Agency |
Title |
Date published |
Bid opening date |
Avoyelles Parish Police Jury |
Green Waste Site- Avoyelles Parish
|
NOTICE<br />BID INVITATION<br />The Avoyelles Parish Police Jury seeks to purchase property in the parish to be utilized as a new Waste Site for vegetative debris delivered to the site by municipal and parish employees, only.<br />Preferred sites will be established pits with a minimum in ground storage capacity of 75,000 cubic yards. <br />Acreage: minimum 8 acres<br /> <br />Requirements:<br />Must meet LDEQ permitting requirements for Green Waste disposal site.<br />Pit established<br />__2__ miles to the nearest Fire Department<br />__3__ mile radius from the Maintenance Facility located 2346 Valley Street, Mansura, LA<br />Free and clear of any mortgages, liens, and encumbrances, signifying that a property is owned outright, without any outstanding debt, legal claims, easement or restrictions on its use.Deadline to submit bids: Monday, October 6, 2025, 4 p.m.<br />Any bid received after the deadline will not be accepted.<br />Hand deliver to: Avoyelles Parish Police Jury, Office of the Secretary-Treasurer, 312 N. Main Street, Marksville, LA 71351<br />ALL bids must be in a sealed envelope, clearly marked “Bid for Green Waste Site”<br />The Police Jury reserves the right to reject all bids.
https://www.centralauctionhouse.com/rfp82515373-green-waste-site-avoyelles-parish-.html
29-Aug-2025 6:00:00 AM CDT |
06-Oct-2025 4:00:00 PM CDT |
Avoyelles Parish Police Jury |
Adjudicated Property
|
NOTICE<br />BID INVITATION FOR ADJUDICATED PROPERTY<br />The Avoyelles Parish Police Jury will accept bids for the following adjudicated property:<br />9-acre lot, Section 24, T1NRE4E, N-Boute Du Bayou, S-Lot, E & W Joffrion Moreau.<br />Minimum bid is $16,000<br /> <br />Deadline to submit bids: Monday, October 6, 2025, 4 p.m.<br />Any bid received after the deadline will not be accepted.<br /> <br />Hand deliver to: Avoyelles Parish Police Jury, Office of the Secretary-Treasurer, 312 N. Main Street, Marksville, LA 71351<br />ALL bids must be in a sealed envelope, clearly marked<br />Bid for Parcel # 00110890300 Ward 11<br />This is a NON-WARRANY CASH SALE.<br />The Police Jury reserves the right to reject all bids. Bid will be awarded to highest bidder.<br />The property can be viewed by visiting https://avoyellesassessor.org/
https://www.centralauctionhouse.com/rfp27563183-adjudicated-property-.html
29-Aug-2025 6:00:00 AM CDT |
06-Oct-2025 4:00:00 PM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Used Desktops/Laptops
|
PUBLIC NOTICE<br />INVITATION TO BID – Used Desktops/Laptops<br />The Ascension Parish Sheriff’s Office is accepting bids for the following used computers and monitors to be sold as is, where is…(Note: Some machines are missing Hard drives and/or RAM)<br />26 Lenovo ThinkCentre<br />30 Lenovo ThinkStation<br />15 Panasonic Toughbook<br />1 HP ElitebookA detailed list of Model Numbers can be obtained by emailing Kevin Cohn @
[email protected].<br />Bids must be received in the office before bid opening which will be held on September 17th, 2025 at 10:00 A.M. at the Ascension Parish Sheriff’s Finance Office, which is located on the first floor of the Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737.<br />All bids must be submitted in a sealed envelope marked “Sealed Bid for Used Desktops/Laptops” and delivered or mailed to the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737 in time for the bid opening. Bids may also be submitted online at www.CentralBidding.com.<br />Bids can be mailed as follows:<br />Sealed Bid for Used Desktops/Laptops 9.12.25<br />Attn: Lyndsi Fontenot<br />828 S. Irma Blvd<br />Gonzales, LA 70737<br /> <br />The awarded vendor will be responsible for pickup as well as any desired packing of the equipment, which must be done within 7 days of bid award by September 24th, 2025 at 11:00 A.M.<br /> <br />The Ascension Parish Sheriff’s Office reserves the right to reject any or all bids, and to waive any formalities.<br /> <br />Bobby Webre, Sheriff<br /> <br />Publish August 28th, September 4th, September 11th <br />The Gonzales Weekly Citizen<br />
https://www.centralauctionhouse.com/rfp87681144-invitation-to-bid--used-desktopslaptops.html
28-Aug-2025 12:00:00 AM CDT |
17-Sep-2025 10:00:00 AM CDT |
Jefferson Parish Sheriff's Office |
RFP 25-SEP-2501 Janitorial Services
|
Bid documents can be found at JPSO.com under public bids.
https://www.centralauctionhouse.com/rfp36995327-rfp-25-sep-2501-janitorial-services.html
27-Aug-2025 6:00:00 AM CDT |
25-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-SEp-2401 Flex-Tac Stryke Pants
|
Bid docuemnts can also be found on JPSO.com under public bids.
https://www.centralauctionhouse.com/rfp60676527-25-sep-2401-flex-tac-stryke-pants.html
27-Aug-2025 6:00:00 AM CDT |
24-Sep-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
167118.5.5120 Auxiliary Transformer for Louis "Doc" Bonin
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:30 p.m. Central Time on the 24th day of October, 2025 for the following:<br /> <br />167118.5.5120 AUXILIARY TRANSFORMER RE-BID<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders may attend the bid opening in person or via Zoom at this link: https://us02web.zoom.us/j/85795742952?pwd=BQgJO5p9e4g0ZxvAGhriviafimH1ON.1<br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Auxiliary Transformer and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between July 1, 2028, and December 1, 2028<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br />This project was previously advertised for bid without award of a contract. <br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on September 18, 2025 at 11 a.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Zoom using the following link: https://us02web.zoom.us/j/81445041995?pwd=o1miLuAzBG5doiS8S6d69jZfPMhU7Y.1. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br />PURCHASING DIVISION<br />Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 08-25-25; 08-31-25; 09-07-25<br />DPR 1000600
https://www.centralauctionhouse.com/rfp10386061-16711855120-auxiliary-transformer-for-louis-doc-bonin.html
25-Aug-2025 8:00:00 AM CDT |
24-Oct-2025 3:30:00 PM CDT |
Lafayette Consolidated Government |
167118.5.5110 Generator Step-Up Transformer for Louis "Doc" Bonin
|
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 p.m. Central Time on the 24th day of October, 2025 for the following:<br /> <br />167118.5.5110 GENERATOR STEP-UP TRANSFORMER RE-BID No. 2<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders may attend the bid opening in person or through Zoom at the following link: https://us02web.zoom.us/j/89060378450?pwd=T9NbhHTABKCtGqpj6Q5mf80ZwIfjvw.1 <br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Generator Step-up Transformer and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between July 1, 2028, and December 1, 2028<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br />This project was previously advertised for bid twice without award of a contract. <br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on September 18, 2025 at 10:00 a.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Zoom using the following link: https://us02web.zoom.us/j/86885919193?pwd=lNninux7KabQUBdMzvTkH0pBkz8FDf.1. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br />PURCHASING DIVISION<br />Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 08-25-25; 08-31-25; 09-07-25<br />DPR 1000599
https://www.centralauctionhouse.com/rfp14704984-16711855110-generator-step-up-transformer-for-louis-doc-bonin.html
25-Aug-2025 8:00:00 AM CDT |
24-Oct-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
AIR COOLED HEAT EXCHANGER 167118.5.2215
|
<br />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 24TH DAY OF OCTOBER, 2025 for the following:<br />167118.5.2215 AIR COOLED HEAT EXCHANGER <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders may attend the bid opening in person or through Zoom at the following link: https://us02web.zoom.us/j/84168541183?pwd=r2oeVdbALo1pGBng52YW9I5fTPTMT2.1<br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of an Air Cooled Heat Exchanger and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between January 2, 2027, and July 1, 2028<br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com). Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier's check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier's check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is. in the Bidder's opinion. proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATIONA sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(0) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietar y or trade secret information within thirty (30) calendar days of the Bidder's submission.<br />Bids must be signed in accordance with LRS Title 38:2212(8)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 />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per<br /><br />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<br />GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on September 17, 2025 at 11:00 a.m. CST in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Zoom using the following link: https://us02web.zoom.us/j/89863813626?pwd=vyhuviHn4NbSbZj5100kxv25AAhE0h.1. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier's check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the AM. Best's Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders' surplus as shown in the AM. 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 />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br />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 />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 />PURCHASING DIVISION<br />Lafayette Consolidated Government<br /><br />PUBLISH DATES: 08-25-25; 08-31-25; 09-07-25<br />DPR 1000597
https://www.centralauctionhouse.com/rfp5030511-air-cooled-heat-exchanger-16711852215.html
25-Aug-2025 8:00:00 AM CDT |
24-Oct-2025 4:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
JEWEL J. NEWMAN CENTER GATEWAY ENHANCEMENT (CITY PARISH PROJECT NO. 23-EN-HC-0017-1)
|
To be published three times-Legal August 22, 29 and September 5, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: JEWEL J. NEWMAN CENTER GATEWAY ENHANCEMENT (CITY PARISH PROJECT NO. 23-EN-HC-0017-1) PROJECT DESCRIPTION: Grading, earthwork, drainage structures, subsurface drainage, misc. concrete paving, open-air vertical construction, landscaping, fencing, metal roofing, and associated work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, SEPTEMBER 16, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Form Revised to include EBE requirements May 25, 2023 NC 2 of 2 Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Socially and Economically Disadvantaged Business SEDB’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum SEDB goal of 8% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this SEDB goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1, 1A, and 2, and Letters of SEDB Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of BUILDING CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For additional information please contact Mr. George Chike, P.E., Project Manager at
[email protected] or Mr. Travis Martin, Project Manager at
[email protected]
https://www.centralauctionhouse.com/rfp41990163-jewel-j-newman-center-gateway-enhancement-city-parish-project-no-23-en-hc-0017-1.html
22-Aug-2025 8:00:00 AM CDT |
16-Sep-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
Central Wastewater Treatment Plant Demolition Project CCP No. 14-TP-MS-016D
|
To be published three times<br />Legal- August 22, 29 and September 5, 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 />Central Wastewater Treatment Plant Demolition Project<br />City-Parish Project No. 14-TP-MS-016D<br />PROJECT DESCRIPTION: Demolition of the Central Wastewater Treatment Plant facility, including but not limited to the removal of existing buildings, major treatment structures, above ground piping, miscellaneous equipment, interior fencing, concrete slabs, and debris with asbestos containing materials; repair of exterior fencing surrounding the site; installation of flow fill in abandoned below ground piping; site grading and cleanup.<br />Electronic or sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, September 16, 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 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 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 sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility located at 12422 Florida Boulevard, Baton Rouge, LA 70815, upon payment of one hundred dollars ($100.00). (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<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 is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br />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 />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 12% 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 />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, 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 />A non-mandatory pre-bid conference will be held at 9:30 A.M., Wednesday, September 3rd, 2025, at the Central Wastewater Treatment Plant, side gate located at 1104 W McKinley Street, Baton Rouge, LA 70802.<br />For additional information please contact Obie E. Watts, III, PE,
[email protected].
https://www.centralauctionhouse.com/rfp179127-central-wastewater-treatment-plant-demolition-project-ccp-no-14-tp-ms-016d.html
22-Aug-2025 8:00:00 AM CDT |
16-Sep-2025 2:00:00 PM CDT |
Lincoln Parish Police Jury |
One Min. 52,000 lb. GVW Regular Cab Tandem Dump Truck
|
<br />INVITATION FOR BIDS<br /> <br />Sealed bids will be received by the Police Jury of Lincoln Parish until<br />Friday, September 12, 2025 at 9:00 a.m.<br />at its office in the Courthouse, Ruston, Louisiana, for furnishing:<br /> <br /> <br />Item 1: One (1) Min. 52,000 lb. GVW Regular Cab Tandem Dump Truck<br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston LA 71270. Bids can also be submitted electronically at www.centralauctionhouse.com.<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer <br />INVITATION FOR BIDS<br /> <br />Sealed bids will be received by the Police Jury of Lincoln Parish until<br />Friday, September 12, 2025 at 9:00 a.m.<br />at its office in the Courthouse, Ruston, Louisiana, for furnishing:<br /> <br /> <br />Item 1: One (1) Min. 52,000 lb. GVW Regular Cab Tandem Dump Truck<br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston LA 71270. Bids can also be submitted electronically at www.centralauctionhouse.com.<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer
https://www.centralauctionhouse.com/rfp49986430-one-min-52000-lb-gvw-regular-cab-tandem-dump-truck.html
22-Aug-2025 12:00:00 AM CDT |
12-Sep-2025 9:00:00 AM CDT |
St. Charles Parish Public Schools |
Dr. Rodney R. Lafon Performing Arts Center Endowment Fund Request for Proposals for Investment Advisor Services
|
<div style="text-align: center;">Advertisement for Request for Proposals</div><br />Interested firms are invited to submit proposals to the Dr. Rodney R. Lafon Performing Arts Center Endowment Fund. This Request for Proposals (RFP) seeks an investment advisor to assist in managing the Endowment Fund's assets.<br /><br />Proposals may be submitted electronically via the Central Auction House website, which can be accessed through the "Online Bids & RFPs" link on the St. Charles Parish Public Schools website at https://www.wearescpps.org/. Alternatively, proposals can be delivered by hand, postal service, or another delivery service to:<div style="text-align: center;">Ronald E. White, Jr.<br />Chief Financial Officer<br />St. Charles Parish Public Schools<br />13855 River Road<br />Luling, LA 70070</div><br />If delivering a hard copy, ten (10) copies must be submitted. Firms are responsible for ensuring timely delivery of their proposals. Late deliveries, including those caused by postal or other delivery services, will not be excused.<br /><br />All proposals will be accepted until September 25, 2025, at 12:00 noon local time (Central Time). All requirements outlined in the RFP must be addressed, as non-responsive proposals will not be considered.<br /><br />Questions related to the RFP must be submitted electronically via the online site or by email to Ronald E. White, Jr. at
[email protected]. The deadline for submitting questions is September 12, 2025, at 12:00 noon local time (Central Time). Firms are not permitted to contact the Endowment Fund’s Board Members, St. Charles Parish School Board Members or St. Charles Parish Public Schools personnel about the RFP, except for the designated point of contact.<br /><br />The Dr. Rodney R. Lafon Performing Arts Center Endowment Fund reserves the right to reject any and all proposals at its discretion.<br /> <div style="text-align: right;">Dr. Rodney R. Lafon Performing Arts Center Endowment Fund<br />13855 River Road<br />Luling, LA 70070</div> <br /> <br />Advertisement Dates:<br /> <br />August 21, 2025<br />August 28, 2025
https://www.centralauctionhouse.com/rfp95985461-dr-rodney-r-lafon-performing-arts-center-endowment-fund-request-for-proposals-for-investment-advisor-services.html
21-Aug-2025 12:00:00 AM CDT |
25-Sep-2025 12:00:00 PM CDT |
Ascension Parish Government |
Louisiana Highway 3127 Extension
|
<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>October 9, 2025</b>, at 3:00 p.m. (CT) for the following:<br /> <h1 style="text-align: center;">Louisiana Highway 3127 Extension</h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from experienced and qualified consultant(s) to provide engineering and related services for developing plans for a new roadway extension in Ascension Parish. The Consultant will be required to provide all engineering and necessary related services for developing design plans for the purchase of right-of-way (ROW), relocation of utilities, and construction of the roadway. <br /><br /><b>PROJECT DESCRIPTION: </b><br />The Consultant will be required to provide all engineering and necessary related services for developing design plans for the purchase of right-of-way (ROW), relocation of utilities, and construction of the roadway. The Consultant shall use the preferred alignment of the LA 3127 extension provided by the Parish and develop design plans for a 4-lane divided highway as well as a bridge over Bayou Lafourche. Engineering services include traffic analysis, topo survey, subsurface utility engineering (SUE), geotechnical investigation, environmental documentation, preliminary roadway and bridge design plans, final roadway and bridge design plans, right-of-way determination, right-of-way mapping, utility coordination, specifications, and cost estimates. Due to the expeditated timeline for the design of the Project, the Consultant will need to demonstrate the experience to deliver on an accelerated timeline.<br /> <br />The Parish understands that for such a project of this magnitude, with limited information being provided prior to the publication of the advertisement, to give each respondent the equal amount of information, it will host a pre-proposal meeting to discuss the project and respond to questions. The pre-proposal meeting with be <b>MANDATORY </b>and hosted at the Ascension Parish Government Complex, at 615 East Worthey Street, Gonzales, Louisiana, at <b>10:00 a.m. (CT), on Wednesday, September 10, 2025</b><br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CT) on <b>September 23, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CT) no later than <b>September 30, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. (CT) on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however, six (6) hard copies must still be submitted within 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 />DONALDSONVILLE CHIEF PLEASE PUBLISH 8/21/2025, 8/28/2025, 9/4/2025<br />GONZALES WEEKLY PLEASE PUBLISH 8/21/2025, 8/28/2025, 9/4/2025
https://www.centralauctionhouse.com/rfp80850631-louisiana-highway-3127-extension.html
21-Aug-2025 12:00:00 AM CDT |
09-Oct-2025 3:00:00 PM CDT |
Iberville Parish School Board |
2688MC02 - IPSB Grounds Maintenance Services
|
<div style="text-align: center;"><b>August 21st, 2025 <br /> <br />Advertisement for Bids </b></div> <br />Sealed Bids will be received by the Iberville Parish School Board, Attention Evan Cagnolatti, Director of Facilities and Projects, at 59125 Bayou Rd., Plaquemine, LA. 70764, not later than 2:00 PM (local time), Thursday, September 18th, 2025, for the following: <br />IPSB Grounds Maintenance Services (IPSB Project #2688MC02) <br /> <br />NOTE ** Outer envelope if mailed shall be marked SEALED BID. <br />Please find bid-related materials and place electronic bids at www.centralbidding.com <br /> <br />The bids will be opened at the Iberville Parish School Board Maintenance Office immediately following the closure of the bid time on the above-noted date. <br /> <br />A Pre-proposal meeting is not required for this RFP. <br /> <br />Preliminary bid information may be obtained by contacting Evan Cagnolatti, listed below: <br /> <br />Evan Cagnolatti, Director of Facilities and Projects <br />59125 Bayou Rd. <br />Plaquemine, LA. 70764 <br /> <br />It is the policy of the Iberville Parish School Board to provide equal opportunities in educational programs and activities regardless of race, color, national origin, sex, age, disabilities, or veteran status. This includes admissions, educational services, financial aid, and employment. <br /> <br />Insertion Dates: <br /><br />August 21, 2025, <br />August 28, 2025, <br />September 4th, 2025.
https://www.centralauctionhouse.com/rfp78236034-2688mc02--ipsb-grounds-maintenance-services-.html
21-Aug-2025 12:00:00 AM CDT |
18-Sep-2025 2:00:00 PM CDT |
Ascension Parish Government |
Bayou McCall Drainage Improvements Engineering Services for State Drainage Program
|
<h1 style="text-align: center;"><b>REQUEST FOR QUALIFICATIONS</b></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>September 18, 2025</b>, at 3:00 p.m. (CT) for the following:<br /> <h1>Bayou McCall Drainage Improvements</h1><h1 style="text-align: center;"><b>Engineering Services for the State Drainage Program</b></h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from experienced and qualified firm(s) to provide professional engineering services for the Bayou McCall Drainage Improvements Engineering Services for the Louisiana Department of Transportation and Development State Flood Control Program.<br /><br /><b>PROJECT DESCRIPTION: </b><br />The Parish is soliciting qualification statements for engineering services to assist the Parish with preliminary engineering, design engineering, and inspections of this project in compliance with Department of Transportation and Development requirements.<br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CT) on <b>September 2, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CT) no later than <b>September 9, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. (CT) on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the proposal submission deadline (i.e. the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 8/21/2025, 8/28/2025, 9/4/2025<br />GONZALES WEEKLY PLEASE PUBLISH 8/21/2025, 8/28/2025, 9/4/2025
https://www.centralauctionhouse.com/rfp11922440-bayou-mccall-drainage-improvements-engineering-services-for-state-drainage-program.html
21-Aug-2025 12:00:00 AM CDT |
18-Sep-2025 3:00:00 PM CDT |
Jefferson Parish Government |
5000148408 Two (2) Year Contract for The Supply of Zinc Sodium Hexametaphosphate for The Jefferson Parish Department of Public Works - Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148408<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 9, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract for The Supply of Zinc Sodium Hexametaphosphate for The Jefferson Parish Department of Public Works - 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: August 20, and August 27, 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/rfp58637664-5000148408-two-2-year-contract-for-the-supply-of-zinc-sodium-hexametaphosphate-for-the-jefferson-parish-department-of-public-works--water.html
20-Aug-2025 1:25:00 PM CDT |
09-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148464 - Purchase of Combination Vacuum Cleaning Truck for the Jefferson Parish Public Works Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148464<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 18, 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 />Purchase of Combination Vacuum Cleaning Truck for the Jefferson Parish Public Works 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 /> <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: August 20, 27, and September 3, 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/rfp10204607-5000148464--purchase-of-combination-vacuum-cleaning-truck-for-the-jefferson-parish-public-works-department.html
20-Aug-2025 11:26:00 AM CDT |
18-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147478 Three (3) Year Pre-Placed Emergency Contract for a Supply of Bottle Water During Emergency Event in the Jefferson Parish, Including the Town of Jean Lafitte and the Town of Grande Isle for the Department of Emergency Management
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148478<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 4, 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 />Three (3) Year Pre-Placed Emergency Contract for a Supply of Bottle Water During Emergency Event in the Jefferson Parish, Including the Town of Jean Lafitte and the Town of Grande Isle for the Department of Emergency Management<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /><br />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: August 20 and 27, 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/rfp24776449-5000147478-three-3-year-pre-placed-emergency-contract-for-a-supply-of-bottle-water-during-emergency-event-in-the-jefferson-parish-including-the-town-of-jean-lafitte-and-the-town-of-grande-isle-for-.html
20-Aug-2025 10:27:00 AM CDT |
04-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148480 Two (2) Year Contract for Servicing Athletic Fields on an as Needed Basis for The Jefferson Parish Department of Parks and Recreation
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148480<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 16, 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 />Two (2) Year Contract for Servicing Athletic Fields on an as Needed Basis<br />for The Jefferson Parish Department of Parks and Recreation <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at 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: August 20, August 27, and September 3, 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/rfp32978240-5000148480-two-2-year-contract-for-servicing-athletic-fields-on-an-as-needed-basis-for-the-jefferson-parish-department-of-parks-and-recreation-.html
20-Aug-2025 10:19:00 AM CDT |
16-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148352 - PURCHASE OF JESCO MODEL B28 ELECTRIC MOTOR FOR THE JEFFERSON PARISH DEPARTMENT OF WATER
|
PURCHASE OF JESCO MODEL B28 ELECTRIC MOTOR FOR THE JEFFERSON PARISH DEPARTMENT OF WATER<br />
https://www.centralauctionhouse.com/rfp37754780-5000148352--purchase-of-jesco-model-b28-electric-motor-for-the-jefferson-parish-department-of-water.html
20-Aug-2025 10:01:00 AM CDT |
25-Aug-2025 11:00:00 AM CDT |
Jefferson Parish Government |
RFP 0506 Two Year Pre-Placed Emergency Contract to Provide Transportation Assets for a Declared Emergency for the Parish of Jefferson
|
REQUEST FOR PROPOSAL<br />RFP 0506<br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to provide Two Year Pre-Placed Emergency Contract to Provide Transportation Assets for a Declared Emergency for the Jefferson Parish Department Emergency Management.<br />Jefferson Parish Department of Emergency Management is seeking a transportation contractor for the movement of individuals, household pets and personnel upon activation of the Parish Emergency Operations Plan<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasingand selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on _September 19,2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: August 20, 27 and September 03,2025<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/rfp74976908-rfp-0506-two-year-pre-placed-emergency-contract-to-provide-transportation-assets-for-a-declared-emergency-for-the-parish-of-jefferson.html
20-Aug-2025 10:00:00 AM CDT |
19-Sep-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000148481 Labor, Materials, and Equipment Needed to Provide Two (2) Year Contract for Drainage Maintenance Construction for the Department of Public Works – Drainage and all Jefferson Parish Agencies and Municipalities
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148481<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 16, 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 Two (2) Year Contract for Drainage Maintenance Construction for the Department of Public Works – Drainage and all Jefferson Parish Agencies and Municipalities<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: August 20, 27, and September 3, 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/rfp15252551-5000148481-labor-materials-and-equipment-needed-to-provide-two-2-year-contract-for-drainage-maintenance-construction-for-the-department-of-public-works-drainage-and-all-jefferson-parish-agenci.html
20-Aug-2025 9:36:00 AM CDT |
16-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148327 - PURCHASE OF REACH-IN REFRIGERATOR FOR THE JEFFERSON PARISH DEPARTMENT OF JUVENILE SERVICES
|
PURCHASE OF REACH-IN REFRIGERATOR FOR THE JEFFERSON PARISH DEPARTMENT OF JUVENILE SERVICES
https://www.centralauctionhouse.com/rfp87438129-5000148327--purchase-of-reach-in-refrigerator-for-the-jefferson-parish-department-of-juvenile-services.html
20-Aug-2025 9:21:00 AM CDT |
25-Aug-2025 11:00:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6917 FURNISH & INSTALL RETROFLEX SOLAR LED OFF GRID SYSTEMS AT MIGUEZ PARK
|
<div style="text-align: center;">INVITATION TO BID</div> <div style="text-align: center;">Sealed Bid No. 25-6917</div> <br />08/20/2025<br />FURNISH & INSTALL RETROFLEX SOLAR LED OFF GRID SYSTEMS AT MIGUEZ PARK<br />Sealed Bid No. 25-6917<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>FURNISH & INSTALL RETROFLEX SOLAR LED OFF GRID SYSTEMS AT MIGUEZ PARK</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <b>September 18th, 2025 at 9:45am</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER</div> <br /> <br /> <div style="text-align: right;">/s/Elizabeth Herring</div><div style="text-align: right;">Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />August 20, 2025<br />August 27, 2025<br />September 7, 2025<br />
https://www.centralauctionhouse.com/rfp94316276-sealed-bid-25-6917-furnish-install-retroflex-solar-led-off-grid-systems-at-miguez-park.html
20-Aug-2025 8:30:00 AM CDT |
18-Sep-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
Bid 2025.19 St. John Community Center Metal Roof Replacement
|
Bid 2025.19 St. John Community Center Metal Roof Replacement
https://www.centralauctionhouse.com/rfp35194998-bid-202519-st-john-community-center-metal-roof-replacement.html
20-Aug-2025 8:18:00 AM CDT |
16-Sep-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
Quote 2025.18 Regala Gym Clerestory Window Replacement
|
Quote 2025.18 Regala Gym Clerestory Window Replacement
https://www.centralauctionhouse.com/rfp74456321-quote-202518-regala-gym-clerestory-window-replacement-.html
20-Aug-2025 8:13:00 AM CDT |
05-Sep-2025 9:45:00 AM CDT |
Lafayette Consolidated Government |
Request for qualifications for Martin Luther King Resiliency Hub
|
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 10:00 AM. Central Time on the 19th day of September, 2025 for the following:<br /> <br />RFQ for Professional Architectural & Engineering Services for Martin Luther King Resiliency Hub<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 five (5) hard copies originals, one (1) redacted copy, and one (1) digital PDF format file suitable for printing of their written response. Proposals should be sent to 705 West University Avenue, Lafayette, LA 70506 attention Keirston St. Amant<br /> <br />Proposers are invited to attend a non-mandatory pre-proposer meeting on Tuesday, September 2, 2025 at 10:00 AM CT, in the large conference room, Public Works Department, Administration Building A, located at 1515 East University Avenue, Lafayette, LA 70502. <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) 291-8034(Attn: Keirston St. Amant). 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: 8/20/2025, 8/24/2025, 8/31/2025<br />DPR #100443
https://www.centralauctionhouse.com/rfp89497131-request-for-qualifications-for-martin-luther-king-resiliency-hub.html
20-Aug-2025 8:00:00 AM CDT |
19-Sep-2025 10:00:00 AM CDT |
St. Tammany Parish School Board |
RFP # 203 CHROMEBOOKS AND CHROMEBOOK SUPPLIES 2025
|
ALL RFPs MUST BE SUBMITTED PER SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp48403122-rfp-203-chromebooks-and-chromebook-supplies-2025.html
20-Aug-2025 12:00:00 AM CDT |
22-Sep-2025 4:00:00 PM CDT |
St. Tammany Parish School Board |
BID # 1887 VAPE SENSORS, PROTECTION GUARDS AND MANAGEMENT SOFTWARE 2025
|
ALL BIDS MUST BE SUBMITTED PER SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp22208575-bid-1887-vape-sensors-protection-guards-and-management-software-2025.html
20-Aug-2025 12:00:00 AM CDT |
08-Sep-2025 2:00:00 PM CDT |
St. Tammany Parish School Board |
BID # 1886 CHROMEBOOK REPAIR PARTS & MISCELLANEOUS SUPPLIES FOR I.T. 2025
|
ALL BIDS MUST BE SUBMITTED PER INSTRUCTIONS/SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp43607685-bid-1886-chromebook-repair-parts-miscellaneous-supplies-for-it-2025.html
20-Aug-2025 12:00:00 AM CDT |
08-Sep-2025 2:00:00 PM CDT |
Lafayette Regional Airport |
Lafayette Regional Airport Janitorial Services Contract - 2025 No. 2
|
PUBLIC NOTICE<br />LAFAYETTE REGIONAL AIRPORT<br />JANITORIAL SERVICES CONTRACT - 2025<br /> <br /> The Lafayette Airport Commission (LAC) is requesting proposals from experienced and professional commercial janitorial firms for full scale janitorial services for the following contract.<br /> <br />LAFAYETTE REGIONAL AIRPORT<br />JANITORIAL SERVICES CONTRACT<br />LAFAYETTE REGIONAL AIRPORT (200 TERMINAL DRIVE) &<br />QUICK TURNAROUND FACILITY – QTA (133 FUEL DRIVE)<br /> <br />The Lafayette Airport Commission (LAC) is seeking sealed written proposals from experienced and qualified commercial janitorial service providers to provide full service janitorial services to the Lafayette Regional Airport Terminal Building and the Quick Turnaround Facility (QTA). The work contemplated under this Service Contract with the LAC includes all personnel, labor, supervision, training, uniforms, materials, supplies (including restroom supplies and consumables), insurance, transportation, equipment, and services necessary to fulfill the contract in accordance with the Specifications and in accordance with the manufacturer’s specifications.<br /> <br />Anticipated contract period is October 1, 2025 through December 31, 2030.<br /> <br />Sealed proposals will be received in accordance with the Instructions to Proposers and must be received no later than Wednesday, September 3, 2025 at 9:00 a.m. CDT by the LAC. Proposals received after the specified closing time will be returned to sender unopened.<br /> <br />The Request for Proposals (RFP), which includes the draft contract and scope of services may be obtained at the administrative offices of the LAC, 200 Terminal Drive - Suite 200, Lafayette, LA 70508, (337) 703-4800, Monday through Friday, 8:00 a.m. – 4:00 p.m. Each interested party requesting a printed RFP will be required to submit, to the LAC, a $50.00 non-refundable deposit to cover the cost of reproduction. The RFP in PDF format may be obtained, at no cost, by sending an email request to Jennifer Comeaux at
[email protected] and Toni Crawford at
[email protected]. The RFP is also available online at https://www.centralauctionhouse.com. Use only original Proposal forms which are part of the RFP. The LAC does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of the RFP.<br /> <br />Questions regarding this solicitation shall be placed in writing and directed to:<br /> <br />Jennifer Comeaux, Property Administrator and<br />Toni Crawford, Assistant Property Administrator/DBELO<br />200 Terminal Drive, Ste. 200<br />Lafayette, LA 70508<br />E:
[email protected] and
[email protected]<br /> <br />A non-mandatory pre-proposal conference will be held on Monday, August 25, 2025 at 10:00 a.m. CDT in the Administrative Conference Room of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508. All prospective Proposers are encouraged to attend. A site visit along with important Security and SBE Program information and requirements which may affect proposals will be presented at this meeting. Any questions regarding the RFP are requested to be submitted, in writing, prior to the pre-proposal meeting to
[email protected] and
