Agency |
Title |
Date published |
Bid opening date |
State of Louisiana Military Department |
B12 NHDP Museum HVAC Renovations, Gillis W. Long Center, Carville, LA
|
See attach Solicitation for: B12 NHDP Museum HVAC Renovations, Gillis W. Long Center, Carville, LA
https://www.centralauctionhouse.com/rfp19306304-b12-nhdp-museum-hvac-renovations-gillis-w-long-center-carville-la.html
14-May-2025 12:00:00 AM CDT |
17-Jun-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Heymann Park Improvements
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:00 PM Central Time on the 5th day of June, 2025 for the following:<br /> <br /> Heymann Park Improvements<br /> <br />and will, at that time and location, be opened and read aloud. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed bids may be hand carried or mailed to the address listed above.<br /> <br />Scope of Services: The construction of an amphitheater and performance stage in Heymann Park. The elevated stage will be supported with a performance prep room, dressing and restrooms, A tiered seating area and vending pavilion will be within the gated facility that will also include a restroom building. All work is to be completed within two hundred ninety (290) calendar days from the issuance of the Notice to Proceed.<br /> <br />In accordance with LA R.S. 38§2212, vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Contractors may request the bid package electronically from Heather Kestler @
[email protected] or 337-291-8071<br /> <br />Bidders submitting bids electronically are requested to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid, at no cost.<br /> <br />Bids must be signed in accordance with LA R.S. 38§2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding are available at the office of Purchasing & Property Management located at 705 West University Avenue (PO Box 4017-C, Lafayette LA 70502) upon payment of two hundred ten dollars ($210.00) per set. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Deposit on the first set is fully refundable to all Prime Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent of the deposit of all other sets of documents will be refunded upon return of documents as stated above. Questions relative to the bidding documents shall be addressed Heather Kestler at 337-291-8071.<br /> <br />Contractors are invited to attend a non-mandatory pre-bid meeting, which will be held on May 20, 2025 at 10:00 AM in the conference room at the Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be within drawn for a period if forty-five (45) days after receipt of bids, except under the provisions of LA R.S. 38:2214.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Owner reserves the right to reject any and all bids for just cause. In accordance with LA R.S. 38:2212(B)(1), the provisions and requirements of this Section and those stated in the bidding documents shall not be waived by any entity. <br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “BUILDING CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 5/7, 5/11,5/18<br />DPR 993577<br />
https://www.centralauctionhouse.com/rfp40360802-heymann-park-improvements.html
07-May-2025 8:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
EBR Sheriff's Office |
BID #1100 CAMERA SYSTEM
|
Camera System
https://www.centralauctionhouse.com/rfp49388622-bid-1100-camera-system.html
05-May-2025 10:00:00 AM CDT |
05-Jun-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M3387 2025 FORD TRANSIT LOW ROOF CARGO VAN OXFORD WHITE or Approved Equal
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. May 29, 2025 for the following:<br /> <br /> M3387 2025 FORD TRANSIT LOW ROOF CARGO VAN OXFORD WHITE or Approved Equal <br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on May 14, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /><br /> <br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp85152691-m3387-2025-ford-transit-low-roof-cargo-van-oxford-white-or-approved-equal----.html
05-May-2025 12:00:00 AM CDT |
29-May-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
GROOM ROAD (MCHUGH ROAD TO PLANK ROAD) (CITY PARISH PROJECT NO. 19-EN-HC-0035)
|
To be published three times-Legal May 2, 9 and 16, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: GROOM ROAD (MCHUGH ROAD TO PLANK ROAD) (CITY PARISH PROJECT NO. 19-EN-HC-0035) PROJECT DESCRIPTION: Grading, earthwork, drainage structures, subsurface drainage, base course, PCC pavement and patching, milling of asphalt pavement, asphalt pavement, pervious and concrete sidewalks, landscaping, striping, signing and associated items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, May 29, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Form Revised to include EBE requirements May 25, 2023 NC 1 of 2 Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Socially and Economically Disadvantaged Business SEDB’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum SEDB goal of 24% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this SEDB goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1, 1A, and 2, and Letters of SEDB Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For additional information please contact Mr. George Chike, P.E., Project Manager at
[email protected] or Mr. William Wall, P.E, Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp60188897-groom-road-mchugh-road-to-plank-road-city-parish-project-no-19-en-hc-0035.html
02-May-2025 8:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
EVANGELINE ST. – ALAMONSTER DR. AND EVANGELINE ST. AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-063A)
|
To be published three times-Legal May 2, 9 and 16, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: EVANGELINE ST. – ALAMONSTER DR. AND EVANGELINE ST. AREA ADA TRANSITION PROJECT (CITY PARISH PROJECT NO. 20-EN-HC-063A) PROJECT DESCRIPTION: Portland cement concrete sidewalks, driveways, concrete curbs, ADA ramps, striping, and related work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, May 29, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Form Revised to include EBE requirements May 25, 2023 NC 2 of 2 Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Socially and Economically Disadvantaged Business SEDB’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum SEDB goal of 18% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this SEDB goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only SEDB firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this SEDB goal. To be considered responsive, the apparent low bidder must submit SEDB Forms 1, 1A, and 2, and Letters of SEDB Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For additional information please contact Mr. George Chike, P.E., by email at
[email protected] or Mr. Alex Farr, P.E, Project Manager by email at
[email protected]
https://www.centralauctionhouse.com/rfp97504082-evangeline-st-alamonster-dr-and-evangeline-st-area-ada-transition-project-city-parish-project-no-20-en-hc-063a.html
02-May-2025 8:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
City of Alexandria |
CmDv RFP #2503-Housing Minor Rehab
|
The City of Alexandria’s Community Development Department is soliciting bids, on behalf of eligible Homeowners, for the purpose of entering into a Home Improvement Contract to repair occupied residential structures.
https://www.centralauctionhouse.com/rfp39146247-cmdv-rfp-2503-housing-minor-rehab.html
02-May-2025 12:00:00 AM CDT |
30-May-2025 9:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2128 RFP Provide Emergency Medical Services
|
Information <br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Request for Proposals ("RFP") for C-2128 RFP Provide Emergency Medical Services as described in the bid documents and related exhibits. Response to this RFP does not guarantee a contract. <br />How to Obtain Documents<br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br />Response Requirements<br />All proposals are due by Tuesday, June 10, 2025 at 10:00 a.m.. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp8841274-c-2128-rfp-provide-emergency-medical-services-.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 10:00:00 AM CDT |
International School of Louisiana |
INVITATION TO BID NO. 26-CN-0003: CHEMICALS AND SUPPLIES
|
Sealed bids received at International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Tuesday, June 10, 2025 Bids/Specifications may be obtained at the stated address, by email to
[email protected], by calling (504) 444-2696. The deadline for submitting questions is June 5, 2025. <br /> <br /><i><b>This institution is an equal opportunity provider.</b></i>
https://www.centralauctionhouse.com/rfp61011621-invitation-to-bid-no-26-cn-0003-chemicals-and-supplies.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 1:00:00 PM CDT |
International School of Louisiana |
INVITATION TO BID No. 26-CN-0002: MILK
|
Sealed bids received at International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Tuesday, June 10, 2025. Bids/Specifications may be obtained at the specified address, by email to
[email protected], by calling (504) 444-2696. The deadline for submitting questions is June 5, 2025. <br /> <br />This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp42463471-invitation-to-bid-no-26-cn-0002-milk.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 1:00:00 PM CDT |
International School of Louisiana |
INVITATION TO BID No. 26-CN-0001: DRY & FROZEN GOODS
|
<b>Bid NO. 26-CN-0001 Dry & Frozen Foods</b><br /><br />Sealed bids received at International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Tuesday, June 10, 2025. The deadline for submitting questions is June 5, 2025. <br /> <br /><i><b>This institution is an equal opportunity provider.</b></i><br />
https://www.centralauctionhouse.com/rfp3787196-invitation-to-bid-no-26-cn-0001-dry-frozen-goods.html
02-May-2025 12:00:00 AM CDT |
10-Jun-2025 1:00:00 PM CDT |
St. Charles Parish Government |
BID 1012 - 2 Year Contract for Sewer Sludge Hauling
|
SEALED BIDS WILL BE RECEIVED BY ST. CHARLES PARISH UP TO:<br /><br /><br />11:00a.m – May 22nd, 2025<br />AT THE ST. CHARLES PARISH PROCUREMENT OFFICE, ROOM 3400, P. O. BOX 302, 15045 RIVER ROAD, PARISH COURTHOUSE, 3rd FLOOR PARISH PRESIDENT’S OFFICE, HAHNVILLE, LOUISIANA, 70057, EITHER BY MAIL, HAND DELIVERED OR ON-LINE AT: https://www.centralbidding.com PROMPLY THEREAFTER, THE BID(S) WILL BE PUBLICLY OPENED AND READ ALOUD ON THE 3rd FLOOR IN THE LARGE CONFERENCE ROOM OF THE ST. CHARLES PARISH COURTHOUSE. FOR: BID #(s):<br />Bid# 1011- Furnishment & Installation of Playground Equipment for Landry Park<br />Bid# 1012 – 2 Year contract for Sewer Sludge Hauling<br />Bid# 1013 – 2 Year contract for Distribution Service Materials - Waterworks<br />DETAILED SPECIFICATIONS MAY BE PICKED UP, MAILED, OR EMAILED BY CONTACTING SAMANTHA PEARCE AT THE PARISH COURTHOUSE (PHONE 985-783-5000) OR AN EMAIL REQUESTED TO
[email protected] BID RELATED<br />DOCUMENTS MAY BE VIEWED ON-LINE AT https://www.centralbidding.com.<br />ST. CHARLES PARISH RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, PURSUANT TO THE LAW.<br />ST. CHARLES PARISH PROCUREMENT OFFICE BID ADVERTISED:<br />P. O. BOX 302 ST. CHARLES HERALD GUIDE<br />HAHNVILLE, LA 70057 May 1st & 8th, 2025
https://www.centralauctionhouse.com/rfp18541925-bid-1012--2-year-contract-for-sewer-sludge-hauling.html
01-May-2025 11:00:00 AM CDT |
22-May-2025 11:00:00 AM CDT |
EBR Sheriff's Office |
BID #1099 BALLISTIC HELMETS
|
Ballistic Helmets
https://www.centralauctionhouse.com/rfp18704449-bid-1099-ballistic-helmets.html
01-May-2025 10:00:00 AM CDT |
30-May-2025 10:00:00 AM CDT |
Tangipahoa Parish School System |
Request for Proposal Disaster Response Services
|
The Tangipahoa Parish School System will receive sealed proposals in its office in Amite, Louisiana, up until 2:00 p.m., Tuesday, May 20, 2025 for the following:<br /> <br />Request for Proposal – Disaster Response Services<br /><br />For information and specifications, contact Daine Carlsen, Tangipahoa Parish School System, at (985) 284-2026.
