 as available through the office of the Engineer.<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractor’s license and classifications will be made prior to release of bid documents.<br /> <br />Pursuant to the Louisiana Revised Statute, vendors/contractors now have the option to submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 800-990-9339. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractor’s past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
https://www.centralauctionhouse.com/rfp96404192-taf-sample.html
29-Jul-2022 9:41:15 AM CDT |
31-Dec-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 |