[email protected] but no later than Wednesday, August 27, 2025 at 12:00 p.m. CDT. No additional site visits with LAC personnel will be conducted.<br /> <br /> The LAC, 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 Proposers 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 Proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.<br /> <br />It is the policy of the Lafayette Airport Commission to create a level playing field on which Small Business Enterprises (SBEs) can compete fairly for opportunities. Accordingly, the Lafayette Airport Commission has established a Small Business Enterprise Participation Goal of 18.88% for this solicitation.<br /> <br />In compliance with the Lafayette Airport Commission’s commitment to inclusion of small businesses and to be eligible for award of a contract, the Proposer MUST either:<br />1. Meet the SBE goal as advertised with meaningful small (or disadvantaged) business participation through subcontracts, joint ventures, or suppliers; OR<br />2. Demonstrate Good Faith Efforts to meet the SBE goal.<br /> <br />An SBE must meet the following criteria:<br /> <br />The firm MUST be at least 51% owned and controlled by an economically disadvantaged individual. Economically disadvantaged is defined as a person whose personal net worth is less than $1.32 million. <br />The economically disadvantaged owner MUST be a U.S. citizen or lawfully permanent resident of the U.S. <br />The firm MUST meet the Small Business Administration’s size standard and MUST NOT exceed $23.98 million gross receipts. <br />LAC will accept certified Small Entrepreneurs certified through the Louisiana Division of Administration (LDOA) - Louisiana Hudson Initiative Small Entrepreneurship Program. Small entrepreneurs certified through the LDOA Hudson Initiative can found at https://smallbiz.louisianaeconomicdevelopment.com/Search/default.aspx .<br /> <br />LAC will also accept businesses certified as SBE by the Louisiana Department of Transportation and Development (LADOTD) Small Business Element (SBE) Program and/or firms that are DBE certified through Louisiana Unified Certification Program (LA UCP). SBE and DBE firms certified by the LADOTD can be found at http://www.laucp.org/UCP/UCPSearch.aspx.<br /> <br /> <br />Lafayette Airport Commission<br /> <br />/s/ Steven L Picou, A.A.E. Executive Director<br />Lafayette Regional Airport<br /> <br /> <br />To Be Advertised:<br /> <br />Wednesday, August 20, 2025<br />Wednesday, August 27, 2025
https://www.centralauctionhouse.com/rfp75631852-lafayette-regional-airport-janitorial-services-contract--2025-no-2.html
20-Aug-2025 12:00:00 AM CDT |
03-Sep-2025 9:00:00 AM CDT |
City of Mandeville |
2025 ITB SUNSET POINT FISHING PIER DEMOLITION
|
INVITATION TO BID <br /><br />CITY OF MANDEVILLE <br /><br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, September 17, 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 SUNSET POINT FISHING PIER DEMOLITION, A/E PROJECT NO. 2418-D; COM PROJECT NO. 100.25.002-D; for the City of Mandeville. Bids will be opened and publicly read <br /><br />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 and lawful disposal of the existing fishing pier inclusive of piles, deck and structure, shelter, roof, lighting, conduits and conductors, water piping, benches, concrete bulk debris, concrete ramp, capping onshore buried utilities, and all miscellaneous and supporting items of work. <br /><br />This contract may be fully or partially funded by the FEMA Public Assistance program. Refer to the Contract Documents, as amended, for the federal contract clauses and provisions applicable to this contract between the City and the contractor. <br /><br />A NON-mandatory pre-bid conference will be held Thursday, August 28, 2025, at 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 electronic Contract Documents may be secured from Principal Engineering, Inc., located at 128 Northpark Blvd, Covington, LA (ph. 985-624-5001) through
[email protected], at no cost. <br /><br />Questions and comments regarding this BID must be submitted in writing to City of Mandeville, Purchasing Agent, <br /><br />ATTN: <br /><br />RuthAnn Chadwick, 3101 E. Causeway Approach, Mandeville, LA 70448 or via e-mail to <br /><br />
[email protected] (and cc:
[email protected]) no later than 4:00 P.M. Local Time, Friday September 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: SUNSET POINT FISHING PIER DEMOLITION <br /><br />COM PROJECT NO. 100.25.002-D <br /><br />Bid Due Date and Time: Wednesday, September 17, 2025; 11:00 A.M. <br /><br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND <br /><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 <br /><br />shall apply to the Contract throughout. <br /><br />___________________________ <br /><br />Mayor Clay Madden <br /><br />City of Mandeville <br /><br />St Tammany Farmer: 3xs: 8/20, 8/27. 9/3
https://www.centralauctionhouse.com/rfp25386790-2025-itb-sunset-point-fishing-pier-demolition.html
20-Aug-2025 12:00:00 AM CDT |
17-Sep-2025 11:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2163 Provide Website Maintenance Services
|
<div style="text-align: justify;"><u><b>Information </b></u><br /><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Request for Proposals ("RFP") for C-2163 Provide Website Maintentance Services as described in the bid documents and related exhibits. Response to this RFP does not guarantee a contract. <br /><br /><u><b>How to Obtain Documents</b></u><br /><br />Specifications and Bid documents may be obtained online at Central Bidding - Buying Services: New Orleans Ernest N. Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may also request specifications and Bid documents from Contracts Department by emailing
[email protected].<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Thursday, September 4, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Buying Services: New Orleans Ernest N. Morial Convention Center.<br /> <br /><b><u>Selection TImeline </u></b></div><ul> <li style="text-align: justify;">RFP Solicitation Wednesday, August 20, 2025</li> <li style="text-align: justify;">Pre-Submission Conference Wednesday, August 27, 2025 (10:00am)</li> <li style="text-align: justify;">Question Deadline Thursday, August 28, 2025 (10:00am)</li> <li style="text-align: justify;">Responses to Questions Friday, August 29, 2025</li> <li style="text-align: justify;">Bid Proposals Due Thursday, September 4, 2025 (10:00am)</li> <li style="text-align: justify;">Selection and Award September Board</li></ul><div style="text-align: justify;"><b>Any changes to the above timeline will be made through written Addendum. </b></div>
https://www.centralauctionhouse.com/rfp92415792-c-2163-provide-website-maintenance-services-.html
20-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-91873 Landscape Maintenance of City Parish Owned Lots and FEMA Properties (Groups 1-10)
|
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. September 11, 2025, for the following:<br /> <br />A25-91873 Landscape Maintenance of City Parish Owned Lots and <br /> FEMA Properties (Groups 1-10)<br /> <br />A mandatory pre-bid conference and a mandatory job site shall be held on September 2, 2025 at the City Hall Room 806, 222 St Louis Street, Baton Rouge, LA 70802 at 9:00 am CST. Only vendors participating in the mandatory pre-bid conference and mandatory job site visit will be eligible for award.<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division and paper bids will be opened. Beginning as soon as feasible after the bid closing time all the names of vendor submitting bids will read aloud.<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 September 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/rfp44053962-a25-91873-landscape-maintenance-of-city-parish-owned-lots-and-fema-properties-groups-1-10.html
20-Aug-2025 12:00:00 AM CDT |
11-Sep-2025 11:00:00 AM CDT |
St. Mary Parish Government |
2025-2026 MOSQUITO CHEMICALS BID FOR ST. MARY PARISH GOVERNMENT
|
Notice is hereby given that sealed bid will be received by the St. Mary Parish Government Purchasing Department until, Thursday, September 4, 2025, at 10:00 a.m. on the Fifth Floor Courthouse, 500 Main St. Franklin, LA 70538 for the following:<br />“MOSQUITO CONTROL CHEMICALS CONTRACT”<br /><br />Then and their bids will be opened and read aloud. Bids received after the specified time and date will not be opened or recognized. Specifications and contract documents for the above can be obtained upon request from the St. Mary Parish Purchasing Department on the Fifth Floor Courthouse, Franklin, LA 70538 and can be downloaded from Central Bidding at www.centralbidding.com Bids may be submitted electronically at Central Bidding or mailed to the office of St. Mary Parish Government Purchasing Department. <br />
https://www.centralauctionhouse.com/rfp50528098-2025-2026-mosquito-chemicals-bid-for-st-mary-parish-government.html
20-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 10:00:00 AM CDT |
East Feliciana Parish Police Jury |
EAST FELICIANA PARISH WIDE GENERATOR PROJECT NO. 25
|
PUBLIC NOTICE<br /><br />INVITIATION FOR CONSULTING ENGINEERING SERVICES<br /><br />EAST FELICIANA Parish invites qualified engineering firms to submit a Statement of Qualifications for the following project:<br /><br />EAST FELICIANA PARISH - PARISH WIDE GENERATOR PROJECT<br /><br />PARISH PROJECT NO. 25<br /><br />RFQ NO. 2502<br /><br />ENGINEERING FEE: TO BE NEGOTIATED<br /><br />This project and the procedures for the selection of this firm will be in accordance with all requirements of the Federal Emergency Management Agency’s Hazard Mitigation Assistance (HMA), FEMA’s Public Assistance Program (PA), Housing and Urban Development, Louisiana Office of Community Development, Federal Code of Regulations (2CRF200), the State of Louisiana, and the standard of EAST FELICIANA Parish. All responses received will be evaluated in accordance with the selection criteria identified in the Request for Qualifications information packet available from the Parish. That information also identifies the scope of services to be performed by the selected firm.<br /><br />All engineering firms 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 Certificate(s) of Registration shall be attached to each Statement of Qualification. Failure to be registered and in good standing with the aforementioned board will lead to the rejection of qualifications statement.<br /><br />EAST FELICIANA Parish will award the project to the respondent obtaining the highest recommendation and points based upon a section committee review of the submitted Statement of Qualifications and work references.<br /><br />Interested firms are invited to secure an informational packet from EAST FELICIANA Parish Darryl Buhler OHSEP Director 225-719-2759
[email protected] or download an electronic copy of the official Request for Qualifications packet from Central Bidding website: www.centralbidding.com. Only those firms that have responded in accordance with the official RFQ packet for this project obtained from EAST FELICIANA Parish or Central Bidding will be considered by EAST FELICIANA Parish Selection Committee. Additionally, the firm selected for this project will be required to execute the Parish standard contract for<br /><br />Engineering Services as amended for this project. The overall level and scope of services will be determined by EAST FELICIANA Parish. A fixed sum contract will be negotiated with the selected firm. Responding firms 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 to Darryl Buhler OHSEP Director
[email protected].<br /><br />The response to this RFQ must be hand delivered or mailed to the above-named person at EAST FELICIANA Parish, 12064 Marston St. Clinton, La 70722 in such a manner that it is received no later than 5:00 PM, Day, 09/22/2025. Statements of Qualifications that have not been received by the deadline date and time will be rejected.<br /><br />EAST FELICIANA Parish is an Equal Opportunity Employer. Responding firms are encouraged to utilize minority participation in this contract through the use of disadvantaged and women-owned businesses as suppliers or sub-contractors. EAST FELICIANA Parish encourages submission by DBE, minority, veteran, and/or women owned businesses.<br /><br />EAST FELICIANA PARISH<br /><br />Darryl Buhler<br /><br />OHSEP Director
https://www.centralauctionhouse.com/rfp31942178-east-feliciana-parish-wide-generator-project-no-25.html
20-Aug-2025 12:00:00 AM CDT |
22-Sep-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
1018 N. Pierce Street Abatement & Demolition
|
<br />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 />August 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />1018 N. Pierce Street, Lafayette, LA <br /> <br />Project Name<br />1018 N. Pierce Street Abatement & Demolition<br />RQ Number<br />18998<br />Bid Number<br />250165<br />Quote Dates<br />Start<br />08/19/2025<br />End<br />09/03/2025<br />Probable Cost $<br />14,100.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 11:00 AM, 09/03/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions 1018 N. Pierce Street Abatement & Demolition.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA. NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp81433637-1018-n-pierce-street-abatement-demolition.html
19-Aug-2025 5:00:00 PM CDT |
03-Sep-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
107 Rayland Street Abatement & Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />August 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />107 Rayland Street Abatement & Demolition, Lafayette, LA <br /> <br />Project Name<br />107 Rayland Street Abatement & Demolition<br />RQ Number<br />19012<br />Bid Number<br />250166<br />Quote Dates<br />Start<br />08/19/2025<br />End<br />09/03/2025<br />Probable Cost $<br />8,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 12:00 Noon, 09/03/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions 107 Rayland Street Abatement-Demolition<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp88915047-107-rayland-street-abatement-demolition.html
19-Aug-2025 5:00:00 PM CDT |
03-Sep-2025 12:00:00 PM CDT |
Lafayette Consolidated Government |
604 Elizabeth Ave. Abatement & Demo
|
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 />August 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />604 Elizabeth Ave. Abatement & Demolition, Lafayette, LA <br /> <br />Project Name<br />604 Elizabeth Ave. Abatement-Demolition<br />RQ Number<br />19032<br />Bid Number<br />250167<br />Quote Dates<br />Start<br />08/19/2025<br />End<br />09/03/2025<br />Probable Cost $<br />3,500.00<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, 09/03/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions 604 Elizabeth Ave. Abatement-Demolition<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp64751534-604-elizabeth-ave-abatement-demo.html
19-Aug-2025 5:00:00 PM CDT |
03-Sep-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148344 - PURCHASE OF ABRASIVE WHEELS AND OTHER MISCELLANEOUS ITEMS FOR THE JEFFERSON PARISH EASTBANK WAREHOUSE
|
PURCHASE OF ABRASIVE WHEELS AND OTHER MISCELLANEOUS ITEMS FOR THE JEFFERSON PARISH EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp99645120-5000148344--purchase-of-abrasive-wheels-and-other-miscellaneous-items-for-the-jefferson-parish-eastbank-warehouse.html
19-Aug-2025 4:20:00 PM CDT |
25-Aug-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148365 Purchase of a Soft Starter for the Jefferson Parish Department of Water
|
Purchase of a Soft Starter for the Jefferson Parish Department of Water
https://www.centralauctionhouse.com/rfp70821429-5000148365-purchase-of-a-soft-starter-for-the-jefferson-parish-department-of-water.html
19-Aug-2025 4:00:00 PM CDT |
22-Aug-2025 11:00:00 AM CDT |
St. Bernard Parish Government |
Third Party Administrator Services St. Bernard Parish Government
|
Request for Proposals<br /> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br />Sealed Proposals will be received until the hour of 2:00 p.m. on Tuesday, September 16, 2025, in the St. Bernard Parish Government Office of the Department of Public Works, located at 1125 East St. Bernard Highway, Chalmette, Louisiana for performing all services necessary for:<br /><br />Third Party Administrator Services<br />St. Bernard Parish Government<br /> <br />The St. Bernard Parish Government is seeking the services of a Third-Party Administrator to provide claims adjusting and claims administration services for certain components of its SIR program. St. Bernard Parish Government currently maintains a self-insurance program for Workers’ Compensation. The purpose of this Request for Proposal is to obtain informational proposals from qualified Respondents who are interested in providing Third-Party Administrator services for the claims management of all new claims and existing/takeover claims for Workers’ Compensation on behalf of St. Bernard Parish Government.<br /><br />To be a valid delivery, Sealed Proposals must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:00 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m., on Tuesday, September 16, 2025.<br /> <br />Sealed Proposals delivered to any other St. Bernard Parish Government location or other room number prior to the proposal receipt deadline will not be considered.<br /> <br />The successful Respondent will be selected based upon the best response offered to the Parish. St. Bernard Parish Government, or appointed Committee, shall evaluate each Request for Proposals received. Respondents may be requested to give an oral presentation after submission of responses should the Parish find it necessary, in order to determine which is the best.<br /><br />The non-cost factors shall be significantly more important than the cost factor.<br /><br />The evaluation committee shall assign points to its evaluation of each Proposal as follows:<br /> <br />Evaluation Criteria Possible Points<br />Compliance with RFP 10 points<br />Implementation Plan 10 points<br />Methodology and resources applied to fulfill the scope of services 20 points<br />Qualifications of the Respondent, including, staffing and 20 points<br />organization, experience and professional qualifications of key<br />management and claims adjuster personnel who are assigned<br />to the project<br />Information Technology services including access, capabilities 20 points<br />and reporting<br />Proposal quality and references 10 points<br />Proposed Compensation 10 points<br /><br />Total 100 points<br /> <br />The Request for Proposals package is on file and open for inspection at the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043 (504) 278-4314. Packages may be secured from the office between the hours of 8:00 a.m. to 4:30 p.m. Monday thru Friday or requested by e-mail at
[email protected].<br /> <br />Request for Proposal 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) to apply.<br /> <br /> <br />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br />St. Bernard Parish Government<br />
https://www.centralauctionhouse.com/rfp63232351-third-party-administrator-services-st-bernard-parish-government.html
19-Aug-2025 3:35:00 PM CDT |
16-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148180 PURCHASE OF REMOTE METER PANELS
|
PURCHASE OF REMOTE METER PANELS FOR JEFFERSON PARISH EASTBANK WATER PLANT
https://www.centralauctionhouse.com/rfp37796076-5000148180-purchase-of-remote-meter-panels.html
19-Aug-2025 12:00:00 PM CDT |
22-Aug-2025 11:00:00 AM CDT |
Tangipahoa Parish Government |
REQUEST FOR QUALIFICATION STATEMENTS-RCIP RESILIENCY PROGRAM FOR ENGINEERING DESIGN AND SIDEWALK CONSTRUCTION MANAGEMENT SERVICES
|
THE TANGIPAHOA PARISH GOVERNMENT IS INTERESTED IN PROCURING THE SERVICES OF AN ENGINEERING FIRM TO ASSIST THE PARITH SERVERAL COMMERCIAL DISTRICT SIDEWALK IMPROVEMENT PROJECTS THAT INVOLVE DOWNTOWN HISTORIC DISTRICTS AND SIDEWALK ADA STANDARDS. THE PARISH WILL BE COORDINATING WITH THE STATE OF LA/OFFICE OF COMMUNTIY DEVELOPMENT IN THE USE OF HUD GRAND FUNDS FOR THESE PROJECTS. ESPECIALLY IMPORTANT IS THE ENGINEER'S EXPERIENCE WITH SIDEWALK CONSTRUCTION RELATED TO DISABILITY ACCESS ADA STANDARDS AND COMPLETING DESIGN IN A TIMELY MANNER. THE COMPANY SELECTED MUST HAVE A SAM ACCOUNT NUMBER AND PROOF OF STATE LICENBSE AND INSURANCE.
https://www.centralauctionhouse.com/rfp48919283-request-for-qualification-statements-rcip-resiliency-program-for-engineering-design-and-sidewalk-construction-management-services.html
19-Aug-2025 11:35:00 AM CDT |
29-Aug-2025 3:00:00 PM CDT |
Lafayette Parish Sheriff's Office |
#2026-03 3/4 Ton 4-Door Pickup Truck
|
<div style="text-align: center;"> NOTICE TO BIDDERS<br /><br />Sealed bids will be accepted until 10:00 a.m., Thursday, September 4, 2025, at the<br />Lafayette Parish Sheriff’s Office at 316 W. Main Street, Lafayette, Louisiana for the following:<br /> <br />#2026-03 Three-Quarter Ton 4-door Pickup Truck<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: August 19th; August 21st</div>
https://www.centralauctionhouse.com/rfp13014545-2026-03-34-ton-4-door-pickup-truck.html
19-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 10:00:00 AM CDT |
South Lafourche Levee District |
Purchase of Vinyl Sheet Piles
|
<b>LEGAL NOTICE</b><br /><b>ADVERTISEMENT FOR BIDS</b><br /><b>Vinyl Sheet Pile</b><br /> <br /> <br />Sealed bids will be received by the Board of Commissioners of the South Lafourche Levee District until 11:00 A.M. on Wednesday, September 24, 2025, in the office of the South Lafourche Levee District, 17904 Highway 3235, Galliano, LA 70354. At that time, the bids will be publicly opened and read aloud for the purchase of the following item:<br /> <br />Vinyl Sheet Pile, with the following specifications:<ul> <li>Fixed price per sheet for the period of October 15, 2025, to October 14, 2026</li> <li>Length of each: 12 ft</li> <li>Width of each: 18 in</li> <li>Specifications of Everlast Synthetic Products, LLC, ESP 2.1 Vinyl Sheet Pile or an approved equal that meets or exceeds the performance, durability, and dimensional specifications of the Everlast Synthetic Products, LLC, ESP 2.1 Vinyl Sheet Pile</li></ul> <br />The fixed price for the period of October 15, 2025 to October 14, 2026, shall include delivery and offloading as needed throughout the contract period either to the SLLD main office located at 17904 Hwy 3235, Galliano, LA 70354, or to locations within the boundaries, as decided by the SLLD, of the Larose to Golden Meadow Hurricane Protection System accessible by public or private road. Deliveries shall be requested of the successful bidder in quantities of 800-1,200 sheets per delivery.<br /> <br />Bid price shall specifically exclude any and all taxes. Bids will be rejected if this stipulation is not met. The South Lafourche Levee District is exempt from paying state and local taxes.<br /> <br />Bid should be submitted to the South Lafourche Levee District, P.O. Box 426, Galliano, LA 70354, with the envelope marked "Bid on Vinyl Sheet Pile". Bids will be accepted only by registered mail or certified mail or bid may be hand delivered in which case a receipt will be given to the bidder. All other mailings will be rejected. Bid form and instructions for online bidding are available through our website at www.slld.org.<br /> <br />Any bid received after 11:00 A.M. on Wednesday, September 24, 2025, will be returned unopened.<br /> <br />The South Lafourche Levee District reserves the right to reject any and all bids and to waive any informality or to accept any bid that may serve its best interest.<br /> <br />s/Nicholas P. Matherne <br />Executive Director <br /> <br /><u>Daily Comet</u> <br />Publication Dates: August 19, 2025 <br /> September 9, 2025<br /> <br /><u>Lafourche Gazette</u> <br />Publication Dates: August 27, 2025<br /> September 10, 2025<br />
https://www.centralauctionhouse.com/rfp26425241-purchase-of-vinyl-sheet-piles.html
19-Aug-2025 12:00:00 AM CDT |
24-Sep-2025 11:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2158 Provide Building Information Revit Modeling Services
|
<u><b>Information </b></u><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Request for Proposals ("RFP") for C-2158 Provide Building Information Revit Modeling Services as described in the bid documents and related exhibits. Response to this RFP 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 - Buying Services: New Orleans Ernest N. Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may also request specifications and Bid documents from Contracts Department by emailing
[email protected].<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Friday, September 5, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Buying Services: New Orleans Ernest N. Morial Convention Center.<br /><br /><b><u>Selection Timeline </u></b><ul> <li> RFP Solicitation Tuesday, August 19, 2025</li> <li>Pre-Submission Conference Thursday, August 28, 2025 (10:00am)</li> <li>Walk-Through Immediately following Pre-Submission Conference</li> <li>Question Deadline Friday, August 29, 2025 (10:00am)</li> <li>Responses to Questions Tuesday, September 2, 2025</li> <li>Bid Proposals Due Friday, September 5, 2025 (10:00am)</li> <li>Selection and Award September Board</li></ul><b>Any changes to the above timeline will be made through written Addendum. </b>
https://www.centralauctionhouse.com/rfp17785592-c-2158-provide-building-information-revit-modeling-services-.html
19-Aug-2025 12:00:00 AM CDT |
05-Sep-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
303 Edison Street Demolition Bid No. 250173
|
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 />August 18, 2025<br />Requesting quotes for: Demolition as per specifications<br /> listed on attached for the following location<br />303 Edison Street, Lafayette, LA<br /> <br />Project Name<br />303 Edison Street Demolition<br />Requisition Number<br />15726<br />Bid Number<br />250173<br />Probable Cost $<br />20,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 12:00 Noon 09/02/2025<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 – 303 Edison 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/rfp78361220-303-edison-street-demolition-bid-no-250173.html
18-Aug-2025 5:00:00 PM CDT |
02-Sep-2025 12:00:00 PM CDT |
Jefferson Parish Government |
5000148/300 Purchase of Various Industrial Supplies
|
Purchase of Various Industrial Supplies
https://www.centralauctionhouse.com/rfp31572221-5000148300-purchase-of-various-industrial-supplies.html
18-Aug-2025 4:00:00 PM CDT |
21-Aug-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148572 PURCHASE OF A PUMP ACCESSORY
|
PURCHASE OF A PUMP ACCESSORY FOR JEFFERSON PARISH WATER DEPARTMENT
https://www.centralauctionhouse.com/rfp5926887-5000148572-purchase-of-a-pump-accessory.html
18-Aug-2025 1:30:00 PM CDT |
22-Aug-2025 11:00:00 AM CDT |
City of Mandeville |
2025 RFP - INDEPENDENT AUDITING SERVICES
|
The City of Mandeville is requesting sealed proposals from qualified certified public accounting firms (hereinafter<br />“Firm” or “Proposer”) to perform independent financial and compliance audit services for the fiscal year ending<br />August 31, 2025. The successful Proposer shall conduct the audit in accordance with Generally Accepted<br />Auditing Standards (GAAS), Government Auditing Standards issued by the Comptroller General of the United<br />States (commonly referred to as the Yellow Book), and the requirements of the Louisiana Legislative Auditor (LLA).<br />In addition to performing the annual financial statement audit, the selected Firm shall perform all procedures<br />prescribed by the Louisiana Legislative Auditor’s Statewide Agreed-Upon Procedures (SAUP), Version 7. If the City<br />expends $750,000 or more in federal funds during the audit period, the Firm shall also conduct a Single Audit in<br />accordance with Title 2 U.S. Code of Federal Regulations Part 200, Subpart F (Uniform Guidance).<br />The City further expects the selected Firm to provide technical assistance related to the implementation and<br />financial reporting requirements of applicable Governmental Accounting Standards Board (GASB)<br />pronouncements, including but not limited to GASB Statement No. 87 (Leases), GASB Statement No. 96<br />(Subscription-Based Information Technology Arrangements), and any additional standards applicable during the<br />engagement term.<br />This Request for Proposals (RFP) is issued pursuant to the authority granted under Louisiana law governing the<br />procurement of professional services. The award of a contract resulting from this RFP is subject to the availability<br />of funds and the execution of a contract acceptable to the City.<br /><br />Proposals may be submitted using one of the following three methods:<br />1. Electronic Submission via Central Bidding:<br />• Proposals can be submitted through the City’s designated bid platform at www.centralbidding.com.<br />• The proposal must be uploaded as a single, searchable PDF file. Scanned, image-only documents are<br />discouraged.<br />• It is the responsibility of each proposer to monitor the platform for any addenda.<br />2. Hard Copy Delivery to City Hall:<br />• Sealed proposal packets can be delivered to the Purchasing Agent's office at:<div>City of Mandeville City Hall<br />Attn: Purchasing Agent<br />3101 East Causeway Approach<br />Mandeville, LA 70448</div>• The firm's Louisiana CPA license number must be clearly written on the outer envelope of the submitted<br />proposal packet.<br />3. Email Submission:<br />• Proposals may be emailed to:
[email protected].<br />• The subject line should read: RFP Inquiry – 2025 Independent Auditing Services.<br />• The proposal must be attached as a single, searchable PDF file.
https://www.centralauctionhouse.com/rfp3780620-2025-rfp--independent-auditing-services.html
18-Aug-2025 1:00:00 PM CDT |
10-Sep-2025 11:00:00 PM CDT |
Claiborne Electric Co-Op |
2026 Chemical Vegetation Management Services
|
Claiborne Electric Cooperative (“Claiborne”) is requesting quotations for 2026 Chemical Vegetation Management Services. This projects requires chemical treatment of approximately<br />801 miles of existing 15kV and 25kV distribution rights of way as well as approximately 25 acres of high voltage electrical substation sites.<br /><br />Prospective bidders are asked to submit their quotation using the attached Excel spreadsheet and bidding documents no later than 10:30 AM, September 17, 2025 by email to Lisa Ledbetter at
[email protected]. Technical questions or further questions about the Scope of Work may be directed to Stephen Faulk, Homer Operations Manager (
[email protected]) or Daniel Kimbell, Farmerville Operations Manager (
[email protected]).<br /><br />A non-mandatory Pre-Proposal Conference will be held on September 4, 2025 at 10:00 AM via Microsoft Teams. Please contact Lisa Ledbetter (
[email protected]) to register.<br /><br />Thank you for your interest in serving Claiborne and its members!
https://www.centralauctionhouse.com/rfp67645072-2026-chemical-vegetation-management-services.html
18-Aug-2025 12:00:00 AM CDT |
17-Sep-2025 10:30:00 AM CDT |
South Lafourche Levee District |
Emergency Services Contracts - Land Based Operations
|
<div style="text-align: center;">REQUEST FOR PROPOSALS </div>Proposals will be received on <b>Sept. 15, 2025</b>, by the South Lafourche Levee District (SLLD), at the office of the SLLD, located at; 17904 Hwy 3235, Galliano, Louisiana 70354 until <b>10:00 A.M. CST</b> as shown on the SLLD Conference Room Clock.<br /> <br />Each proposal shall be either hand delivered by the proposer or his agent in which instance the deliverer shall be handed a written receipt, or such proposal shall be sent by registered or certified mail with a return receipt requested. Proposals shall not be accepted or taken, including receiving any hand delivered proposals, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for proposals is: South Lafourche Levee District<br /> P.O. Box 426<br /> Galliano, Louisiana 70354<br /> Attn: Nicholas Matherne<br /> <br />No proposal received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the proposals timely shall not be considered due cause for the scheduled time of the proposal opening to be extended.<br /> <br />Request for Proposal Documents are on file at the office of SLLD and may be obtained by prospective proposers free of charge. Please contact Nicholas Matherne with regard to the information about the proposal documents.<br /> <br />A non-mandatory meeting shall be held at the SLLD office on Sept. 3, 2025 at 10:00 A.M. All interested contractors are encouraged to attend.<br /> <br />Project Name: Emergency Services Contracts<br /> Land Based Operations<br /> <br />Project Description: It is anticipated that the chosen contractor(s) shall be given various tasks before and following a major storm event related to but not limited to the following: restore functionality to critical structures, plugging and breaching levees, debris removal inclusive of windrowing and hauling, debris clearance and grubbing operations, installing various flood protection measures, damage assessment, etc. The emergency operations are anticipated to be performed at any of the SLLD’s flood protection structures, earthen levees, water control structures, pump stations and operation center.<br /> <br />Proposals received prior to the time of the scheduled proposal opening will be securely kept unopened. No proposal received after the scheduled time for opening will be considered. Proposers are cautioned to allow ample time for transmittal of proposals by mail or otherwise. Proposers are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the proposals are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the proposals timely shall not be considered due cause for the scheduled time of the proposal opening to be extended. Proposals must be submitted on the Proposal Form furnished with the Request for Proposals. 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 submit shall include 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 Classification: CLASS III – Heavy Construction, or<br /> CLASS II – Highway, Street, and Bridge Construction<br /> <br />If someone other than a corporate officer signs for the Proposer/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of proposal. Failure to include a copy of the appropriate signature authorization will result in the rejection of the proposal unless proposer has complied with LA R.S. 38:22:12(B)(5).<br /> <br />A Proposal will be considered responsive if it conforms in all respects with the conditions and requirements of the Request for Proposals Documents.<br /> <br />Successful proposers must register with the Lafourche Parish Sales and Use Tax Department for use tax purposes.<br /> <br />The South Lafourche Levee District (SLLD) reserves the right to reject any and all proposals.<br /> <br /> <br /> <br />/s/Nicholas Matherne<br />Executive Director<br />South Lafourche Levee District<br /> <br />Publish: August 18, 2025
https://www.centralauctionhouse.com/rfp82344755-emergency-services-contracts--land-based-operations.html
18-Aug-2025 12:00:00 AM CDT |
15-Sep-2025 10:00:00 AM CDT |
Claiborne Electric Co-Op |
2026 Right-of Way Maintenance
|
Claiborne Electric Cooperative (“Claiborne”) is requesting quotations for its 2026 Right-of-Way Maintenance plan. This project includes clearing, trimming, or otherwise reclaiming approximately 914 miles of 15kV and 25kV distribution rights-of-way. <br /><br />Prospective bidders are asked to submit their quotation using the attached Excel spreadsheet and RUS bidding documents no later than 10:30 AM, September 18, 2025 by email to Lisa Ledbetter at
[email protected]. Technical questions or further questions about the Scope of Work may be directed to Stephen Faulk, Homer Operations Manager (
[email protected]) or Daniel Kimbell, Farmerville Operations Manager (
[email protected]). <br /><br />A non-mandatory Pre-Proposal Conference will be held on September 3, 2025 at 10:00 AM via Microsoft Teams. Please contact Lisa Ledbetter (
[email protected]) to register. <br /><br />Thank you for your interest in serving Claiborne and its members!
https://www.centralauctionhouse.com/rfp59835332-2026-right-of-way-maintenance.html
18-Aug-2025 12:00:00 AM CDT |
18-Sep-2025 10:30:00 AM CDT |
Claiborne Electric Co-Op |
2026 Line Construction & Maintenance Service
|
Claiborne Electric Cooperative (“Claiborne”) is requesting quotations for 2026 Line Construction & Maintenance Services. This project includes building, rebuilding, reconductoring, converting, or rehabilitating 15kV and 25kV distribution lines throughout Claiborne’s service territory.<br /><br />Prospective bidders are asked to submit their quotation using the attached Excel spreadsheet and RUS bidding documents no later than 10:30 AM, September 22, 2025 by email to Lisa Ledbetter at
[email protected]. Technical questions or further questions about the Scope of Work may be directed to Stephen Faulk (
[email protected]) or Daniel Kimbell (
[email protected]).<br /><br />A non-mandatory Pre-Proposal Conference will be held on September 2, 2025 at 10:00 AM via Microsoft Teams. Please contact Lisa Ledbetter (
[email protected]) to register.<br /><br />Thank you for your interest in serving Claiborne and its members!