https://www.centralauctionhouse.com/rfp24893453-request-for-proposal-disaster-response-services.html
01-May-2025 9:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
Iberville Parish Government |
WEED KILLER CHEMICALS
|
https://www.centralauctionhouse.com/rfp44856208-weed-killer-chemicals.html
01-May-2025 8:00:00 AM CDT |
15-May-2025 10:00:00 AM CDT |
Ascension Parish Government |
PR 929 at PR 930 Roundabout
|
<br /> BID NOTICE<br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737, until May 29, 2025, at 12:00 p.m. local time. The bids will be publicly opened and read aloud for the following:<br />Project Name: PR 929 at PR 930 Roundabout<br />Project No.: MA-18-11<br />Statement of Work: Construction of a Roundabout<br />Description: Move Ascension Program<br />Route: Ascension Parish Road 929 at Ascension Parish Road 930<br />Parish: Ascension Parish <br /><br />Bids should be submitted in a sealed envelope and must be to the attention of the Ascension Parish Purchasing Department and clearly labeled on the outside of the envelope as Bid Submittal, with the project numbers MA-18-11 PR 929 at PR 930 Roundabout and Louisiana Contractor’s License Number, as well as all companying funds and documents as follows:<br />Bid Submittal<br />Project No.: MA-18-11<br />Project Name: PR 929 at PR 930 Roundabout<br />LA License No.: <br /><br />“Official” Bid Documents are available and Electronic bids are accepted at Central Bidding and may be obtained from www.centralauctionhouse.com or www.ascensionparish.net. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814.<br />COPIES OF CONTRACT DOCUMENTS. Electronic copies of the drawings and specifications for use in preparing Bids may be obtained with contractor provided media. The Contractor to whom a contract is awarded will be furnished two (2) working copies of the specifications and the drawings, together with all Addenda thereto.<br /><br /><br />Bid Packages may be submitted in different manners. Consult the bid documents for specific deadlines for desired submittal process before application. The following are acceptable methods:<br /> Hand-delivered to: <br /> 615 E. Worthey Street, Gonzales, LA 70737.<br />Uploaded to: www.centralauctionhouse.com<br />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br />A. A copy of the bid bond must be attached to the bid document submitted electronically.<br />B. The original bid bond document must be received in our office no later than 48 hours after the bid opening date and time (Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana.<br />C. The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address.<br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online at www.centraauctionhouse.com<br />Construction proposal information may be accessed online at www.centralauctionhouse.com. <br />Users shall select “Login” and if necessary, submit and create a New User Registration to view and download drawings. Upon creating a user registration account, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled “PR 929 at PR 930 Roundabout”. <br />All registered users will have the ability to submit questions and view project information as well as view project drawing.<br />The Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted electronically.<br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via
[email protected] by 4:00 p.m. on May 15, 2025. Responses will be coordinated with the Project Engineer and posted on the www.centralauctionhouse.com website by 4:00 p.m. CDT on Thursday May 22, 2025. Questions received following the deadline may not be answered.<br /><br />A Mandatory Pre-Bid Meeting will be held on Thursday, May 15, 2025, at the Ascension Parish Governmental Complex Conference Rooms 109/110, located 615 E. Worthey St, Gonzales, LA 70737 at 11:00 am CDT.<br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each bid and shall be made payable to Ascension Parish Government. <br />RS 38:2218. Evidence of good faith; countersigning<br />A. The public entity advertising for bids for work shall require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the contract price of work to be done, as evidence of good faith of the bidder. The public entity advertising for bids for work may require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder.<br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualification, or Request for Proposals if it determined that submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br />The United States Department of Transportation (USDOT) operates a toll-free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., EDT. Anyone with knowledge of possible bid rigging, bidder collusion or other fraudulent activities should call this hotline at 1-(800)- 424 9071. All information will be treated confidentially, and caller anonymity will be respected. <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br />Ascension Parish Government<br />Clint Cointment, Parish President <br />WEEKLY- 5/1/25, 5/8/25, 5/15/25 <br />CHIEF- 5/1/25, 5/8/25, 5/15/25<br /><br />
https://www.centralauctionhouse.com/rfp39301846-pr-929-at-pr-930-roundabout.html
01-May-2025 7:00:00 AM CDT |
29-May-2025 12:00:00 PM CDT |
Livingston Parish Government |
Livingston Parish Bid Proposal for Emergency Generators
|
Sealed bids will be received by the Livingston Parish Office of Homeland Security and Emergency Preparedness at 20355 Government Boulevard, Livingston, LA 70754, second floor; Attn. Chad Berry (for FedEx, UPS or hand delivery ONLY) or for U.S. Postal Mail ONLY mailed to P.O. Box 1060, Livingston, LA 70754 (US Postal Service does not deliver to physical address) on Tuesday, May 20, 2025, at 3:00 p.m. for the following:<br /> <br />Generator: 400KW, Three-Phase, Diesel, 277/480 Volt, 1340 Useable Gallon Tank/UL142 Double Wall Containment, or equal <br />Generator: 130KW, Diesel, 277/480 Volt, 415 Useable Gallon Tank/UL142 Double Wall Containment, or equal <br />Automatic Transfer Switch: 230 AMP, 277/480 Volt, Three-Phase, 230 AMP 4-Pole Switched Neutral <br />Bids shall include equipment, delivery, warranty start-up, instructional literature, parts list and final inspection. Bids will be accepted only from established generator vendors with at least (5) years’ experience and located in a 50-mile radius for emergency work. See specification package for further details. <br /> <br />LA.R.S. 38:2212 (F) (2)<br />Whenever in specifications the name of a certain brand, make, manufacturer or definite specifications utilized, the specifications shall state clearly that they do not restrict bidders to the specific name brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of the products desired and that equivalent products will be acceptable.<br /> <br />Detailed specifications may be obtained at the Livingston Parish Office of Homeland Security and Emergency Preparedness at the above-mentioned address or by contacting Chad Berry at (225) 686-4566 or via email at
[email protected].<br /> <br />Livingston Parish Government reserves the right to reject any and all bids for just cause.
https://www.centralauctionhouse.com/rfp45122385-livingston-parish-bid-proposal-for-emergency-generators.html
01-May-2025 12:00:00 AM CDT |
20-May-2025 3:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0815 MAINTENANCE & INSPECTION OF PASSENGER BOARDING BRIDGES AT BRMA
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. May 28, 2025 for the following:<br /> <br />A25-0815 MAINTENANCE & INSPECTION OF PASSENGER BOARDING BRIDGES AT BRMA<br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on May 13, 2025 at 9:00 a.m. The address is 9430 Jackie Cochran Drive, 1st Floor Conference Room Baton Rouge, LA 70807. Questions regarding the site visit may be directed to Dave Gordon @ (225) 355-0333.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on May 15, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /><br /> <br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp85541702-a25-0815-maintenance-inspection-of-passenger-boarding-bridges-at-brma.html
01-May-2025 12:00:00 AM CDT |
28-May-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0818 INSPECTION & MAINTENANCE OF CONVEYOR BELT SYSTEM AT BRMA
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. May 28, 2025 for the following:<br /> <br />A25-0818 INSPECTION & MAINTENANCE OF CONVEYOR BELT SYSTEM AT BRMA<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on May 13, 2025 at 10:00 a.m. The address is 9430 Jackie Cochran Drive, 1st Floor Conference Room Baton Rouge, LA 70807. Questions regarding the site visit may be directed to Dave Gordon @ (225) 355-0333.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on May 15, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /><br /> <br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp23946185-a25-0818-inspection-maintenance-of-conveyor-belt-system-at-brma-.html
01-May-2025 12:00:00 AM CDT |
28-May-2025 11:00:00 AM CDT |
Ascension Parish Government |
Mississippi River Bike Trail Design
|
<h1 style="text-align: center;">REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>May 29, 2025, at 3:00 p.m. </b>(CT) for the following:<br /> <h1 style="text-align: center;">Mississippi River Bike Trail Design</h1><h1> </h1><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) desires to obtain a certified Louisiana contractor to design a Mississippi River Bike Trail.<br /><b>PROJECT DESCRIPTION: </b><br />The Parish is soliciting qualification statements to design a trailhead near the intersection of LA-44 and the Mississippi River levee and an asphalt bike path commencing from the trailhead along the crown of the levee to the intersection of LA-22 where the path will cross LA-942 onto LA-22 and end at Darrow Park in Ascension Parish, Louisiana.<br /> <br />The work shall be performed by a certified Louisiana contractor. <br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CT) on <b>May 13, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CT) no later than <b>May 20, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Daylight Time on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the proposal submission deadline (i.e. the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 5/1/2025, 5/8/2025, 5/15/2025<br />GONZALES WEEKLY PLEASE PUBLISH 5/1/2025, 5/8/2025, 5/15/2025
https://www.centralauctionhouse.com/rfp65819843-mississippi-river-bike-trail-design.html
01-May-2025 12:00:00 AM CDT |
29-May-2025 3:00:00 PM CDT |
St. Charles Parish Government |
2024 Professional Services Request for Qualifications (Supplemental - May 2025)
|
<br />PUBLIC NOTICE<br /> <br />ST. CHARLES PARISH<br />2024 PROFESSIONAL SERVICES<br />REQUEST FOR QUALIFICATIONS<br />(Supplemental – May 2025)<br /> <br />St. Charles Parish is issuing a Supplemental Request for Qualifications (RFQs) from individuals and/or firms, <b>who did not submit during the original 2024 Professional Services Request for Qualifications</b> and who are interested in providing services in the following categories:<br /><br /> <br />Bridge<br />Drainage Conveyance<br />Drainage Pumpstation<br />Levees<br />SCADA/Telemetry<br />Structures<br />Construction Management<br />Roadway/Highway<br /> <br /> <br /> <br />Traffic/Transportation Planning<br />Architecture<br />Electrical<br />Recreational Planning<br />Mechanical<br />Environmental<br />Geotechnical<br /> <br /> <br /> <br />Real Estate Acquisition<br />Surveying<br />Testing Lab Services<br />Coastal Restoration<br />Potable Water<br />Sewer/ Wastewater<br />Permitting<br /> <br /><br /> <br />The minimum requirements for selection shall be as follows:<br /> <br />The firm must have a minimum of 5 years of experience in providing the professional services for each category in which they wish to qualify.<br />The firm must hold all licenses necessary to legally provide the related services in the State of Louisiana.<br />The lead Professional for each category must be a licensed Professional in that area with a minimum of 10 years of experience in the category in which he/she will be the person in charge responsible.<br />For each classification in which the firm requests to be qualified, examples of 3 to 5 projects completed by the firm in the local area should be provided.<br />In addition to the lead Professional, resumes for any key staff who will be responsible for the work should be provided. <br /> <br />For further information, please contact Miles B. Bingham, Director of Public Works at <br />(985) 331-2624. All appropriate forms (Submittal Instructions and the Questionnaire Document) can be obtained from the St. Charles Parish Website or from the St. Charles Parish Public Works Office at 100 River Oaks Drive, Destrehan, LA 70047. <br /> <br />The office hours for the St. Charles Parish Department of Public Works are 7:30 AM to 4:30 PM on Monday through Thursday.<br /> <br /><b>Interested firms must submit one (1) marked original, one (1) copy, and an electronic scanned PDF file (on either DVD or USB thumb drive) of their submittal to the St. Charles Parish Public Works Office no later than 10:00 AM on Thursday, May 29, 2025. No submittals will be accepted via Central Bidding. </b><br /> <br />All submittals must be in a binder or be bound along the left edge.<br /> <br />Submittals must be delivered in a sealed package and labeled as follows:<br /> <br />St. Charles Parish 2024 Professional Services Request for Qualifications (Supplemental – May 2025)<br /> <br />Name of Firm<br />License Number<br />Address of Firm<br />Contact Name<br />Contact Phone Number<br />Contact Email Address<br /> <br /> <br />Publish:<br /> <br />St. Charles Parish Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Times-Picayune/The New Orleans Advocate<br /> <br /> <br />Dates:<br /> <br />Thursday, May 1, 2025<br />Thursday, May 8, 2025<br />Thursday, May 15, 2025<br />
https://www.centralauctionhouse.com/rfp72346457-2024-professional-services-request-for-qualifications-supplemental--may-2025.html
01-May-2025 12:00:00 AM CDT |
29-May-2025 10:00:00 AM CDT |
Washington Parish School Board |
SMALL EQUIPMENT BID SY 2025-2026
|
Bids must be submitted on documents provided.<br />Initial orders shall be filled completely and shipped no later than July 23, 2025.<br />Initial orders CANNOT be delivered after August 6, 2025 unless prior approval is granted from the Washington Parish School Board Lunch Supervisor.
https://www.centralauctionhouse.com/rfp8102036-small-equipment-bid-sy-2025-2026.html
01-May-2025 12:00:00 AM CDT |
16-May-2025 1:00:00 PM CDT |
Washington Parish School Board |
NON-FOOD BID SY 2025-2026
|
Weekly deliveries at multiple locations. Bids must be submitted on documents provided.
https://www.centralauctionhouse.com/rfp59879566-non-food-bid-sy-2025-2026.html
01-May-2025 12:00:00 AM CDT |
16-May-2025 12:00:00 PM CDT |
Washington Parish School Board |
FOOD BID SY 2025-2026
|
Weekly deliveries at multiple locations. Bids must be submitted on documents provided.