https://www.centralauctionhouse.com/rfp65247292-2026-line-construction-maintenance-service.html
18-Aug-2025 12:00:00 AM CDT |
22-Sep-2025 10:30:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0300 Aggregates and Soils
|
<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. September 04, 2025 for the following:<br /> <br />A25-0300 AGGREGATES & SOILS<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on August 27, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp94922162-a25-0300-aggregates-and-soils.html
18-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
Plumber at 204 Montreal Drive
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT<br />PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUEl PO BOX 4017-C l LAFAYETTE, LA 70502<br />August 15, 2025<br /> <br />Requesting quotes for: PLUMBER AT 204 MONTREAL DRIVE as per specifications listed on attached for the following location:204 Montreal Drive<br />Lafayette, LA 70501<br />337-561-2589<br />Project Supervisor: Kevin Roy<br /> <br />Written quotes will be taken until closing time (5:00 pm) August 29, 2025.<br /> <br />A Master Plumbing License is required for this project.<br /> <br />Work must be completed according to the attached specifications.<br /> <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?8034 (Attn: Keirston St. Amant; email
[email protected] ) or at www.centralbidding.com <br />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 $1,000,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $1,000,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $1,000,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Keirston St. Amant @ 337?291?8034.<br />NOTE: Any questions regarding the specifications must be addressed to Keirston St. Amant at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Plumber at 204 Montreal Drive<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: Keirston St. Amant, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Keirston St. Amant, 705 W University Ave, Lafayette, LA.<br />Submit your quote online at www.centralbidding.com<br /> <br />NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ<br />UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp44439358-plumber-at-204-montreal-drive.html
15-Aug-2025 5:00:00 PM CDT |
27-Aug-2025 5:00:00 PM CDT |
Jefferson Parish Government |
5000148475 PURCHASE OF POLOS
|
PURCHASE OF POLOS FOR JEFFERSON PARISH WATER DEPARTMENT
https://www.centralauctionhouse.com/rfp47414939-5000148475-purchase-of-polos.html
15-Aug-2025 3:45:00 PM CDT |
25-Aug-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148490 Provide Labor, Materials, and Equipment to Repair Leaking Metal Roof on the Office and Concession Stand at The Terrytown Gym for The Jefferaon Parish Department of Parks and Reecreation
|
Provide Labor, Materials, and Equipment to Repair Leaking Metal Roof on the Office and Concession Stand at The Terrytown Gym for The Jefferaon Parish Department of Parks and Reecreation
https://www.centralauctionhouse.com/rfp86288872-5000148490-provide-labor-materials-and-equipment-to-repair-leaking-metal-roof-on-the-office-and-concession-stand-at-the-terrytown-gym-for-the-jefferaon-parish-department-of-parks-and-reecreation.html
15-Aug-2025 3:19:00 PM CDT |
03-Sep-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148550 PURCHASE OF A QUANTITY OF SUPPLIES
|
PURCHASE OF A QUANTITY OF SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp78543106-5000148550-purchase-of-a-quantity-of-supplies.html
15-Aug-2025 11:20:00 AM CDT |
21-Aug-2025 11:00:00 AM CDT |
City of Alexandria |
Genealogical Library Roof Stabilization and Repair - 503 Washington Street
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received for the City of Alexandria, Louisiana, by the City Clerk, at the City Council Chambers, City Hall, 915 Third Street, Alexandria, Louisiana, 71301, until 10:00 a.m. on Tuesday, the 23rd day of September, 2025, and then at said office publically opened and read aloud.<br /> <br />Any person requiring special accommodation shall notify the City Clerk of the type(s) of accommodations required not less than seven (7) days before the bid opening.<br /> <br />For:<br /> <br />GENEALOGICAL LIBRARY ROOF STABILIZATION AND REPAIR<br />503 WASHINGTON STREET<br /> <br /> <br />Complete Bidding Documents may be obtained from:<br /> <br />City Engineers Office<br />625 Murray Street, Second Floor<br />Alexandria, LA 71301<br />318-473-1170 (P)<br />318-441-6377 (F)<br /> <br />A Compact Disk (CD) with a complete set of bid documents will be given to licensed contractors.<br /> <br />Pursuant to LA R.S. 38:2212 A.(1)(f) and R.S. 38:2212 A.(1)(f)(vii), vendors/contractors have the option to submit bids and bonds electronically. Bids and bonds to be filed electronically shall be posted with Central Bidding at www.centralauctionhouse.com (1-225-810-4814). Registration will need to be completed prior to posting of bid. Plans, specifications and bid documents shall be obtained from the consultant listed above and posted with Central Bidding.<br /> <br />All bids must be accompanied by a bid security equal to five percent (5%) of the sum of the Base Bid, and must be in the form of a certified check, cashier’s check of Bid Bond written by a surety or insurance company complying with R.S. 38.2218 C. The Bid Bond shall be in the favor of the Owner, and shall be accompanied by appropriate power of attorney.<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.(1)(a), (b) and (c).<br /> <br />Bids shall be accepted from Contractors who are licensed under R.S. 37.2150-2163 for the classification of “Building Construction”. Project work shall consist of the following major items – installation of dimensional lumber to brace existing roof frame structure and removal/replacement of roof tiles. The contract duration shall be forty-five (45) working days. The engineer’s estimated cost of construction is $ 70,000.<br /> <br />In accordance with 38.2212.(A)(1)(b)(ii)(bb) and 38.2227, the apparent low bidder will submit the CONTRACTOR’S AFFIDAVIT (AFF-1), CONTRACTOR’S ATTESTION (AC 1-2) and ATTESTATION CLAUSE REGARDING VERIFICATION OF EMPLOYEES (AV-1) within ten (10) days of the bid opening or they will be declared non-responsive.<br /> <br />No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of R.S. 38.2214.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with R.S. 38.2212.(A)(1)(b), the provisions and requirements of this section, and those stated in the Advertisement Bids, and those required on the Bid Form shall not be considered as informalities and shall not be waived.<br /> <br /> <br /> Donna Jones<br /> City Clerk<br /> August 12, 2025<br /> <br />Please Publish August 15, 22 and 29
https://www.centralauctionhouse.com/rfp56033965-genealogical-library-roof-stabilization-and-repair--503-washington-street.html
15-Aug-2025 10:00:00 AM CDT |
23-Sep-2025 10:00:00 AM CDT |
Terrebonne Parish School District |
South Terrebonne High Modular Classroom Buildings Sitework
|
SECTION 001113<br /> <br />ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on TUESDAY, SEPTEMBER 9, 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 />TERREBONNE PARISH SCHOOL BOARD - MODULAR CLASSROOM BUILDINGS SITE WORK for:<br /> <br />SOUTH TERREBONNE HIGH SCHOOL<br />3879 HWY 24<br />BOURG, LA 70343<br /> <br />ARCHITECT’S PROJECT NO.: 2025.01-STHMS<br /> <br />CONSTRUCTION BUDGET: $350,000.00<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 SIXTY (60) 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 Mandatory Pre-Bid Conference shall be held for bidders on TUESDAY, AUGUST 26, 2025, commencing at 11:00 A.M. at SOUTH TERREBONNE HIGH SCHOOL, 3879 HWY 24, BOURG, LOUISIANA, 70343 at the Main Entrance to Auditorium. Attendees will be required to sign in with the Architect prior to Conference beginning.<br /> <br />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.<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 />Mr. Dane Voisin, President<br />Terrebonne Parish School Board <br /> <br /> <br />FIRST PUBLICATION: FRIDAY, AUGUST 15, 2025 <br />SECOND PUBLICATION: WEDNESDAY, AUGUST 20, 2025<br />THIRD PUBLICATION: MONDAY, AUGUST 25, 2025
https://www.centralauctionhouse.com/rfp91833461-south-terrebonne-high-modular-classroom-buildings-sitework.html
15-Aug-2025 8:00:00 AM CDT |
09-Sep-2025 2:00:00 PM CDT |
Vermilion Parish School Board |
Fresh Produce = FP2526-2
|
This is a bid for Fresh Produce for 9/5/25 to 10/2/2025.
https://www.centralauctionhouse.com/rfp56638605-fresh-produce-fp2526-2.html
15-Aug-2025 12:00:00 AM CDT |
21-Aug-2025 10:00:00 AM CDT |
City of Alexandria |
Auxiliary Power Generator Fire Station No. 5 (5540 Coliseum Blvd.)
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />CITY OF ALEXANDRIA<br /> <br />AUXILIARY POWER GENERATOR<br />FIRE STATION NO. 5<br />(5540 COLISEUM BOULEVARD)<br /> <br /> <br />Separate sealed bids for the CITY OF ALEXANDRIA AUXILIARY POWER GENERATOR FIRE STATION NO. 5 (5540 COLISEUM BOULEVARD) Project will be received by the City of Alexandria, Louisiana by the City Clerk, at the City Council Office, City Hall, 915 Third Street, Alexandria, Louisiana, 71301 until 10:00 a.m. (Central Time) on Tuesday, September 23, 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 />A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on Thursday, September 11, 2025 at the City of Alexandria Fire Station No. 5 located at 5540 Coliseum Boulevard, Alexandria, LA 71303.<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 /> <div style="text-align: center;">PAN AMERICAN ENGINEERS, LLC<br />(Design Professional)<br /> 1717 JACKSON STREET (71301)<br />P. O. BOX 8599 (71306)<br /> ALEXANDRIA, LOUISIANA<br />(318) 473-2100</div> <br />The work is generally described as follows:<br /> <br />All work related to the project entitled “City of Alexandria Auxiliary Power Generator Fire Station No. 5 (5540 Coliseum Boulevard),” being a 150 kW generator, natural gas fed. An additive alternate to replace the existing auto transfer switch is included.<br /> <br />Copies of the bidding documents shall be obtained from the office of Pan American Engineers, LLC upon deposit of $150.00 for each set of documents; or from the electronic bid submittal option as noted in the Advertisement. The deposit on the first set of documents furnished to bonafide prime bidders will be fully refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids.<br /> <br />Pursuant to Louisiana Revised Statute (L.R.S.) 38:2212.E.(1), Bidders have the option to secure bidding documents and submit bids electronically. Bidding documents may be secured from Central Bidding. 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 /> <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.<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), or for Federally funded projects, must be listed as acceptable on the U.S. Department of Treasury Circular 570.<br /> <br />City of Alexandria is an equal opportunity employer.<br /> <br />City of Alexandria encourages all small and minority-owned firms and women’s business enterprises to apply.<br /> <br />Any person with disabilities required special accommodations must contact the City of Alexandria no later than seven (7) days prior to bid opening.<br /> <br /> <br />City of Alexandria<br /> P. O. Box 71<br /> Alexandria, Louisiana 71309<br /> Jacques M. Roy, Mayor<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Friday, August 15, 2025<br />Friday, August 22, 2025<br />Friday, August 29, 2025<br />
https://www.centralauctionhouse.com/rfp15514469-auxiliary-power-generator-fire-station-no-5-5540-coliseum-blvd.html
15-Aug-2025 12:00:00 AM CDT |
23-Sep-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-1124 VECTOBAC WDG
|
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. September 03, 2025, for the following:<br /> <br />A25-1124 MOSQUITO CONTROL INSECTICIDES-VECTOBAC- WDG<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 25, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Elizabeth Miller (225) 389-3259, Ext. 3283, or via email
[email protected]<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp58187708-a25-1124-vectobac-wdg.html
15-Aug-2025 12:00:00 AM CDT |
03-Sep-2025 12:00:00 AM CDT |
State of Louisiana Military Department |
Turning Pads & Repairs, Camp Minden, Minden, LA
|
See attach Solicitation for: Turning Pads & Repairs, Camp Minden, Minden, LA
https://www.centralauctionhouse.com/rfp57743541-turning-pads-repairs-camp-minden-minden-la.html
15-Aug-2025 12:00:00 AM CDT |
18-Sep-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148499 PURCHASE OF WAREHOUSE SUPPLIES
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH WESTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp63722380-5000148499-purchase-of-warehouse-supplies.html
14-Aug-2025 11:00:00 AM CDT |
25-Aug-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
419 Thirteenth 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 />August 12, 2025<br />Requesting quotes for: Demolition as per specifications<br /> listed on attached for the following location<br />419 Thirteenth Street, Lafayette, LA<br /> <br />Project Name<br />419 Thirteenth Street Demolition<br />Requisition Number<br />15974<br />Bid Number<br />250163<br />Start Date<br />08/14/25<br />End Date<br />08/28/25<br />Probable Cost $<br />5,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 12:00 pm 08/28/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 419 Thirteenth 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/rfp2152624-419-thirteenth-street-demolition.html
14-Aug-2025 10:00:00 AM CDT |
28-Aug-2025 12:00:00 PM CDT |
Lafayette Consolidated Government |
106 Theriot 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 />August 13, 2025<br />Requesting quotes for: Demolition as per specifications<br /> listed on attached for the following location<br />106 Theriot Street, Lafayette, LA<br /> <br />Project Name<br />106 Theriot Street Demolition<br />Requisition Number<br />15724<br />Bid Number<br />250162<br />Probable Cost $<br />6,000.00<br />Authorizing Agency:<br />Community Development & Planning Dept. (CDP) Compliance Division <br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until 12:00 pm 08/28/2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – 106 Theriot 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/rfp1599126-106-theriot-street-demolition.html
14-Aug-2025 10:00:00 AM CDT |
28-Aug-2025 12:00:00 PM CDT |
Lafayette Consolidated Government |
Sealed Quote: Wastewater Collection System Rehabilitation – Point Repair 2025 Quote
|
REQUEST FOR SEALED QUOTATION<br /> <br />Notice is hereby given that sealed quotes 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 4:30 p.m. Central Time on the 3rd day of September , 2025 for the following:<br /> <br />Wastewater Collection System Rehabilitation – Point Repair 2025 Quote<br /> <br />and will, at that time be opened in the Office of Purchasing. Sealed quotes may be hand carried or mailed to the address listed above. Quotes received after the above specified time shall not be considered and shall be returned unopened to the sender.<br /><br />Vendors may submit their quotes electronically at the website listed above. Bidders wishing to submit their quote electronically must first be registered online with Central Bidding at the website listed above. Vendor may obtain an electronic copy of the quote documents from Christian Janes at
[email protected] or request by phone (337) 291-8262.<br />Contractors submitting quotes electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from opening of the quotes to provide the Lafayette Consolidated Government the original quote documents. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid. If a vendor fails to provide the original hard copies of the bid documents with 48 hours of 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 authorizing the person signing the quote 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 quote.<br />Copies of the quote documents are available at The Office of Purchasing & Property Management located at 705 W. University Avenue, Lafayette, LA 70506 ATTN: Christian Janes (337) 291-8262 at no cost. Bid documents shall be available until twenty-four hours before the bid opening date. All questions must be submitted in 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 Government, the amount of which shall be five percent (5%) of the Total Quote Price. If a bid bond is used, it shall be written by a surety or insurance company currently on the U. S. Department of the Treasury Financial Management Service list of approved bonding companies, which is published annually in the Federal Register, by a Louisiana domiciled insurance company with at least an A- Rating in the latest printing of the A. M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide or by an insurance company, which is either domiciled in Louisiana or owned by Louisiana residents, that is in good standing and licensed to write bid bonds. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state and residing in this state. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /><br />No contractor may withdraw his quote for at least forty-five (45) days after the time scheduled for the opening of quotes. Each quote shall be submitted only on the quotation 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 quotation documents.<br /><br />Quotes will be evaluated by the Purchaser based on the lowest responsible quote submitted which is also in compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all bids or any portions 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 contractors under Chapter 24 or Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their quote is enclosed. Quotes in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors Baton Rouge, Louisiana.<br /><br />CONTRACTORS SHALL BE LICENSED FOR THE CLASSIFICATION OF: MUNICIPAL AND PUBLIC WORKS CONSTRUCTION<br /><br />Contractors shall examine all documents relating to this project and visit the job site to ascertain the nature of the work and the character of the job site. Contractors shall become familiar with the project limitations and various aspects of the work, physical conditions and surroundings of the job site. The Lafayette Consolidated Government will not consider any claims for compensation whatsoever on account of the contractor’s failure to fully investigate and examine the project, the project requirements and the job site conditions as required above.<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 in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses might be obtained by calling (337) 291-­8410.<br /> <br /> <br /> <br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp87623158-sealed-quote-wastewater-collection-system-rehabilitation-point-repair-2025-quote.html
14-Aug-2025 8:00:00 AM CDT |
04-Sep-2025 4:30:00 AM CDT |
City of Donaldsonville |
NATURAL GAS SYSTEM INFRASTRUCTURE IMPROVEMENTS – PHMSA ROUND 1 (B)
|
Sealed bids will be received by the City of Donaldsonville on Tuesday, September 9, 2025 at 609 Railroad Avenue, Donaldsonville, LA 70346 where Bids are to be received until 10:00 a.m. local time and then at said office publicly opened and read aloud for the following project:<br /> <br />NATURAL GAS SYSTEM INFRASTRUCTURE IMPROVEMENTS –<br />PHMSA ROUND 1 (B)<br />City of DONALDSONVILLE<br />McKim & Creed Project No. 08385-0014<br /> <br />STATEMENT OF WORK:<br /> <br />This project is to construct new 2”, 3”, 4” and 6” MDPE gas mains located in Donaldsonville on various streets. The project includes tying in new MDPE piping to existing gas mains, installing new 1” gas service lines with excess flow valves, and tying to the existing gas meters with new MDPE to Anodeless service risers with new lock-wing ball valves.<br /> <br />All Bids must be in accordance with the Contract Documents on file at 609 Railroad Ave., Donaldsonville, LA 70346.<br /> <br />Eligibility of Bidders to Receive Bidding Documents<br />The City of Donaldsonville is participating member of the Louisiana Municipal Gas Authority and thus under ACT NO. 176, amending R.S. 33:4546.21, Contractors must be pre-qualified before obtaining Bidding Documents. In order to be pre-qualified, Bidders submit a copy of their written Operator Qualification and Training Program to ensure compliance with the certification requirements of 49 CFR Part 192.801 et seq., as mandated by the United States Department of Transportation- Pipeline and Hazardous Materials Safety Administration (PHMSA) and the Louisiana Department of Natural Resources – Pipeline Safety Division. Specific scrutiny will be given to those individuals workmen employed by the prospective bidder and their training documentation regarding the certifications of workmen to perform “Covered Tasks” on a natural gas distribution system. Prospective bidders should be able to show at least four (4) workmen, one of which must serve in a supervisory role, have been OQ certified for all covered tasks related to PE gas lines installations. Bidders who do not already have a current and active OQ program will not be qualified to obtain bidding documents.<br /> <br />Contractor must contact Mr. George Mouledoux, National Corrosion Services, Inc, at
[email protected] or (504) 214-2255 to obtain the Operator Qualification Requirements and Pre-Certification approval for this project. <br /> <br />Bidders who choose to bid this project MUST BE PRE-QUALIFIED and approved by the ENGINEER prior to the Bid date and time set forth in this advertisement. Bidders who are not Pre-Qualified and Approved shall be considered Non-Responsive.<br /> <br />In addition, prospective bidders must submit evidence of an ongoing Drug and Alcohol Misuse Program meeting Part 199 of the PHMSA Regulations plus a list of at least three (3) references from other natural gas distribution system operators whom they have performed work, exceeding a value of $250,000 in the past five (5) years.<br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Plans for use in preparing Bids may be obtained from the office of McKim & Creed, Inc.1022 S. Purpera Avenue, Gonzales, LA 70707-0298, (225) 644-5523 only to Contractors and subcontractors who meet the above eligibility requirements upon payment of One Hundred Fifty Dollars ($150.00) per set. Documents can be mailed to bidders for an additional $10.00 per set. Deposits on the first set of Documents furnished to bona fide Prime Bidders, properly licensed by the Louisiana State Licensing Board of Contractors, will be fully refunded upon return of the documents in original condition and no later than ten (10) days after receipt of Bids. On other sets of documents furnished to said Prime Bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents in original condition and no later than ten (10) days after receipt of bids. No refund will be made to non-bidders or sub-bidders.<br /> <br />Where bids are to be received or forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his authorized Representatives. In no event shall any documents for bidding be issued later than twenty-four (24) hours prior to the hour and date set for receiving bids. Pre-Certification approval shall not be considered within 72 hours prior to the date and time 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 (Natural Gas System Infrastructure Improvements – PHMSA Round 1 (B)) for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City of Donaldsonville, 609 Railroad Ave./P.O. Box 470, Donaldsonville, LA 70346, mailed certified mail and must be received no later than the bid opening. <br /> <br />In addition to paper bids, electronic bids for the project will be downloaded by the City of Donaldsonville. Electronic bids shall include Uniform Bid Form, Bid Bond and Corporate Resolution and must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 a.m. local time, September 9, 2025, all bids will be downloaded. No bids shall be accepted after 10:00 a.m.<br /> <br />All Addenda, Amendments, Letters of Clarification, and Notices will be posted online in addition to electronic copies being distributed. This information may be accessed via the internet at www.centralauctionhouse.com. Once logged in, users must click on City of Donaldsonville to view current advertisement listings. This listing is titled “Natural Gas System Infrastructure Improvements – PHMSA Round 1 (B).”<br /> <br />The public entity advertising for bids for work may require the bidders to attach bid security in the form of a bid bond, a certified check, or cashier's check for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder as prescribed by La R.S. 38: 2218(A). To address the above requirement for electronic bids the City of Donaldsonville will allow electronic bids submitted via the City approved on-line bid site to be submitted as follows:<br /> <br />A copy of the bid bond and corporate resolution must be attached to bid documents submitted electronically.<br />The original bid bond and corporate resolution documents must be received in our office no later than 48 hours after bid opening date and time (City of Donaldsonville at McKim & Creed, Inc., 1022 South Purpera Ave., Gonzales, LA 70737).<br />The bid-bond and corporate resolution envelope must be clearly labeled as a “Bid Bond/Corporate Resolution” with the project name, vendor’s name as it appears on the bid documents and address. <br />It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer for a response.<br /> <br />Contractors desiring to bid shall submit to the Engineers, with their request for Contract Documents, contract documents deposit and evidence that they hold State License in MUNICIPAL AND PUBLIC WORKS CONSTRUCTION and/or hold a Specialty Classification in PIPE WORK (GAS LINES)” is in full force and effect in addition to satisfying eligibility of bidders to bid this project.<br /> <br />Contractor shall have the bonding capacity for 100% of project proposal amount. Contractor cannot subcontract for more than 49% of the project value.<br /> <br />In accordance with LA R.S. 38:2227 and LA R.S. 38:2212.10, each bidder on this project must submit other required documents identified in the contract documents to City of Donaldsonville Mayor Leroy Sullivan, Sr. at 609 Railroad Ave., Donaldsonville, LA 70346 within 10 days after the opening of bids.<br /> <br />As authorized by LA R.S. 33:454621 B, the owner requires that all Bidders shall be prequalified prior to Bidding Documents being issued to the prospective Bidder by showing proof of certification requirements of 49 CFR 192.801 et. Seq. as mandated by the United States Department of Transportation Pipeline and Hazardous Materials Safety Administration (PHMSA) and the Louisiana Department of Energy and Natural Resources. As part of the prequalification, prospective Bidders must submit a copy of their written Operator Qualification and Training (OQ) Program to the Engineer to ensure compliance with these certification requirements. All OQ documentation regarding the training protocols and evaluations for each covered employee shall be reviewed and evaluated by the ENGINEER for compatibility with the OWNER’S OQ Program. All contracted employees (Prime or Sub) working for a Gas System Operator must be “Qualified” to perform any “Covered Task” on gas line facilities. Contractor’s OQ program shall be equivalent to that provided by Midwest Energy Association (MEA). A contract award will not be made until the Contractor has submitted the proper OQ Training Program documentation, and it has been found acceptable by the OWNER.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each Bid and shall be made payable to the Owner in the form of a bid bond, a certified check, or cashier’s check as prescribed by La R.S. 38: 2218(A).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, for and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.<br /> <br />Pursuant to La R.S. 38:2212 (B)(1), the provisions of La R.S. 38:2212 (B)(1) and the bidding documents shall not be waived by any entity. <br /> <br />Pursuant to La. R.S. 38:2214 (C) Bids containing patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, may be withdrawn by the contractor if clear and convincing sworn, written evidence of such errors is furnished to the public entity within forty-eight hours of the bid opening excluding Saturdays, Sundays, and legal holidays. Such errors must be clearly shown by objective evidence drawn from inspection of the original work papers, documents, or materials used in the preparation of the bid sought to be withdrawn. If the public entity determines that the error is a patently obvious mechanical, clerical, or mathematical error, or unintentional omission of a substantial quantity of work, labor, material, or services, as opposed to a judgment error, and that the bid was submitted in good faith it shall accept the withdrawal and return the bid security to the contractor.<br /> <br />A NON-MANDATORY Pre-Bid Conference is scheduled for Thursday, August 21, 2025, at 10:00 a.m. local time at the City of Donaldsonville, 609 Railroad Ave., Donaldsonville, LA 70346.<br /> <br />This contract will be funded in whole or in part through a grant agreement issued by the Pipeline and Hazardous Materials Safety Administration (“PHMSA”), through its Natural Gas Distribution Infrastructure Safety and Modernization (“NGDISM”) Grant Program, to the City of Donaldsonville, Louisiana (“Owner”). As such, this contract is subject to the applicable terms and conditions of the Assistance Agreement (the “Grant Agreement”) for this project (the “Project”). The contractor and all subcontractors shall be bound by applicable terms and conditions of the Grant Agreement (including any amendments or modifications issued) and any applicable State and Federal laws, rules, and regulations, which may be amended from time to time.<br /> <br />The Project is subject to the domestic preference requirement in § 70914 of the Build America, Buy America Act, Pub. L. No. 117-58, div. G, tit. IX, subtitle A 135 Stat. 429, 1298 (2021), which requires that all steel, iron, manufactured products, and construction materials used in the project be produced in the United States.<br /> <br />All bidders must make positive efforts to use small businesses, minority businesses, women's business enterprises, veteran-owned businesses, and labor surplus area firms in accordance with 2 CFR 200.321.<br /> <br />Minority and women’s business enterprises, veteran-owned businesses, and labor surplus area firms are hereby solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities and equipment, material and/or supply needs.<br /> <br />The City of Donaldsonville is an Equal Opportunity Employer.<br /> <br />OWNER<br />CITY OF DONALDSONVILLE<br /> <br />BY: /s/ MR. LEROY J. SULLIVAN, SR., MAYOR
https://www.centralauctionhouse.com/rfp52468835-natural-gas-system-infrastructure-improvements--phmsa-round-1-b.html
14-Aug-2025 8:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
Flood Protection Authority - East |
O2440186 Lakeshore Drive Improvements (Elysian Fields Avenue to Franklin Avenue)
|
The project titled “O2440186 Lakeshore Drive Improvements (Elysian Fields Avenue to Franklin Avenue)” is located along Lakeshore Dr. in New Orleans, LA. The work consists of furnishing all labor, material, and equipment for, removal of curb and gutterbottom, removal of existing asphaltic concrete, removal of existing striping and markers, construction of traffic islands with concrete paving, mountable curb and hydro-seeding, construction of a buffer lane with vertical delineators, striping, and bicycle lane markings, the fabrication and installation of traffic signs as well as any related and incidental materials and work, as per the drawings and specifications provided in this bid document.
https://www.centralauctionhouse.com/rfp47308070-o2440186-lakeshore-drive-improvements-elysian-fields-avenue-to-franklin-avenue.html
14-Aug-2025 8:00:00 AM CDT |
10-Sep-2025 2:00:00 PM CDT |
Jefferson Davis Central Waterworks District |
WATER TREATMENT PLANT SEALED BID
|
JEFF DAVIS CENTRAL WATERWORKS DISTRICT WILL RECEIVE SEALED BIDS FOR THE INSTALLATION OF A WATER TREATMENT PLANT AT 19354 HIGHWAY 101 IOWA, LA 70647. BID DOCUMENTS AND SPECIFICATIONS ARE ATTACHED. FOR MORE INFORMATION PLEASE CONTACT DUSTIN POLE, PLANT MANAGER AT 337-734-2321 OR EMAIL
[email protected]
https://www.centralauctionhouse.com/rfp29959259-water-treatment-plant-sealed-bid.html
14-Aug-2025 8:00:00 AM CDT |
02-Oct-2025 1:00:00 PM CDT |
Livingston Parish Public Schools |
Bid No. 26-02: Welding Equipment for Albany High School
|
Bid No. 26-02: Welding Equipment for Albany High School<br /><br />For questions or concerns contact:<br />Bridget Demonica<br />
[email protected]<br /><br />Please be sure to include Bid No. 26-02 in the subject line.
https://www.centralauctionhouse.com/rfp75361699-bid-no-26-02-welding-equipment-for-albany-high-school.html
14-Aug-2025 12:00:00 AM CDT |
03-Sep-2025 10:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2160 Refurbish and Replace Cooling Towers
|
<h2><u><b>Information </b></u></h2>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-2160 Refurbish and Replace Cooling Towers as described in the bid documents and related exhibits. Response to this solicitation does not guarantee a contract. <h2><u><b>How to Obtain Documents</b></u></h2>Specifications and Bid documents may be obtained online at Central Bidding - Buying Services: New Orleans Ernest N. Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may also request specifications and Bid documents from Contracts Department by emailing
[email protected].<h2><u><b>Response Requirements</b></u></h2><b>All proposals are due by 10:00 a.m. on Monday, September 8, 2025.</b> Bidders are encouraged to submit bids via electronic submission at Central Bidding - Buying Services: New Orleans Ernest N. Morial Convention Center.<h2><b><u>Selection Timeline</u></b></h2><ul> <li style="text-align: justify;">Solicitaton Thursday, August 14, 2025</li> <li style="text-align: justify;">Pre-Submission Conference Thursday, August 21, 2025 (10:00am)</li> <li style="text-align: justify;">Onsite Walk-through Immediately following Pre-Submission Conference</li> <li style="text-align: justify;">Question Deadline Wednesday, August 27, 2025 (10:00 am)</li> <li style="text-align: justify;">Responses to Questions Tuesday, September 2, 2025</li> <li style="text-align: justify;">Bid Proposals Due Monday, September 8, 2025 (10:00am)</li> <li style="text-align: justify;">Selection and Award September Board</li></ul><div style="text-align: justify;"><b>Any changes to the above timeline will be made through written Addendum </b></div><div style="text-align: justify;"> </div><div style="text-align: justify;"> </div><br />
https://www.centralauctionhouse.com/rfp57530568-c-2160-refurbish-and-replace-cooling-towers.html
14-Aug-2025 12:00:00 AM CDT |
08-Sep-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0310 Pipes & Culverts (Reinforced Concrete)
|
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. September 4, 2025, for the following:<br /> <br />A25-0310 Pipes & Culverts (Reinforced Concrete) - PRICE SHEETS<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 26, 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 />NOTE: The only vendor information shared at the bid opening will be the reading of the names of those vendors who submitted bids.<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/rfp52080985-a25-0310-pipes-culverts-reinforced-concrete.html
14-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 11:00:00 AM CDT |
Ascension Parish Government |
Relocation and Buyout Plan
|
<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>September 11, 2025</b>, at 3:00 p.m. (CT) for the following:<br /> <h1 style="text-align: center;">Relocation and Buyout Plan</h1> <br /><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) is soliciting Requests of Qualifications (RFQ) for a vendor to provide legal guidance and a plan for a relocation and buyout program specifically for the West Bank of Ascension Parish.<br /> <br /><b>PROJECT DESCRIPTION</b><br />The RiverPlex MegaPark is in South Louisiana between Baton Rouge and New Orleans. The property of approximately 17,000 contiguous acres of undeveloped land covers over 10 miles of Mississippi River frontage and dock locations. The overlay district for the land includes 1,900 acres of light industrial, 3,413 acres of medium industrial, and 10,947 acres of heavy industrial uses. It also includes 644 acres for mixed use. The West Bank Industrial Overlay has been created to establish expedited re-zoning. There are some areas within this overlay that are currently being utilized as residential. The Parish is seeking the appropriate agency and plan to develop a buyout and relocation program on a voluntary basis.<br /> <br /><b>SCOPE OF WORK</b><br />This is a task generated contract and shall be costs as bid and awarded based on the hourly rate schedule adopted as part of the contract. Each task will be created by a scope and request for proposal. Each proposal shall accompany the estimated costs breakdown of the task. A final Notice to Proceed shall be issued for each acceptable proposal for the applicable task, as accepted or modified by the project manager.<br /> <br />This should include the ability to accurately define if and how the Parish can fund the program, and if not, what entities/companies should be approached with the plan created from this RFQ. The Parish is looking for a company that can provide at a minimum the items detailed below:<br /> <br />At a minimum the contract shall include three public meetings in a mutually agreed upon location on the West Bank of the Parish:<br /> <ul> <li>Kickoff meeting to inform the residents of the plan and process</li> <li>Midway as an update to the residents of the progress and modify the plan if results are not aligning with the goals of the contract</li> <li>Contract ending and sharing results and next steps</li></ul> <br /> <br /> <br />Door to door surveys to collect a pre-determined set of digital data, that can be collected, analyzed and mapped on a GIS map. Questions such as: How long have you lived here? Did your family live on this property before you? Do you own, rent? Do you have a title for the land? Do you want to relocate if that was an option for you or would you like to stay on this land? Any other questions to include here? Photographs of every residential structure identified that is occupied.<br /> <br />A successful Buyout Program relies on two strong pillars: a well-conceived buyout process and a planned revitalization effort. The document should detail the steps only for the buyout process, however when designing the buyout process, the grantee must have a firm grasp of the revitalization effort – its goals, priorities, locations and timeframes – so that appropriate incentives can be put in place to encourage buyout participants to resettle in the revitalized areas. This means having clear objectives for the buyout area as well as a plan for resettlement of the buyout participants and the revitalization of other areas that will attract households to stay in the community now and in the future. There must be an area that is appropriate for relocation, with adequate housing and business development opportunities. If such opportunities do not exist, there must be a plan for construction, development, and economic incentives to develop the area. The plan must extend beyond resettlement to a long-term vision for a healthy, vital community – 5, 10, and 20 years into the future.<br /> <br />The buyout program must have a clear plan for both the buyout area – its boundaries and end use – as well as for resettlement. A strong program will have:<br /> <ul> <li>Clear delineation of the buyout area</li> <li>Appropriate end use that meets community needs for public space</li> <li>Identification of areas targeted for resettlement</li> <li>A plan for revitalization of areas targeted for resettlement</li></ul> <br />Challenges this plan will need to address include but are not limited to:<br /> <ul> <li>The relocation of property owners is critical to the resident retention and community revitalization goals of the program. To be successful, the program must: <ul style="list-style-type:circle;"> <li>Persuade participants to stay in the community and relocate to the targeted areas</li> <li>Provide a continuum of options to participants that allow them to participate </li> </ul> </li></ul> <ul> <li>Provide flexibility in program timing and a range of support and incentives to allow property owners the time they need to develop their own plans and to support them in the relocation when they are ready. Support and incentives can include (specifically where these funds would come from): <ul style="list-style-type:circle;"> <li>Relocation funds</li> <li>Rental assistance</li> <li>Downpayment and mortgage assistance</li> </ul> </li></ul> <br /> <ul style="list-style-type:circle;"> <li>Business planning support</li> <li>Financial counseling</li> <li>The condition a property owner must leave the property in</li> <li>A clear marketable title (all liens, mortgages and other encumbrances should be satisfied at the time of closing)</li> <li>Move-out deadlines with clauses consistent with municipal squatter ordinances</li> <li>Disclosure affidavits for unseen or non-permitted property damage (e.g. underground tanks)</li> <li>Estimated cost of relocation based on different available areas of the Parish.</li></ul> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CT) on <b>August 26, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CT) no later than <b>September 2, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. (CT) on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the proposal submission deadline (i.e. the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 8/14/2025, 8/21/2025, 8/28/2025<br />GONZALES WEEKLY PLEASE PUBLISH 8/14/2025, 8/21/2025, 8/28/2025
https://www.centralauctionhouse.com/rfp24853934-relocation-and-buyout-plan.html
14-Aug-2025 12:00:00 AM CDT |
11-Sep-2025 3:00:00 PM CDT |
St. Charles Parish Government |
WWKS 114 - St. Charles Parish Water Treatment Plant West Bank D Plant Clarifier Upgrade
|
Removal and replacement of the existing water treatment plant's rectangular solids contact clarifier/softener.
https://www.centralauctionhouse.com/rfp16372102-wwks-114--st-charles-parish-water-treatment-plant-west-bank-d-plant-clarifier-upgrade.html
14-Aug-2025 12:00:00 AM CDT |
25-Sep-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000148359 Two Year Pre-Placed Contract for Emergency Repair and/or Replacement of Traffic Control Signals as a Result of a National Disaster or State of Emergency for the West Bank of Jefferson Parish for the Jefferson Parish Dept- Engineering
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148359<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 16, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Pre-Placed Contract for Emergency Repair and/or Replacement of Traffic Control Signals as a Result of a National Disaster or State of Emergency for the West bank of Jefferson Parish 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: August 13, 20 and 27, 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/rfp890918-5000148359-two-year-pre-placed-contract-for-emergency-repair-andor-replacement-of-traffic-control-signals-as-a-result-of-a-national-disaster-or-state-of-emergency-for-the-west-bank-of-jefferson-paris.html
13-Aug-2025 3:00:00 PM CDT |
16-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
500148536 Two (2) Year Contract for The Supply of Frozen Foods on an as Needed Basis for The Jefferson Parish Department of Juvenile Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148536<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 4, 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 />Two (2) Year Contract for The Supply of Frozen Foods on an as Needed Basis for The Jefferson Parish Department of Juvenile Services<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: August 13, and August 20, 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/rfp61661216-500148536-two-2-year-contract-for-the-supply-of-frozen-foods-on-an-as-needed-basis-for-the-jefferson-parish-department-of-juvenile-services.html
13-Aug-2025 1:53:00 PM CDT |
04-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148360 Two (2) Year Pre-Placed Contract for Emergency Repair and/or Replacement of Traffic Control Signals as a Result of a National Disaster or State of Emergency for the East Bank of Jefferson Parish for the Jefferson Parish Dept-Engineering
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148360<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 16, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Pre-Placed Contract for Emergency Repair and/or Replacement of Traffic Control Signals as a Result of a National Disaster or State of Emergency for the East bank of Jefferson Parish 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: August 13, 20 and 27, 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/rfp12282450-5000148360-two-2-year-pre-placed-contract-for-emergency-repair-andor-replacement-of-traffic-control-signals-as-a-result-of-a-national-disaster-or-state-of-emergency-for-the-east-bank-of-jefferson-.html
13-Aug-2025 1:00:00 PM CDT |
16-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148405 Two (2) Year Contract for The Supply of Liquid Chlorine for The Jefferson Parish Department of Public Works - Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148405<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 4, 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 />Two (2) Year Contract for The Supply of Liquid Chlorine for The Jefferson Parish Department of Public Works - 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: August 13, and August 20, 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/rfp99075198-5000148405-two-2-year-contract-for-the-supply-of-liquid-chlorine-for-the-jefferson-parish-department-of-public-works--water.html
13-Aug-2025 11:53:00 AM CDT |
04-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148454 Two (2) Year Contract for the Supply of Structural Firefighting Boots on an As Needed Basis for the Jefferson Parish East Bank Consolidated Fire Department
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148454<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 28, 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 for the Supply of Structural Firefighting Boots on an As<br />Needed Basis for the Jefferson Parish East Bank Consolidated Fire Department <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />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: August 13 and 20, 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/rfp89115480-5000148454-two-2-year-contract-for-the-supply-of-structural-firefighting-boots-on-an-as-needed-basis-for-the-jefferson-parish-east-bank-consolidated-fire-department-.html
13-Aug-2025 10:34:00 AM CDT |
28-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148275 Two (2) Year Contract to Provide Electrical Supplies on an As Needed Basis for All Jefferson Parish Departments and Agencies within Jefferson Parish
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148275<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 28, 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 Provide Electrical Supplies on an As Needed Basis for All Jefferson Parish Departments and Agencies within Jefferson Parish<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: August 13 and 20, 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/rfp52027437-5000148275-two-2-year-contract-to-provide-electrical-supplies-on-an-as-needed-basis-for-all-jefferson-parish-departments-and-agencies-within-jefferson-parish.html
13-Aug-2025 10:06:00 AM CDT |
28-Aug-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1031 2010 Dodge Avenger
|
2010 WHITE DODGE AVENGER MILEAGE 82,812<br />CAR RUNS GREAT LIGHTS ARE OUT; NO FUSE PANEL (INOPERABLE)<br />4 BRAND NEW TIRES (PURCHASED 4/4/24)<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.<br />.</b><br />
https://www.centralauctionhouse.com/rfp94180270-25-1031-2010-dodge-avenger.html
13-Aug-2025 10:05:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
City of Slidell |
26-B011 Runway Sealcoat & Remarking
|
ADVERTISEMENT FOR BIDS<br /> <br />RUNWAY 18-36 SEALCOAT & REMARKING<br /> <br />SLIDELL JOB NO. 4000-67<br /> <br />Bid No. 26-B011 <br /> <br />SEALED BIDS will be received by the City of Slidell at the Office of the Finance Director, 2045 2nd St., Suite 214, Slidell, Louisiana, until 10:30 A.M. Central Time on September 15th, 2025 for the above referenced project, for the CITY OF SLIDELL, LOUISIANA. Bids will be publicly opened and read aloud. Any bid received after closing time will be returned unopened.<br /> <br />A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD:<br />11:00 AM CST, August 27th, 2025, LOCATION: Slidell Airport Terminal Building, 62512 Airport Road, Slidell, LA 70460<br /> <br />The Contractor shall hold a Louisiana Contractor's license in Highway, Street, and Bridge.<br /> <br />Only bids from contractors who secure Contract Documents from the Engineer (Civcastusa.com) or who utilize the City of Slidell’s Online Bidding Portal (www.centralbidding.com) to obtain Contract Documents shall be considered as responsive bidders for this project.<br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project. An executed affidavit and attestation form must be submitted prior to bid award. <br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com. Please submit questions for the project 96 hours prior to bid opening through www.civcastusa.com in the Q&A portal. A hard copy set may be examined at the office of the Engineer for the contract; Infrastructure Consulting and Engineering, LLC - 4000 South Sherwood Blvd., Suite 301 Baton Rouge, LA 70816.<br />Project Manager is Mr. Jeff Sumner Project Manager E:
[email protected]<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.(1)(c) which dictates parties authorized to submit bids for public contracts. All required Certificates of Liability Insurance shall list the City of Slidell as “additionally insured”.<br /> <br />This project is funded with federal grant funds. All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. <br /> <br />Notice is hereby given that the project is funded through Federal and State Grants which funds will not be available at the time of bidding. The Owner may reject all bids and cancel this solicitation should adequate funding not be secured within 30 days after bid opening. The time limits stipulated in LA. R.S. 38:2215(D) do not apply based upon the statutory exception that “the contract is to be financed in whole or in part by state or other funds which will not be readily available at the time bids are opened.”<br /> <br />All proposals, bids and applications are welcomed. The city encourages participation by Minority, Women-Owned, and Disadvantaged Business Enterprise firms.<br /> <br /> <br />The bids shall be presented in a sealed envelope clearly marked:<br /> <br />SEALED BIDS: RUNWAY 18-36 SEALCOAT & REMARKING<br />SLIDELL JOB NO. 4000-67<br />LOUISIANA CONTRACTOR’S LICENSE NO. <br /> Bid No. 26-B011 <br />Opening: DATE September 15th, 2025<br /> 10:30 A.M. CST<br /> <br /> <br /> <br />The City of Slidell reserves the right to reject any or all bids.<br /> <br /> <br /> /s/ Blair Ellinwood <br /> Blair Ellinwood CITY OF SLIDELL <br /> Finance Director<br /> <br />Advertise: August 13th, 2025<br />August 20st, 2025<br />August 27th, 2025
https://www.centralauctionhouse.com/rfp91062363-26-b011-runway-sealcoat-remarking.html
13-Aug-2025 10:00:00 AM CDT |
15-Sep-2025 10:30:00 AM CDT |
City of Slidell |
26-B010 Aviation Fuel System Avgas
|
<br />ADVERTISEMENT FOR BIDS<br /> <br />AVIATION FUEL SYSTEM (AV GAS)<br /> <br />SLIDELL JOB NO. 4000-68<br /> <br />Bid No. 26-B010 <br /> <br />SEALED BIDS will be received by the City of Slidell at the Office of the Finance Director, 2045 2nd St., Suite 214, Slidell, Louisiana, until 10:00 A.M. Central Time on September 15th, 2025 for the above referenced project, for the CITY OF SLIDELL, LOUISIANA. Bids will be publicly opened and read aloud. Any bid received after closing time will be returned unopened.<br /> <br />A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD:<br />10:00 AM CST, August 27th, 2025LOCATION: Slidell Airport Terminal Building, 62512 Airport Road, Slidell, LA 70460<br /> <br />The Contractor shall hold a Louisiana Contractor's license in Commercial.<br /> <br />Only bids from contractors who secure Contract Documents from the Engineer (Civcastusa.com) or who utilize the City of Slidell’s Online Bidding Portal (www.centralbidding.com) to obtain Contract Documents shall be considered as responsive bidders for this project.<br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project. An executed affidavit and attestation form must be submitted prior to bid award. <br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com. Please submit questions for the project 96 hours prior to bid opening through www.civcastusa.com in the Q&A portal. A hard copy set may be examined at the office of the Engineer for the contract; Infrastructure Consulting and Engineering, LLC - 4000 South Sherwood Blvd., Suite 301 Baton Rouge, LA 70816.<br />Project Manager is Mr. Jeff Sumner Project Manager E:
[email protected]<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.(1)(c) which dictates parties authorized to submit bids for public contracts. All required Certificates of Liability Insurance shall list the City of Slidell as “additionally insured”.<br /> <br />This project is funded with federal grant funds. All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. <br /> <br />Notice is hereby given that the project is funded through Federal and State Grants which funds will not be available at the time of bidding. The Owner may reject all bids and cancel this solicitation should adequate funding not be secured within 30 days after bid opening. The time limits stipulated in LA. R.S. 38:2215(D) do not apply based upon the statutory exception that “the contract is to be financed in whole or in part by state or other funds which will not be readily available at the time bids are opened.”<br /> <br />All proposals, bids and applications are welcomed. The city encourages participation by Minority, Women-Owned, and Disadvantaged Business Enterprise firms.<br /> <br /> <br />The bids shall be presented in a sealed envelope clearly marked:<br /> <br />SEALED BIDS: AVIATION FUEL SYSTEM<br />SLIDELL JOB NO. 4000-68<br />LOUISIANA CONTRACTOR’S LICENSE NO. <br /> Bid No. 26-B010 <br />Opening: DATE September 15th, 2025<br /> 10:00 A.M. CST<br /> <br /> <br /> <br />The City of Slidell reserves the right to reject any or all bids.<br /> <br /> <br /> /s/ Blair Ellinwood <br /> Blair Ellinwood CITY OF SLIDELL <br /> Finance Director<br />Advertise: August 13, 2025<br />August 20, 2025<br />August 27th, 2025<br /><br /><br />
https://www.centralauctionhouse.com/rfp32827602-26-b010-aviation-fuel-system-avgas.html
13-Aug-2025 10:00:00 AM CDT |
15-Sep-2025 10:00:00 AM CDT |
Jefferson Parish Government |
SOQ 25-025 Provide Child Psychology Services for the Jefferson Parish Department of Jefferson Community Action Head Start Birth-to-Five Program
|
PUBLIC NOTICE<br />SOQ 25-025<br />Licensed Louisiana Child Psychologists to Provide Mental Health Services<br />The Parish of Jefferson authorized by Resolution No. 146581 is hereby soliciting the submittal of a Statement of Qualifications (General Professional Questionnaire) from persons or firms interested and qualified to provide Child Psychology Services for the Department of Jefferson Community Actions’ Programs Head Start Birth-to-Five Program. Persons or firms deemed qualified for this work shall be eligible for award of Child Psychology services on an as-needed basis. (Parishwide)<br />Deadline for Submissions: 3:30 P.M. AUGUST 22, 2025<br />General<br />The scope of work associated with these services includes but is not limited to:<br />1. Psychological services provided to approximately 571 children between the ages of six weeks old to 5 years of age on the Westbank and Eastbank of Jefferson Parish for the Department of JeffCAP Head Start Birth-to-Five Program and its contracted Child Care Partners that provide Early Head Start Services.<br />2. Provide training and assistance to parents and staff members regarding mental health and access to mental health interventions, if needed.<br />3. Support teachers in social and emotional strategies to enhance positive classroom environments.<br />4. Conduct initial observation of each classroom to determine and/or identify any special needs or concerns.<br />5. Provide ongoing services on a referral basis as well as an as-needed basis during isolated events such as emergencies, disasters, crisis, etc.<br />6. Submit reports and recommendations provided based upon observations and findings.<br />Minimum Requirements for Selection:<br />1. License in Psychology in the State of Louisiana and qualified to practice in area of early childhood mental health.<br />All proposals, in addition to the Standard Insurance Requirements of the Parish of Jefferson, must include proof of professional liability insurance with combined single limits<br />of one million ($1,000,000.00) dollars, and Sexual Abuse Molestation coverage limits of at least $100,000/$300,000 maintained for the entire contract period.<br />Consultants, consultants’ staff, and all students approved by the Program to provide services are subject to satisfactory child care civil criminal background checks; annual tuberculosis (TB) screenings, and satisfactory completions of physical examinations by his or her own medical doctor once every three years, the results of which will be provided to and retained by the Program.<br />Evaluation Criteria<br />The following evaluation criteria are used to evaluate each firm submitting a Statement of Qualifications:<br />A. Professional training and experience - 25 points<br />B. The nature, quantity, and value of parish work previously performed and presently being performed by the person and/or firm submitting, with the intent being to provide a maximum opportunity for different firms to work for the Parish - 20 points<br />C. Past performance by the person or firm on public contracts, including any problems with time delays, cost overruns, and incomplete or incorrect appraisals in prior projects for which said person or firm was held to be at fault - 20 points<br />D. Capacity for timely completion of the work, taking into consideration the person’s or firm’s current and projected workload and professional and support manpower - 15 points<br />E. Past and current professional accomplishments, for which references from clients or former clients and information gathered by inspection of current or recent projects may be considered - 15 points<br />F. Location of the principal office where work will be performed, with preference being given to persons or firms with offices located in Jefferson Parish – 5 points (1) Jefferson Parish, including municipalities within Jefferson Parish: 5 points; (2) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes: Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes – 3 points; (3) Parishes other than the foregoing – 2 points<br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (Choose which Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net.<br />Registration is required and free for Jefferson Parish vendors by accessing the following link:<br />www.centralauctionhouse.com/registration.php.<br />No submittals will be accepted after the deadline.<br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br />ADV: The New Orleans Advocate: AUGUST 13 and 20, 2025
https://www.centralauctionhouse.com/rfp39525022-soq-25-025-provide-child-psychology-services-for-the-jefferson-parish-department-of-jefferson-community-action-head-start-birth-to-five-program.html
13-Aug-2025 10:00:00 AM CDT |
22-Aug-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000148347 - Three (3) Year Labor Only Contract to Provide Plumbing Services and Repairs for the Jefferson Parish Department of General Services
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148347<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 9, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Three (3) Year Labor Only Contract to Provide Plumbing Services and Repairs for the Jefferson Parish Department of General Services<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at 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: August 13, 20 and 27, 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/rfp20364389-5000148347--three-3-year-labor-only-contract-to-provide-plumbing-services-and-repairs-for-the-jefferson-parish-department-of-general-services-.html
13-Aug-2025 9:25:00 AM CDT |
09-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148341 Purchase of Vertical Turbine Pumps with On-Site Training for The Jefferson Parish Department of Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148341<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 9, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Purchase of Vertical Turbine Pumps with On-Site Training for The Jefferson <br />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: August 13, August 20 and August 27, 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/rfp38250296-5000148341-purchase-of-vertical-turbine-pumps-with-on-site-training-for-the-jefferson-parish-department-of-water-.html
13-Aug-2025 8:43:00 AM CDT |
09-Sep-2025 2:00:00 PM CDT |
St. John the Baptist Parish Government |
Bid 2025.17 Hurricane Francine NRCS Drainage Canal Cleaning
|
Bid 2025.17 Hurricane Francine NRCS Drainage Canal Cleaning
https://www.centralauctionhouse.com/rfp20206458-bid-202517-hurricane-francine-nrcs-drainage-canal-cleaning.html
13-Aug-2025 8:00:00 AM CDT |
16-Sep-2025 9:45:00 AM CDT |
Lafayette Consolidated Government |
Two (2) 69kV SF6 Circuit Breakers for Various Substations
|
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 11th day of September, 2025 for the following:<br /> <br />Two (2) 69kV SF6 Circuit Breakers for Various Substations<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 may attend the bid opening in person, but are highly encouraged to join the bid opening via Zoom using the following link: https://us02web.zoom.us/j/82561848473?pwd=bIanSX8jtlQafNlFK4XTBQ9mHf99NC.1.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Morgan Broussard at
[email protected].<br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8263 (Attn: Morgan Broussard). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the quotation form provided with the specifications.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling (337) 291-8410.<br /> <br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp60109288-two-2-69kv-sf6-circuit-breakers-for-various-substations.html
13-Aug-2025 8:00:00 AM CDT |
11-Sep-2025 11:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0115 Lot of 16 Ipad Air 1st generation…LOCKED
|
Lot of 16 Ipad Air 1st generation…LOCKED<br /><br />SOLD AS IS
https://www.centralauctionhouse.com/rfp38933926-25-0115-lot-of-16-ipad-air-1st-generationlocked.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0114iPad Air 1st Generation (15)
|
SN# DMQN9747F4YD
https://www.centralauctionhouse.com/rfp27279170-25-0114ipad-air-1st-generation-15.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0113 iPad Air 1st Generation (14)
|
SN# DMPN40Y5F4YD
https://www.centralauctionhouse.com/rfp7968414-25-0113-ipad-air-1st-generation-14.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0112 iPad Air 1st Generation (13)
|
SN# DMQN94AAF4YD
https://www.centralauctionhouse.com/rfp88070247-25-0112-ipad-air-1st-generation-13.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0111 iPad Air 1st Generation (12)
|
SN# DMQN96VKF4YD
https://www.centralauctionhouse.com/rfp4164687-25-0111-ipad-air-1st-generation-12.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0110 iPad Air 1st Generation (11)
|
SN# DMQN96DYF4YD
https://www.centralauctionhouse.com/rfp47982930-25-0110-ipad-air-1st-generation-11.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0109 iPad Air 1st Generation (10)
|
SN# DMQN97DLF4YD
https://www.centralauctionhouse.com/rfp64660170-25-0109-ipad-air-1st-generation-10.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0108 iPad Air 1st Generation (9)
|
SN# DMPPSSPVF4YF
https://www.centralauctionhouse.com/rfp17705290-25-0108-ipad-air-1st-generation-9.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0107 IPad Air 1st Generation (8)
|
SN# DMPLX2A1F4YD
https://www.centralauctionhouse.com/rfp26540238-25-0107-ipad-air-1st-generation-8.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0106 iPad Air 1st Generation (7)
|
SN# DMPP7561F4YF
https://www.centralauctionhouse.com/rfp47152156-25-0106-ipad-air-1st-generation-7.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0105 IPad Air 1st Generation (6)
|
SN# DVPP5782F4YF
https://www.centralauctionhouse.com/rfp49797037-25-0105-ipad-air-1st-generation-6.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0104 IPad Air 1st Generation (5)
|
SN# DMPP56ERFYF
https://www.centralauctionhouse.com/rfp7862827-25-0104-ipad-air-1st-generation-5.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0103 IPad Air 1st Generation (4)
|
#SN DMPPS7FLF4YF
https://www.centralauctionhouse.com/rfp91852962-25-0103-ipad-air-1st-generation-4.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0102 IPad Air 1st Generation (3)
|
SN# DMQN96ESF4YD
https://www.centralauctionhouse.com/rfp56659676-25-0102-ipad-air-1st-generation-3.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0101 IPad Air 1st Generation (2)
|
SN# DMPP73F0F4YF
https://www.centralauctionhouse.com/rfp98251239-25-0101-ipad-air-1st-generation-2.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0100 Ipad 1st generation unlocked (1)
|
SN# DMPN438UF4YD
https://www.centralauctionhouse.com/rfp26377363-25-0100-ipad-1st-generation-unlocked-1.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0099 Lot of 7 Radix FW 950 water meter w/ charging base
|
Lot of 7 Radix FW 950 water meter w/ charging base<br />Sold AS IS
https://www.centralauctionhouse.com/rfp31555341-25-0099-lot-of-7-radix-fw-950-water-meter-w-charging-base.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0098 Sony Handy Cam without charger
|
Sony Handy Cam without charger<br />Sold AS IS
https://www.centralauctionhouse.com/rfp17385967-25-0098-sony-handy-cam-without-charger.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0097 Sony Handy Cam with charger
|
Sony Handycam with charger<br />Sold AS IS
https://www.centralauctionhouse.com/rfp21850269-25-0097-sony-handy-cam-with-charger.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0096 BLUE USB Microphone
|
BLUE USB microphone<br /><br />Sold AS IS
https://www.centralauctionhouse.com/rfp9753909-25-0096-blue-usb-microphone.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0095 Flashpoint Camera Light with case
|
Flashpoint camera light with case<br />Sold AS IS
https://www.centralauctionhouse.com/rfp25070882-25-0095-flashpoint-camera-light-with-case.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0094 TAKMA Tripod w/ case
|
TAKMA Tripod w/ case<br />Sold AS IS
https://www.centralauctionhouse.com/rfp87140296-25-0094-takma-tripod-w-case.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0093 Glow Muslin 10x10 Background-White
|
Glow Muslin 10x10 Background-White<br /><br />Sold AS IS
https://www.centralauctionhouse.com/rfp42949408-25-0093-glow-muslin-10x10-background-white.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0092 Sennheiser A2203 UHF 451/960 MHZ (2)
|
Sennheiser A2203 UHF 451/960 MHZ (2)<br />Sold AS IS
https://www.centralauctionhouse.com/rfp57062142-25-0092-sennheiser-a2203-uhf-451960-mhz-2.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0091 Sennheiser A2003 UHF 451/960 MHZ (1)
|
Sennheiser A2003 UHF 451/960 MHZ (1)<br />Sold AS IS
https://www.centralauctionhouse.com/rfp49558302-25-0091-sennheiser-a2003-uhf-451960-mhz-1.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0090 AJA Fido-R-SC Optical Fiber to SD/HD/3g
|
AJA Fido-R-SC Optical Fiber to SD/HD/3g<br />Sold AS IS
https://www.centralauctionhouse.com/rfp63040047-25-0090-aja-fido-r-sc-optical-fiber-to-sdhd3g.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0089 Ultrastudio Mini recorder, Monitor, Microconverter
|
<br />1-Blackmagic UltraStudio Mini Recorder<br />1-Blackmagic UltraStudio Monitor 3g<br />1-Blackmagic Microconverter SDI-HMI<br />1-Blackmagic UltraStudio Recorder 3g<br />1-Blackmagic Microconverter HDMI-SDI<br /><br />Sold AS IS
https://www.centralauctionhouse.com/rfp2088973-25-0089-ultrastudio-mini-recorder-monitor-microconverter-.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0088 Set of 2 Teradex Cube
|
Set of 2 Teradex Cube<br />Sold AS Is
https://www.centralauctionhouse.com/rfp84754920-25-0088-set-of-2-teradex-cube.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0087 Blackmagic SDI to HMI mini converter
|
Blackmagic SDI to HMI mini converter<br />Sold AS IS
https://www.centralauctionhouse.com/rfp55456441-25-0087-blackmagic-sdi-to-hmi-mini-converter.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0086 CVBS/VGA/ DVI HDMI to SDI
|
CVBS/VGA/DVI/ HDMI to SDI
https://www.centralauctionhouse.com/rfp49055602-25-0086-cvbsvga-dvi-hdmi-to-sdi.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0085 Blackmagic Design Web Presenter
|
Blackmagic Web presenter/ no power cord<br />Sold AS IS
https://www.centralauctionhouse.com/rfp99459963-25-0085-blackmagic-design-web-presenter.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0083 Blackmagic Design HDMI to Optical 12 G
|
Blackmagic Design HDMI to Optical 12 G<br />Sold AS IS
https://www.centralauctionhouse.com/rfp7354613-25-0083-blackmagic-design-hdmi-to-optical-12-g.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0082 AJA Helo H264
|
AJA Helo H264
https://www.centralauctionhouse.com/rfp50145828-25-0082-aja-helo-h264.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0081 Kopul Cable Tester
|
Kopul Cable Tester<br />Sold AS IS
https://www.centralauctionhouse.com/rfp5844106-25-0081-kopul-cable-tester.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0080 Blackmagic Design ATEM Television Studio HD Blk
|
Blackmagic Design ATEM Television Studio HD Blk<br />Sold AS IS
https://www.centralauctionhouse.com/rfp80408352-25-0080-blackmagic-design-atem-television-studio-hd-blk.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0079 TASCAM DR-70D
|
TASCAM DR-70D<br />Sold AS IS
https://www.centralauctionhouse.com/rfp50632918-25-0079-tascam-dr-70d.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0078 Teranex Mini Optical to HDMI 12 g
|
Teranex Mini Optical to HDMI 12 g<br />Sold AS IS
https://www.centralauctionhouse.com/rfp79453257-25-0078-teranex-mini-optical-to-hdmi-12-g.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0077 Patchbox Stero Ouptut
|
Patchbox Stero Output multiplier<br />Sold As Is
https://www.centralauctionhouse.com/rfp72204956-25-0077-patchbox-stero-ouptut.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0076 A nue Video HDMI Video Processer
|
A nue video hdmi video processer<br /><br />Sold AS IS
https://www.centralauctionhouse.com/rfp41214994-25-0076-a-nue-video-hdmi-video-processer.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0075 Feelworld 7" Touchfield Monitor
|
Feelworld 7" Touchfield Monitor<br />Sold AS IS
https://www.centralauctionhouse.com/rfp4796373-25-0075-feelworld-7-touchfield-monitor.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0074 Vocaster Two
|
Vocaster Two<br />Sold AS IS
https://www.centralauctionhouse.com/rfp56175879-25-0074-vocaster-two.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0073 Dell powerconnect 2824
|
Dell Power connect 2824<br /><br />Sold AS IS
https://www.centralauctionhouse.com/rfp848009-25-0073-dell-powerconnect-2824.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0072 Dell Power Connect 2808
|
Dell Power connect 2808<br /><br />Sold AS IS
https://www.centralauctionhouse.com/rfp668270-25-0072-dell-power-connect-2808.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0071 Movo wireless transmitter (3)
|
Movo wireless transmitter<br /><br />Sold AS IS
https://www.centralauctionhouse.com/rfp50136851-25-0071-movo-wireless-transmitter-3.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0070 Movo wireless transmitter (2)
|
Movowireless transmitter <br />Sold AS IS
https://www.centralauctionhouse.com/rfp85883555-25-0070-movo-wireless-transmitter-2.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0069 Movo wireless transmitters(1)
|
Movo Wireless transmitter<br />Sold As Is
https://www.centralauctionhouse.com/rfp62705318-25-0069-movo-wireless-transmitters1.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-0067 Truck Camper Shell
|
Truck Camper Shell for 8 ft white truck<br />New condition<br /><br /><br /><b> Sold As Is</b>
https://www.centralauctionhouse.com/rfp67752244-25-0067-truck-camper-shell-.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-0008, (4) 20” Chrome Rims with (3) mounted tires
|
(4) 20” Chrome Rims with (3) mounted tires<br /><br /><b>Items are sold “As Is. “</b><br /><br />
https://www.centralauctionhouse.com/rfp70482050-24-0008-4-20-chrome-rims-with-3-mounted-tires.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-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 /><b>Items are sold “As Is. “</b><br /><br /><br /><br />
https://www.centralauctionhouse.com/rfp58173417-24-0007-toshiba-tv.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1068 2012 Chevy Colorado
|
<br />2012 Chevy Colorado Reg Cab 2 door Red<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b><br /><br />
https://www.centralauctionhouse.com/rfp11538290-25-1068-2012-chevy-colorado.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1067 2006 White Dodge 1500 Quad Pickup
|
2006 White Dodge 1500 Quad Pickup<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp37111849-25-1067-2006-white-dodge-1500-quad-pickup.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1066 2003 Ford Taurus
|
2003 Ford Taurus <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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp3871550-25-1066-2003-ford-taurus.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1064 Red International 4900 Roll Off Truck
|
1998 Red International 4900 DT466E, Roll Off Truck Engine Runs, Automatic Transmission Bad<br /><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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp81764835-25-1064-red-international-4900-roll-off-truck.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1063 2014 Dodge Journey SXT
|
2014 Dodge Journey SXT, 4 Door Hatchback SUV with after market back up camera, Apx mileage 68,163<br /><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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp84580052-25-1063-2014-dodge-journey-sxt.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1062 2016 Ram 1500 Tradesman 2 wheel drive
|
2016 Ram 1500 Tradesman 2 wheel Drive 4 door pickup with bed cover Apx mile 111,075<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp7019346-25-1062-2016-ram-1500-tradesman-2-wheel-drive.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1059 2008 White Ram 1500 Single cab w/ short bed
|
2008 Ram 1500, 4 Wheel Drive Single cab with short bed Apx mileage 223,860<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b><br /><br />
https://www.centralauctionhouse.com/rfp39123551-25-1059-2008-white-ram-1500-single-cab-w-short-bed.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1058 2009 White Ford F 150
|
2009 Ford F150 2-Wheel Drive Single cab<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b><br /><br />
https://www.centralauctionhouse.com/rfp35467242-25-1058-2009-white-ford-f-150.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1057 2007 Ford F350 Bucket Truck
|
2007 White F350 Bucket truck, Mileage 151,711<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp58479595-25-1057-2007-ford-f350-bucket-truck.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1054 2006 Ford E450 Box Truck
|
<br /><br />2006 Ford E450 Box truck, White, Vin # 1HTWAGT14J091315<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp42614947-25-1054-2006-ford-e450-box-truck.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1052 1996 Yellow Vermeer Stump Grinder
|
1996 Yellow Vermeer 630B Towable Stump Grinder ; Engine Head cracked.<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b>
https://www.centralauctionhouse.com/rfp37387890-25-1052-1996-yellow-vermeer-stump-grinder.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1051 Blue New Holland with Mower deck
|
<br />2012 Blue New Holland TS6.110 , Tiger Bengal long arm mower deck attached<br />2WD with enclosed cab<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b><br /><br />
https://www.centralauctionhouse.com/rfp98434441-25-1051-blue-new-holland-with-mower-deck.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1050 2012 Blue Holland TS6-110 with mower deck
|
2012 Blue New Holland TS6.110 7309 hours, Tiger Bengal long arm mower deck attached<br />2WD with enclosed cab<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 August 13 2025, to August 26, 2025</b><br /> <br /><b>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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b><br /><br />
https://www.centralauctionhouse.com/rfp21804967-25-1050-2012-blue-holland-ts6-110-with-mower-deck.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1049 2008 International 10 Wheel Truck
|
2008 International White 10 Wheel truck; 55 MPH Max speed Needs Engine overhaul Mileage 251794 apx<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report</b>.