https://www.centralauctionhouse.com/rfp80999652-food-bid-sy-2025-2026.html
01-May-2025 12:00:00 AM CDT |
16-May-2025 11:30:00 AM CDT |
Washington Parish School Board |
MILK BID SY 2025-2026
|
Deliveries at multiple locations. Bids must be submitted on documents provided.
https://www.centralauctionhouse.com/rfp38247226-milk-bid-sy-2025-2026.html
01-May-2025 12:00:00 AM CDT |
16-May-2025 10:30:00 AM CDT |
Central Community School System |
Central Community School Board Site Improvements
|
Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by Central Community School System for construction of:<br /><br />Project Name: Central Community School Board Site Improvements<br />13845 Hooper Road<br />Baton Rouge, LA 70818<br /> <br />Project Number: 3223139<br /> <br />Bids will be received at the office of the Central Community School System School Board Office, located at 11576 Sullivan Rd, Baton Rouge, LA 70818 until 2:00 pm local time, May 27, 2025. <br /><br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com).<br /><br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Architect:<br />Grace Hebert Curtis Architects, LLC<br />501 Government Street, Suite 200<br />Baton Rouge, LA 70802<br /> <br />Complete Bid documents are also available from https://www.centerline.co/bidding/login via the Centerline Public/Private bidding module. If you are not currently a subscriber, you will need to apply for “Free Access”. Access to the project is without charge and without deposit and will allow you to view, download or send offer documents to a printer.<br /><br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via https://www.centerline.co/bidding/login. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be posted on https://www.centerline.co/bidding/login, and www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br /><br />The successful Bidder will be allowed Two Hundred and Twenty (220) calendar days to complete the Central Community School Board Site Improvements Project from the date established in a Notice to Proceed. Liquidated Damages will be assessed at $500.00 for each consecutive calendar day for which work is not substantially completed beyond the date set as the completion date in the Notice to Proceed.<br /><br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /><br /><b>A Pre-Bid Conference will be held at 10:00 AM on Friday, May 16, 2025 at Central Community School System Office, located at 11576 Sullivan Road, Baton Rouge, LA 70818. Attendance at this Pre-Bid Conference is MANDATORY and bidders must be present for the entire conference in order to submit a bid. A site visit to the school will be available immediately following the Pre-Bid Conference.</b><br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of 45 days after the bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing law, R.S. 37:2151 et seq.<br /><br />The Central Community School System reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /><br />Roxanne Atkinson, President<br />Central Community School System<br /> <br />Jason Fountain, Superintendent<br />Central Community School System
https://www.centralauctionhouse.com/rfp78981547-central-community-school-board-site-improvements.html
01-May-2025 12:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147884 PURCHASE OF EMBROIDERY ITEMS FOR JEFFERSON PARISH FIRE SERVICE TRAINING FACILITY
|
5000147884 PURCHASE OF EMBROIDERY ITEMS FOR JEFFERSON PARISH FIRE SERVICE TRAINING FACILITY
https://www.centralauctionhouse.com/rfp69888676-5000147884-purchase-of-embroidery-items-for-jefferson-parish-fire-service-training-facility.html
30-Apr-2025 4:15:00 PM CDT |
05-May-2025 11:00:00 AM CDT |
St. John the Baptist Parish Government |
RFP 2025.07 Disaster Restoration and Recovery Services
|
RFP 2025.07 Disaster Restoration and Recovery Services
https://www.centralauctionhouse.com/rfp36659962-rfp-202507-disaster-restoration-and-recovery-services.html
30-Apr-2025 2:19:00 PM CDT |
16-May-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
RFP 2025.06 SCADA On-Call Design and Integration Support
|
RFP 2025.06 SCADA On-Call Design and Integration Support
https://www.centralauctionhouse.com/rfp24654474-rfp-202506-scada-on-call-design-and-integration-support.html
30-Apr-2025 2:15:00 PM CDT |
16-May-2025 9:45:00 AM CDT |
Jefferson Parish Government |
5000147694 Jefferson Parish Waterline Improvements South New Orleans Subdivision
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147694<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 05, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />JEFFERSON PARISH<br />WATERLINE IMPROVEMENTS<br />SOUTH NEW ORLEANS SUBDIVISON<br />JEFFERSON PARISH PROJECT NO. 2023-028-WRB<br />The project consists of WATER LINE PLACEMENT BY OPEN CUT, DRAIN LINE AND STRUCTURE INSTALLATION, OPEN CUT DRAINAGE DITCHES, COLD PLANE AND OVERLAY OF EXISTING ROADWAY, ASPHALT ROADWAY REMOVAL AND REPLACEMENT, AND CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT.<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Geotechnical information related to this project, if available, is also on file for review with the Jefferson Parish Purchasing Department. This geotechnical information is for reference for bidding purposes only, and may not be representative of the total area of the project as soil characteristics may vary from one place to another Contractor may be required to conduct their own geotechnical inspection and provide proof of said inspection prior to the start of work. A complete set of Contract Documents may be secured from EJES, 2626 Canal St Ste 202, New Orleans, LA 70119, Phone: 504-218-7103 by licensed contractors upon receipt of $100.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />ADV - 2<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 Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at General Government Building 200 Derbigny St. Suite 4400 on May 16, 2025 at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: April 30, May 07 and 14, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasingt or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp70244856-5000147694-jefferson-parish-waterline-improvements-south-new-orleans-subdivision-.html
30-Apr-2025 1:00:00 PM CDT |
05-Jun-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147818 - Two (2) Year Contract for Services on Hydraulic and Pneumatic Equipment for the Jefferson Parish Department of Fleet Management
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147818<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., June 3, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Contract for Services on Hydraulic and Pneumatic Equipment for the Jefferson Parish Department of Fleet Management<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 30, May 7, and 14, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp80465168-5000147818--two-2-year-contract-for-services-on-hydraulic-and-pneumatic-equipment-for-the-jefferson-parish-department-of-fleet-management.html
30-Apr-2025 11:06:00 AM CDT |
03-Jun-2025 2:00:00 PM CDT |
St. John the Baptist Parish Public Schools |
BOND PROJECT - St John Magnet HVAC RENOVATIONS
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 10:00 A.M. C.S.T. on May 26, 2025 for St John Magnet HVAC RENOVATIONS
https://www.centralauctionhouse.com/rfp94256953-bond-project--st-john-magnet-hvac-renovations-.html
30-Apr-2025 10:00:00 AM CDT |
26-May-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147614 - Purchase of Emergency Standby 8" Pump for the Jefferson Parish Department of Drainage
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147614<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 15, 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 Emergency Standby 8" Pump for the Jefferson Parish Department of Drainage<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: April 30, and May 7, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp82675315-5000147614--purchase-of-emergency-standby-8-pump-for-the-jefferson-parish-department-of-drainage.html
30-Apr-2025 9:22:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
St. Tammany Parish School Board |
BREAD & BREAD PRODUCTS
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp64300723-bread-bread-products.html
30-Apr-2025 9:00:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
St. Tammany Parish School Board |
COPYING EQUIPMENT/SERVICE FOR GRAPHIC ARTS
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp22211962-copying-equipmentservice-for-graphic-arts.html
30-Apr-2025 9:00:00 AM CDT |
02-Jun-2025 3:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6896 CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6896</div> <br />04/30/2025<br />CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)<br />Sealed Bid No. 25-6896<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Provide Fuel Service (Citywide use)</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <b>May 28th, 2025 at 9:45am</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 30, 2025<br />May 7, 2025<br />May 14, 2025
https://www.centralauctionhouse.com/rfp32899555-sealed-bid-25-6896-contract-to-provide-fuel-service-citywide.html
30-Apr-2025 8:30:00 AM CDT |
28-May-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6897 REMOVE, FURNISH AND INSTALL TWO (2) AIR-COOLED ROOFTOP UNITS AT EXHIBITION HALL
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6897</div> <br />April 30, 2025<br />Remove, Furnish and Install Two (2) Air-Cooled Rooftop Units at Exhibition Hall<br />Sealed Bid No. 25-6897<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>REMOVE, FURNISH AND INSTALL TWO (2) AIR-COOLED ROOFTOP UNITS AT EXHIBITION HALL</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Thursday, May 29, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read. There will be an optional pre-bid meeting on <u><i>Tuesday, May 6, 2025 at 10:00 a.m.</i></u> at the Rivertown Exhibition Hall located at 415 Williams Blvd. in Kenner, Louisiana 70062. All interested bidders are encourage to attend.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 30, 2025<br />May 7, 2025<br />May 14, 2025<br />
https://www.centralauctionhouse.com/rfp43776929-sealed-bid-25-6897-remove-furnish-and-install-two-2-air-cooled-rooftop-units-at-exhibition-hall.html
30-Apr-2025 8:30:00 AM CDT |
29-May-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6895 CONTRACT TO SUPPLY THERMOPLASTIC PAVEMENT MARKINGS
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No.25-6895</div> <br />April 30, 2025<br />CONTRACT TO SUPPLY THERMOPLASTIC PAVEMENT MARKINGS<br />Sealed Bid No. 25-6895<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO SUPPLY THERMOPLASTIC PAVEMENT MARKINGS</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <u><b>Wednesday, May 28, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /> <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 30, 2025<br />May 7, 2025<br />May 14, 2025<br />
https://www.centralauctionhouse.com/rfp2802258-sealed-bid-25-6895-contract-to-supply-thermoplastic-pavement-markings.html
30-Apr-2025 8:30:00 AM CDT |
28-May-2025 9:45:00 AM CDT |
St. Martin Parish Government |
CONTRACT NO. 3A WATER WELL REHABILITATION FOR THE CITY OF ST. MARTINVILLE AND ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4
|
Sealed bids will be received by St. Martin Parish Government at any time or day prior to, but no later than 10:30 A.M. on May 28, 2025 for the above listed project.<br /> <br />The work will consist of the rehabilitation of two existing water wells.<br /> <br />Bids may be mailed to St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or delivered to the bid opening. Bid documents may also be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on May 14, 2025 at 10:00 A.M. at the Office of St. Martin Parish Government located at 301 W. Port Street, St. Martinville, LA 70582.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on May 28, 2025 at 10:30 A.M. in the Carroll J. Fuselier Meeting Room, located in the office of St. Martin Parish Government at 301 W. Port Street, St. Martinville, LA 70582. The construction cost estimate will be read aloud upon opening of bids.<br /> <br />The prime contractor and all subcontractors must have an active Unique Entity ID (SAM) as verified on www.sam.gov prior to beginning construction and throughout the term of the contract.<br /> <br />Funding for this project shall be through American Rescue Plan Act-Water Sector Program. Refer to the Federal Provisions for Construction Contracts for special requirements.<br />
https://www.centralauctionhouse.com/rfp73276415-contract-no-3a-water-well-rehabilitation-for-the-city-of-st-martinville-and-st-martin-parish-consolidated-waterworks-district-no-4.html
30-Apr-2025 8:00:00 AM CDT |
28-May-2025 10:30:00 AM CDT |
Jefferson Parish Sheriff's Office |
25-MAY-2101 Lead Ammunition
|
Advertisned in the New Orleans Advocate
https://www.centralauctionhouse.com/rfp34258897-25-may-2101-lead-ammunition.html
30-Apr-2025 6:00:00 AM CDT |
21-May-2025 10:00:00 AM CDT |
East Feliciana Parish Police Jury |
700 Gallon Culvert Cleaner
|
East Feliciana Parish Police Jury will receive sealed bids no later than Thursday, May 15, 2025 at 4:00pm. Sealed bids shall be submitted to Rachael Kelly at 11947 Jackson Street, Clinton, LA 70722 to be opened publicly on Tuesday, May 20, 2025 at 10:00am as follows:<br /><br />(1) 700 gallon trailer mounted culvert cleaner<br /><br />Bid specifications are available upon request at the above address or by emailing request to
[email protected]