https://www.centralauctionhouse.com/rfp42556593-25-1049-2008-international-10-wheel-truck.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1048 2008 White International 10 Wheel Truck
|
2008 International White 10 Wheel truck; 55 MPH Max speed Needs Engine overhaul <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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report</b>.<br />
https://www.centralauctionhouse.com/rfp45434923-25-1048-2008-white-international-10-wheel-truck.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Lafayette Consolidated Government |
South Regional Library Reroofing Project
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centeralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 11th day of September, 2025 for the following:<br /> <br />South Regional Library Reroofing Project<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100.The bid opening will be available to attend via Zoom. Attendance is not mandatory. The invite link is https://us02web.zoom.us/j/89638863889?pwd=KPmqnbSApWnoYaE982NsT7ob1u1s38.1The passcode is 917624. The meeting will be at the time of the bid opening, September 11, 2025 at 10:00 AM Central Time.<br /> <br />Scope of Services: The scope of the project consists of approximately 35,000 square feet of reroofing of the Lafayette South Regional Public Library facility which includes removing the existing SBS-Modified Bituminous Roofing system (roofing plys and insulation) to the existing metal roof deck and installing new roof insulation and SBS roofing along with associated metal flashings and fascia per the Project Specifications and Plans. All Base Bid work to be completed within one hundred twenty (120) calendar days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected]<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents 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 $ 54.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on August 26, 2025 at 10:00 AM at the South Regional Library, located at 6101 Johnston St Lafayette, LA 70503.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “BUILDING CONSTRUCTION” OR “SPECIALITY: ROOFING AND SHEET METAL, SIDING”. 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: 8/13/25, 8/17/25, 8/24/25<br />DPR # 998987<br /> <br />
https://www.centralauctionhouse.com/rfp74386050-south-regional-library-reroofing-project-.html
13-Aug-2025 8:00:00 AM CDT |
11-Sep-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1042 2003 Chevy Passenger Van
|
2003 Chevy Passenger van<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> <br />Be sure to review the condition report.</b><br /><br />
https://www.centralauctionhouse.com/rfp36649984-25-1042-2003-chevy-passenger-van.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-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 /><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 August 13 2025, to August 26, 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 />Items are sold “As Is. “</b><br />
https://www.centralauctionhouse.com/rfp58972912-25-1029-pt92-pole-trailer-with-10-tongue.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1026 Infinit M37
|
2012 Infinity M37<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “</b><br /> <br /><br />
https://www.centralauctionhouse.com/rfp46754769-25-1026-infinit-m37.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-1025 2013 Black Lincoln MKZ
|
2013 Black Lincoln MKZ mileage 69,668<br />Car does not come out of park<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 August 13 2025, to August 26, 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 />Items are sold “As Is. “<br /> </b><br /><br />
https://www.centralauctionhouse.com/rfp67092055-25-1025-2013-black-lincoln-mkz.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1019 2006 Dodge Charger Blk
|
<b>2006 Dodge Charger-Black (Back Window Shattered<br />VIN 2B3KA43G66H335209<br /><br />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 August 13 2025, to August 26, 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 />Items are sold "As Is. "</b>
https://www.centralauctionhouse.com/rfp71225073-24-1019-2006-dodge-charger-blk.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1018 2009 Dodge Charger Gray
|
2009 Dodge Charger(grey)<br />VIN 2B3KA33V99H557899<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 August 13 2025, to August 26, 2025<br /> Items are Sold <i>"As Is"</i><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/rfp87325805-24-1018-2009-dodge-charger-gray-.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-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 /> <br /><b>No keys, window busted out for scrap only <br /> 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 August 13 2025, to August 26, 2025<br /><br /> Items are sold <i>"AS IS"</i><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 />
https://www.centralauctionhouse.com/rfp10611452-24-1017-2005-chevrolet-trailblazerno-keysscrap-only.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-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 /><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 August 13 2025, to August 26, 2025<br /> Items are sold "<i>As Is"</i><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 /><br /><br />
https://www.centralauctionhouse.com/rfp2041803-24-1013-2008-sierra-quad-cab-.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-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 /><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 August 13 2025, to August 26, 2025<br /><br /> Items are sold <i>As Is.</i><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 />
https://www.centralauctionhouse.com/rfp5299693-24-1011-2008-gmc-sierra-1500-crew-cab-denali.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1010 2002 Ford Taurus
|
2002 Ford Taurus Mileage 188,207, VIN# IFAHP53U32AAA073<br />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 August 13 2025, to August 26, 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 /><i><b>Items are sold As Is</b></i>. <br />
https://www.centralauctionhouse.com/rfp65018348-24-1010-2002-ford-taurus.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
24-1009 2006 BMW 750
|
2006 BMW 750, WHITE, DECENT CONDITION. MILEAGE 147,337, VIN # WBAHNE3526DT36208<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 August 13 2025, to August 26, 2025<br /><br />Items are Sold <i>AS IS</i><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>
https://www.centralauctionhouse.com/rfp78529916-24-1009-2006-bmw-750.html
13-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 8:00:00 AM CDT |
Lafayette Consolidated Government |
New Traffic Signals at Settlers Trace @ Lake Farm and at Marie Antoinette @ West Congress
|
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 11TH day of September, 2025 for the following:<br /> <br />New Traffic Signals at Settlers Trace @ Lake Farm and at Marie Antoinette @ West Congress<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 attend the bid opening virtually by using the following link https://us02web.zoom.us/j/86019033018?pwd=XkaB8wq3wvv19sywMyg4pVurUDlHYG.1 Meeting ID: 860 1903 3018 Passcode: 564460<br /> <br />Scope of Services: The contractor shall provide all labor, materials (except as otherwise noted), and equipment to install a traffic signal at two intersections, Settlers Trace BLVD @ Lake Farm Rd and Marie Antoinette ST @ West Congress ST. The project also includes the installation of pedestrian curb ramps, sidewalks, pavement markings, and other associated work. All work to be completed within 120 days form 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 wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $125.72 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on August 27, 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: 8/13, 8/17, 8/24<br />DPR 977929
https://www.centralauctionhouse.com/rfp13344861-new-traffic-signals-at-settlers-trace-lake-farm-and-at-marie-antoinette-west-congress.html
13-Aug-2025 8:00:00 AM CDT |
11-Sep-2025 2:30:00 PM CDT |
Terrebonne Parish School District |
Repairs to Softball Field for Terrebonne High School, Phase 2
|
SECTION 001113 – ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on Tuesday, September 9, 2025, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 10:00 A.M. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 10:00 A.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 />ADDITION TO SOFTBALL FIELD FOR TERREBONNE HIGH SCHOOL, PHASE 2<br />(Located on the campus of Houma Junior High School)<br />315 St. Charles St.<br />Houma, Louisiana 70360<br />Architect’s Project No. 2340A<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 ninety (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 Wednesday, August 27, 2025, commencing at 10:00 a.m. at the site located behind the gymnasium of HOUMA JUNIOR HIGH SCHOOL, 315 ST. CHARLES ST., HOUMA, LA 70360. 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 />Dane Voisin, President<br />Terrebonne Parish School Board <br /> <br /> <br />FIRST PUBLICATION: Wednesday, August 13, 2025<br />SECOND PUBLICATION: Tuesday, August 19, 2025<br />THIRD PUBLICATION: Tuesday, August 26, 2025
https://www.centralauctionhouse.com/rfp23453442-repairs-to-softball-field-for-terrebonne-high-school-phase-2.html
13-Aug-2025 2:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
Port of Iberia |
Port Improvements, AGMAC Slip P2 Bankline Improvements
|
Sealed bids for the construction of the following project will be received by the Port of Iberia District Board of Commissioners at the POI Port Administrative Office located at 4611 S. Lewis St., New Iberia, LA 70560, until 2:00 P.M. on Wednesday, September 10, 2025, at which time and place bids will be publicly opened and read. No bids will be received after 2:00 P.M.<br /> <br />PORT IMPROVEMENTS TO: AGMAC Slip P2 Bankline Improvements<br /> <br />LOCATED IN: Iberia Parish<br /> <br />TYPE OF CONSTRUCTION: Heavy Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia District Board of Commissioners<br /> 4611 S. Lewis Street<br /> New Iberia, LA 70560<br /> <br />ESTIMATED COST: $1,700,000.00<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <div style="text-align: justify;">SCOPE OF WORK: The project consists of the construction of a new steel bulkhead structure, installation of new mooring bollards, channel excavation, civil site work, and associated site improvements. All specified and incidental work required to support, connect, and complete construction activities, including site preparation, coordination, and final restoration, shall be performed to ensure successful completion of the project in full compliance with the contract documents. </div> <br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br />Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00 In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished 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.<br /> <br />Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html<br /><br />To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.<br /> <br />Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. A non-mandatory pre-bid meeting will be held on Tuesday, August 19, 2025, at 2:00 P.M. at the office of the Port of Iberia (POI) District Board of Commissioners at the POI Port Administration Offices located at 4611 South Lewis St., New Iberia, LA 70562.<br />The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.<br /> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br /> <br />Craig Romero, Executive Director<br /> <br />Port of Iberia<br />
https://www.centralauctionhouse.com/rfp96219449-port-improvements-agmac-slip-p2-bankline-improvements.html
13-Aug-2025 12:00:00 AM CDT |
10-Sep-2025 2:00:00 PM CDT |
Sabine Parish Police Jury |
SABINE PARISH 5% INITIATIVE GENERATOR PROJECT PARISH OF SABINE FEMA DR-4611-LA, PROJECT #0159 SABINE PARISH COURTHOUSE 400 S. CAPITOL ST, RM.101, MANY, LA 71449
|
Project No. (2025-01)<br />Sabine Parish Police Jury (herein referred to as the "Owner")<br /> <br />Notice is hereby given that sealed bids will be received in the Police Jury Office, at the Sabine Parish Courthouse, 400 S. Capitol Street, Room 101, Many, Louisiana, by the Owner until 10:00 a.m. on Monday the 8th day of September 2025 for the construction of the project described as follows:<br /> <br />Sabine Parish 5% Initiative Generator PROJECT<br />parish of sabine<br />FEMA DR-4611-LA, Project #0159<br />Sabine Parish Courthouse<br />400 S. Capitol st, rm.101, many, la 71449
https://www.centralauctionhouse.com/rfp59702586--sabine-parish-5-initiative-generator-project-parish-of-sabine-fema-dr-4611-la-project-0159-sabine-parish-courthouse-400-s-capitol-st-rm101-many-la-71449.html
13-Aug-2025 12:00:00 AM CDT |
08-Sep-2025 10:00:00 AM CDT |
Madison Parish School Board |
Madison Parish Schools Cat 1 WAN and Internet Access
|
https://www.centralauctionhouse.com/rfp69832156-madison-parish-schools-cat-1-wan-and-internet-access.html
13-Aug-2025 12:00:00 AM CDT |
30-Sep-2025 2:00:00 PM CDT |
New Orleans Public Belt Railroad |
Invitation To Bid 3107: HUEY P. LONG BRIDGE NETTING SYSTEM
|
<div style="text-align: center;">NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br />INVITATION TO BID 3107: HUEY P. LONG BRIDGE NETTING SYSTEM</div> <br />The New Orleans Public Belt Railroad Commission for the Port of New Orleans (“NOPB”) is soliciting bids for Huey P. Long Bridge Netting System at U.S. Highway 90/Louisiana Highway 48/Jefferson Highway Westwego, LA 70094. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App. <br /> <br />PRE-BID CONFERENCE: A Pre bid meeting will start at 940 Central Ave. Metairie, LA 70001 at 10:00 am. We will then go to the site U.S. Highway 90/Louisiana Highway 48/Jefferson Highway Westwego, LA 70094 (CST) on <b>Wednesday, August 27, 2025</b>. <br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and procurement opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services.<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification. <br /> <br />NOPB CONTACT: Bidders must submit Questions via email to
[email protected] by <b>Tuesday, August 29, 2025 at 4:00 p.m. CDT</b>. As necessary, addenda to this ITB will be issued to all bidders receiving this ITB. Questions, answers, and all forms required will be posted on Central Bidding at www.centralbidding.com. <br /> <br />BID SUBMISSION: NOPB will accept <b>electronic bids </b>at www.centralbidding.com until 1<b>1:00 a.m. CDT on September 9, 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. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline. <br /> <br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents<br /> <br />
https://www.centralauctionhouse.com/rfp87752235-invitation-to-bid-3107-huey-p-long-bridge-netting-system-.html
13-Aug-2025 12:00:00 AM CDT |
09-Sep-2025 11:00:00 AM CDT |
Lafourche Parish Government |
HURRICANE IDA DAMAGE REPAIRS TO LAFOURCHE PARISH GOVERNMENT, SHERIFF’S OFFICE INTERIOR, PHASE 2
|
SECTION 001113 – ADVERTISEMENT FOR BIDS<br /> <br />Lafourche Parish Government<br />P.O. Drawer 5548<br />Thibodaux LA,70302.<br /> <br />Project Name:<br />Hurricane Ida Damage Repairs to<br />Lafourche Parish Government, Sheriff’s Office Interior, Phase 2<br />Thibodaux, LA<br />Architect’s Project No. 2166I-2<br /> <br />ELECTRONIC BIDS for the construction of the “Hurricane Ida Damage Repairs to Lafourche Parish Government, Sheriff’s Office Interior, Phase 2” consisting of the following:<br /> <br />This project includes interior and exterior repairs and improvements to the existing Lafourche Parish Sheriff's Office in Thibodaux, Louisiana. The interior repairs include non-structural wall repair, flooring and ceiling repairs and replacement, as well as painting throughout. The exterior repairs include the replacement of a designated section of exterior wall. The project also includes one alternate, which consists of additional interior modifications and improvements, including work to the electrical and mechanical systems, and other items as noted. Project is funded by FEMA reimbursement and is subject to all required FEMA Terms and Conditions.<br /> <br />will be received electronically by the Lafourche Government until 2:00 P.M. local time, on Thursday, September 11th, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Agricultural Building Complex, Civil Service Meeting Room, 402 W. 5th Street, Thibodaux, LA 70301. Only electronic bids submitted on www.centralbidding.com will be accepted.<br /> <br />Official Bid documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. To view these, download, receive bid notices by e-mail, and submit the bid you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A Pre-Bid Conference shall be held on Thursday, August 28th, at 10:00 A.M., at the Lafourche Parish Agricultural Building Complex, Civil Service Meeting Room, 402 W. 5th Street, Thibodaux, LA 70301. The pre-bid conference will be conducted to discuss the Plans, Specifications, and project requirements.<br /> <br />The Bidding Documents, consisting of Advertisement for Bids, Information for Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Special Conditions, Payment Bond, Performance bond, Notice of Award, Notice to Proceed, Drawings, Specifications and Addenda may be examined at the following locations:Gros Flores Positerry, LLC<br />Architecture and Interior Design<br />104 Rue Angelique, Suite A<br />Thibodaux, LA 70301<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of BUILDING CONSTRUCTION.<br /> <br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />Any person with disabilities requiring special accommodation must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening.<br /> <br /> <br />LAFOURCHE PARISH GOVERNMENT<br />Mitch A. Orgeron, MBA<br /> <br />/s/ Mitch A. Orgeron, MBA Parish President<br /> <br /> <br /> <br />Publish Dates:<br /> <br />First Advertisement: Wednesday, August 13, 2025.<br />Second Advertisement: Wednesday, August 20, 2025.<br />Third Advertisement: Wednesday, August 27, 2025.
https://www.centralauctionhouse.com/rfp27388398-hurricane-ida-damage-repairs-to-lafourche-parish-government-sheriffs-office-interior-phase-2.html
13-Aug-2025 12:00:00 AM CDT |
11-Sep-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
BR AFRC BAS, Baton Rouge Armed Forces Reserve Center
|
See attach solicitation for: BR AFRC BAS, Baton Rouge Armed Forces Reserve Center
https://www.centralauctionhouse.com/rfp44145825-br-afrc-bas-baton-rouge-armed-forces-reserve-center.html
13-Aug-2025 12:00:00 AM CDT |
17-Sep-2025 11:00:00 AM CDT |
Iberia Parish Government |
Air Traffic Control Tower Rehabilitation - Acadiana Regional Airport
|
SECTION 00010<br />ADVERTISEMENT FOR BIDS <br />IBERIA PARISH AIRPORT AUTHORITY (herein referred to as the "Owner") hereby solicits sealed bids for the AIR TRAFFIC CONTROL TOWER REHABILITATION project described as follows:<br />STATEMENT OF WORK: The Air Traffic Control Tower Rehabilitation project is the renovation of the existing communications equipment within the Air Traffic Control (ATC) Tower and the HVAC equipment. This project shall be completed after operational hours of the ATC Tower in order to maintain the daily operational status for the Tower.<br /> <br />PROJECT DURATION: Two Hundred Ten (210) 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 Tuesday, September 9th, 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 Tuesday, September 9th, 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 at 10:00 a.m. CST on Wednesday August 27th,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 5:00 p.m. CST on Tuesday, September 2nd, 2025, 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<br />PUBLICATION/DATES:<br />Wednesday 08/13/2025 - 1st Advertisement<br />Wednesday 08/20/2025 - 2nd Advertisement<br />Wednesday 08/27/2025 - 3rd Advertisement
https://www.centralauctionhouse.com/rfp66649957-air-traffic-control-tower-rehabilitation--acadiana-regional-airport.html
13-Aug-2025 12:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Gonzales Readiness Center Modernization, Gonzales, LA
|
See attach for Solicitation: Gonzales Readiness Center Modernization, Gonzales, LA
https://www.centralauctionhouse.com/rfp35906272-gonzales-readiness-center-modernization-gonzales-la.html
13-Aug-2025 12:00:00 AM CDT |
17-Sep-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
New Rescue Equipment
|
REQUEST FOR QUOTATIONS<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 5:00 pm on September 2, 2025 for the following:<br /> <br />NEW RESCUE EQUIPMENT<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Keirston St. Amant 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?8034; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Keirston St. Amant, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Keirston St. Amant, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Submitted online at www.centralbidding.comQuestions regarding submitting this quote may be directed to Keirston St. Amant at 337-291-8034.
https://www.centralauctionhouse.com/rfp25345796-new-rescue-equipment.html
12-Aug-2025 5:00:00 PM CDT |
02-Sep-2025 5:00:00 PM CDT |
Diocese of Lake Charles |
Hurricane Repairs at St Joan of Arc Parish Hall for the Diocese of Lake Charles
|
NOTICE TO BIDDERS<br /> <br />The Diocese of Lake Charles will receive bids until 2:00 P.M., Tuesday, September 9, 2025, at The Ave Maria Hall, 935 Bilbo Street, Lake Charles, LA 70601 for “Hurricane Repairs at St. Joan of Arc Catholic Church Parish Hall”. Electronic Bids must be submitted through www.centralbidding.com. Complete plans and specifications may only be obtained electronically from www.centralbidding.com.<br /> <br />No Bid shall be considered or accepted unless the bid is accompanied by a Bid Security in an amount not less than five percent (5%) of the Base Bid and all Additive Alternates. The Bid Security shall be in the form of certified check or cashier’s check drawn on a bank insured by the FDIC, or a suitable Bid Bond Form similar to the form contained in the Front-End Documents written by a surety company licensed to do business in Louisiana with an A.M. Best rating of “A” or better, countersigned by a person who is under contract with the surety company or bond insurer as a licensed agent in the State of Louisiana.<br /> <br />Bids shall be accepted only from Contractors who are licensed under LA. R.S. 37:2150-2163, Act 635, effective January 1, 1989, for the classifications “Building Construction”. No bid may be withdrawn for a period of sixty (60) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. Evidence of authority to submit the bid shall be required in accordance with R.S. 38:2212 (5) and/or R.S. 39:1594 (C) (4).<br /> <br />Each bid must be placed in an opaque envelope, sealed, and marked on the outside,<br />“Hurricane Repairs at St. Joan of Arc Catholic Church Parish Hall” contractor name, address and license number of the bidder, to be opened at 2:00 P.M., Tuesday, September 9, 2025 at The Ave Maria Hall, 935 Bilbo Street, Lake Charles, LA 70601.<br /> <br />Bids may also be submitted electronically through Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The Owner reserves the right to reject any and all bids. In accordance with La. R.S. 38:2212 (B), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />A Non-Mandatory Pre-Bid Meeting will be held at the project site, 110 5th Avenue, Oberlin, LA 70655 on Tuesday, August 26, 2025 at 3:00p.m.<br /> <br />For bonding purposes only, the total budget for this project is $200,000.00*<br />(*Budget is provided solely for bonding purposes. The budget does not guarantee acceptance of any specific amount. The actual awarding of the project will be decided by the Owner and will depend on the funds available at the time of bidding.)<br /> <br />Diocese of Lake Charles
https://www.centralauctionhouse.com/rfp98539363-hurricane-repairs-at-st-joan-of-arc-parish-hall-for-the-diocese-of-lake-charles.html
12-Aug-2025 2:00:00 PM CDT |
09-Sep-2025 2:00:00 PM CDT |
South Lafourche Levee District |
Sale of Surplus Equipment: Used Boat Trailer
|
Sealed bids for the sale of surplus equipment will be received by the Board of Commissioners, South Lafourche Levee District, Post Office Box 426, 17904 Highway 3235, Galliano, LA 70354 until 11:00 a.m. September 4, 2025. At that time, the bids will be publicly opened and read aloud for the sale of the following item:<br /> <br />Used surplus 2007 ET16 Magic Tilt Boat TrailerItem may be viewed by appointment only at the South Lafourche Levee District office located at 17904 Hwy 3235, Galliano, LA. To schedule an appointment, please contact Drake Baudoin at (985) 696-6335, or call the office of the South Lafourche Levee District at (985) 632-7554. <br /> <br />Bids should be submitted to the South Lafourche Levee District, PO Box 426, Galliano, LA 70354, with the envelope marked “Sale of Used Boat Trailer”. The envelope should also contain a return address. Bids will be accepted by US Postal Service or may be hand delivered, in which case a receipt will be given to the bidder upon request. <br /> <br />Any bid received after 11:00 A.M. on Thursday, September 4, 2025, will be returned unopened.<br /> <br />The South Lafourche Levee District reserves the right to reject any or all bids, and to waive any informality, or to accept any bid that may serve its best interest. The winning bidder will make full payment within 5 days of Board acceptance of the bid price. <br /> <br />/s/Nicholas Matherne<br />Executive Director<br /> <br />Publication Notice<br />Central Auction House: August 12, 2025
https://www.centralauctionhouse.com/rfp29739536-sale-of-surplus-equipment-used-boat-trailer.html
12-Aug-2025 11:00:00 AM CDT |
04-Sep-2025 11:00:00 AM CDT |
Lafourche Parish School District |
E-RATE WIDE AREA NETWORK (WAN) SERVICES AND INTERNET
|
ADVERTISEMENT REQUEST FOR PROPOSALS<br /> <br /> <br />Request for Proposals will be received by the Lafourche Parish School Board on Wednesday, October 15, 2025 at<br />2:00 pm CST at its office located at 701 East 7th Street, Thibodaux, Louisiana.<br /> <br />Complete proposals, including the original and one (1) electronic copy of the proposal in a sealed envelope must be received by Lafourche Parish School Board at the address listed above by 2:00 pm CST on Wednesday, October 15, 2025. Proposals should be clearly marked “E-Rate Wide Area Network (WAN) Services and Internet Access 2026-101525”. Proposals received after that time will not be accepted. Proposals shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt or such proposals shall be sent by registered or certified mail with a return receipt requested.<br /> <br />Additionally, proposals are available for download from the School Board Purchasing Department Website at www.mylpsd.com. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Proposals submitted via fax or email will not be accepted.<br /> <br />This announcement does not commit the Lafourche Parish School Board to purchase or to pay any cost incurred in the preparation of proposals. Lafourche Parish School Board reserves the right to accept or reject, in whole or in part, all proposals submitted and/or to cancel this announcement. All purchases awarded shall be based upon the proposal most advantageous to the Lafourche Parish School Board, price and other factors considered.<br /> <br />All quantities and components are dependent upon proposer’s design and submission.<br /> <br />LAFOURCHE PARISH SCHOOL<br />Valerie Bourgeois, Board President<br />Jarod W. Martin, Superintendent
https://www.centralauctionhouse.com/rfp84482248-e-rate-wide-area-network-wan-services-and-internet.html
12-Aug-2025 12:00:00 AM CDT |
15-Oct-2025 2:00:00 PM CDT |
Lafayette Parish School System |
Bid# 08-26 School Uniforms
|
Advertisement for Bids<br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School System by the Purchasing Department located at 202 Rue Iberville, Lafayette, LA 70508 for the following:<br />Bids will be marked as follows:<br />School Uniforms – LPSS Homeless Department<br />Bid# 08-26<br />Opening: August 25, 2025 @ 10:00 am CST<br />The bid# 08-26 is to procure school uniform polo shirts, pants, shorts, jackets, and cardigans for the Lafayette Parish School System Homeless Department.<br />Bids will be publicly opened and read aloud at the above stated time and date in a Conference Room of the Lafayette Parish School System District Office Building.<br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com. Specifications will be available Friday, August 08, 2025.<br />The owner reserves the right to reject any and all bids for just cause. In accordance with LA. R.S. 38:2212 (a)(1)(b), the provisions and requirements of this section, those stated in the Advertisement for Bids, and those required on the bid form shall not be waived by any public entity.<br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br />LAFAYETTE PARISH SCHOOL SYSTEM<br />Larry Breaux, Financial Support Specialist<br />Purchasing Department
https://www.centralauctionhouse.com/rfp30984019-bid-08-26-school-uniforms.html
11-Aug-2025 7:02:00 PM CDT |
25-Aug-2025 10:00:00 AM CDT |
Cameron Parish School System |
Cameron Parish School Board Property at 510 Marshall St. Cameron, LA
|
Sealed Bid for property sale at 510 Marshall St., Cameron, LA - Bid Packet available upon request
https://www.centralauctionhouse.com/rfp33861694-cameron-parish-school-board-property-at-510-marshall-st-cameron-la-.html
11-Aug-2025 7:00:00 PM CDT |
08-Sep-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Metal Roof at 232 Huval Street
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT<br />PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUEl PO BOX 4017-C l LAFAYETTE, LA 70502<br />August 11, 2025<br /> <br />Requesting quotes for: METAL ROOF AT 232 HUVAL STREET as per specifications listed on attached for the following location:232 Huval Street<br />Lafayette, LA 70501<br />337-258-9692<br />Project Supervisor: Kevin Roy<br /> <br />Written quotes will be taken until closing time (5:00 pm) August 25, 2025.<br /> <br />Work must be completed according to the attached specifications.<br /> <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?8034 (Attn: Keirston St. Amant; email
[email protected] ) or at www.centralbidding.com <br />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 ($100,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $100,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $100,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $100,000 limits and a Waiver of Subrogation. Please make 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 Keirston St. Amant @ 337?291?8034.<br />NOTE: Any questions regarding the specifications must be addressed to Keirston St. Amant at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Metal Roof at 232 Huval Street<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: Keirston St. Amant, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Keirston St. Amant, 705 W University Ave, Lafayette, LA.<br />Submit your quote online at www.centralbidding.com<br /> <br />NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ<br />UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp67438301-metal-roof-at-232-huval-street.html
11-Aug-2025 5:00:00 PM CDT |
25-Aug-2025 5:00:00 PM CDT |
Jefferson Parish Government |
5000148417 Provide Mailers with Postage for The Jefferson Parish Department of Floodplain Management & Hazard Mitigation
|
Provide Mailers with Postage for The Jefferson Parish Department of Floodplain Management & Hazard Mitigation
https://www.centralauctionhouse.com/rfp51284869-5000148417-provide-mailers-with-postage-for-the-jefferson-parish-department-of-floodplain-management-hazard-mitigation.html
11-Aug-2025 4:08:00 PM CDT |
22-Aug-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148577 Two (2) Year Contract for Spring & Fall HVAC Maintenance and Service Repairs for JPAWS Westbank Location
|
Two (2) Year Contract for Spring & Fall HVAC Maintenance and Service Repairs for JPAWS Westbank Location
https://www.centralauctionhouse.com/rfp66365747-5000148577-two-2-year-contract-for-spring-fall-hvac-maintenance-and-service-repairs-for-jpaws-westbank-location.html
11-Aug-2025 3:48:00 PM CDT |
22-Aug-2025 11:00:00 AM CDT |
Claiborne Electric Co-Op |
Telematics and Automatic Vehicle Locator Hardware and Software
|
With this Request for Proposal (RFP), Claiborne Electric Cooperative, Inc. (“Claiborne”) is seeking to secure a Respondent to provide telematics, safety monitoring, digital documentation, fleet management services, and automatic vehicle locator (AVL) hardware and software (together, “the Services”).
https://www.centralauctionhouse.com/rfp15888720-telematics-and-automatic-vehicle-locator-hardware-and-software.html
11-Aug-2025 12:00:00 PM CDT |
15-Sep-2025 1:00:00 PM CDT |
Claiborne Parish School District |
E-RATE CATEGORY 2 FY26 PRODUCTS AND SERVICES
|
<h1 style="text-align: center;"><b>CLAIBORNE PARISH SCHOOL DISTRICT RFP E-RATE CATEGORY 2<br />E-Rate Proposal for<br />E-Rate Category 2 Products and Services<br />NOTICE TO BIDDERS</b></h1>CLAIBORNE PARISH SCHOOL BOARD, aka “DISTRICT," is seeking proposals for Category 2 Products and<br />Services. The DISTRICT operates 10 entities, including schools, annexes, and non-instructional facilities.<br />In funding year 2025-2026, the DISTRICT reported an enrollment of 1,659 PK-12 students. The DISTRICT<br />is eligible for an 85% discount on Category 2 Products and Services.<br />The DISTRICT is seeking bids for E-rate eligible equipment, licenses, support warranties for new eligible<br />equipment, and software licenses. Basic Maintenance is being applied for on the Form 470 to cover any<br />renewal of support warranties.<br />Sealed bids should be delivered to the CLAIBORNE Parish School Board, or bids can be uploaded to<br />(http://centralauctionhouse.com). The DISTRICT is not responsible for any fees, upload errors, or other<br />website malfunctions. Bids MUST be submitted before the deadline of October 1, 2025, at 2:00 (CST).
https://www.centralauctionhouse.com/rfp43547462-e-rate-category-2-fy26-products-and-services.html
11-Aug-2025 12:00:00 AM CDT |
01-Oct-2025 2:00:00 PM CDT |
City of Sulphur |
Knuckleboom Loader with Dump Body and Side Loading Trough
|
PURCHASING<br />CITY OF SULPHUR<br />SULPHUR, LA. 70663<br />Is accepting bids on:<br />KNUCKLEBOOM TRASH LOADER, DUMP BODY, AND SIDE LOADING<br />TROUGH<br />This proposal will be received by<br />THE CLERK OF THE COUNCIL<br />101 N. HUNTINGTON ST.<br />SULPHUR, LA. 70663<br />UNTIL<br />Wednesday, September 3rd<br />10:00 am<br />AT WHICH TIME BIDS WILL BE PUBLICLY OPENED AND READ<br />ALOUD<br />Advertisement in the Official Journal<br />Southwest Daily News<br />THIS IS THE BID PROPOSAL OF<br />FIRM: _______________________________________________________________<br />ADDRESS: __________________________________________________________<br />DATE: ______________________________________________________________<br />TELEPHONE: _________________________________________________________<br />FAX: ___________________________________________________________<br />CITY OF SULPHUR<br />PURCHASING REGULATIONS<br />1. BID FORMS: The City assumes no responsibility for failure to send proposals. Proposals<br />and specifications can be obtained at the Purchasing Department or electronically at<br />www.centralauctionhouse.com. Full information or any questions answered by contacting<br />the Purchasing Department, 101 N Huntington St., Sulphur, LA 70663.<br />a) Bidders are advised to familiarize themselves with these purchasing regulations of the<br />City of Sulphur and particularly those provisions with respect to strict compliance with<br />the bid proposal. These bid proposal forms shall remain together with the complete<br />contract documents as originally issued. Copies of addenda, if any, shall be attached to<br />the complete forms submitted. Altered or incomplete proposals, or use of substitute<br />forms or documents, will render the bid irregular.<br />b) In an effort to streamline the process for contracting with the City of Sulphur and in<br />accordance with Act No. 590 of the 2008 Regular Session of the Louisiana Legislature,<br />electronic copies of bid solicitation documents, including general and technical<br />specifications, and technical drawings or plans, bid/proposal forms, submittal<br />instructions, and any addenda revisions to the original specifications may be viewed<br />online, downloaded and printed. The new system will provide prospective bidders<br />quicker access to solicitation information and documents. Bidders must self-register<br />online. This information may be accessed through www.centralauctionhouse.com.<br />c) Bids may be submitted on forms furnished by this office fully filled in as to the delivery<br />date etc. An original signature is to be affixed to each copy of the bid submitted to the<br />Clerk of the Council, City Hall. The bidder shall be responsible for all errors or<br />omissions in proposal.<br />2. LATE BIDS: No bid under any circumstances will be received or considered after the<br />appointed hour. The method of delivery of the bid is the responsibility of the bidder. At any<br />time prior to the schedule closing time for receipt of proposals, any bidder may withdraw<br />his proposal. After scheduled closing time for receipt of proposals or before award of the<br />contract, no bidder will be permitted to withdraw his proposal unless said award is delayed<br />for a period exceeding thirty (30) days.<br />3. TAXES: All purchases made directly by the City of Sulphur are exempt from all taxes.<br />Purchases made by contractors or subcontractors, on behalf of the City of Sulphur for City<br />projects, are subject to all applicable sales tax.<br />4. Each BID MUST BE ACCOMPANIED BY A CERTIFIED CHECK, CASHIER’S<br />CHECK, OR BIDDERS BOND. BIDS SUBMITTED WITHOUT BIDDERS BOND<br />WILL BE REJECTED. BID BONDS SUBMITTED MUST BE IN ACCORDANCE<br />WITH ACT 139 WHICH REQUIRES THAT BID BONDS BE FROM SURETY OR<br />INSURANCE COMPANIES INCLUDED IN THE U. S. TREASURY DEPARTMENT’S<br />FINANCIAL MANAGEMENT SERVICE LIST OR BY A LOUISIANA DOMICILED<br />INSURANCE COMPANY WITH AT LEAST AN A- RATING IN THE A.M. BEST’S<br />KEY RATING GUIDE. Amount shall be not less than five percent (5%) of the total bid or<br />two thousand dollars ($2,000.00) (whichever is the lesser amount) and made payable to the<br />CITY OF SULPHUR. In the case of items FOR SALE BY THE CITY OF SULPHUR, the<br />successful bidder will be required to deposit CASH, CERTIFIED CHECK, OR<br />CASHIER’S CHECK in the full amount immediately upon notification of acceptance<br />(check made payable to the CITY OF SULPHUR). Surplus sale items offered as, is, where<br />is. This provision does NOT apply to bids for labor only.<br />5. Any proposal for construction or doing of public work shall require a written contract,<br />certificates of liability of insurance, and a Performance bond.<br />6. NET PRICES: Bid prices, unless otherwise specified, must be net including all<br />transportation and handling charges fully prepaid by contractor to destination and subject<br />only to cash discount. Bid prices shall be firm for acceptance for a minimum of forty-five<br />(45) days. Bids containing “payment in advance” or “C.O.D.” requirements may be<br />rejected. Payments on the awarded bids shall be made upon delivery of equipment, supplies<br />and/or services in accordance with the established “NET 30” payment procedures of the<br />Department of Finance of the City of Sulphur.<br />7. NEW PRODUCTS: Unless specifically called for in the solicitation, all products for purchase<br />shall be new, never previously used, and the current model and/or packaging. No<br />remanufactured, demonstrator, used or irregular product shall be considered for purchase<br />unless otherwise specified in the invitation. The manufacturer’s standard warranty shall apply<br />unless otherwise specified in the invitation.<br />8. The city reserves the right to divide items to avail themselves of the lowest bid. Bids will<br />be evaluated by the City based on cost, quality, and adaptability of the particular material.<br />The City reserves the right to reject any or all bids, waive any technicalities, and select the<br />material that best suits their need, whether the price is the lowest or not.<br />9. Paper bids are to be submitted in a SEALED ENVELOPE to the Clerk of the Council, City<br />Hall, 101 N Huntington Street, Sulphur, Louisiana 70663, on or before date and time<br />specified in the proposal. The outside of the sealed envelope must reflect the name of the<br />bidder, the item(s) for which the bid is submitted (see cover page of bid proposal). The<br />method of submission of the bid is the responsibility of the bidder.<br />10. When applicable, if item, product and/or service are not available locally, according to State<br />Bid Laws: Louisiana Revised Statue 38:2251: preference is hereby given to materials,<br />supplies, and provisions, produced, manufactured, or grown in Louisiana, quality being<br />equal to articles offered by competitors outside of the State.<br />11. DELIVERY DEFAULT: Forfeiture of the successful bidder’s cashier’s check or certified<br />check could result upon failure to deliver by firm delivery date quoted in bid unless<br />extension of time is approved by the Mayor. If a bid bond is furnished, and the contractor<br />fails to deliver by firm delivery date quoted in bid (unless extension of time is approved by<br />the Mayor), the contractor will make payment in the amount of five percent (5%) of his bid<br />price, within fifteen (15) days after written notice is given. Should it be necessary to file suit<br />for collection thereof, attorney’s fees in the amount of twenty-five percent (25%) of the<br />amount of the bid bond shall be due and payable.<br />12. The undersigned certifies that he has carefully examined the instructions to bidders, terms,<br />and specifications applicable to and made part of this proposal. He further certifies that the<br />prices shown in the schedule of items on which he is bidding are in full accordance with the<br />conditions, terms, and specifications of this proposal, and that any exceptions taken thereto<br />may disqualify this bid.<br />SIGNED: ___________________________________________________________<br />DATED: ___________________________________________________________<br /><br /><br /><br /><br /><br />
https://www.centralauctionhouse.com/rfp55530136-knuckleboom-loader-with-dump-body-and-side-loading-trough.html
11-Aug-2025 12:00:00 AM CDT |
03-Sep-2025 10:00:00 AM CDT |
Rapides Parish Sheriff's Office |
FOOD ITEMS BID RPSO-06-2025
|
It is the intent of the Rapides Parish Sheriff’s Office (RPSO)to secure pricing on Food Items. This contract shall remain in effect for a period of twelve (12) months from bid award date. Contingent upon the availability of funds, and the ability of the successful bidder to honor the quoted bid prices, the RPSO reserves the right to renew the existing contract for a period of up to twenty-four (24) additional months, in twelve month increments, with a sixty (60) day funding out clause.
https://www.centralauctionhouse.com/rfp38051524-food-items-bid-rpso-06-2025.html
08-Aug-2025 9:32:00 AM CDT |
27-Aug-2025 10:00:00 AM CDT |
Rapides Parish Sheriff's Office |
MEAT ITEMS BID RPSO-05-2025
|
It is the intent of the Rapides Parish Sheriff’s Office (RPSO) to secure pricing on Meat Items. This contract shall remain in effect for a period of twelve (12) months from bid award date. Contingent upon the availability of funds, and the ability of the successful bidder to honor the quoted bid prices, the RPSO reserves the right to renew the existing contract for a period of up to twenty-four (24) months, in twelve (12) months increments, with a sixty (60) day funding out clause.
https://www.centralauctionhouse.com/rfp69077556-meat-items-bid-rpso-05-2025.html
08-Aug-2025 9:24:00 AM CDT |
27-Aug-2025 10:00:00 AM CDT |
Port of New Orleans |
Purchase of Mitigation Bank Credits
|
Purchase of Mitigation Bank Credits per specifications provided.
https://www.centralauctionhouse.com/rfp84063202-purchase-of-mitigation-bank-credits.html
08-Aug-2025 8:00:00 AM CDT |
25-Aug-2025 11:00:00 AM CDT |
Rapides Parish School Board |
Bid 11-26-01: Purchase and Delivery of Washfountains at Various District 11 Schools
|
INVITATION TO BID<br /> <br />Sealed Bids will be received in the Purchasing Department of the Rapides Parish School Board, in the Rapides Parish School Board Office Building, Sixth and Beauregard Streets, Alexandria, Louisiana until Wednesday, August 27, 2025 at 2:00 PM<br /> <br /> PURCHASE AND DELIVERY OF WASHFOUNTAINS AT VARIOUS DISTRICT 11 SCHOOLS<br />(BID NO 11-26-01) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time, August 27, 2025 at 2:00 PM, will be returned unopened.<br /> <br />To obtain the full set of specifications and bid forms, 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 and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by bid security equal to five (5%) of the total bid and must be in the form of a Certified Check, Cashier’s Check, Bank Money Order or Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />Awards will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211 et. Seq, the Rapides Parish School Board reserves the right to reject any and all bids for just cause.<br /> <br />Bids may be submitted electronically at www.centralbidding.com or in sealed envelopes that are clearly marked with:<br />Bidder’s name<br />Bid Project Name and Number. – Purchase and Delivery of Washfountains at Various District 11 Schools (Bid #11-26-01) and delivered to:Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, Chief Financial Officer<br />RAPIDES PARISH SCHOOL BOARD<br /> <br /> <br />Publication dates: August 08, 2025<br /> August 15, 2025
https://www.centralauctionhouse.com/rfp77446205-bid-11-26-01-purchase-and-delivery-of-washfountains-at-various-district-11-schools.html
08-Aug-2025 8:00:00 AM CDT |
27-Aug-2025 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 62-26-01: Bolton Academy Electrical Upgrades
|
ADVERTISEMENT OR INVITATION TO BID<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />BOLTON ACADEMY ELECTRICAL UPGRADES<br />(RPSB BID #62-26-01<br /> <br />Separate sealed bids for Bolton Academy Electrical Upgrades (RPSB Bid #62-26-01 ) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until 2:00 P.M. (Central Time), on Wednesday, September 10, 2025 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be obtained electronically from:<br /> <br />ALLIANCE DESIGN GROUP, LLC<br />1439 CENTRE CT., STE 401<br />ALEXANDRIA, LA 71301<br />PHONE: (318) 445-3151<br /> <br />The Scope of Work Includes: Work of the Project includes removing master meter and installing individual meters on groups of buildings. Includes but not limited to new underground conduit, panels, racks, etc.<br /> <br />Pursuant to L.R.S. 38:2212.E.(1) Bidders have the option to submit bids and bid bonds electronically. Electronic bids for this project may be submitted through Central Bidding at www.CentralAuctionHouse.com. To register, or for assistance with completing an e-bid, contact Central Bidding at 225-810-4814 or 866-570-9620.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of the L.R.S.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 a.m. on Thursday, August 28, 2025 at the project<br />site, 2101 Vance Ave., Alexandria, Louisiana.<br /> <br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived. Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />ATTN: MS. ELIZABETH DOMITE,<br />CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br />PLEASE PUBLISH THREE (3) TIMES:<br />FRIDAY, AUGUST 8, 2025<br />FRIDAY, AUGUST 15, 2025<br />FRIDAY, AUGUST 22, 2025
https://www.centralauctionhouse.com/rfp20047639-bid-62-26-01-bolton-academy-electrical-upgrades.html
08-Aug-2025 8:00:00 AM CDT |
10-Sep-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2025-11-1200 - INTEGRATED LIBRARY SYSTEM
|
NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed bids will be received by the City of Baton Rouge and the Parish of East Baton Rouge Purchasing Division until 2:00 PM CST on September 25, 2025 in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 for:<br /> Request for Proposal Integrated Library System<br /> RFP 2025-11-1200<br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br /><br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self-enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is September 11, 2025 at 5:00 PM<br />CST.<br />Proposals received after the above specified time will not be considered. .<br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br />For this project the EBR Parish Purchasing office has indicated that SEDBE participation is strongly encouraged. All Proposers may demonstrate good faith efforts certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. .<br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />
https://www.centralauctionhouse.com/rfp97656811-rfp-2025-11-1200--integrated-library-system.html
08-Aug-2025 12:00:00 AM CDT |
25-Sep-2025 2:00:00 PM CDT |
St. Charles Parish Government |
BID 1023 - 2 YEAR CONTRACT FOR PRECAST BOXED CULVERTS
|
BID PACKET BID 1023
https://www.centralauctionhouse.com/rfp64857788-bid-1023--2-year-contract-for-precast-boxed-culverts.html
07-Aug-2025 4:00:00 PM CDT |
26-Aug-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000148267 Provide, Labor, and Materials to Furnish and Install Coin Sorter Systems for The Jefferson Parish Department of Transit
|
Provide, Labor, and Materials to Furnish and Install Coin Sorter Systems for The Jefferson Parish Department of Transit
https://www.centralauctionhouse.com/rfp23668119-5000148267-provide-labor-and-materials-to-furnish-and-install-coin-sorter-systems-for-the-jefferson-parish-department-of-transit-.html
07-Aug-2025 1:48:00 PM CDT |
03-Sep-2025 11:00:00 AM CDT |
Lafourche Parish School District |
Lafourche Parish Stadium Repairs - South Lafourche High School, Central Lafourche High School, Thibodaux High School
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the <b>Lafourche Parish School Board until 2:00pm on Wednesday, September 10, 2025</b> , at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be opened and publicly read aloud for the following work:<br /> <br />Lafourche Parish Stadium Repairs<br />South Lafourche High School<br />Central Lafourche High School<br />Thibodaux High School<br /> <br />This project consists of repairs to spalled and delaminated concrete at the three stadiums, application of a polyurethane traffic coating on the topside of stadiums, replacement of light fixtures and exhaust fans in restrooms and concession stands, additional pavement beneath the stadiums, and other miscellaneous repairs. It also includes an alternate for the replacement of stadium lighting.<br /> <br />Bidders shall be licensed under the latest revisions of L.R.S. 37:2150 through 2173 in the classification of “Building Construction.” Concrete repairs and coatings shall be performed by a contractor experienced in concrete structural rehabilitation work.<br /> <br />All hand-delivered bids shall be submitted in a sealed envelope bearing legibly on the exterior the Contractor’s license number. It is highly recommended that the envelope also display the following information:<br /> 1. Owner’s Name and Address<br /> 2. Project Name<br /> 3. Contractor’s name and address<br /> <br />Electronic bids can be submitted at www.centralbidding.com. For any questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Any reprographer registered with Central Bidding can also provide a set of documents. No bidding documents will be issued by the Engineer.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents.<br /> <br />Bid prices shall specifically exclude any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local taxes effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />All bids must be accompanied by a bid security not less than 5% of the total bid includ­ing all alternates. Bid security must 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 will be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana in an amount equal to 100% of the Contract price.<br /> <br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion for this project is prime importance. All of the work required shall be completed within five hundred forty (540) calendar days from the Notice to Proceed. Should the contractor neglect or refuse to complete the work 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 amount as scheduled in the Instruction to Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as 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 effect such payment in full. Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br /><b>A MANDATORY pre-bid conference will be held on Wednesday, August 20, 2025 at 9:00 am</b> at the Thibodaux High School Stadium Home Side. Thibodaux High School address is 1355 Tiger Drive, Thibodaux, Louisiana 70301. The Engineer shall pass around a sign-in sheet prior to beginning the formal presentation. The sign-in sheet shall be collected by the Engineer 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 Engineer. 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. Contractors are advised to arrive at the meeting location in sufficient time to ensure compliance with this provision.<br /> <br />Any bid received after the scheduled closing time will be returned unopened. The Owner reserves the right to reject any or all bids and to waive any informalities in bidding.<br /> <br />Lafourche Parish School Board<br />Marian Fertitta, President<br />Jarod Martin, Superintendent<br /> <br /> <br />ADVERTISING DATES:<br />First Advertisement: August 7, 2025<br />Second Advertisement: August 11, 2025<br />Third Advertisement: August 18, 2025
https://www.centralauctionhouse.com/rfp36451953-lafourche-parish-stadium-repairs--south-lafourche-high-school-central-lafourche-high-school-thibodaux-high-school.html
07-Aug-2025 12:00:00 PM CDT |
10-Sep-2025 2:00:00 PM CDT |
Livingston Parish Gravity Drainage District No. 1 |
Livingston Parish Gravity Drainage District 1 - Limestone 2025 Bid Package
|
https://www.centralauctionhouse.com/rfp19587889-livingston-parish-gravity-drainage-district-1--limestone-2025-bid-package.html
07-Aug-2025 10:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
Livingston Parish Gravity Drainage District No. 1 |
Livingston Parish Gravity Drainage District 1 - Rip-Rap Bid Package
|
https://www.centralauctionhouse.com/rfp73862919-livingston-parish-gravity-drainage-district-1--rip-rap-bid-package.html
07-Aug-2025 10:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
Livingston Parish Gravity Drainage District No. 1 |
Livingston Parish Gravity Drainage District 1 - Culvert Bid Package
|
https://www.centralauctionhouse.com/rfp90793251-livingston-parish-gravity-drainage-district-1--culvert-bid-package.html
07-Aug-2025 10:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Sign Faces 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 22nd day of August 2025 for the following:<br /> <br /> SIGN FACES 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. Bidders are encouraged to join the bid opening via Zoom at https://us02web.zoom.us/j/87450814636?pwd=bu5zVlu5tHyxTxZTbN7ltrZo36FqZr.1. The Meeting ID is 874 5081 4636. The Passcode is 319622. <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: 8/7/2025, 8/10/2025<br />DPR # 997510<br /> <br />
https://www.centralauctionhouse.com/rfp64479897-sign-faces-re-bid.html
07-Aug-2025 8:00:00 AM CDT |
22-Aug-2025 3:00:00 PM CDT |
Pointe Coupee Parish Government |
Pointe Coupee Parish Engineering Services Request For Qualifications - Parish Wide Generator Project
|
POINTE COUPEE PARISH - PARISH WIDE GENERATOR PROJECT<br />PARISH PROJECT NO. PC4611-0018<br />RFQ NO. 72425<br />ENGINEERING FEE: TO BE NEGOTIATED<br /> <br />This project and the procedures for the selection of this firm 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 standard of POINTE COUPEE Parish. All responses received will be evaluated in accordance with the selection criteria identified in the Request for Qualifications information packet available from the Parish. That information also identifies the scope of services to be performed by the selected firm.<br /> <br />All engineering firms 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 Certificate(s) of Registration shall be attached to each Statement of Qualification. Failure to be registered and in good standing with the aforementioned board will lead to the rejection of qualifications statement. <br /> <br />POINTE COUPEE Parish will award the project to the respondent obtaining the highest recommendation and points based upon a section committee review of the submitted Statement of Qualifications and work references.<br /> <br />Interested firms are invited to secure an informational packet from POINTE COUPEE Parish FACILITIES MANAGER: SAL GENUSA, (
[email protected]) or download an electronic copy of the official Request for Qualifications packet from Central Bidding website: www.centralbidding.com. Only those firms that have responded in accordance with the official RFQ packet for this project obtained from POINTE COUPEE Parish or Central Bidding will be considered by POINTE COUPEE Parish Selection Committee. Additionally, the firm 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 POINTE COUPEE Parish. A fixed sum contract will be negotiated with the selected firm. Responding firms 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 to FACILITIES MANAGER: SAL GENUSA, (
[email protected]).<br />The response to this RFQ must be hand delivered or mailed to the above-named person at POINTE COUPEE Parish Government, (P.O. BOX 290/160 EAST MAIN ST. NEW ROADS, LA 70760) in such a manner that it is received no later than Monday, September 22 at 2:00 P.M. Central Standard Time. Statements of Qualifications that have not been received by the deadline date and time will be rejected.<br /> <br />POINTE COUPEE Parish Government is an Equal Opportunity Employer. Responding firms are encouraged to utilize minority participation in this contract through the use of disadvantaged and women-owned businesses as suppliers or sub-contractors. POINTE COUPEE Parish Government encourages submission by DBE, minority, veteran, and/or women owned businesses.<br /> <br />POINTE COUPEE PARISH GOVERNMENT<br />FACILITIES MANAGER<br />SAL GENUSA<br />
[email protected]<br /> <br /> <br />PUBLICATION/DATES:<br />Pointe Coupee Banner<br />Thursday, August 7, 2025<br />Thursday, August 14, 2025<br />Thursday, August 21, 2025
https://www.centralauctionhouse.com/rfp4277767-pointe-coupee-parish-engineering-services-request-for-qualifications--parish-wide-generator-project-.html
07-Aug-2025 8:00:00 AM CDT |
22-Sep-2025 2:00:00 PM CDT |
Livingston Parish Fire Protection District #4 |
Livingston Parish Fire Protection District 4 - Fire Station No. 7 Renovation
|
ADVERTISEMENT FOR BIDS <br />LIVINGSTON PARISH FIRE PROTECTION DISTRICT 4 FIRE STATION NO. 7 (Denham Springs)STATE OF LOUISIANA<br /> <br />Sealed Bids will be received until the hour of 2:00 PM (local time), on September 2, 2025, at the Livingston Parish Fire Protection District 4 Office Building (9760 Florida Blvd, Walker, LA 70785) and opened at 2:00 PM (local time), at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <br />LIVINGSTON PARISH FIRE PROTECTION DISTRICT 4 FIRE STATION NO. 7 RENOVATION<br />25110 WALKER SOUTH ROAD<br />DENHAM SPRINGS, LA 70726<br />PROJECT NO. 73-001-24To be a valid delivery, Sealed Bids must be delivered by certified mail or hand to the Livingston Parish Fire Protection District 4 Office Building (9760 Florida Blvd, Walker, LA 70785), during the normal business hours of 7:00 a.m. to 5:00 p.m. Monday through Thursday on or before 2:00 PM (local time), on September 2, 2025. Electronic Bid documents may also be submitted electronically to Central Auction House. Electronic bids must be submitted so as to be posted prior to above time/date.<br /> <br />Sealed bids delivered to any other department or other room number prior to the bid receipt deadline will not be considered.This project consists of furnishing all supervision, labor, equipment, and materials necessary to:<br /> <br />RENOVATION OF EXISTING FIRE STATION 7, AND APPROXIMATELY 3,000 SF ADDITION, INCLUDING APPARATUS BAY, BUNK ROOM, LIVING AND ADMINISTRATIVE AREAS AS SHOWN ON DRAWINGS. <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. The provisions of R.S. 38:2215 do not apply to this contract for construction due to the project being financed in whole or in part by federal or other funds.<br />A mandatory Pre-Bid Meeting will be held at 10:00 AM (local time) on Tuesday, August 19, 2025, at the Livingston Parish Fire Protection District 4 Office Building (9760 Florida Blvd, Walker, LA 70785). All bidders are required to attend.<br /> <br />Drawings and specifications are also on file (starting Thursday, August 7, 2025) and open for inspection on the Central Auction House website (https://www.centralauctionhouse.com/main.php), and an electronic copy may be obtained without charge from Fusion Architects, APC by via email
[email protected]. Printed copies are not available from the designer, but arrangements can be made to obtain through most reprographic firms. Plan holders are responsible for their own reproduction cost. Questions about this procedure shall be directed to the Designer at FUSION Architects, APC., 3488 Brentwood Drive, Baton Rouge, Louisiana 70809, Phone (225) 766-4848. E-Mail Address:
[email protected].<br />/s/ Robert Dugas<br />Livingston Parish Fire Protection District 4
https://www.centralauctionhouse.com/rfp3342219-livingston-parish-fire-protection-district-4--fire-station-no-7-renovation.html
07-Aug-2025 8:00:00 AM CDT |
02-Sep-2025 2:00:00 PM CDT |
Livingston Parish Government |
Hills Road Washout
|
ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by Livingston Parish Government (herein referred to as “Owner”) for the construction of the project described as follows:<br />PROJECT NAME: HILLS ROAD WASHOUT<br />The Bidding Documents shall be addressed to Livingston Parish Government and delivered to Livingston Parish Office of Homeland Security and Emergency Preparedness (LOHSEP) located at 20355 Government Blvd. Suite D, 2nd floor, Livingston, LA 70754 not later than <b>2:00PM, on the 9th day of September, 2025</b>, at which time the bids will be publicly opened and read aloud. Bids must be submitted on the proper bid form. Each bid shall be enclosed in a sealed envelope showing the name, address, and license number of the bidder. Any bid received after the specified time and date will not be considered.<br />Copies of the bidding documents may be obtained at https://www.centralauctionhouse.com/ or they may be obtained without charge and without deposit from Forte and Tablada. Printed copies are not available from the Designer, but arrangements can be made to obtain them through reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at <b>Forte and Tablada Inc., 9107 Interline Avenue, Baton Rouge, Louisiana 70809. Phone (225) 927-9321. Attention Tyler H. Branch, P.E., Civil Project Manager. E-Mail Address:
[email protected].</b><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Highway, Streets, and Bridge Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance the Louisiana R.S. 38:2214.<br />A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />at <b>2:00PM on August 20th, 2025</b>, at LOHSEP 20355 Government Blvd. Suite D, 2nd floor, Livingston, LA 70754<br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br />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 />Any person with disabilities requiring special accommodations must contact LOHSEP no later than seven (7) days prior to the bid opening.<br />Electronic Bid documents may be submitted by Contractors to Livingston Parish by submitting their bid along with their bid security to https://www.centralauctionhouse.com/.<br /> <br /> Run Dates: August 7th, August 14th, and August 21th
https://www.centralauctionhouse.com/rfp54005995-hills-road-washout.html
07-Aug-2025 12:00:00 AM CDT |
09-Sep-2025 2:00:00 PM CDT |
Ascension Parish Government |
Bert Allen Ditch Detention Project
|
<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>September 4, 2025</b>, at 3:00 p.m. (CT) for the following:<br /> <h1 style="text-align: center;">Bert Allen Ditch Detention Project</h1><h1 style="text-align: center;">Engineering Services for the</h1><h1 style="text-align: center;">Building Resilient Infrastructure and Communities (BRIC) Program</h1><br /><b>STATEMENT OF WORK</b><br />Ascension Parish Government is soliciting qualification statements for engineering services to assist the Parish with engineering services in compliance with BRIC Program requirements for implementation of the Bert Allen Ditch Detention Project. Tasks associated with the project include but are not limited to topographic survey, H&H analysis, geotechnical design, permitting and environmental assessment, project design, and construction plan and specification development. <br /><br /><b>PROJECT DESCRIPTION </b><br />Ascension Parish Government desires to select an engineering firm to perform tasks shown in the Scope of Services.<br /> <br /><b>SCOPE OF WORK</b><br />Ascension Parish Government is soliciting qualification statements for engineering services to assist the Parish with engineering services in compliance with BRIC Program requirements. The agreement will be on a cost reimbursement “not to exceed” basis, with payment terms to be negotiated with the selected offeror. Reimbursement for services will be contingent on the Parish receiving funding from the FEMA’s BRIC Program. The maximum amount of engineering fees will be determined by the FEMA BRIC program and may require adjustments in the proposed contract amount.<br /> <br />The services to be provided will include, but not be limited to:<br /> <ol> <li>Topographic survey: including field survey of existing property boundaries and elevation shots to accurately develop construction plans for the project improvements.</li> <li>Geotechnical services: investigation and analysis including necessary borings and field investigations to support design recommendations. </li> <li>Hydrologic and Hydraulic design including the evaluation of both the existing and proposed conditions, and full pump station design. </li> <li>Benefit Cost Analysis comparing simulated water surface elevations to the estimated slab elevations in the area to ensure the proposed project maximizes the economic and social benefit in the affected area. </li> <li value="5">Evaluation of environmental impacts including all environmental clearance in accordance with federal regulations and providing all National Environmental Policy Act (NEPA) Environmental Assessments, and applicable permits. Project must meet requirements of federal funding through BRIC program. </li> <li value="6">Design of detention improvements, drainage structures, overflow structures, etc.</li> <li value="7">Provide a bid package including 100% sealed plans and specifications along with the latest front?end Parish documents. </li></ol>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. (CT) on August 19, 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 (CT), no later than August 26, 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 <u>must still be submitted</u> 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 8/7/2025, 8/14/2025, 8/21/2025<br />GONZALES WEEKLY PLEASE PUBLISH 8/7/2025, 8/14/2025, 8/21/2025
https://www.centralauctionhouse.com/rfp90196869-bert-allen-ditch-detention-project.html
07-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 3:00:00 PM CDT |
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 |
Jefferson Parish Government |
5000148254 Three (3) Year Maintenance Contract to Service Various Types of (HVAC) Heating, Ventilation and Air Conditioning Equipment for the Jefferson Parish John A, Alario Sr. Event Center
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148254<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 09, 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 />Three (3) Year Maintenance Contract to Service Various Types of (HVAC) Heating, Ventilation and Air Conditioning Equipment for the Jefferson Parish Alario Center<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 />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at John A. Alario Sr. Event Center- 200 Segnette Blvd. Westwego, La. 70094 on August 22, 2025 at 9:30 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: August 06, 13 and 20, 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/rfp46734199-5000148254-three-3-year-maintenance-contract-to-service-various-types-of-hvac-heating-ventilation-and-air-conditioning-equipment-for-the-jefferson-parish-john-a-alario-sr-event-center.html
06-Aug-2025 3:00:00 PM CDT |
09-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148497 - Three (3) Year Labor Only Contract to Troubleshoot, Repair, and Replace Various Manufacturers and Styles of Automatic & Manual Entrance Doors for the Jefferson Parish Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148497<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 4, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Labor Only Contract to Troubleshoot, Repair, and Replace Various<br />Manufacturers and Styles of Automatic & Manual Entrance Doors for the Jefferson<br />Parish Department of General Services<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: August 6, 13, and 20, 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/rfp97360646-5000148497--three-3-year-labor-only-contract-to-troubleshoot-repair-and-replace-various-manufacturers-and-styles-of-automatic-manual-entrance-doors-for-the-jefferson-parish-department-of-genera.html
06-Aug-2025 12:06:00 PM CDT |
04-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148404 Two (2) Year Contract for Bulk Anhydrous Liquid Ammonia for The Jefferson Parish Department of Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148404<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 21, 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 />Two (2) Year Contract for Bulk Anhydrous Liquid Ammonia 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: August 6, and August 13, 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/rfp27790393-5000148404-two-2-year-contract-for-bulk-anhydrous-liquid-ammonia-for-the-jefferson-parish-department-of-water.html
06-Aug-2025 11:39:00 AM CDT |
21-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-026-Provide Professional Surveying Services for The Department of Public Works on an as-needed basis for a Period of Two (2) Years
|
PUBLIC NOTICE<br /> SOQ 25-026<br /> <br /> Professional Surveying Services on an “As Needed Basis”<br /> <br />The Parish of Jefferson, authorized by Resolution No. 146795 is hereby soliciting a Statement of Qualifications (TEC Professional Services Questionnaire) from persons or firms interested and qualified in providing professional surveying services for the Department of Public Works on an as-needed basis for a period of two (2) years.<br /> <br /> Deadline for Submissions: 3:30 p.m., September 5, 2025<br /> <br />General<br /> <br />The firms submitting a Statement of Qualifications (Jefferson Parish TEC Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (Jefferson Parish TEC Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<br /> <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br />Compensation<br /> <br />The cost of these surveying services will be negotiated by the Jefferson Parish Department of Engineering. As determined by the Engineering Department, services will be paid for on a lump sum fee basis or on the basis of the person or firm’s certified and itemized salary costs plus a fee to cover overhead cost and profit in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. Copy of Attachment “A” may be obtained by calling the Jefferson Parish Engineering Department at (504) 736-6505.<br /> <br />Minimum Requirements for Selection<br /> <br />one principal who is a professional land surveyor, who shall be registered as such in Louisiana. (A subcontractor may not be used to meet this requirement (Section C. of TEC Professional Services Questionnaire))<br />a professional in charge of the project who is a professional land surveyor, who shall be registered as such in Louisiana, with a minimum of five (5) years of experience in the disciplines involved. (A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT” of TEC Professional Services Questionnaire))<br />one employee who is a professional land surveyor, who shall be registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline. (Section D. of TEC Professional Services Questionnaire) <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate the statement of the firms submitting:<br /> <br />1) Professional training and experience in relation to the type of work required for surveying services - 35 points.<br />2) Size of firm, considering the number of professional and support personnel required to perform surveying tasks, including drafting of survey plans – 10 points.<br />3) Capacity for timely completion of newly assigned work, considering the factors of current unfinished workload and person or firm’s available professional and support personnel - 20 points.<br />4) Past Performance by person or firm on projects of similar or comparable size, scope, and scale - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.)<br /> <br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services, excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.)<br />7) Prior successful completion of projects requiring surveying services for which firm has provided verifiable references - 15 points.<br /> <br /> <br />The maximum cumulative fee that can be charged for all work on this contract shall not exceed $500,000 by a factor of more than 10% per year unless increased by contract amendment approved by the Jefferson Parish Council.<br /> <br />The person or firm submitting a Statement of Qualification (TEC Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a ((TEC Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications ((TEC Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: August 6, 13, and 20, 2025<br />
https://www.centralauctionhouse.com/rfp12646261-soq-25-026-provide-professional-surveying-services-for-the-department-of-public-works-on-an-as-needed-basis-for-a-period-of-two-2-years.html
06-Aug-2025 11:32:00 AM CDT |
05-Sep-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000148403 Two (2)Year Contract for Bulk Polydamac Polyelectrolyte Clarifloc C-308P for The Jefferson Parish Department of Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148403<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., August 21, 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 />Two (2) Year Contract for Bulk Polydamac Polyelectrolyte Clarifloc C-308P 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: August 6, and August 13, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2
https://www.centralauctionhouse.com/rfp50214264-5000148403-two-2year-contract-for-bulk-polydamac-polyelectrolyte-clarifloc-c-308p-for-the-jefferson-parish-department-of-water.html
06-Aug-2025 11:14:00 AM CDT |
21-Aug-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148332 Jefferson Parish East Bank Animal Adoption and Services Facility
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148332<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 16, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />JEFFERSON PARISH EAST BANK ANIMAL ADOPTION AND SERVICES FACILITY<br /> <br />The project consists of the construction of a new Animal Welfare and Adoption Center for Jefferson Protection & Animal Welfare Services (JPAWS) for the East Bank. The facility will be a single-story using load-bearing concrete masonry construction with a modified bitumen roofing system. The building will be approximately 27,775 square feet and have over fifty parking spaces.<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 Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, (Phone: (504) 885-9892) by licensed contractors upon receipt of $500.00 for a hard copy set and /or a non-refundable fee of $25.00 for an electronic set on compact disk. 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 />A MANDATORY Pre-Bid Conference will be held at 9:00AM on August 22, 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 />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: August 6, 13, and 20, 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/rfp38592120-5000148332-jefferson-parish-east-bank-animal-adoption-and-services-facility.html
06-Aug-2025 10:28:00 AM CDT |
16-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148268 - Three (3) Year Labor Only Contract for Maintenance and Programming of Various Makes & Models of Fire Protection Equipment & Systems for the Jefferson Parish Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148268<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 4, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Labor Only Contract for Maintenance and Programming of Various Makes & Models of Fire Protection Equipment & Systems for the Jefferson Parish Department of General Services<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: August 6, 13, and 20, 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/rfp49246701-5000148268--three-3-year-labor-only-contract-for-maintenance-and-programming-of-various-makes-models-of-fire-protection-equipment-systems-for-the-jefferson-parish-department-of-general-services.html
06-Aug-2025 9:45:00 AM CDT |
04-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148234 Bonnabel Shore Walking Trail Project - 2024-022-CM
|
ADVERTISEMENT FOR BIDS BID NO. 50-00148234<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 11, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />BONNABEL SHORE WALKING TRAIL PROJECT-2024-022-CM<br />The project's primary goal is transforming an underutilized strip of land along the Lake Pontchartrain shore into a distinctive leisurely walk and passive recreation area along the Lake's edge. The walk will focus on pedestrian enhancements, beautification, and informative signage about the cultural history and environment of the lakeshore. Vegetation enhancements and tree cover along the existing sidewalks will create an improved pedestrian environment. Significant enhancements include trees, shrubs, paving, and the location for an iconic sculpture (not in this contract) representing the Lake Pontchartrain shore.<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 />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each Bid must be accompanied by 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 Contract Documents may be secured from Architecture/Engineering Firm Dana Brown & Associates, 1836 Valence Street, New Orleans, Phone: 504-345-2639 by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held on August 21, 2025 at 10:00 a.m. at Jefferson Parish Purchasing Department located in the 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 />Renny Simno Director<br />Purchasing Department<br />Misty A. Camardelle Assistant Director Purchasing Department<br />ADV: The New Orleans Advocate: August 06, 13 and 20, 2025<br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp79604454-5000148234-bonnabel-shore-walking-trail-project--2024-022-cm.html
06-Aug-2025 9:00:00 AM CDT |
11-Sep-2025 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6892 CHATEAU TRANSFER STATION IMPROVEMENTS
|
<div style="text-align: center;">INVITATION TO BID</div> <br />The City of Kenner will receive sealed bids for CHATEAU TRANSFER STATION IMPROVEMENTS<br /> <br />The proposed work includes: Improvements to previously rehabilitated Lift Station which includes paving, drainage, fencing and gates, supports for existing force mains, repair to discharge force main, installation of new screening equipment with utilities, and a new generator including electrical.<br /> <br />Sealed Bids will be received by the City of Kenner, in the Finance Department, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana 70062 until <b>September 4, 2025, at 9:45 AM. </b>Bids will not be accepted after this time. 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 they will be publicly read.<br /> <br />There will be a non-mandatory pre-bid meeting on <b>August 20, 2025 at 10:00 AM</b> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encouraged to attend. There will be a non-mandatory site visit that all bidders are encouraged to attend.<br /> <br />All Bids must be in accordance with the Contract Documents on file with Shread-Kuyrkendall and Associates, Inc., 13000 Justice Avenue, Suite 16, Baton Rouge, LA 70816 Phone 225-296-1335, the Design Consulting Professionals for this project.<br /> <br />Copies of Bidding Contract Documents for review or for use in preparing bids may be obtained from Shread-Kuyrkendall and Associates, Inc., 13000 Justice Avenue, Suite 16, Baton Rouge, LA 70816 Phone 225-296-1335 upon deposit of $300.00 for each set of documents. Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /> <br />Contractors may also obtain copies of bidding contract documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. If submitting bid electronically, a bid bond is the only acceptable form of bid security. A cashier’s or certified check will NOT be accepted.<br /> <br />Any bidder to whom a contract is awarded shall certify that he holds an active license in “Municipal and Public Works” in accordance with LSA-R.S. 37:2150 et. seq. Bidders must write their Louisiana State Contractor’s license number on the outside of the bid envelope prior to bid submission for public works construction projects estimated at $50,000 and above. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number in order to meet the requirements of LSA-R.S. 37:2163. Except as otherwise provided herein, if the bid does not contain the contractor’s certification and show the contractor’s license number on the bid envelope, the bid shall be automatically rejected, shall be returned to the bidder marked “REJECTED” and shall not be read aloud.<br /> <br />Bids will be received on a lump sum or unit price basis. If a Contract for the Work is to be awarded, it will be awarded to the lowest responsive Bidder, who had Bid in accordance with the requirements of the Bidding Documents, as determined by the Owner's evaluation of the corresponding Bid Form and Bid Form Attachments. Determination of the lowest Bidder shall be on the basis of the sum of the Base Bid and any Alternates accepted by the Owner, subject to the Owner's and the Design Professional's evaluation of the corresponding Bid Form and Bid Form Attachments in accordance with all applicable bidding Requirements and the provisions of Louisiana Public Contracts Law.<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 />The Work is to commence within 10 days after the Notice to Proceed. Completion of the Work is required within 360 calendar days for the Base Bid, and 720 calendar days for Base Bid plus Alternate #1, if accepted, from Notice to Proceed. <br /> <br />In accordance with LA R.S. 38:2212 and Louisiana Administrative Code 34:III.Chapter 3 §307, bid submission shall conform to those requirements as stipulated on the Louisiana Uniform Public Work Bid Form. Bidder must submit a bid security in the form of bid bond, cashier’s check, or certified check in the amount of 5% of the contract price in favor of the City of Kenner. If submitting bid electronically, a bid bond is the only acceptable form of bid security. A cashier’s or certified check will NOT be accepted.<br /> <br />The successful Bidder will be required to furnish a Performance Bond and Payment Bond in the amount equal to 100 percent of the Contract Price guaranteeing faithful performance and the payment of all bids and obligations arising from the performance of the contract. Bonds submitted in accordance with the requirements of this contract shall be provided by a company or companies having at least an "A" or better financial rating and a Class B or better General Policy holders rating according to the latest A.M. Best Company ratings.<br /> <br />Sureties will be required to meet qualifications set forth in the Contract Documents.<br /> <br />No Bid may be withdrawn within a period of 45 days after the date fixed for opening bids.<br /> <br />For just cause, the City of Kenner reserves the right to reject any and all Bids, and to waive informalities.<div style="text-align: right;"> CITY OF KENNER</div> <div> </div><div style="text-align: right;">Sealed Bid No. 25-6892 /s/ Elizabeth Herring</div><div style="text-align: right;"> Finance Director</div>Advertisement: <br />The Advocate<br />August 6, 13 & 20, 2025<br />
https://www.centralauctionhouse.com/rfp39457236-sealed-bid-25-6892-chateau-transfer-station-improvements.html
06-Aug-2025 8:30:00 AM CDT |
04-Sep-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6914 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. 25-6914</div> <br />August 6, 2025<br />RENTAL OF EMERGENCY POWER EQUIPMENT POST DISASTER<br />Sealed Bid No. 25-6914<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Rental of Emergency Power Equipment Post Disaster</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Friday, September 5, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;"><b>CITY OF KENNER</b></div> <br /> <br /> <div style="text-align: right;">/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />August 6, 2025<br />August 13, 2025<br />August 20, 2025
https://www.centralauctionhouse.com/rfp92540475-sealed-bid-25-6914-rental-of-emergency-power-equipment-post-disaster.html
06-Aug-2025 8:30:00 AM CDT |
05-Sep-2025 9:45:00 AM CDT |
Terrebonne Parish School District |
Career and Technical Welding Equipment and Supplies Bid #082625
|
ADVERTISEMENT FOR BIDS<br /><br /><br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of 9:00 AM on August 26, 2025 for Career and Technical Welding Equipment and Supplies. Bids received in Central Bidding Prior to 9:00 AM on August 26, 2025 will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by August 18, 2025 at 9:00 AM. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to this bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dane Voisin, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: August 6, 2025; August 13, 2025<br /> <br />This institution is an equal opportunity employer.