https://www.centralauctionhouse.com/rfp16235681-700-gallon-culvert-cleaner.html
30-Apr-2025 12:00:00 AM CDT |
15-May-2025 4:00:00 PM CDT |
City of Mandeville |
2025 ROADWAY AND DRAINAGE MAINTENANCE CONTRACT
|
INVITATION TO BID<br />CITY OF MANDEVILLE<br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, May 28, 2025, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete 2025 ROADWAY & DRAINAGE MAINTENANCE CONTRACT – PROJECT NO.: 700.22.003 ; for the City of Mandeville. Bids will be opened and publicly read aloud after 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received after 11:00 A.M. will be returned unopened.<br />This contract will be utilized by the City of Mandeville to complete general maintenance and emergency work activities for roadway and drainage and other related work throughout the City of Mandeville as detailed on the plans and stated in the specifications.<br />Types of work under this contract generally consists of roadway and drainage maintenance, including restoration of Portland cement concrete pavement; asphalt pavement patching; installation & repair of drainage culverts & drainage structures; installation of culvert end treatments; cleaning and CIPP lining of drainage lines; cleaning, excavating, and/or reshaping of open drainage ditches and channels; restoration of retention pond embankments; installation & repair of sidewalks and ADA ramps; restoration of pedestrian paths; restoration of parking areas; sodding; pavement crack sealing, and other related miscellaneous work and incidentals thereto throughout the City of Mandeville on as needed basis. The contract will be for one (1) calendar year, with the option to extend up to two (2) additional years for a maximum of three (3) year duration. Individual task orders will be issued under the contract, up to a maximum combined value of $4,000,000. No minimum value is guaranteed.<br />This contract may be fully or partially funded by the FEMA Public Assistance program. Refer to the Contract Documents, as amended, for the federal contract clauses and provisions applicable to this contract between the City and the contractor.<br />A non-mandatory pre-bid conference will be held Thursday, May 8; 2025; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169).<br />Emailed copies of the bid documents may be obtained by emailing
[email protected]. Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of bidding documents may be secured from Digital Engineering & Imaging, Inc. located at 3500 U.S. 190, Suite 201, Mandeville, LA 70471; (985-334-4131) by licensed Contractors upon payment of ONE HUNDRED dollars ($100.00) per set. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids.<br />Please find bid related materials and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process please call Central Bidding at (225) 810-4814.<br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents.<br />The outside envelope in which the bid is placed must be clearly marked as follows:<br />Sealed Bid: 2025 ROADWAY & DRAINAGE MAINTENANCE CONTRACT<br />CITY OF MANDEVILLE PROJECT NO. 700.22.003<br />Bid Due Date and Time: WEDNESDAY, MAY 28, 2025; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND<br />LOUISIANA CONTRACTOR’S LICENSE NUMBER<br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 3xs: April 24, May 7, 14
https://www.centralauctionhouse.com/rfp16401470-2025-roadway-and-drainage-maintenance-contract.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 11:00:00 AM CDT |
Mader Engineering - Central Bidding Plan Room |
LeGros Memorial Airport, Airfield Perimeter Fencing – Phase 2
|
<div style="text-align: right;"><b>ADVERTISEMENT FOR BIDS</b></div><b> </b><br /> <br />Acadia Parish Police Jury (herein referred to as the "Owner") hereby solicits sealed bids for LeGros Memorial Airport, Airfield Perimeter Fencing – Phase 2 project described as follows:<br /> <br />STATEMENT OF WORK: <br />Installation of woven wire wildlife fencing, chain-link fencing, gates, and drainage pipes.<br /> <br />Sealed Bids shall be addressed to Acadia Parish Police Jury, and delivered to 505 Northeast Court Circle, Crowley, LA 70527 or submitted by electronic bid at www.madereng.com not later than 10:00 a.m., on May 27, 2025. Any bid received after the specified time and date will not be considered.<br /> <br />The sealed bids will be publicly opened and read aloud at 10:00 a.m., on May 27, 2025 at the Acadia Parish Police Jury located at 505 Northeast Court Circle, Crowley, LA 70527.<br /> <br />A Non-Mandatory / PRE-BID CONFERENCE WILL BE HELD:<br />TIME & DATE: 10:00 a.m. on May 15, 2025<br />LOCATION: LeGros Memorial Airport Terminal Building<br /> Airport Road<br /> Estherwood, LA<br /> <br />Attendance at the Pre-Bid Conference is not mandatory in order to bid on the project; however, bidders are encouraged to attend. It is the responsibility of all potential bidders to visit the job site to assess the location and conditions prior to bidding.<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the office of the Engineer for the contract; Mader Engineering, Inc. located at 1245 South College Road, Building 1, Lafayette, LA 70503; (337-989-8047). Copies shall be obtained at the Engineer’s office (upon payment of a deposit of $120.00) or may be downloaded from the Mader Engineering Plan Room as hosted by Central Bidding (subject to fees and conditions). The deposit will be refunded upon request in accordance with R.S. 38:2212, but Central Bidding fees are not refundable. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The signature on the bid must be that of an authorized representative of the corporation, partnership or other legal entity, as defined by Louisiana Public Bid Law Revised Statute 38:2212.A.(1)(c) which dictates parties authorized to submit bids for public contracts. All required Certificates of Liability Insurance shall list the “Owner” as “additionally insured”. <br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes. In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />It is the policy of the Department of Transportation (DOTD) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. All bidders shall make good faith efforts, as defined in 49 CFR Part 26, Regulations of the Office of Secretary of Transportation, to subcontract 5.14% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). <br /> <br />The proposed contract is subject to the Buy American provision under 49 USC § 50101.<br /> <br />The proposed contract is under and subject to executive Order 11246 of September 24, 1965. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Specifications. Affirmative Action Requirements as well as goals for minority and female participation on contracts and subcontracts of $10,000 or more are established within the Specifications.<br /> <br />The successful bidder will be required to submit Certifications regarding Foreign Trade Restrictions under 49 CFR part 30, Government Wide Debarment and Suspension as per 2 CFR part 180 and Non-segregated Facilities as per 41 CFR § 60-1.8.<br />Attention to Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Davis Bacon Act Requirements.<br /> <br />All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout.<br /> <br />Notice is hereby given that the project is funded through Federal and State Grants which funds will not be available at the time of bidding. The Owner may reject all bids and cancel this solicitation should adequate funding not be secured within 30 days after bid opening. The time limits stipulated in LA. R.S. 38:2215(D) do not apply based upon the statutory exception that “the contract is to be financed in whole or in part by federal or other funds which will not be readily available at the time bids are opened.”<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br /> <br />OWNER<br />Acadia Parish Police Jury<br />
https://www.centralauctionhouse.com/rfp2600357-legros-memorial-airport-airfield-perimeter-fencing-phase-2-.html
30-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD FRESH PRODUCE 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp18455781-sabine-parish-school-board-fresh-produce-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD PAPER & CLEANING SUPPLIES 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp15940520-sabine-parish-school-board-paper-cleaning-supplies-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD MILK AND JUICE 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp23344467-sabine-parish-school-board-milk-and-juice-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD FROZEN FOODS 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp29446328-sabine-parish-school-board-frozen-foods-2025-2026-school-year-.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD DRY GOODS 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp21758425-sabine-parish-school-board-dry-goods-2025-2026-school-year.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD ICE CREAM 2025-2026 SCHOOL YEAR
|
PLEASE REVIEW ALL ATTACHMENTS THAT TOGETHER COMPRISE FULL BID SPECIFICATIONS.<br /><br />ALL BID DOCUMENTS MUST BE COMPLETELY FILLED OUT AND RETURNED BY THE BID OPENING DEADLINE.<br /><br />PLEASE CONTACT THE CHILD NUTRITION OFFICE WITH ANY QUESTIONS OR CONCERNS OR TO SEEK ANY CLARITY REGARDING THIS BID.<br /><br />TRADITIONAL MAILED OR HAND DELIVERED SUBMISSION ACCEPTED BUT MAY ALSO SUBMIT ONLINE BUT MUST FILL OUT COMPLETELY
https://www.centralauctionhouse.com/rfp37408489-sabine-parish-school-board-ice-cream-2025-2026-school-year-.html
30-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Bryant Hammett & Associates, LLC |
Village of Harrisonburg - Steamboat Park Improvements
|
ADVERTISEMENT FOR BIDS<br />April 30, 2025<br /> <br />VILLAGE OF HARRISONBURG<br />STEAMBOAT PARK IMPROVEMENTS<br /> <br />Sealed Bids for the construction of the Steamboat Park Improvements Project will be received by the Village of Harrisonburg at the Village Hall located at 108 Sicily Street, Harrisonburg, LA 71340, no later than 10:00 a.m., Local Time, on Thursday, May 29, 2025. Bids shall be designated as "Sealed Bid" Village of Harrisonburg – Steamboat Park Improvements at which time the Bids received will be publicly opened and read.<br /> <br />Bids will be received for a single prime Phase. Bids shall be on a lump sum and unit price basis, with any additive alternate bid items as indicated in the Bid Form.<br />All bids must be submitted on the proper form. The contractor must display his contractor's license number prominently on the outside of the envelope. Any bids received after the specified time and date will not be considered. <br />Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submit a bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online portal; they shall be received by mail, delivery, or in person.<br /> <br />Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect. For contractor information, this project is classified as Heavy construction.<br /> <br />Construction documents can be obtained from Bryant Hammett & Associates (318-757-6576) upon payment of 250 dollars per set. Documents can be mailed to bidders for an additional $15.00 per set. Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids. Neither the Owner nor the Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. <br /> <br />In accordance with RS 38:2212 G(2), plans and specifications shall be available to bidders until twenty-four hours before the bid opening date.<br /> <br />Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with title 38 of the Louisiana Revised Statutes.<br /> <br />The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids in accordance with the Public Bid Law.<br /> <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Bid bonds shall be written by a surety or<br /> <br /> <br />insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register. <br /> <br />The Contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. <br /> <br />The Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that the Bidder may agree to in writing upon the request of the Owner.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed. No Time Extensions will be granted. This project must be completely finished (including 45-day substantial) by December 31, 2025. <br /> <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Phase for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. <br /> <br />All bidders must have an active Unique Entity ID (SAM) (System for Award Management) Number, as verified on www.sam.gov prior to the beginning of construction. The prime contractor is responsible for all Subcontractor’s. All subcontractor’s must have a current SAMS number to be eligible to work. Verification is required before work begins on the project.<br /> <br />All awarded Contractors will be required to attend a monthly meeting, with mandatory attendance from the Project Engineer, Resident Inspector and Contractor, or their authorized representatives, at the beginning of the month to review quantities for pay estimates, process change orders, review work performed during month and to discuss any problems which may have arisen.<br /> <br />Please notify the Village of Harrisonburg at (318) 744-5794 seven (7) days in advance of the scheduled bid opening if special accommodations specified under ADA are required.<br /> <br />Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin, genetics, disability or veteran status. Bidders on this work will be required to comply with the President’s Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications.<br /> <br />The Owner hereby notifies all offerors that in regard to any Phase entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.<br /> <br /> <br /> Village of Harrisonburg <br />Publication Dates – Catahoula Booster: Mike Tubre, Mayor<br /> April 30, 2025<br /> May 7, 2025<br /> May 14, 2025<br />
https://www.centralauctionhouse.com/rfp51619578-village-of-harrisonburg--steamboat-park-improvements.html
30-Apr-2025 12:00:00 AM CDT |
29-May-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Demolition at 113 White Tail Drive
|
Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location:<br />113 White Tail Drive<br />Carencro, LA 70520<br />Project Supervisor: Shane Rougeau<br />Authorizing Agency: Grants Division<br />Written quotes will be taken until closing time (5:00 pm) May 20, 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] ) and telephone number 337?291?8071 (Attn: Heather Krestler; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the appropriate authorizing agency. 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 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 and Heather Krestler @ 337-291-8071.<br />NOTE: Any questions regarding the specifications must be addressed to Keirston St. Amant at
[email protected] and Heather Krestler at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Demolition at 113 White Tail 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] and
[email protected]<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 /> <br />NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ<br />UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp19779901-demolition-at-113-white-tail-drive.html
29-Apr-2025 3:00:00 PM CDT |
20-May-2025 5:00:00 PM CDT |
Atchafalaya Basin Levee District |
BID - AGGREGATES
|
<div style="text-align: center;">ATCHAFALAYA BASIN LEVEE DISTRICT<br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170</div><div style="text-align: right;">Phone (225) 387-2249<br />Fax (225) 387-4742</div> <div style="text-align: center;"><b>NOTICE</b></div><br /><br />Sealed bids will be received by the Board of Commissioners, Atchafalaya Basin Levee District, in its Office in Port Allen, Louisiana, up to<b> 2:00 p.m., Wednesday, June 4, 2025</b> and can also be submitted online at www.centralauctionhouse.com for:<ol> <li>Furnishing Gasoline and Diesel Fuel delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li> <li>Furnishing Crushed Limestone delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li></ol>All bids will be publicly opened and read at 4:00 p.m. of the same day, and any bid eceived after 2:00 p.m. will be returned unopened.<br /><br />The right is reserved to reject any and all bids and to waive informalities.<br /><br />Bid to be submitted in sealed envelope marked<div style="text-align: center;"><b>“BID - FUEL” or “BID - AGGREGATES.”</b></div><br />Specifications, proposal forms, etc., are available at the Atchafalaya Basin Levee District Office, (525 Court Street) P. O. Box 170, Port Allen, Louisiana 70767, telephone number (225) 387-2249.<div style="text-align: right;">Tommy Thibodeaux<br />President</div>Kristy Jewell <br />Secretary <br /><br /><br />3t<br />Daily Journal of Commerce, The Advocate, and Pointe Coupee Banner<br />May 1, 15, and 29, 2025<br />
https://www.centralauctionhouse.com/rfp39877737-bid--aggregates.html
29-Apr-2025 10:30:00 AM CDT |
04-Jun-2025 2:00:00 PM CDT |
Atchafalaya Basin Levee District |
OFFICIAL JOURNAL
|
<div style="text-align: center;">ATCHAFALAYA BASIN LEVEE DISTRICT<br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170</div><div style="text-align: right;">Phone (225) 387-2249<br />Fax (225) 387-4742</div><div style="text-align: center;"><br /><u><b>ADVERTISEMENT FOR BIDS</b></u><br /><br /><b>OFFICIAL JOURNAL</b><br /> </div><div>Sealed bids will be received by the Board of Commissioners for the Atchafalaya Basin Levee District, at 525 Court Street, Port Allen, Louisiana, up to <b>2:00 p.m., Wednesday, June 4, 2025</b>, for printing and publication of minutes of meetings of the Atchafalaya Basin Levee District and all other legal advertisements required by law for a period of one (1) year. <br /><br />All bids will be publicly opened and read at 4:00 p.m. of the same day, and any bid received subsequent to 2:00 p.m. will be returned unopened.<br /><br />The right is reserved to reject any and all bids and to waive informalities.<br /><br />Bid to be submitted in sealed envelope marked “BID - OFFICIAL JOURNAL.”<br /> </div><div style="text-align: right;">Tommy Thibodeaux<br />President</div><div>Kristy Jewell <br />Secretary <br /><br /><br />3t<br />Pointe Coupee Banner, and Plaquemine Post South<br />May 1, 15, and 29, 2025.</div>
https://www.centralauctionhouse.com/rfp20719906-official-journal.html
29-Apr-2025 10:30:00 AM CDT |
04-Jun-2025 2:00:00 PM CDT |
Atchafalaya Basin Levee District |
BID - FUEL
|
<div style="text-align: center;">ATCHAFALAYA BASIN LEVEE DISTRICT<br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170</div><div style="text-align: right;">Phone (225) 387-2249<br />Fax (225) 387-4742</div> <div style="text-align: center;"><u><b>NOTICE</b></u></div><br /><br />Sealed bids will be received by the Board of Commissioners, Atchafalaya Basin Levee District, in its Office in Port Allen, Louisiana, up to <b>2:00 p.m., Wednesday, June 4, 2025</b> and can also be submitted online at www.centralauctionhouse.com for:<ol> <li>Furnishing Gasoline and Diesel Fuel delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li> <li>Furnishing Crushed Limestone delivered at designated locations within the District in quantities as requested for twelve calendar months beginning July 1, 2025 and ending June 30, 2026.</li></ol><br />All bids will be publicly opened and read at 4:00 p.m. of the same day, and any bid received after 2:00 p.m. will be returned unopened.<br /><br />The right is reserved to reject any and all bids and to waive informalities.<br /><br />Bid to be submitted in sealed envelope marked<div style="text-align: center;"><b>“BID - FUEL” or “BID - AGGREGATES.”</b></div><br />Specifications, proposal forms, etc., are available at the Atchafalaya Basin Levee District Office, (525 Court Street) P. O. Box 170, Port Allen, Louisiana 70767, telephone number (225) 387-2249.<div style="text-align: right;">Tommy Thibodeaux<br />President</div><br />Kristy Jewell <br />Secretary <br /><br /><br />3t<br />Daily Journal of Commerce, The Advocate, and Pointe Coupee Banner<br />May 1, 15, and 29, 2025
https://www.centralauctionhouse.com/rfp86979054-bid--fuel.html
29-Apr-2025 10:30:00 AM CDT |
04-Jun-2025 2:00:00 PM CDT |
City of Bogalusa |
Airport Engineering Services
|
<br />Notice is hereby given that the City of Bogalusa is requesting submittal of qualification statements from<br />Professional engineering and planning firms interested in performing professional engineering services<br />at the George R. Carr Memorial Airfield (BXA) for the project period of approximately 3 years with the<br />option for two, one-year extensions. Projects are to be submitted to the Federal Aviation Administration<br />Administration and LADOTD Division for approval<br />Statement of Qualifications (3 Copies) will be accepted until 2:00 pm local time, on May 29, 2025.<br /> <br />Questions regarding this project should be addressed to the airport manager. Firms wishing to apply must submit a fully completed SF-330 Form. Failure to provide all information requested might result in the submission being considered non-responsive and the firm will not be given a total score in the evaluation process.<br />City of Bogalusa<br />(985) 732-6200
https://www.centralauctionhouse.com/rfp82319432-airport-engineering-services.html
29-Apr-2025 8:00:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
City of Baker |
MAGNOLIA DR BASEBALL FIELD
|
https://www.centralauctionhouse.com/rfp10126380-magnolia-dr-baseball-field.html
28-Apr-2025 7:00:00 PM CDT |
07-May-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147844 PURCHASE OF REPLACEMENT O-RINGS AND RELATED ITEMS FOR JEFFERSON PARISH EASTBANK FLEET MANAGEMENT DEPARTMENT
|
5000147844 PURCHASE OF REPLACEMENT O-RINGS AND RELATED ITEMS FOR JEFFERSON PARISH EASTBANK FLEET MANAGEMENT DEPARTMENT
https://www.centralauctionhouse.com/rfp64289959-5000147844-purchase-of-replacement-o-rings-and-related-items-for-jefferson-parish-eastbank-fleet-management-department.html
28-Apr-2025 4:00:00 PM CDT |
02-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147642 PURCHASE OF HIGH PRESSURE PLUGS FOR JEFFERSON PARISH EASTBANK DRAINAGE DEPARTMENT
|
5000147642 PURCHASE OF HIGH PRESSURE PLUGS FOR JEFFERSON PARISH DRAINAGE DEPARTMENT
https://www.centralauctionhouse.com/rfp58452742-5000147642-purchase-of-high-pressure-plugs-for-jefferson-parish-eastbank-drainage-department.html
28-Apr-2025 4:00:00 PM CDT |
02-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147662 PURCHASE OF PLUMBING MATERIAL AND RELATED ITEMS FOR JEFFERSON PARISH WESTBANK WAREHOUSE
|
5000147662 PURCHASE OF PLUMBING MATERIAL AND RELATED ITEMS FOR JEFFERSON PARISH WESTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp28331964-5000147662-purchase-of-plumbing-material-and-related-items-for-jefferson-parish-westbank-warehouse.html
28-Apr-2025 4:00:00 PM CDT |
02-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147598 PURCHASE OF PRESSURE WASHER AND RELATED ITEMS FOR JEFFERSON PARISH PARKS AND RECREATION LAFRENIERE PARK EFFERSON
|
5000147598 PURCHASE OF PRESSURE WASHER AND RELATED ITEMS FOR JEFFERSON PARISH PARKS AND RECREATION LAFRENIERE PARK
https://www.centralauctionhouse.com/rfp72166929-5000147598-purchase-of-pressure-washer-and-related-items-for-jefferson-parish-parks-and-recreation-lafreniere-park--efferson-.html
28-Apr-2025 4:00:00 PM CDT |
02-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147825 PURCHASE OF ROTATING PUMP FOR JEFFERSON PARISH EASTBANK SEWERAGE DEPARTMENT
|
5000147825 PURCHASE OF ROTATING PUMP FOR JEFFERSON PARISH EASTBANK SEWERAGE DEPARTMENT
https://www.centralauctionhouse.com/rfp42360179-5000147825-purchase-of-rotating-pump-for-jefferson-parish-eastbank-sewerage-department.html
28-Apr-2025 4:00:00 PM CDT |
02-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147564 PURCHASE OF EQUIPMENT FOR JEFFERSON PARISH SCADA DEPARTMENT
|
5000147564 PURCHASE OF EQUIPMENT FOR JEFFERSON PARISH SCADA DEPARTMENT
https://www.centralauctionhouse.com/rfp29491376-5000147564-purchase-of-equipment-for-jefferson-parish-scada-department.html
28-Apr-2025 4:00:00 PM CDT |
02-May-2025 11:00:00 AM CDT |
Lafayette Parish School System |
Bid# 25-2126 Bread Products
|
Advertisement for Bids<br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School<br />System by the Purchasing Department located at 202 Rue Iberville, Lafayette, LA 70508<br />for the following as delineated on the Proposal Form:<br />Bids will be marked as follows:<br /><br />Bread Products:<br />Bid #25-2126<br />Opening: Thursday, May 8, 2025 @ 10:00 AM CST<br />Bid #25-2126 consists of the following: Bread products to be used in the preparation of<br />student meals served in the 2025-2026 school year.<br />Bids will be publicly opened and read aloud at the above stated time and date in the<br />Personnel Conference Room of the Lafayette Parish School System Office Building.<br />Complete bidding documents may be obtained from the Purchasing Department of the<br />Lafayette Parish School System located at 202 Rue Iberville, Lafayette, LA. Bid information<br />may also be viewed online at https://www.lpssonline.com/site638.php, and electronic bids<br />may be submitted online at http://www.centralauctionhouse.com. Specifications will be<br />available April 23, 2025.<br />The successful bidder shall supply all required insurance with carrier(s) acceptable to the<br />Lafayette Parish School System.<br />The owner reserves the right to reject any and all bids for just cause. In accordance with<br />LA. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this section, those stated in<br />the Advertisement for Bids, and those required on the bid form shall not be waived by any<br />public entity.<br />The Lafayette Parish School System strongly encourages the participation of minority<br />business enterprises in all contracts or procurements let by the Board for goods and<br />services. To that end, all contractors and suppliers are encouraged to utilize minority<br />business enterprises in the purchase or sub-contracting of materials, supplies, and services<br />in which minority owned businesses are available.<br />LAFAYETTE PARISH SCHOOL SYSTEM<br />Venus Soileau<br />District Resourcing Supervisor<br /><br />PUBLISH DATES:<br />April 23, 2025<br />April 30, 2025<br /><br />Please provide an Affidavit of Publication
https://www.centralauctionhouse.com/rfp63672002-bid-25-2126-bread-products.html
28-Apr-2025 12:00:00 PM CDT |
08-May-2025 10:00:00 AM CDT |
Iberville Parish School Board |
Sports Medical Supplies
|
Per bid specifications
https://www.centralauctionhouse.com/rfp29087732-sports-medical-supplies.html
28-Apr-2025 12:00:00 AM CDT |
05-May-2025 11:00:00 AM CDT |
Iberville Parish School Board |
Official Journal
|
Per bid specifications
https://www.centralauctionhouse.com/rfp83605127-official-journal.html
28-Apr-2025 12:00:00 AM CDT |
05-May-2025 10:00:00 AM CDT |
Bogalusa City Schools |
2025-2026 INVITATION FOR BID
|
Bogalusa Daily News <br /><br />Attn: Bogalusa Public Notice <br />