https://www.centralauctionhouse.com/rfp26047500-career-and-technical-welding-equipment-and-supplies-bid-082625.html
06-Aug-2025 8:00:00 AM CDT |
26-Aug-2025 9:00:00 AM CDT |
Rapides Parish School Board |
Bid 26-18: Purchase of Cafeteria Equipment and Supplies
|
INVITATION TO BID<br /> <br />Sealed Bids will be received in the Purchasing Department of the Rapides Parish School Board, in the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana until 11:00 am, August 27, 2025 for<br /> <br /> Purchase of Cafeteria Equipment and Supplies<br />(BID NO 26-18) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time, Wednesday, August 27, 2025 at 11:00 AM, will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to P. O. Box 7117, Alexandria, Louisiana 71306. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by bid security equal to five (5%) of the total bid and must be in the form of a Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />Awards will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211 et. Seq, the Rapides Parish School Board reserves the right to reject any and all bids for just cause.<br /> <br /> <br />Bids may be submitted electronically at www.centralbidding.com or in sealed envelopes that should be clearly marked with Vendor’s Name and “Purchase of Cafeteria Equipment and Supplies (Bid No. 26-18)” and delivered to:<br /> <br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br /> <br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, Chief Financial Officer<br />RAPIDES PARISH SCHOOL BOARD<br /> <br /> <br />Publication dates: August 06, 2025<br /> August 13, 2025
https://www.centralauctionhouse.com/rfp43609036-bid-26-18-purchase-of-cafeteria-equipment-and-supplies.html
06-Aug-2025 8:00:00 AM CDT |
27-Aug-2025 11:00:00 AM 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 |
Port of Iberia |
Port Improvements, Millennium Expansion Phase III, Dredging, (Phase III of SPN H.013572)
|
Sealed bids for the construction of the following project will be received by the Port of Iberia District Board of Commissioners at the POI Port Administrative Office located at 4611 S. Lewis St., New Iberia, LA 70560, until 2:00 P.M. on Wednesday, September 3, 2025, at which time and place bids will be publicly opened and read. No bids will be received after 2:00 P.M.<br /> PORT IMPROVEMENTS TO: SPN H.013572 (323)<br /> Millennium Expansion Phase III<br /> Dredging<br /> (Phase III of SPN H.013572) <br /> <br />LOCATED IN: Iberia Parish<br /> <br />TYPE OF CONSTRUCTION: Heavy Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia District Board of Commissioners<br /> 4611 S. Lewis Street<br /> New Iberia, LA 70560<br /> <br />ESTIMATED COST: $825,000.00<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <div style="text-align: justify;">SCOPE OF WORK: This project involves the excavation and construction of the new Millennium Slip at the Port of Iberia as an expansion of the existing slip identified as “Slip C-14”. The Owner’s objective is to create a continuous waterway free of defects or obstructions by integrating the new Millennium Slip with the existing Slip C-14. The Contractor will be required to perform construction layout work, implement temporary erosion control, perform excavation and fill placement, and successfully execute all other specified and incidental work provided in the Plans and Specifications.</div> <div style="text-align: justify;">Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.</div> <div style="text-align: justify;">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> <div style="text-align: justify;">Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00 In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished 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.</div> <br />Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html<div style="text-align: justify;">To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.</div> <div style="text-align: justify;">Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. A non-mandatory pre-bid meeting will be held on Thursday, August 14, 2025, at 2:00 P.M. at the office of the Port of Iberia (POI) District Board of Commissioners at the POI Port Administration Offices located at 4611 South Lewis St., New Iberia, LA 70562.</div> <div style="text-align: justify;">The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.</div> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br /> Craig Romero, Executive Director<br /> Port of Iberia
https://www.centralauctionhouse.com/rfp8990516-port-improvements-millennium-expansion-phase-iii-dredging-phase-iii-of-spn-h013572.html
06-Aug-2025 12:00:00 AM CDT |
03-Sep-2025 2:00:00 PM CDT |
Lafayette Regional Airport |
Lafayette Regional Airport: Airfield Electrical & Lighting Replacement
|
PUBLIC NOTICE<br /> <br />Notice is hereby given that sealed bids will be received until 9:30 a.m. CT on Thursday, September 4th, 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 />AIRFIELD ELECTRICAL & LIGHTING REPLACEMENT<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 />The project includes the replacement of most of the existing airfield electrical system, including cabling replacements of most circuits, re-routing of home runs between the airfield and the existing electrical vault, installation of “Junction Can Plazas” between the home runs and the circuits, conversion of all existing lights and signs to LEDs, installation of new Runway Guard Lights at certain entrances and exits of Runways 4R-22L and 11-29. Work will include directional drilling for duct bank to traverse existing airfield pavements, as well as associated miscellaneous work including erosion control and site restoration.<br />The project construction site is located on an active airfield; therefore, construction will be performed in accordance with safety and security requirements of Lafayette Regional Airport, the FAA, and the construction documents.<br />Contract Documents (Advertisement for Bids, Instructions to Bidders, DBE Forms, Security Requirements, Preliminary Schedule, Existing Condition Information, Bid Form, Agreement, Performance Bond, Payment Bond, Insurance Requirements, Mandatory Contract Provisions, FAA General Provisions, General Conditions, Prevailing Wage Schedule, Civil Rights Provisions, Special Provisions, Drawings, Specifications, exhibits, affidavits, attestations, forms, all issued addenda, and all other components of the Project Manual) for this project may be examined in the office of the Lafayette Airport Commission office, 200 Terminal Drive, Suite 200, Lafayette, LA 70508. Complete Contract Documents for this project are available in electronic form. They may be obtained in electronic form from www.centralauctionhouse.com. Electronic sets of Contract Documents may also be obtained from the Engineer by written request submitted to the email address below.<br />All electronic Contract Document holders are responsible for their own reproduction costs.<br />Complete sets of Contract Documents should be used in preparing bids; the Lafayette Airport Commission does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents.<br />The Lafayette Airport Commission, in making the Contract Documents available on the above terms, does so only for the purpose of obtaining bids on the work and do not confer a license or grant for any other use. Questions about this project shall be directed in writing prior to 10:00 AM on Tuesday, August 26, 2025 to:<br />Graeme Scott, PE<br />RS&H, Inc.<br />Telephone: 337-347-5393<br />E-mail:
[email protected]<br /> <br />A pre-bid conference is scheduled for Wednesday August 20, 2025 at 10:00 am at the Lafayette Regional Airport Terminal Building in the Commission Meeting Room – 200 Terminal Drive, Lafayette, LA 70508 Commission Room Lobby, Second Floor, Room 239. This pre-bid conference is non-mandatory. However, this will be the only opportunity for potential bidders to visit the project site. All prospective bidders, especially those who have not performed similar services at a commercial-service airport within the past five (5) years, are strongly encouraged to attend. Important operational and security information which may affect bids will be presented at this meeting. Bids not including such considerations will be accepted as-is, with no basis for future claims due to non-inclusion of these considerations. A project site visit will be conducted at the pre-bid conference for prospective bidders to study the existing conditions. No additional project site visits will be conducted or allowed after the pre-bid conference.<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 />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2156.1 classification A(1) Building Construction or A(2) Highway, Street and Bridge Construction or A(3) Heavy Construction or A(4) Municipal and Public Works Construction or A(5) Electrical (as amended by Act No. 422 of the 2025 Regular Session of the Louisiana Legislature, effective August 1, 2025). The Bidder must show their license number on the bid and on the sealed envelope containing the bid.<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 Contract 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 Contract 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 Contract Documents or as modified by addendum if applicable.<br /> <br />The Lafayette Airport Commission, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (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, all businesses 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, or national origin (including limited English proficiency), creed, sex, 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 DBEs can compete fairly for opportunities.Accordingly, the Lafayette Airport Commission has established a DBE Participation Goal of 10.73% 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 must comply with the Lafayette Regional Airport’s Security Program which includes but is not limited to written certification.<br />By order of the Lafayette Airport Commission of the Parish of Lafayette, Louisiana.<br />By /s/ Mr. Samuel Pierre Chairperson of the Commission <br />ATTEST:<br />By /s/ Mr. Steven L. Picou, A.A.E Executive Director<br /> <br />TO BE ADVERTISED:<br />Wednesday, August 6, 2025<br />Wednesday, August 13, 2025<br />Wednesday, August 20, 2025
https://www.centralauctionhouse.com/rfp33274934-lafayette-regional-airport-airfield-electrical-lighting-replacement.html
06-Aug-2025 12:00:00 AM CDT |
04-Sep-2025 9:30:00 AM CDT |
South Central Planning and Development Commission |
Trailer Mounted 6" Diesel Engine Centrifugal Pumps
|
INVITATION TO BIDDERS<br /> <br />Sealed bids will be received on Wednesday, August 27th, 2025 by South Central Planning and Development Commission, 5058 West Main Street, in Houma, Louisiana until 12:00 PM CST as shown on the clock in the Pelican Room of South Central Planning and Development Commission, and, at that time sealed bids shall be publicly opened and read aloud in the Pelican Room of South Central Planning and Development Commission.<br />Bid documents are posted on http://www.centralauctionhouse.com. To review these, download, and receive bid notices by email, 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 />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 /> The mailing address for bids is: South Central Planning and Development Commission<br />5058 West Main Street<br />Houma, LA 70360<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 />BID NAME: PURCHASE OF TRAILER MOUNTED 6” DIESEL ENGINE CENTRIFUGAL PUMPS – REGION 3 TASKFORCE<br /> <br />Bidding documents for this bid are on file in the office of South Central Planning and Development Commission, 5058 West Main Street, Houma, LA. Please contact Kevin Belanger, Chief Executive Officer, at 985-851-2900 with regard to the bid documents and specifications.<br />South Central Planning and Development Commission reserves the right to reject any and all bids in accordance with Louisiana State Law.<br /> <br /> /s/ Kevin P Belanger<br /> Chief Executive Officer<br /> South Central Planning and Development Commission
https://www.centralauctionhouse.com/rfp87218635-trailer-mounted-6-diesel-engine-centrifugal-pumps.html
06-Aug-2025 12:00:00 AM CDT |
27-Aug-2025 12:00:00 PM CDT |
Tangipahoa Parish Government |
NEW 2025 OR CURRENT MODEL FORD TRANSIT T-350 CHASSIS OR EQUIVALENT
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL TUESDAY, SEPTEMBER 2, 2025 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp77426666-new-2025-or-current-model-ford-transit-t-350-chassis-or-equivalent.html
05-Aug-2025 4:35:00 PM CDT |
02-Sep-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
Taxiway L Extension and Decommissioning of Runway 4R-22L and Taxiway E – Phase II Rebid
|
Taxiway L Extension and Decommissioning of Runway 4R-22L and Taxiway E – Phase II <br />LISTING INFORMATION / ADVERTISEMENT<br /> <br />To be published three times<br />Legal – August 5, August 12, & August 19, 2025<br /> <br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br />NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge for the Greater Baton Rouge Airport District, will receive electronic or paper bids for the construction of the following project:<br /> <br />Taxiway L Extension and Decommissioning of Runway 4R-22L and Taxiway E–Phase II<br />Baton Rouge Metropolitan Airport, East Baton Rouge Parish, Louisiana.<br /> <br />PROJECT DESCRIPTION: This project will include New Airfield Pavement, Drainage, Electrical, and Earthwork.<br /> <br />There will be a Non-Mandatory Pre-Bid Conference held on Thursday, August 21, 2025, at 10:00 a.m. local time in the 1st floor conference room at the Baton Rouge Metropolitan Airport Terminal Building.<br /> <br />Inquiry Period: All questions must be submitted in writing to
[email protected] by 5:00 p.m. on Friday, August 22, 2025.<br /> <br />Electronic or sealed bids will be received until 2:00 p.m. Local Time, Tuesday, September 2, 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 in person or via teleconference. Teleconference Call-in Information.<br />Join by phone +1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division.<br /> <br />Beginning as soon as feasible after the bid closing time, all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in 806 of City Hall immediately after the 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 sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Official Bid Documents are available at Central Bidding www.centralbidding.com . Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding Form Revised Apr 2, 2009 NC 2 of 2 process, please call Central Bidding at 225-810-4814. Copies of the Contract Documents may be obtained and examined without charge in the office of the Project Engineer, or as requested for electronic copies via PDF from the Project Manager by emailing Blake Roussel at
[email protected] and Brady Richard at
[email protected]. For additional information, contact Stanley Consultants, Inc.at the above emails or phone number 225-936-1604.<br /> <br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />The Bidder is advised that the City of Baton Rouge and Parish of East Baton Rouge is an Equal Opportunity Employer. Therefore, the Bidder is encouraged to utilize minority participation in this contract to the extent possible through the use of small, disadvantaged and women-owned businesses as suppliers or subcontractors.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of Highway, Street, and Bridge Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />Bidders should be aware that award of this contract is contingent upon receipt of a grant or grants from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development - Office of Aviation (DOTD), along with the securing of other required approvals. Project numbers will be assigned upon approval by the FAA.<br /> <br />1. Policy: It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds.<br />2. Baton Rouge Metropolitan Airport has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation, 49 CFR Part 26. It is the policy of the Baton Rouge Metropolitan Airport to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. All Respondents or Proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, to achieve a minimum DBE goal of 14% of the total value of the contract. Good faith efforts include meeting this DBE goal or providing documentation demonstrating that the Respondent or Proposer made sufficient good faith efforts in attempting to meet this goal. Only DBE firms certified by the Louisiana Unified Certification Program at the time of Qualification Statement or Proposal submittal will count toward this DBE goal. To be considered responsive, the Bidders must submit DBE Schedules A, B, C, and Letters of DBE Certification, as appropriate within three business days of bid or proposal date and time.<br />3. The proposed Contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s (Proposer’s) attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Project Manual.<br />4. The Bidder (Proposer) must supply all the information required by the bid or proposal forms. The Bidders will be required to submit a Certification of Nonsegregated Facilities, and to notify prospective Subcontractors of the requirements of such Certification as Notice to Subcontractors appears in the Project Manual.<br />5. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities.<br />6. 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 />7. Compliance Reports. Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if:<br /> a. The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and<br /> b. The Contractor is within the definition of “employer” in Paragraphs 2e (3) of the instructions included in Standard Form 100<br />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 />8. Buy American Provision. The proposed Contract is subject to the Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Project Manual. <br /><br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />For additional information please contact Blake Roussel, PE or Brady Richard, PE at the number and email noted above.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp54471962-taxiway-l-extension-and-decommissioning-of-runway-4r-22l-and-taxiway-e-phase-ii-rebid.html
05-Aug-2025 8:00:00 AM CDT |
02-Sep-2025 2:00:00 PM CDT |
Iberville Parish Government |
SURPLUS OF GENERATOR
|
https://www.centralauctionhouse.com/rfp55855206-surplus-of-generator.html
05-Aug-2025 8:00:00 AM CDT |
21-Aug-2025 10:00:00 AM CDT |
Natchitoches Parish School Board |
NPSB WAN and Internet Access
|
See attached RFP
https://www.centralauctionhouse.com/rfp40583096-npsb-wan-and-internet-access.html
04-Aug-2025 10:00:00 AM CDT |
16-Sep-2025 1:00:00 PM CDT |
Greater Lafourche Port Commission |
Bulkhead at the Fourchon Pavilion
|
<div style="text-align: justify;">Either sealed paper bids or electronic bids for the Bulkhead at the Fourchon Pavilion will be received by the Greater Lafourche Port Commission located at 16829 East Main Street, Cut Off, LA 70345 until 10:00 AM local time, September 3, 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 installing a vinyl sheet pile bulkhead, timber piles, structural metalwork, and other related items.<br /> <br />The cost estimate is $660,000.<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 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 />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/rfp24996683-bulkhead-at-the-fourchon-pavilion.html
04-Aug-2025 12:00:00 AM CDT |
03-Sep-2025 10:00:00 AM CDT |
Washington Parish School Board |
WPSB WAN DIA RFP 2026 2027
|
https://www.centralauctionhouse.com/rfp92039294-wpsb-wan-dia-rfp-2026-2027.html
01-Aug-2025 2:00:00 PM CDT |
17-Sep-2025 2:00:00 PM CDT |
Iberville Parish Government |
Iberville Parish EOC Renovations
|
https://www.centralauctionhouse.com/rfp22814930-iberville-parish-eoc-renovations.html
01-Aug-2025 8:00:00 AM CDT |
28-Aug-2025 2:00:00 PM CDT |
Central Louisiana Regional Port |
7677.01 Port Improvements Electrical Substation Manufacturing Facility Manufacturing and Assembly Buildings
|
TO: All Prospective Bidders<br /> <br />PROJECT: Port Improvements<br /> Electrical Substation Manufacturing Facility<br /> Manufacturing and Assembly Buildings<br /> (Phase 1 of SPN H.015981)<br /> State Project No. (SPN) H.015981 (321)<br /> MMLH Project No. 7677.01<br /> <br />CLASSIFICATION: Building Construction<br /> <br />PROJECT ENGINEER: Luke Miller<br /> <br />ENGINEER’S ESTIMATE: $10,500,000.00 to $11,300,000.00 (Base Bid) <br /> <br />CONTRACT TIME: 375 Calendar Days<br /> <br />BID DATE: Tuesday, August 26, at 11:00 a.m.<br /> <br />BID LOCATION: Meyer, Meyer, LaCroix & Hixson, Inc. (Sealed Bids Only)<br /> 100 Engineer Place<br /> Alexandria, LA 71303<br /> <br />MAJOR ITEMS OF WORK: Base Bid includes an 80,000 SF Manufacturing Facility with overhead bridge cranes and auger-cast pile foundations.<br />Additive Alternate No. 1 includes a 25,000 SF storage building on shallow foundations with stone access drives.<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 />A flash drive of the plans, specifications, and contract documents may be obtained from the office of the Engineer for a $40.00 nonrefundable fee. Any flash drive requests shall be accompanied by payment in full. Plans, specifications, and contract documents may also be obtained via Central Auction House. Prime Bidders, if acquiring documents through Central Auction House, are encouraged to notify Engineer and register as a Prime Bidder.
https://www.centralauctionhouse.com/rfp95312871-767701-port-improvements-electrical-substation-manufacturing-facility-manufacturing-and-assembly-buildings.html
01-Aug-2025 12:00:00 AM CDT |
26-Aug-2025 11:00:00 AM CDT |
Central Louisiana Regional Port |
7800 - CLRP - Construction of Critical Industry Infrastructure Expansion
|
TO: All Prospective Bidders<br /> <br />PROJECT: Central LA Regional Port<br /> Construction of Critical Industry<br /> Infrastructure Expansion<br /> MMLH Project No. 7800<br /> <br />CLASSIFICATION: Highway, Street, and Bridge Construction <br /> <br />PROJECT ENGINEER: Keith Hillman, P.E.<br /> <br />ENGINEER’S ESTIMATE: $900,000 to $1,100,000 <br /> <br />CONTRACT TIME: 240 Calendar Days<br /> <br />BID DATE: Tuesday, August 26, at 10:00 a.m.<br /> <br />BID LOCATION: Meyer, Meyer, LaCroix & Hixson, Inc. (Sealed Bids Only)<br /> 100 Engineer Place<br /> Alexandria, LA 71303<br /> <br />MAJOR ITEMS OF WORK: 8,900 sy 10” stone hardstand, 2,700 cy Select Fill, 1,100 lf RCP (15”-24”), 10 catch basins, 280 tons 2” asphalt on 2,400 sy 6” stone base, 1,350 sy 8” concrete paving on 8” stone base, water and sewer utilities and other miscellaneous site work.<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 />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/rfp60702207-7800--clrp--construction-of-critical-industry-infrastructure-expansion.html
01-Aug-2025 12:00:00 AM CDT |
26-Aug-2025 10:00:00 AM CDT |
City of Alexandria |
Consolidated City Compound Metal Roof & Soffit Replacement
|
All work related to the project entitled “City of Alexandria Consolidated City Compound Metal Roof & Soffit Replacement,” including the installation of a hugger roof system over 16,100 sf of existing building area. The retrofit hugger framing system shall be complete with fascia trim, ridge, etc. and all other items as shown on the drawings and included in the Base Bid.<br /><br /><br />
https://www.centralauctionhouse.com/rfp40887829-consolidated-city-compound-metal-roof-soffit-replacement.html
01-Aug-2025 12:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
City of Alexandria |
Bid #2537 Heavy Duty Electro-Hydraulic Tire Changer
|
It is the intent of the City of Alexandria to secure pricing on a minimum of one (1) Heavy Duty Electro-Hydraulic Tire Changer, for use by the City of Alexandria Motor Pool.
https://www.centralauctionhouse.com/rfp69316593-bid-2537-heavy-duty-electro-hydraulic-tire-changer.html
01-Aug-2025 12:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
City of Alexandria |
Bid #2536 Turn out Gear- Fire Dept.
|
It is the intent of the City of Alexandria to secure pricing on Turn-Out Gear, for use by the City of Alexandria Fire Department. All items bid shall meet or exceed National Fire Protection Association (NFPA) criteria, NFPA 1971 (2007 Edition), as well as NFPA 1500 (2007 Edition) Overlap Requirements, and be ISO 9001 Certified. All products shall be new and of current manufacture.
https://www.centralauctionhouse.com/rfp5869943-bid-2536-turn-out-gear-fire-dept.html
01-Aug-2025 12:00:00 AM CDT |
09-Sep-2025 10:00:00 AM 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 |
Pointe Coupee Parish Sheriff's Office |
Mobile Command Trailer - Pointe Coupee Parish Sheriff's Office
|
The Pointe Coupee Parish Sheriff’s Office is accepting bids for one (1) new Mobile Command Trailer in accordance with the specifications below. All bids shall include all applicable fees, and surcharges as well as delivery charges and delivery date. Please submit your bid to the Department no later than 2:00 p.m. (CST) on September 1, 2025.