[email protected]<br /> <br />LEGAL <br />PUBLIC NOTICE <br />Sealed bids for the SY 2025-2026, August 1st, 2025-July 31, 2026 will be received by the Bogalusa City School Board/ Child Nutrition Program (CNP) at 1705 Sullivan Drive, Bogalusa, LA 70427 for 1) Frozen, 2) Processed, 3) Kitchen/Paper Supplies, 4) Milk, until 1:00 P.M. May 21, 2025 at which time and place bids will be publicly opened and read aloud for those in attendance. Complete bidding documents may be obtained from Kristy McNabb, Supervisor, CNP at the address mentioned below from April 28, 2025, to May 21, 2025. Bids can be downloaded from Central Auction House.com. Bids are also on the Bogalusa City School website, www.bogschools.org located in the Child Nutrition Program section. <br /><br />The Bogalusa City Schools CNP is funded 92% with Federal funds.<br /> <br />The Bogalusa City School Board reserves the right to accept or reject any bid and to waive all formalities. <br /><br />Kristy McNabb <br />Supervisor, Child Wellness and Nutrition Program<br /> <br />1705 Sullivan Drive <br />Bogalusa, LA. 70427 <br />Office 985-281-2124 <br />
[email protected] <br />Monday April 28, 2025 <br />Wednesday May 21, 2025<br /><br /> <br />Please sign to confirm receipt of this notice and schedule for Publication on the above listed dates. <br />Signature of Authorized Personnel: <br />Thank you for your cooperation in this matter. <br />Kristy McNabb <br />Supervisor, Child Wellness and Nutrition Program <br />1705 Sullivan Drive <br />Bogalusa, LA, 70427 <br />Office 985-281-2124 <br />Kristy
[email protected]<br />
https://www.centralauctionhouse.com/rfp57463267-2025-2026-invitation-for-bid.html
28-Apr-2025 12:00:00 AM CDT |
21-May-2025 12:00:00 AM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida: Sacred Heart Catholic Church - Church/Office Repairs and Life Center Re-Roofing
|
INVITATION TO BID<br /><br />Sealed bids will be received by the Diocese of Houma Thibodaux on behalf of Sacred Heart Catholic Church until 2:30 PM on Thursday, May 22, 2025, at its office located at 2779 Louisiana Highway 311, Schriever, Louisiana, 70395 at which time bids will be publicly opened and read-aloud for Hurricane Ida: Sacred Heart Catholic Church – Church/Office Repairs and Life Center Re-Roofing.<br /><br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number.<br /><br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. Sealed Bid Enclosed<br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />No project Contract Documents will be provided by the Architect or Owner. Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /><br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br /><br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Owner.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One Hundred Eighty (180) Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office, if required, for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /><br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br /><br />A NON-MANDATORY Pre-Bid Conference will be held on Tuesday, May 6, 2025 at 10:00 AM, at Sacred Heart Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of the Congregation of Sacred Heart Catholic Church: 15300 West Main Cut Off, LA 70345.<br /> <br />Reverend Joey Lirette, Pastor<br />William “Bill” Barbera,<br />Chief Operating and Financial Officer
https://www.centralauctionhouse.com/rfp87720359-hurricane-ida-sacred-heart-catholic-church--churchoffice-repairs-and-life-center-re-roofing.html
25-Apr-2025 5:00:00 PM CDT |
22-May-2025 2:30:00 PM CDT |
Jefferson Parish Government |
50-00147704 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
|
PURCHASE OF SUPPLIES FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
https://www.centralauctionhouse.com/rfp21573785-50-00147704-purchase-of-supplies-for-jefferson-parish-engineering-department-.html
25-Apr-2025 3:00:00 PM CDT |
01-May-2025 11:00:00 AM CDT |
Jefferson Parish Government |
50-00147703 PURCHASE OF AN MUELLER FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
|
PURCHASE OF AN MUELLER FOR JEFFERSON PARISH ENGINEERING DEPARTMENT
https://www.centralauctionhouse.com/rfp72884603-50-00147703-purchase-of-an-mueller-for-jefferson-parish-engineering-department.html
25-Apr-2025 2:00:00 PM CDT |
01-May-2025 11:00:00 AM CDT |
Port of New Orleans |
Invitation to Bid: Nashville Avenue Wharf "C" Comfort Station
|
<div style="text-align: center;"><b>INVITATION TO BID<br /> <br />NASHVILLE AVENUE WHARF “C”<br />COMFORT STATION</b></div> <div style="text-align: justify;">Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) will receive bids electronically at Central Bidding<b>, www.centralbidding.com</b>, on or before <b>Thursday, May 22, 2025 until 11:00 A.M., </b>local time, for Work Order No. 1-1093, NASHVILLE AVENUE Wharf “C” – COMFORT STATION.<br /> <br />The work consists of furnishing all labor, material and equipment for layout and construction of a new metal building comfort station, including the installation of a new concrete slab and sidewalk; construction of a new metal building; installation of all building plumbing, mechanical, and electrical components; installation of new restroom partitions; installation of a new metal roof, gutters, and trim as per the drawings and specifications provided in the Bidding Documents, together with all required miscellaneous and incidental work.. The site is located on the Nashville Terminal in New Orleans, Louisiana. (Estimated Cost: To be provided at Bid Opening).<br /> <br />All Bids must be in accordance with the Bidding Documents on file with the Port of New Orleans.<br /> <br />In accordance with LSA R.S. 38:2212 (E)(7), complete Bidding Documents are available for download via Central Bidding at www.centralbidding.com. Bidding Documents may also be obtained from the SEBconnect App, available in both the Apple and Google play platforms.<br /> <br />If request for contract documents is made through U.S. mail or other delivery services, bidder must furnish a street mailing address and will be held responsible for service fees.<br /> <br />A <b>pre-bid conference</b> will be held on <b>Tuesday, May 6, 2025 at 9:00 a.m</b>. local time at the Port Administration building (1350 Port of New Orleans Place, New Orleans LA 70130). Bidders are urged to attend.<br /> <br />Federal regulations require that persons seeking entry to secure areas of United States ports must present a valid Transportation Workers Identification Credential (TWIC) card and must maintain possession of the TWIC at all times in secure port areas.<br /> <br />Persons seeking entry to the below listed facilities of the Port of New Orleans must possess a TWIC in order to attend pre-bid meetings on port property. Restricted areas include port property between Felicity Street and Henry Clay Avenue, Alabo Street Wharf, Jourdan Road Wharf, the Julia Street and Erato Street Cruise Terminals, and during cargo activities at Poland Avenue Wharf and Governor Nicholls Street Wharf. Prospective bidders must provide their own Harbor Police Department (HPD) approved TWIC escorts for those in their party who do not have a TWIC. Note that only contractors with open Board contracts are eligible to be on the approved escort list. The port will not provide nor arrange for escorts. See Section 1000 – General Requirements.<br /> <br />Once an employer is under contract with the Board, TWIC card holders and their Sponsoring Employer must submit an application to Harbor Police and the TWIC card holder must attend a training session in order to be certified as an Approved TWIC Escort for anyone entering the secured area without a TWIC. <br /> <br /> <br />Proposal forms will be issued only to those contractors complying with state licensing laws for contractors, La. R.S. 37:2163. On any bid submitted in the amount of $50,000 or more, the contractor must hold at the time this bid is opened a valid license issued by the Louisiana Licensing Board for Contractors. This project is classified as Building Construction or Heavy Construction. Objection to the required classification should be filed in accordance with La. R.S. 37:2163 as stated by the Louisiana State Licensing Board for Contractors.<br /> <br />A deposit of five percent (5%) of the cost of the contract price of work to be done for the Base Bid plus all additive Alternate Bid prices, by certified check, cashier's check or bid bond is required, and the bidder to whom the contract is awarded shall also be required to furnish a performance bond in the total amount of the bid. The bid bond must be furnished in accordance with the requirements of La. R.S. 38:2218, and the performance bond in accordance with the provisions of La. R.S. 38:2219.<br /> <br />The award of contract, if awarded, will be made within 45 calendar days after bid opening to the lowest qualified bidder whose bid complies with all requirements prescribed. However, when the contract is to be financed by bonds which are required to be sold after receipt of bids, or when the contract is to be financed in whole or in part by federal, state or other funds not available at the time bids are received, or when the contract requires a poll of the Louisiana Legislature before contract funds are available, the time will not start until receipt of federal or state concurrence or concurrence of the other funding source in accordance with LA. R.S. 38:2215(D). Award will be within 45 calendar days after the sale of bonds or receipt of concurrence in award from the federal or state agency or other funding source. Funds for this contract:<br /> <br />____ will not be immediately available, the 45-day period for contract<br />award will not begin at the time of bid opening, and the<br />deadlines under La. R.S. 38:2215 for contract execution and<br />issuance of notice to proceed shall not apply.<br />__X__ will be immediately available and the 45-day period for contract<br />award will begin at the time of bid opening.<br /> <br />Work in the amount of at least 60 percent (60%) of total amount of contract as awarded shall be performed by contractor at the construction site or within his own shop, plant, or yard with his own employees.<br /> <br />The Board as an equal opportunity public entity invites and encourages DBE’s and SBE’s to submit bids on its projects. In order to comply with the Constitution of the State of Louisiana, such certification programs must be race and gender neutral. <br /> <br />All questions, correspondence, inquiries, and other communications regarding this procurement shall be directed to Board of Commissioners of the Port of New Orleans, Procurement Department, 1350 Port of New Orleans Place, New Orleans, LA 70130 or
[email protected]. All questions will be answered via additional information or addenda and will be posted on Central Bidding website at: www.centralbidding.com. <b> Questions must be submitted at least seven (7) days prior to bid opening</b>. <br /> <br />These individuals are not authorized to and shall not render legal opinions or advice. No information will be given regarding the proper evidence of corporate authority as required in this bid. Each bidder is advised to consult his own counsel for such information.<br /> <br />Please be advised that these individuals are not the legal representatives of the Board.</div>
https://www.centralauctionhouse.com/rfp1243379-invitation-to-bid-nashville-avenue-wharf-c-comfort-station-.html
25-Apr-2025 12:30:00 PM CDT |
22-May-2025 11:00:00 AM CDT |
City of Abbeville |
F.Y. 2023 LCDBG Clearance Program - Phase II - Demolition of Blighted Structures for the City of Abbeville
|
<div><div style="text-align: center;">ADVERTISEMENT FOR BIDS</div><br />Notice is hereby given that sealed bids will be received by the Mayor and Council of the City of Abbeville, Vermilion Parish, Louisiana, on-line with http://www.centralbidding.com and at 101 North State Street, in the Council Meeting Room, Abbeville, LA, <b>until 11:00 a.m., Tuesday, May 20, 2025</b>, for:<br /> <div style="text-align: center;"><b>F.Y. 2023 LCDBG CLEARANCE PROGRAM</b><br /><b>PHASE II - DEMOLITION OF BLIGHTED STRUCTURES</b><br /><b>FOR THE</b><br /><b>CITY OF ABBEVILLE</b></div> <br />and the bids will be opened and read aloud at that time (LA R.S. '38:2214). Bids received after the specified time will not be considered.<br /> <br /><b>The Work Shall Consist of the Demolition of Residential Structures and Any Outbuildings or Other Appurtenances; Removal and Proper Disposal of All Materials; Clearing, Leveling, Seeding and Fertilizing of the Site, and Associated Environmental Reporting and Miscellaneous Work.</b><br /> <br />No Pre?Bid Conference will be held for this project (R.S. '38:2212.I).<br /> <br />For the demolition of residential structures, only the bids of Prime Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $7,500.00. Should the bid exceed $7,500.00, contractors desiring to bid shall hold license of proper classification under the following:<ol> <li>Residential Construction;</li> <li>Building Construction;</li> <li>Rigging, House Moving, Wrecking, and Dismantling; or</li> <li>Home Improvement - Up to the statutory limits of the registration ($75,000),</li></ol>in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />For the demolition of commercial structures, only the bids of Prime Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall hold license of proper classification under the following:<ol> <li>Building Construction;</li> <li>Rigging, House Moving, Wrecking, and Dismantling,</li></ol>in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />The Prime Contractor or Sub?Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes shall hold license of proper classification under AHazardous Materials (Asbestos Removal and Abatement) for those structures determined to have such materials.<br /> <br />This project is receiving construction grant assistance from the Louisiana Division of Administration, LCDBG Program. Prospective bidders are advised that technical assistance with forms is available from the Office of Community Development, telephone number 225.342.7412, Louisiana Division of Administration, Claiborne Building, Baton Rouge, Louisiana.<br />The Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3 Employment Opportunities, Build America Buy America (BABA), Segregated Facilities, Executive Order 11246, Public Law 17758, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.</div> <div>All contractors and subcontractors will be required to comply with the Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act pertaining to the minimum wage rates, the Anti-Kickback Act, the Contract Work Hours Standards Act, the Local Public Works Payroll Evaluation Program, and new Section 3 requirements.<br /> <br />The Prime Contractor and all Sub?Contractors must have an active UEI number and an active SAM Cage Code number prior to beginning of construction and throughout the term of the contract.<br /> <br />All contractors and subcontractors will be required to certify that they do not and will not maintain or provide for their employees any facilities that are segregated on a basis of race, color, creed, or national origin. Minority, female-owned, and Section 3 firms are encouraged to submit bids.<br /> <br />Contractors may obtain an electronic or paper set of ABidding Documents@ from the Design Engineer listed below at the following location and during the specified hours:<br /> <br />1. Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095<br />Telephone: 337.232.0777 / Fax: 337.232.0851<br />Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m. / Friday: 8:00 a.m. to 12:00 Noon<br /> <br />2. The City of Abbeville=s on-line bid submittal service.<br /> <br />Contractors, sub-contractors, and suppliers may also view and download the plans, specifications, and any published addenda at https://www.centralbidding.com. For assistance on how to register online or if encountering problems with the web site, contact 225.810.4814 or 866.570.9620. Properly licensed contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include the Bid Form, Bid Security with Power of Attorney Certification, and Certificate of Resolution/Authority. Regardless of the bid results, the Contractor will have 48-hours from opening of bids to provide the Owner the original documents. If a certified check or cashier=s check is submitted as the bid security, electronic copies of both the front and back fo the check shall be included with the electronic bid. If a Contractor fails to provide the original hard copies of these documents within 48-hours of the bid opening, bid shall be considered non-responsive.<br /> <br />3. A <b>$115.00 Deposit</b> on the first set of physical documents furnished to all Prime Bidders, who request bidding documents and who are properly licensed by the Louisiana State Licensing Board for Contractors, shall be fully refunded upon return of the documents no later than 10?days after receipt of bids. On other sets of documents furnished to Bidders, $5.00 shall be refunded upon return of the documents no later than 10?days after receipt of bids (LA R.S. '38:2212). Bidders may also obtain an electronic copy of the bid documents from the Design Engineer.<br /> <br />4. As an option to printed plans and specifications, parties may request and acquire an electronic (pdf format) set of plans, specifications, and bidding documents from the office of the Engineer at no cost. Plan holders are responsible for their own reproduction costs. Plans-Out shall be directed to:
[email protected] and questions concerning the project shall be directed to:
[email protected].<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated, and subject to the Owner=s approval:</div><br clear="all" />1. <b>Bid Bond:</b> A ABid Guarantee@ equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier=s check, money order, or other negotiable instrument shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br />2. <b>Performance Bond:</b> A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor=s faithful performance of the contract.<br />3. <b>Payment Bond:</b> A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes. No bidder may withdraw his/her bid within forty?five (45) days after the actual date of the opening thereof. The Bidding Documents shall be available until 24?hours before the bid opening date (R.S. '38:2212.G.(2)). This provision shall not be subject to waiver (LA R.S. '38:2215). The provisions and requirements of this section and those stated in the bidding documents shall not be waived by any entity (LA R.S. '38:2212).<br /> <br />By order of the Alderman of the City of Abbeville, Louisiana<br /> <table border="0" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:66px;"> <br /> ATTEST:</td> <td style="width:192px;"> <br /> s/Roslyn White</td> <td rowspan="2" style="width:24px;"> <br /> </td> <td style="width:210px;"> <br /> s/Kathleen Faulk</td> </tr> <tr> <td style="width:66px;"> <br /> </td> <td style="width:192px;"> <br /> Mayor</td> <td style="width:210px;"> <br /> Clity Clerk</td> </tr> </tbody></table> <br />Publication Dates (LA R.S. '38:2212): Wednesday: April 23, 2025, April 30, 2025, and May 7, 2025<br />Official Journal (LA R.S. '43:140): The Abbeville Meridional
https://www.centralauctionhouse.com/rfp23252313-fy-2023-lcdbg-clearance-program--phase-ii--demolition-of-blighted-structures-for-the-city-of-abbeville.html
25-Apr-2025 8:00:00 AM CDT |
20-May-2025 11:00:00 AM CDT |
City of Abbeville |
F.Y. 2023 LCDBG Clearance Program - Phase I - Demolition of Blighted Structures for the City of Abbeville
|
<div><div style="text-align: center;"> ADVERTISEMENT FOR BIDS </div><br /><br />Notice is hereby given that sealed bids will be received by the Mayor and Council of the City of Abbeville, Vermilion Parish, Louisiana, on-line with http://www.centralbidding.com and at 101 North State Street, in the Council Meeting Room, Abbeville, LA, <b>until 11:00 a.m., Monday, May 19, 2025</b>, for:<br /> <div style="text-align: center;"> <b>F.Y. 2023 LCDBG CLEARANCE PROGRAM</b></div><div style="text-align: center;"> <b>PHASE I - DEMOLITION OF BLIGHTED STRUCTURES</b><br /><b> FOR THE</b><br /> <b>CITY OF ABBEVILLE</b></div> <br />and the bids will be opened and read aloud at that time (LA R.S. '38:2214). Bids received after the specified time will not be considered.<br /> <br /><b>The Work Shall Consist of the Demolition of Residential Structures and Any Outbuildings or Other Appurtenances; Removal and Proper Disposal of All Materials; Clearing, Leveling, Seeding and Fertilizing of the Site, and Associated Environmental Reporting and Miscellaneous Work.</b><br /> <br />No Pre?Bid Conference will be held for this project (R.S. '38:2212.I).<br /> <br />For the demolition of residential structures, only the bids of Prime Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $7,500.00. Should the bid exceed $7,500.00, contractors desiring to bid shall hold license of proper classification under the following:<ol> <li>Residential Construction;</li> <li>Building Construction;</li> <li>Rigging, House Moving, Wrecking, and Dismantling; or</li> <li>Home Improvement - Up to the statutory limits of the registration ($75,000),</li></ol>in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />For the demolition of commercial structures, only the bids of Prime Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall hold license of proper classification under the following:<ol> <li>Building Construction;</li> <li>Rigging, House Moving, Wrecking, and Dismantling,</li></ol>in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />The Prime Contractor or Sub?Contractors licensed under Louisiana Contractor=s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes shall hold license of proper classification under AHazardous Materials (Asbestos Removal and Abatement) for those structures determined to have such materials.<br /> <br />This project is receiving construction grant assistance from the Louisiana Division of Administration, LCDBG Program. Prospective bidders are advised that technical assistance with forms is available from the Office of Community Development, telephone number 225.342.7412, Louisiana Division of Administration, Claiborne Building, Baton Rouge, Louisiana.<br />The Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3 Employment Opportunities, Build America Buy America (BABA), Segregated Facilities, Executive Order 11246, Public Law 17758, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.</div> <div>All contractors and subcontractors will be required to comply with the Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act pertaining to the minimum wage rates, the Anti-Kickback Act, the Contract Work Hours Standards Act, the Local Public Works Payroll Evaluation Program, and new Section 3 requirements.<br /> <br />The Prime Contractor and all Sub?Contractors must have an active UEI number and an active SAM Cage Code number prior to beginning of construction and throughout the term of the contract.<br /> <br />All contractors and subcontractors will be required to certify that they do not and will not maintain or provide for their employees any facilities that are segregated on a basis of race, color, creed, or national origin. Minority, female-owned, and Section 3 firms are encouraged to submit bids.<br /> <br />Contractors may obtain an electronic or paper set of ABidding Documents@ from the Design Engineer listed below at the following location and during the specified hours:<br /> <br />1. Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095<br />Telephone: 337.232.0777 / Fax: 337.232.0851<br />Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m. / Friday: 8:00 a.m. to 12:00 Noon<br /> <br />2. The City of Abbeville=s on-line bid submittal service.<br /> <br />Contractors, sub-contractors, and suppliers may also view and download the plans, specifications, and any published addenda at https://www.centralbidding.com. For assistance on how to register online or if encountering problems with the web site, contact 225.810.4814 or 866.570.9620. Properly licensed contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include the Bid Form, Bid Security with Power of Attorney Certification, and Certificate of Resolution/Authority. Regardless of the bid results, the Contractor will have 48-hours from opening of bids to provide the Owner the original documents. If a certified check or cashier=s check is submitted as the bid security, electronic copies of both the front and back fo the check shall be included with the electronic bid. If a Contractor fails to provide the original hard copies of these documents within 48-hours of the bid opening, bid shall be considered non-responsive.<br /> <br />3. A <b>$115.00 Deposit</b> on the first set of physical documents furnished to all Prime Bidders, who request bidding documents and who are properly licensed by the Louisiana State Licensing Board for Contractors, shall be fully refunded upon return of the documents no later than 10?days after receipt of bids. On other sets of documents furnished to Bidders, $5.00 shall be refunded upon return of the documents no later than 10?days after receipt of bids (LA R.S. '38:2212). Bidders may also obtain an electronic copy of the bid documents from the Design Engineer.<br /> <br />4. As an option to printed plans and specifications, parties may request and acquire an electronic (pdf format) set of plans, specifications, and bidding documents from the office of the Engineer at no cost. Plan holders are responsible for their own reproduction costs. Plans-Out shall be directed to:
[email protected] and questions concerning the project shall be directed to:
[email protected].<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated, and subject to the Owner=s approval:</div><br clear="all" />1. <b>Bid Bond:</b> A ABid Guarantee@ equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier=s check, money order, or other negotiable instrument shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br />2. <b>Performance Bond:</b> A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor=s faithful performance of the contract.<br />3. <b>Payment Bond:</b> A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes. No bidder may withdraw his/her bid within forty?five (45) days after the actual date of the opening thereof. The Bidding Documents shall be available until 24?hours before the bid opening date (R.S. '38:2212.G.(2)). This provision shall not be subject to waiver (LA R.S. '38:2215). The provisions and requirements of this section and those stated in the bidding documents shall not be waived by any entity (LA R.S. '38:2212).<br /> <br />By order of the Alderman of the City of Abbeville, Louisiana<br /> <table border="0" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:66px;"> <br /> ATTEST:</td> <td style="width:192px;"> <br /> s/Roslyn White</td> <td rowspan="2" style="width:24px;"> <br /> </td> <td style="width:210px;"> <br /> s/Kathleen Faulk</td> </tr> <tr> <td style="width:66px;"> <br /> </td> <td style="width:192px;"> <br /> Mayor</td> <td style="width:210px;"> <br /> Clity Clerk</td> </tr> </tbody></table> <br />Publication Dates (LA R.S. '38:2212): Wednesday: April 23, 2025, April 30, 2025, and May 7, 2025<br />Official Journal (LA R.S. '43:140): The Abbeville Meridional