https://www.centralauctionhouse.com/rfp98448182-mobile-command-trailer--pointe-coupee-parish-sheriffs-office.html
01-Aug-2025 12:00:00 AM CDT |
01-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 |
City of Donaldsonville |
Natural Gas System Infrastructure Improvements PHMSA Round 1(A)
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by the City of Donaldsonville on Tuesday, August 26, 2025 at 609 Railroad Avenue, Donaldsonville, LA 70346 where Bids are to be received until 10:00 a.m. local time and then at said office publicly opened and read aloud for the following project:<br /> <br />NATURAL GAS SYSTEM INFRASTRUCTURE IMPROVEMENTS –<br />PHMSA ROUND 1 (A)<br />City of DONALDSONVILLE<br />McKim & Creed Project No. 08385-0014<br /> <br />STATEMENT OF WORK:<br /> <br />This project is to construct new 2” and 4” MDPE gas mains located in downtown Donaldsonville on various streets. The project includes tying the new MDPE piping to the existing gas mains, installing new 1” gas service lines with excess flow valves, and tying to the existing gas meters with new MDPE to anodeless service risers with new lock-wing ball valves.<br /> <br />All Bids must be in accordance with the Contract Documents on file at 609 Railroad Ave., Donaldsonville, LA 70346.<br /> <br />Eligibility of Bidders to Receive Bidding Documents<br />The City of Donaldsonville is participating member of the Louisiana Municipal Gas Authority and thus under ACT NO. 176, amending R.S. 33:4546.21, Contractors must be pre-qualified before obtaining Bidding Documents. In order to be pre-qualified, Bidders submit a copy of their written Operator Qualification and Training Program to ensure compliance with the certification requirements of 49 CFR Part 192.801 et seq., as mandated by the United States Department of Transportation- Pipeline and Hazardous Materials Safety Administration (PHMSA) and the Louisiana Department of Natural Resources – Pipeline Safety Division. Specific scrutiny will be given to those individuals workmen employed by the prospective bidder and their training documentation regarding the certifications of workmen to perform “Covered Tasks” on a natural gas distribution system. Prospective bidders should be able to show at least four (4) workmen, one of which must serve in a supervisory role, have been OQ certified for all covered tasks related to PE gas lines installations. Bidders who do not already have a current and active OQ program will not be qualified to obtain bidding documents.<br /> <br />Contractor must contact Mr. George Mouledoux, National Corrosion Services, Inc, at
[email protected] or (504) 214-2255 to obtain the Operator Qualification Requirements and Pre-Certification approval for this project. <br /> <br />Bidders who choose to bid this project MUST BE PRE-QUALIFIED and approved by the ENGINEER prior to the Bid date and time set forth in this advertisement. Bidders who are not Pre-Qualified and Approved shall be considered Non-Responsive.<br /> <br />In addition, prospective bidders must submit evidence of an ongoing Drug and Alcohol Misuse Program meeting Part 199 of the PHMSA Regulations plus a list of at least three (3) references from other natural gas distribution system operators whom they have performed work, exceeding a value of $250,000 in the past five (5) years.<br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Plans for use in preparing Bids may be obtained from the office of McKim & Creed, Inc.1022 S. Purpera Avenue, Gonzales, LA 70707-0298, (225) 644-5523 only to Contractors and subcontractors who meet the above eligibility requirements upon payment of One Hundred Fifty Dollars ($150.00) per set. Documents can be mailed to bidders for an additional $10.00 per set. Deposits on the first set of Documents furnished to bona fide Prime Bidders, properly licensed by the Louisiana State Licensing Board of Contractors, will be fully refunded upon return of the documents in original condition and no later than ten (10) days after receipt of Bids. On other sets of documents furnished to said Prime Bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents in original condition and no later than ten (10) days after receipt of bids. No refund will be made to non-bidders or sub-bidders.<br /> <br />Where bids are to be received or forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his authorized Representatives. In no event shall any documents for bidding be issued later than twenty-four (24) hours prior to the hour and date set for receiving bids. Pre-Certification approval shall not be considered within 72 hours prior to the date and time 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 (Natural Gas System Infrastructure Improvements – PHMSA Round 1 (A)) for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City of Donaldsonville, 609 Railroad Ave./P.O. Box 470, Donaldsonville, LA 70346, mailed certified mail and must be received no later than the bid opening. <br /> <br />In addition to paper bids, electronic bids for the project will be downloaded by the City of Donaldsonville. Electronic bids shall include Uniform Bid Form, Bid Bond and Corporate Resolution and must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 a.m. local time, August 26, 2025, all bids will be downloaded. No bids shall be accepted after 10:00 a.m.<br /> <br />All Addenda, Amendments, Letters of Clarification, and Notices will be posted online in addition to electronic copies being distributed. This information may be accessed via the internet at www.centralauctionhouse.com. Once logged in, users must click on City of Donaldsonville to view current advertisement listings. This listing is titled “Natural Gas System Infrastructure Improvements – PHMSA Round 1 (A).”<br /> <br />The public entity advertising for bids for work may require the bidders to attach bid security in the form of a bid bond, a certified check, or cashier's check for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder as prescribed by La R.S. 38: 2218(A). To address the above requirement for electronic bids the City of Donaldsonville will allow electronic bids submitted via the City approved on-line bid site to be submitted as follows:<br /> <br />A copy of the bid bond and corporate resolution must be attached to bid documents submitted electronically.<br />The original bid bond and corporate resolution documents must be received in our office no later than 48 hours after bid opening date and time (City of Donaldsonville at McKim & Creed, Inc., 1022 South Purpera Ave., Gonzales, LA 70737).<br />The bid-bond and corporate resolution envelope must be clearly labeled as a “Bid Bond/Corporate Resolution” with the project name, vendor’s name as it appears on the bid documents and address. <br />It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer for a response.<br /> <br />Contractors desiring to bid shall submit to the Engineers, with their request for Contract Documents, contract documents deposit and evidence that they hold State License in MUNICIPAL AND PUBLIC WORKS CONSTRUCTION and/or hold a Specialty Classification in PIPE WORK (GAS LINES)” is in full force and effect in addition to satisfying eligibility of bidders to bid this project.<br /> <br />Contractor shall have the bonding capacity for 100% of project proposal amount. Contractor cannot subcontract for more than 49% of the project value.<br /> <br />In accordance with LA R.S. 38:2227 and LA R.S. 38:2212.10, each bidder on this project must submit other required documents identified in the contract documents to City of Donaldsonville Mayor Leroy Sullivan, Sr. at 609 Railroad Ave., Donaldsonville, LA 70346 within 10 days after the opening of bids.<br /> <br />As authorized by LA R.S. 33:454621 B, the owner requires that all Bidders shall be prequalified prior to Bidding Documents being issued to the prospective Bidder by showing proof of certification requirements of 49 CFR 192.801 et. Seq. as mandated by the United States Department of Transportation Pipeline and Hazardous Materials Safety Administration (PHMSA) and the Louisiana Department of Energy and Natural Resources. As part of the prequalification, prospective Bidders must submit a copy of their written Operator Qualification and Training (OQ) Program to the Engineer to ensure compliance with these certification requirements. All OQ documentation regarding the training protocols and evaluations for each covered employee shall be reviewed and evaluated by the ENGINEER for compatibility with the OWNER’S OQ Program. All contracted employees (Prime or Sub) working for a Gas System Operator must be “Qualified” to perform any “Covered Task” on gas line facilities. Contractor’s OQ program shall be equivalent to that provided by Midwest Energy Association (MEA). A contract award will not be made until the Contractor has submitted the proper OQ Training Program documentation, and it has been found acceptable by the OWNER.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each Bid and shall be made payable to the Owner in the form of a bid bond, a certified check, or cashier’s check as prescribed by La R.S. 38: 2218(A).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, for and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.<br /> <br />Pursuant to La R.S. 38:2212 (B)(1), the provisions of La R.S. 38:2212 (B)(1) and the bidding documents shall not be waived by any entity. <br /> <br />Pursuant to La. R.S. 38:2214 (C) Bids containing patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, may be withdrawn by the contractor if clear and convincing sworn, written evidence of such errors is furnished to the public entity within forty-eight hours of the bid opening excluding Saturdays, Sundays, and legal holidays. Such errors must be clearly shown by objective evidence drawn from inspection of the original work papers, documents, or materials used in the preparation of the bid sought to be withdrawn. If the public entity determines that the error is a patently obvious mechanical, clerical, or mathematical error, or unintentional omission of a substantial quantity of work, labor, material, or services, as opposed to a judgment error, and that the bid was submitted in good faith it shall accept the withdrawal and return the bid security to the contractor.<br /> <br />A NON-MANDATORY Pre-Bid Conference is scheduled for Wednesday, August 13, 2025, at 10:00 a.m. local time at the City of Donaldsonville, 609 Railroad Ave., Donaldsonville, LA 70346.<br /> <br />This contract will be funded in whole or in part through a grant agreement issued by the Pipeline and Hazardous Materials Safety Administration (“PHMSA”), through its Natural Gas Distribution Infrastructure Safety and Modernization (“NGDISM”) Grant Program, to the City of Donaldsonville, Louisiana (“Owner”). As such, this contract is subject to the applicable terms and conditions of the Assistance Agreement (the “Grant Agreement”) for this project (the “Project”). The contractor and all subcontractors shall be bound by applicable terms and conditions of the Grant Agreement (including any amendments or modifications issued) and any applicable State and Federal laws, rules, and regulations, which may be amended from time to time.<br /> <br />The Project is subject to the domestic preference requirement in § 70914 of the Build America, Buy America Act, Pub. L. No. 117-58, div. G, tit. IX, subtitle A 135 Stat. 429, 1298 (2021), which requires that all steel, iron, manufactured products, and construction materials used in the project be produced in the United States.<br /> <br />All bidders must make positive efforts to use small businesses, minority businesses, women's business enterprises, veteran-owned businesses, and labor surplus area firms in accordance with 2 CFR 200.321.<br /> <br />Minority and women’s business enterprises, veteran-owned businesses, and labor surplus area firms are hereby solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities and equipment, material and/or supply needs.<br /> <br />The City of Donaldsonville is an Equal Opportunity Employer.<br /> <br />OWNER<br />CITY OF DONALDSONVILLE<br /> <br />BY: /s/ MR. LEROY J. SULLIVAN, SR., MAYOR<br /> <br />TO APPEAR IN THE:<br /> <br />DONALDSONVILLE CHIEF <br /> <br />Thursday, July 31, 2025<br />Thursday, August 7, 2025<br />Thursday, August 14, 2025
https://www.centralauctionhouse.com/rfp2865629-natural-gas-system-infrastructure-improvements-phmsa-round-1a.html
31-Jul-2025 8:00:00 AM CDT |
26-Aug-2025 10:00:00 AM CDT |
St. James Parish Government |
Watershed Humble Phase III Drainage Improvements Project
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by St James Parish, on Thursday August 21, 2025, at St. James Parish Operations Department, 5800 Highway 44, 3rd floor Room 311, Convent, LA 70723 where Bids are to be received and opened until 10:00 a.m. and then at said office publicly opened and read aloud for construction of the project described as follows:<br /> <br /> Watershed Humble Phase III Drainage Improvements Project<br />St James Parish<br />McKim & Creed Project No. 08397-0001<br />HUD CDBG-MIT Grant No.B-18-DP-22-0001<br />LWI Project No.47MTDS7701<br /> <br />STATEMENT OF WORK:<br />Removal and replacement of segments of an existing drainage trunkline and roadside drainage pipes in the Caroldale Subdivision of St James.<br />All Bids must be in accordance with the Contract Documents on file at 5800 Hwy 44, Convent, LA, 70723.<br />Copies of Specifications, Bid Documents, Contract Documents and Construction Plans for use in preparing Bids may be obtained from the office of McKim & Creed, Inc. 1022 S. Purpera Avenue, Gonzales, LA 70707-0298, (225) 644-5523 upon payment of One Hundred Fifty Dollars ($150.00) per set. Documents can be mailed to bidders for an additional $5.00 per set. Deposits on the first set of Documents furnished to bona fide Prime Bidders, properly licensed by the Louisiana State Licensing Board of Contractors, will be fully refunded upon return of the documents in original condition and no later than ten (10) days after receipt of Bids. On other sets of documents furnished to said Prime Bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents in original condition and no later than ten (10) days after receipt of bids. No refund will be made to non-bidders or sub-bidders.<br />Where bids are to be received or forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his authorized Representatives. In no event shall any documents for bidding be issued later than twenty-four (24) hours prior to the hour and date set for receiving bids.<br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor's state license number and the name of the project (Watershed Humble Phase III Drainage Improvements 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 St. James Parish Operations Department P.O. Box 106 Convent, LA 70723, mailed certified mail and must be received no later than the bid opening. <br />In addition to paper bids, electronic bids for the project will be downloaded by St James Parish. Electronic bids shall include Uniform Bid Form, Bid Bond and Corporate Resolution and must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 a.m. (CST) on Thursday August 21, 2025 all bids will be downloaded. No bids are accepted after 10:00 a.m.<br />All addenda, Amendments, Letters of Clarification, and Notices will be posted online. This information may be accessed via the internet at www.centralauctionhouse.com. Once logged in, users must click on St James Parish to view current advertisement listings. This listing is titled “Watershed Humble Phase III Drainage Improvements Project”.<br />The public entity advertising for bids for work may require the bidders to attach bid security in the form of a bid bond, a certified check, or cashier's check for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder as prescribed by La R.S. 38: 2218(A). To address the above requirement for electronic bids the Parish of St James 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 and corporate resolution must be attached to bid document submitted electronically. Seals for on-line submittals shall be “stamped”.<br />The original bid bond and corporate resolution documents must be received in our office no later than 48 hours after bid opening date and time (St James Parish at McKim & Creed, Inc., 1022 South Purpera Ave., Gonzales, LA 70737).<br />The bid-bond and corporate resolution envelope must be clearly labeled as a “Bid Bond/Corporate Resolution” with the project name, vendor’s name as it appears on the bid documents and address. <br />It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer for a response.<br />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 (Non­Discrimination) 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 />Minority owned firms, small businesses, and/or Section 3 businesses are encouraged to participate.<br />St. James Parish is an equal opportunity employer.<br />Successful bidder must have an active Unique Entity ID (UEI), as verified on www.sam.gov prior to award of contract.<br />Any person with disabilities requiring special accommodations must contact St. James Parish no later than seven (7) days prior to bid opening.<br />Contractors desiring to bid shall submit to the Engineers, with their request for Contract Documents, contract documents deposit and evidence that they hold State License in HIGHWAY STREET AND BRIDGE CONSTRUCTION is in full force and effect.<br />In accordance with LA R.S. 38:2227 and LA R.S. 38:2212.10, each bidder on this project must submit other required documents identified in the contract documents to St James Parish Director of Operations at 5800 Hwy 44, Convent, LA, 70723 within 10 days after the opening of bids.<br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each Bid and shall be made payable to the Owner in the form of a bid bond, a certified check, or cashier’s check as prescribed by La R.S. 38: 2218(A).<br />Each Bidder must deposit with his/her bid, security in the amount, for and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.<br />Pursuant to La R.S. 38:2212 (B)(1), the provisions of La R.S. 38:2212 (B)(1) and the bidding documents shall not be waived by any entity. <br />Pursuant to La. R.S. 38:2214 (C) Bids containing patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, may be withdrawn by the contractor if clear and convincing sworn, written evidence of such errors is furnished to the public entity within forty-eight hours of the bid opening excluding Saturdays, Sundays, and legal holidays. Such errors must be clearly shown by objective evidence drawn from inspection of the original work papers, documents, or materials used in the preparation of the bid sought to be withdrawn. If the public entity determines that the error is a patently obvious mechanical, clerical, or mathematical error, or unintentional omission of a substantial quantity of work, labor, material, or services, as opposed to a judgment error, and that the bid was submitted in good faith it shall accept the withdrawal and return the bid security to the contractor.<br />A MANDATORY Pre-Bid Conference is scheduled for Tuesday, August 12th at 10:00 a.m. at the St. James Parish Government Building, 5800 Highway 44, Council Chambers, 2nd floor, Convent, LA 70723.<br /> <br />OWNER<br />ST JAMES PARISH<br /> <br />BY: /s/ MR. PETE DUFRESNE, PARISH PRESIDENT<br />TO APPEAR IN THE:<br /> <br />News Examiner-Enterprise<br /> <br />Thursday, July 24, 2025<br /> <br />Thursday, July 31, 2025<br /> <br />Thursday, August 7, 2025
https://www.centralauctionhouse.com/rfp18108819-watershed-humble-phase-iii-drainage-improvements-project.html
31-Jul-2025 12:00:00 AM CDT |
21-Aug-2025 10:00:00 AM CDT |
St. Charles Parish Government |
Des Allemands Boat Launch
|
ADVERTISEMENT FOR BIDS<br /> <br />The Parish of St. Charles, hereby advertises bids for construction of Des Allemands Boat Launch (P210705) as follows:<br /> <br />Owner: St. Charles Parish<br />Project Title: Des Allemands Boat Launch <br />Project No.: P210705<br />Principal Work Location: Down the Bayou Road, Des Allemands, LA 70030<br />Description of Basic Work: Construction of Boat Launch<br /> <br /><b>Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057, either by registered or certified mail with return receipt requested, or hand delivered, or electronically submitted at www.centralbidding.com, no later than 10:00 a.m. local time on September 9, 2025. Promptly thereafter, the bids will be publicly opened and read aloud in the Council Chambers of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.</b><br /> <br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available to Contractors who are properly licensed in Louisiana or to bona fide suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, DDG (16564 East Brewster Road Suite 101, Covington, LA 70433.<br /> <br />A payment of $250 in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D).<br /> <br /><b>Pre?Bid Conference: A Pre?Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on August 19, 2025 at 10:00 a.m. at the St. Charles Parish Department of Public Works and Wastewater, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is Mandatory.</b><br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid.<br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title.<br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation.<br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening.<br /> <br /> <br />St. Charles Parish Council<br />Matthew Jewell, Parish President<br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br /> <br />Thursday, July 31, 2025<br />Thursday, August 07, 2025<br />Thursday, August 14, 2025
https://www.centralauctionhouse.com/rfp76985998-des-allemands-boat-launch-.html
31-Jul-2025 12:00:00 AM CDT |
09-Sep-2025 10:00:00 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 9:00:00 AM CDT |
Jefferson Parish Government |
5000148266 - Three (3) Year Labor-Only Contract for Troubleshooting, Repairing, Installing, and Replacing Various Makes and Models of Fire Alarm Systems for the Jefferson Parish Department of General Services
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148266<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 />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Labor-Only Contract for Troubleshooting, Repairing, Installing, and Replacing Various Makes and Models of Fire Alarm Systems for the Jefferson<br />Parish Department of General Services<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. 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 30, August 6, and 13, 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/rfp37316714-5000148266--three-3-year-labor-only-contract-for-troubleshooting-repairing-installing-and-replacing-various-makes-and-models-of-fire-alarm-systems-for-the-jefferson-parish-department-of-general-.html
30-Jul-2025 2:12:00 PM CDT |
26-Aug-2025 2:00:00 PM CDT |
Calcasieu Parish School System |
E-RATE Yr. 29 (26-27) RFP 329-Fiber Optic Wiring FIBER OPTIC WIRING OF CAMPUSES
|
E-RATE Yr. 29 (26-27) RFP 329-Fiber Optic Wiring<br />FIBER OPTIC WIRING OF CAMPUSES<br />Form 470 #260000184<br />Issued: Wednesday, July 30, 2025<br />Proposals Due: Tuesday, September 30, 2025, by Noon, CST
https://www.centralauctionhouse.com/rfp44322082-e-rate-yr-29-26-27-rfp-329-fiber-optic-wiring-fiber-optic-wiring-of-campuses.html
30-Jul-2025 2:00:00 PM CDT |
30-Sep-2025 2:00:00 PM CDT |
St. Bernard Parish Government |
Bulk Fuel Distribution Services Support of Emergency Operations St. Bernard Parish Government
|
Advertisement<br />Request for Proposals<br />St. Bernard Parish Government<br /> <br />INVITATION: Proposals will be received at the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043 no later than 10:00 a.m., on Tuesday, August 26, 2025, for providing the services as described below for the St. Bernard Parish Government, Office of Homeland Security and Emergency Preparedness (St. Bernard Parish).<br /> <br />DESCRIPTION: St. Bernard Parish hereby invites responses to the Request for Proposals (RFP) for the following during an emergency:<br /> <br />Bulk Fuel Distribution Services<br />Support of Emergency Operations<br />St. Bernard Parish Government<br /> <br />St. Bernard Parish will receive proposals from Proposers having specific experience and qualifications in the area identified in the solicitation. For consideration, proposals for this project must contain evidence of the Proposer's experience and abilities in the specified area and other disciplines directly related to the proposed services. Other information required by St. Bernard Parish may be included elsewhere in the solicitation.<br /> <br />Qualifications of Proposers: The Proposer may be required before the award of any contract to show to the complete satisfaction of St. Bernard Parish that it has the necessary facilities, ability, and financial resources to provide the services specified therein in a satisfactory manner. The Proposer may also be required to give a past history and references in order to satisfy St. Bernard Parish in regard to the Proposer's qualifications. St. Bernard Parish may make reasonable investigations deemed necessary and proper to determine the ability of the Proposer to perform the work, and the Proposer shall furnish to St. Bernard Parish all information for this purpose that may be requested. St. Bernard Parish reserves the right to reject any offer if the evidence submitted by, or investigation of, the Proposer fails to satisfy St. Bernard Parish that the Proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the Proposer's qualifications shall include:<br /> <br />EVALUATION PROCEDURE AND FACTORS TO BE CONSIDERED IN THE EVALUATION PROCESS<br /> <br />The ability, capacity, skill, financial, and other necessary resources to perform the work or provide the service required; <br />The ability of the Proposer to perform the work or provide the services promptly or within the time specified, without delay or interference; <br />The character, integrity, reputation, judgment, experience, and efficiency of the Proposer; and <br />The quality of performance of previous contracts or services. <br /> <br />A selection committee made up by qualified St. Bernard Parish staff shall review and evaluate all replies. The selection committee will have only the response to the solicitation to review for selection of finalists. It is therefore important that respondents emphasize specific information pertinent to the work.<br /> <br />Step I: Proposals will be reviewed to assure compliance with the minimum specifications. Proposals that do not comply with the minimum specifications will be rejected immediately, receiving no further consideration.<br /> <br />Step II: Proposals that satisfactorily complete Step I will be reviewed/analyzed to determine if the proposal adequately meets the needs of St. Bernard Parish. Factors to be considered are as follows:<br /> <br />The successful Proposer will be selected based upon the best response offered to the Parish. Proposers may be requested to give an oral presentation after submission of responses should the Parish find it necessary, in order to determine which is the best received.<br /> <br />Evaluation Criteria: Submitted proposals will be evaluated and scored based upon the following criteria:<br /> <br />Past Experience/Company History 15 points<br />References 15 points<br />Capability to Perform SOW 15 points<br />Knowledge of FEMA regulations 15 points<br />Financial Capacity 15 points<br />Price Proposals 20 points<br />Direct Experience Working in Louisiana 5 points<br /> <br />A selection committee made up by qualified St. Bernard Parish staff shall review and evaluate all replies. The selection committee will have only the response to the solicitation to review for selection of finalists. It is therefore important that respondents emphasize specific information pertinent to the work.<br /> <br />Step III: St. Bernard Parish Government will contact the Proposer of the proposal that best meets St. Bernard Parish's needs (based on factors evaluated in Step II) and attempt to negotiate an agreement that is deemed acceptable to both parties.<br /> <br />REQUEST FOR PROPOSAL PACKAGE: The Request for Proposals does not commit the Parish to award a contract, to pay any costs incurred in the preparation of a proposal, or to procure or contract for the articles of goods and services. The Parish 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 part or its entirety the Request for Proposals, if it is in the best interests of the Parish to do so.<br />Individual Request for Proposal package may be secured at www.centralauctionhouse.com or from the following address:<br /> <br />St. Bernard Parish Government<br />Department of Public Works<br />1125 East St. Bernard Highway<br />Chalmette, Louisiana 70043<br />
[email protected]<br />(504) 278-4314<br /> <br />Only those proposers that have obtained the official Request for Proposal package from www.centralauctionhouse.com or the above address will be considered.<br /> <br />Questions concerning the request for proposal package must be submitted in writing to the St. Bernard Parish Office of Homeland Security and Emergency Preparedness, 8201 W. Judge Perez Dr., Chalmette, LA 70043, Attention: John Rahaim, Jr., CEM LEM,
[email protected] 504-278-4267 and the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043, Attention : Teri Doskey, Administrative Assistant II
[email protected] 504-278-4314.<br /> <br />In order for your Proposal to be considered, proposals (one original, one electronic copy and three paper copies) must be received at the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043 Complex, Office or submitted at www.centralauctionhouse.com, no later than 10:00 a.m., on Tuesday, August 26, 2025. <br /> <br />Packages delivered to any other St. Bernard Parish Government location or other room number prior to the receipt deadline will not be considered.<br /> <br />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 to apply.<br /> <br />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br />St. Bernard Parish Government
https://www.centralauctionhouse.com/rfp26565185-bulk-fuel-distribution-services-support-of-emergency-operations-st-bernard-parish-government.html
30-Jul-2025 1:46:00 PM CDT |
26-Aug-2025 10:00:00 AM CDT |
City of Alexandria |
RFP 1933P Water Distribution Flushing Program
|
The City of Alexandria (“City”) is requesting information, proposals, and qualifications from interested persons, entities, or firms (“Proposers”), to develop and perform a water distribution flushing program and related products, software and services (collectively, the “Program”). The City is soliciting proposals from qualified vendors to provide a Program.
https://www.centralauctionhouse.com/rfp16600757-rfp-1933p-water-distribution-flushing-program.html
30-Jul-2025 1:30:00 PM CDT |
02-Sep-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000148065 Cleaning and Painting of the Approach Girder Span Metalwork on the Lapalco Boulevard Bridge over the Harvey Canal JEFFERSON PARISH PROJECT NO. 2023-047-RB
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00148065<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., September 9, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Cleaning and Painting of the Approach Girder Span Metalwork on the<br />Lapalco Boulevard Bridge over the Harvey Canal<br />JEFFERSON PARISH PROJECT NO. 2023-047-RB<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 Modjeski and Masters, Inc. 1100 Poydras Street, Suite 900 New Orleans, LA 70163, Phone: 504-524-4344 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 /> <br />The successful bidder will be required to furnish a payment bond and a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00AM on August 14, 2025 at General Government Building located at 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 />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 30, August 6 and 13, 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/rfp89409089-5000148065-cleaning-and-painting-of-the-approach-girder-span-metalwork-on-the-lapalco-boulevard-bridge-over-the-harvey-canal-jefferson-parish-project-no-2023-047-rb.html
30-Jul-2025 9:36:00 AM CDT |
09-Sep-2025 2:00:00 PM CDT |
Webster Parish School Board |
Job #2024-08.B – Improvements to Browning Elementary School & Brown Upper Elementary School
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div> <br />Notice is hereby given that the Webster Parish School Board will receive sealed bids from LA licensed general contractors until 2:00 P.M., Thursday, August 28, 2025, for:<br /> <div style="text-align: center;">JOB #2024-08.B IMPROVEMENTS TO BROWNING ELEMENTARY<br />SCHOOL & BROWN UPPER ELEMENTARY SCHOOL<br />SPRINGHILL, LOUISIANA</div> <br />Bids will be accepted until the date and time specified and will be publicly opened and read aloud at that time in the School Board’s Office, 1442 Sheppard Street, Minden, Louisiana 71055. All submittal packages will be stamped or marked to acknowledge timely receipt. Sole responsibility for proper mailing or delivery of any bid in compliance with this advertisement is that of the bidder. Bids received after the date and time of opening will not be considered.<br /> <br />A non-mandatory Pre-Bid Conference will be held at 10:30 A.M. on Monday August 18, 2025 at the jobsite: 505 Herrington Dr., Springhill, Louisiana 71075. Bidders must check in at the office.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the base bid and all alternates and must be in the form of a certified check, cashier's check or bid bond written by a company licensed to do business in the State of Louisiana.<br /> <br />Complete bid documents may be obtained from Yeager, Watson & Associates, LLC, 118 S. Trenton St., Ruston, LA 71270-4432, (318) 202-5708, upon receipt of deposit of $200.00 for each set of documents. The deposit is fully-refundable to all plan holders upon return of the documents, in good condition, no later than fifteen (15) days after receipt of bids. The deposits for all other sets of documents will not be refunded. Bid-related materials and electronic submittal of bids may be found at: WWW.CENTRALBIDDING.COM. For questions relating to the electronic bidding process, please call Central Bidding at (225) 810-4814. Electronic bid documents are also available for a purchase price of $20 from the architect’s office or by membership to following Plan Rooms: LAGC, ConstructConnect, or Dodge.<br /> <br />The Webster Parish School Board is an equal opportunity agency dedicated to a policy of non-discrimination regarding Title VI, the Civil Rights Act of 1964, Title IX, and Section 504 of the Rehabilitation Act of 1973.<br /> <br />The Webster Parish School Board reserves the right to reject any and all bids.<br /><br />/s/ Johnny Rowland <br />/t/ Johnny Rowland, Secretary Treasurer<br />Webster Parish School Board<br /> <br />Publication Dates: <br />30 July 2025<br />06 August 2025<br />13 August 2025
https://www.centralauctionhouse.com/rfp80388540-job-2024-08b-improvements-to-browning-elementary-school-brown-upper-elementary-school.html
30-Jul-2025 8:00:00 AM CDT |
28-Aug-2025 2:00:00 PM CDT |
St. Martin Parish Government |
HENDERSON WATER LEVEL CONTROL STRUCTURE REPAIR PROJECT
|
Notice is hereby given that sealed Bids will be received by the St. Martin Parish Government, State of Louisiana, for the HENDERSON WATER LEVEL CONTROL STRUCTURE REPAIR PROJECT 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 A.M., August 25, 2025, at the Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana. 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 sets of the Bidding Documents may be examined in the office of the Parish President in the Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana, or in the office of the Engineer, HUVAL & Associates, Inc., 922 W. Pont des Mouton Rd., Lafayette, Louisiana.<br /><br />Complete sets of the Bidding Documents may be obtained at the Engineer's office in accordance with the Instructions to Bidders upon payment of a deposit of ninety dollars ($90.00) for each set of documents.
https://www.centralauctionhouse.com/rfp40362997-henderson-water-level-control-structure-repair-project.html
30-Jul-2025 8:00:00 AM CDT |
25-Aug-2025 10:00:00 AM 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 |
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 |
Bayou Lafourche Fresh Water District |
REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES FOR DISASTER RECOVERY GRANT AND PROJECT MANAGEMENT
|
The Bayou Lafourche Fresh Water District (BLFWD) invites qualified firms to respond to its Request for Proposals ("RFP") by providing their qualifications and experience for consideration in providing technical services for grant and project management pertaining to disaster recovery operations for past and future disaster events during this contracted period.
https://www.centralauctionhouse.com/rfp5241602-request-for-proposals-for-professional-services-for-disaster-recovery-grant-and-project-management.html
30-Jul-2025 12:00:00 AM CDT |
03-Sep-2025 10:00:00 AM CDT |
Port of New Orleans |
REQUEST FOR PROPOSALS: AS NEEDED DISASTER EMERGENCY RESPONSE RESTORATION AND CLEANING SERVICES
|
<div style="text-align: center;"> <br />REQUEST FOR PROPOSALS:<br /> <br />As-needed disaster emergancy response, restoration, and cleaning Services </div> <br /> Notice is hereby given that The Board of Commissioners for the Port of New Orleans is soliciting bids for the As-Needed Disaster Emergency Response Restoration And Cleaning Services. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /><br />The Board strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the Board’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br /><br />The Board desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, The Board derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /><br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /><br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /><br />The Board accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification.<br /><br />BID SUBMISSION: PONO will accept electronic proposals for this project until <b>10:00 a.m. CDT on Tuesday, August 26, 2025</b> (the “Bid Submission Deadline”). Any bid received after the Bid Submission deadline will not be considered. <br /><br />Proposals must be submitted electronically at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents.<br /> <br />PONO CONTACT: Respondents must submit Questions in writing to
[email protected] by <b>Friday, August 15, 2024 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 /><br />
https://www.centralauctionhouse.com/rfp28171883-request-for-proposals-as-needed-disaster-emergency-response-restoration-and-cleaning-services.html
30-Jul-2025 12:00:00 AM CDT |
26-Aug-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2532 Plastic Refuse Bags
|
It is the intent of the City of Alexandria to secure pricing on PLASTIC REFUSE BAGS for a twelve (12) month period.<br /> <br />All products shall be new and of current manufacture. The City of Alexandria anticipates buying approximately 1,000,000 (20,000 rolls of 50 bags each) black refuse bags. Bags shall be ordered in full truckload quantities on an as needed basis over a twelve (12) month period. Each roll must be individually wrapped in a clear plastic sleeve. Each roll shall contain an equal quantity of wire ties which are a minimum of 5” in length.
https://www.centralauctionhouse.com/rfp91843964-bid-2532-plastic-refuse-bags.html
30-Jul-2025 12:00:00 AM CDT |
09-Sep-2025 10:00:00 AM CDT |
Hospital Service District #1 of Vermilion Parish |
Ochsner Abrom Kaplan Memorial Hospital; Ochsner Health Center - Kaplan; RFQ for CMaR Services
|
All RFQ related documents are available in electronic form and may be obtained beginning on July 30, 2025 from www.centralbidding.com or the architect, Washer Hill Lipscomb Cabaniss Architecture (“WHLC Architecture” or “Architect”), a Professional Architectural Corporation, by contacting Matthew P Caillouet, AIA, and/or Angelle Lavergne Terry, AIA, ACHA at (225) 767-1530, or via email at
[email protected] and
[email protected], or in writing at 1744 Oakdale Drive, Baton Rouge, LA 70810<br /><br />Any questions regarding the RFQ must be submitted in writing prior to the applicable deadline even if discussed and/or answered orally in the pre-submission conference. Questions should be addressed in writing to Matthew P. Caillouet, AIA and Angelle Lavergne Terry, AIA, ACAH, and submitted via email to
[email protected] and
[email protected].<br />
https://www.centralauctionhouse.com/rfp59648220-ochsner-abrom-kaplan-memorial-hospital-ochsner-health-center--kaplan-rfq-for-cmar-services.html
30-Jul-2025 12:00:00 AM CDT |
29-Aug-2025 5:00:00 PM 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 |
Calcasieu Parish School System |
DeQuincy High School New Gymnasium Building
|
2400C - Dequincy High School - New Gymnasium Building - Drawings & Project Manual
https://www.centralauctionhouse.com/rfp9248876-dequincy-high-school-new-gymnasium-building.html
29-Jul-2025 1:28:32 PM CDT |
28-Aug-2025 3:00:00 PM CDT |
Diocese of Lake Charles |
New Church and Hall Christ the King Catholic Church (Diocese of Lake Charles)
|
<b>SECTION 00 11 13 ADVERTISEMENT FOR BIDS</b><br /> <br /> <br /><b>FROM:</b><p>1.1THE OWNER (HEREINAFTER REFERRED TO AS OWNER):</p><ol style="list-style-type:upper-alpha;"> <li>Diocese of Lake Charles</li> <li>Stephanie Rodrigue, Director of Temporal Goods</li> <li>Address:</li></ol> 1201 Ryan Street<br /> Lake Charles, LA, 70601<p>1.2AND THE ARCHITECT (HEREINAFTER REFERRED TO AS ARCHITECT):</p><ol style="list-style-type:upper-alpha;"> <li>Hoffpauir Studio, LLC</li> <li>Address:</li></ol> 1669 Lobdell Avenue, Suite H1<br /> Baton Rouge, LA 70806<p>1.3PRE-BID DATE: AUGUST 12, 2025 ON SITE AT 10:30AM</p><ol> <li value="1.4">TO: POTENTIAL BIDDERS <ol style="list-style-type:upper-alpha;"> <li>Electronic sealed bids will be received by The Diocese of Lake Charles through Central Bidding. The deadline for receipt of bids is <b>2:00 PM </b>on <b>August 28, 2025</b>, at which time bids will be authenticated online and a bid tab will be posted.</li> <li>Complete Bid Documents for this project are available in electronic form on behalf of the Owner by Central Bidding. They may be obtained without charge and without deposit from the Public Plan Room at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com.</a> 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 Architect.</li> <li>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.</li> <li>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.</li> <li>Refer to other bidding requirements described in Document 00 21 13 - Instructions to Bidders.</li> </ol> </li></ol><b>END OF SECTION</b><br />
https://www.centralauctionhouse.com/rfp72012912-new-church-and-hall-christ-the-king-catholic-church-diocese-of-lake-charles.html
29-Jul-2025 12:00:00 AM CDT |
28-Aug-2025 12:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
25-RAMP-31 REQUEST FOR STATEMENT OF QUALIFICATIONS NORTH TREATMENT PLANT SAFE ROOM ENGINEERING SERVICES
|
.
https://www.centralauctionhouse.com/rfp47125743-25-ramp-31-request-for-statement-of-qualifications-north-treatment-plant-safe-room-engineering-services.html
28-Jul-2025 11:40:00 AM CDT |
25-Aug-2025 2:00:00 PM 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 |
22-Aug-2025 2:00:00 PM 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 |
City of St. George |
Management and Operation of St. George's Public Works Department
|
<div style="text-align: center;"><b>CITY OF ST. GEORGE<br /><br />REQUESTS FOR QUALIFICATIONS AND PROPOSALS</b></div><br />The City of St. George seeks Statements of Qualifications and Proposals for Management and Operation of its Public Works Department. A mandatory pre-bid conference will be held Thursday, August 7, 2025, at 2:00 p.m., at St. George City Hall, 14100 Airline Highway, St. George, LA 70817. Statements of Qualifications and Proposals must be received by 2:00 p.m., CST on Wednesday, September 3, 2025, at St. George City Hall marked ATTN: RFQ&P-PUBLIC WORKS or submitted electronically to: www.centralbidding.com. Proposals received timely will be publicly opened at City Hall on September 3, 2025, at 2:15 p.m. CST. The RFQ&P is available at St. George City Hall, 14100 Airline Highway, St. George, LA 70817, www.stgeorgela.gov and www.centralbidding.com. <br /> <br /><br />Publication dates for The Advocate Baton Rouge:<br /><br />Monday, July 28, 2025<br />Friday, August 1, 2025<br />Monday, August 4, 2025
https://www.centralauctionhouse.com/rfp61629478-management-and-operation-of-st-georges-public-works-department.html
28-Jul-2025 12:00:00 AM CDT |
03-Sep-2025 2:00:00 PM 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 |
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 |
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 |
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 |
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 |
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 |
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 |
28-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 |
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 |
11-Sep-2025 12:00:00 PM 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 |
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 |
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 25, 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 - <s>Wednesday, August 6, 2025 (10:00am)</s> <b>Tuesday, August 19, 2025 (10:00am)</b><br />• Responses to Questions - <s>Monday, August 11, 2025 </s><b>Thursday, August 21, 2025</b><br />• Bid Proposals Due - <s>Monday, August 18, 2025 (10:00am)</s><b> Monday, August 25, 2025 (10:00am)</b><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 |
25-Aug-2025 10:00:00 AM CDT |
Central Community School System |
Central Community School System Roof Replacement Project
|
Sealed bids from general or roofing contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by Central Community School System for construction of:<br /> <br />Project Name: Central Community School System<br />Roof Replacement Project 12636 Sullivan Road Baton Rouge, LA 70818 <br />Project Number: 25-010<br /> <br />Bids will be received at the main office of the Central Community School System located at 11576 Sullivan Road, Baton Rouge, LA 70818 until 2:00 PM., Local Time on 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 |
15-Sep-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 |
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 |
02-Sep-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 |
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 |
26-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 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 620 calendar days from the Notice to Proceed. Remaining work on the site, buildings and demolition of the existing facilities shall be completed within 720 calendar days from the Notice to Proceed.
https://www.centralauctionhouse.com/rfp46101313-post-road-wwtp.html
11-Jul-2025 9:00:00 AM CDT |
04-Sep-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 |
28-Aug-2025 3:00:00 PM 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 |
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 |
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 |
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 |