https://www.centralauctionhouse.com/rfp6808461-fy-2023-lcdbg-clearance-program--phase-i--demolition-of-blighted-structures-for-the-city-of-abbeville.html
25-Apr-2025 8:00:00 AM CDT |
19-May-2025 11:00:00 AM CDT |
Second Harvest Food Bank of Greater New Orleans & Acadiana |
ASSORTED FOOD AND BEVERAGE ITEMS
|
Second Harvest Food Bank of Greater New Orleans and Acadiana<br />Invitation to Bid no. 25-003<br />Assorted Food and Beverage Items<br /> <br />Second Harvest Food Bank of Greater New Orleans and Acadiana (SHFB) is soliciting bids for the provision of assorted food items for Second Harvest Food Bank’s Child and Adult Feeding Programs for the period May 9, 2025 through July 31, 2025.<br /> <br />Sealed bids relative to the above will be received electronically at Central Bidding (www.centralbidding.com) until 2:00 P.M. on Friday, May 9, 2025 when they will be opened and publicly read.<br /> <br />Specifications and bid documents may be obtained upon request from the SHFB in writing, by email
[email protected], by calling (504) 729-2827, or by visiting the following website www.centralbidding.com.<br /> <br />Second Harvest Food Bank of Greater New Orleans and Acadiana<br />By: Mr. Leslie J. Rey, Procurement Manager<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />Insertion dates: (1) April 25, 2025<br />(2) May 2, 2025
https://www.centralauctionhouse.com/rfp66575594-assorted-food-and-beverage-items.html
25-Apr-2025 8:00:00 AM CDT |
09-May-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
2024 or Newer Street Sweeper
|
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 2:00 pm Central Time on the 13th day of May, 2025 for the following:<br /> <br /> 2024 OR NEWER STREET SWEEPER<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Thomas Metrejean at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account. <br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />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: 4-25-25, 4-27-25<br />DPR # 993174<br /> <br />
https://www.centralauctionhouse.com/rfp26285540-2024-or-newer-street-sweeper.html
25-Apr-2025 8:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PRIDE FIRE DISTRICT - INDIAN MOUND STATION GREENWELL SPRINGS ROAD AND LIBERTY ROAD, CENTRAL, LA 70739 CITY PARISH PROJECT NO. 21-ASC-CP-1580
|
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: April 25th, May 2nd and May 9th, 2025 NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge (City-Parish) will receive electronic or paper bids for the construction of the following project: PRIDE FIRE DISTRICT - INDIAN MOUND STATION GREENWELL SPRINGS ROAD AND LIBERTY ROAD, CENTRAL, LA 70739 CITY PARISH PROJECT NO. 21-ASC-CP-1580 PROJECT DESCRIPTION: Installation of new four-bay fire station and EMS station, including training rooms, offices and living quarters and corresponding site improvements. Bid Package with Plans and Specifications may be obtained online at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Alternately, paper copies may be obtained through most reprographic vendors for their printing cost. All Bids shall be made on the Bid Package Forms. Statutory Forms (Bid Package Part 1-A) shall be submitted to the Purchasing Division prior to Bid Opening: Certification Regarding Debarment, Suspension and Other Responsibility Matters Attestation of No Past Criminal Convictions Legal Citizen Affidavit Non-Collusion & Non-Solicitation Affidavit Bid Forms (Bid Package Part 1)submitted shall be accompanied by a Certified Check or Cashier's Check payable to the Parish of East Baton Rouge, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Building Construction, and must show their license number on the face of the bid envelope. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, La RS 37:2150-2163 for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. Bids will be received ONLY electronically through www.centralbidding.com until the BID OPENING 2:00 PM Local Time, Thursday, May 22, 2025 with no exceptions. In no event shall paper solicitation forms will be received by Purchasing. At Bid Opening in Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802, electronic Bids and Bid Bonds will be downloaded, then all electronic Bids will be publicly read aloud immediately after the 2:00 PM bid closing. Bidders and/or their authorized representatives are invited. Bid results can also be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp Bid Openings can be observed via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 The contract shall be awarded to the lowest responsible and responsive bidder. In accordance with Louisiana Revised Statute (La RS) 38:2214 B, the City-Parish reserves the right to reject any and all bids exceeding the preconstruction cost estimate, or for just cause. In accordance with La RS 38:2212 B (1), the provisions and requirements stated in the Bid Package and this advertisement shall not be waived by any entity. Bids shall be firm for a period of 45 days from the date of the Bid Opening, except as allowed per La RS 38:2214 C. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 7% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. A mandatory pre-bid conference will be held at 11:00 AM on Tuesday, May 6th, at Meeting Room 1, Central Branch Library, 11260 Joor Rd., Central, LA 70818. Only those prime bidders who participated in the pre-bid are eligible to receive an award on this project. For additional information regarding the construction documents, please contact Bid related: Purchasing Division (225) 389-3259; General Documents related: Rob Gray, AIA, LEED BD+C, (225) 389-4694 or
[email protected] and Construction Documents related: Alison Melancon, AIA, (225) 767- 1717 or
[email protected].
https://www.centralauctionhouse.com/rfp8660126-pride-fire-district--indian-mound-station-greenwell-springs-road-and-liberty-road-central-la-70739-city-parish-project-no-21-asc-cp-1580-.html
25-Apr-2025 8:00:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
City of Alexandria |
BID #2526 - 30 PASSENGER TROLLEY
|
It is the intent of the City of Alexandria to secure pricing for a minimum of one (1) 30 Passenger Trolley, for use by the City of Alexandria.
https://www.centralauctionhouse.com/rfp31569043-bid-2526--30-passenger-trolley.html
25-Apr-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
City of Alexandria |
Bid 2525 Sulfur Dioxide, Technical Grade, One (1) Ton Cylinders for WasteWater
|
https://www.centralauctionhouse.com/rfp18064931-bid-2525-sulfur-dioxide-technical-grade-one-1-ton-cylinders-for-wastewater.html
25-Apr-2025 12:00:00 AM CDT |
03-Jun-2025 10:00:00 AM CDT |
Town of Berwick |
Sewer Rehabilitation on Fourth, Sixth, Texas, Francis, Utah Streets
|
Sewer Rehabilitation on Fourth, Sixth, Texas, Francis and Utah Streets.<br />
https://www.centralauctionhouse.com/rfp36057021-sewer-rehabilitation-on-fourth-sixth-texas-francis-utah-streets.html
25-Apr-2025 12:00:00 AM CDT |
28-May-2025 10:00:00 AM CDT |
Beauregard Parish Police Jury |
Rolled and Welded Steel Pipe
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Rolled and Welded Steel Pipe<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />INVITATION TO BID<br /> <br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Friday, May 9, 2025, at 10:00 a.m. <br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder, Louisiana. Bids will be accepted by 9:30 a.m. on Friday, May 9, 2025. <br />For the following item(s):Rolled and Welded Steel Pipe<br /> <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />All bids MUST be sealed and marked on the outside of the envelope:BID FOR “Rolled & Welded Steel Pipe”<br /> <br />/s/ Tina Simmons<br />Purchasing<br /> <br />PUBLISH: Beauregard Daily News<br /> <br />DATES: April 25, 2025, and May 2, 2025
https://www.centralauctionhouse.com/rfp31941501-rolled-and-welded-steel-pipe-.html
25-Apr-2025 12:00:00 AM CDT |
09-May-2025 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Tank Car Culverts and Halk Tank Car Culverts
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Tank Car and Half Tank Car Culverts<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br /> <br />INVITATION TO BID<br /> <br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Friday, May 9, 2025, at 10:00 a.m. <br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder, Louisiana. Bids will be accepted by 9:30 a.m. on Friday, May 9, 2025. <br />For the following item(s):Tank Car Culverts and Halk Tank Car Culverts<br /> <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />All bids MUST be sealed and marked on the outside of the envelope:BID FOR “Tank Car Culverts and Halk Tank Car Culverts”<br /> <br />/s/ Tina Simmons<br />Purchasing<br /> <br />PUBLISH: Beauregard Daily News<br /> <br />DATES: April 25, 2025, and May 2, 2025
https://www.centralauctionhouse.com/rfp54104106-tank-car-culverts-and-halk-tank-car-culverts-.html
25-Apr-2025 12:00:00 AM CDT |
09-May-2025 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Corrugated Metal Culverts
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Corrugated Metal Culverts<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />INVITATION TO BID<br /> <br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Friday, May 9, 2025, at 10:00 a.m. <br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder, Louisiana. Bids will be accepted by 9:30 a.m. on Friday, May 9, 2025. <br />For the following item(s):Corrugated Metal Culverts<br /> <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />All bids MUST be sealed and marked on the outside of the envelope:BID FOR “Corrugated Metal Culverts”<br /> <br />/s/ Tina Simmons<br />Purchasing<br /> <br />PUBLISH: Beauregard Daily News<br /> <br />DATES: April 25, 2025, and May 2, 2025<br />
https://www.centralauctionhouse.com/rfp980254-corrugated-metal-culverts.html
25-Apr-2025 12:00:00 AM CDT |
09-May-2025 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Cold Mix
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br />Cold Mix<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />INVITATION TO BID<br /> <br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Friday, May 9, 2025, at 10:00 a.m. <br /> <br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder, Louisiana. Bids will be accepted through 9:30 a.m. on Friday, May 9, 2025. <br />For the following item(s):Cold Mix<br /> <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />All bids MUST be sealed and marked on the outside of the envelope:BID FOR “Cold Mix”<br /> <br />/s/ Tina Simmons<br />Purchasing<br /> <br />PUBLISH: Beauregard Daily News<br /> <br />DATES: April 25, 2025 and May 2, 2025
https://www.centralauctionhouse.com/rfp24328817-cold-mix-.html
25-Apr-2025 12:00:00 AM CDT |
09-May-2025 9:30:00 AM CDT |
Beauregard Parish Police Jury |
Emulsified Asphalts
|
<br />ADVERTISEMENT FOR BIDS<br />Emulsified Asphalts<br /> <br />INVITATION TO BID<br /> <br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Friday, May 9, 2025 at 10:00 a.m. <br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder, Louisiana. Bids will be accepted by 9:30 a.m. on Friday, May 9, 2025. <br />For the following item(s):Emulsified Asphalts<br /> <br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award. <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury. <br />All bids MUST be sealed and marked on the outside of the envelope:BID FOR “Emulsified Asphalts”<br /> <br />/s/ Tina Simmons<br />Purchasing<br /> <br />PUBLISH: Beauregard Daily News<br /> <br />DATES: April 25, and March 2, 2025
https://www.centralauctionhouse.com/rfp26677715-emulsified-asphalts.html
25-Apr-2025 12:00:00 AM CDT |
09-May-2025 9:30:00 AM CDT |
Greater Lafourche Port Commission |
Monitoring of Emergency Storm Debris Removal 2025
|
Request for Proposals for the Monitoring of Emergency Storm Debris Removal will be received by the Greater Lafourche Port Commission (“GLPC”) at its Administration Office located at 16829 East Main, Cut Off, LA 70345 until 2:00 PM local time, Tuesday, May 27, 2025, after which time proposals will be opened and read aloud. <br /> <br />The Project consists of monitoring the removal of vegetative, C&D and/or hazardous material debris - as the situation warrants - resulting from a catastrophic event and other related items.<br /> <br />Sealed proposals may be hand delivered or mailed to GLPC 16829 East Main Street, Cut Off, LA 70345. Electronic proposals may be submitted online at www.centralauctionhouse.com.<br /> <br />All proposals must be submitted on the Bid Form obtained by the GLPC.<br /> <br />Copies of the detailed proposal, forms and other documents, consisting of specifications and addenda may be examined online at https://www.centralauctionhouse.com, in person at the above referenced Administration Office, by calling (985) 632-6701, or by emailing
[email protected], or from our website at https://portfourchon.com/news-events/public-notices.<br /> <br />The Commission reserves the right to reject any or all proposals, in whole or in part, and to waive informalities.<br /> <br />Greater Lafourche Port Commission<br />Chett Chiasson<br />Executive Director
https://www.centralauctionhouse.com/rfp52330042-monitoring-of-emergency-storm-debris-removal-2025.html
24-Apr-2025 5:45:00 PM CDT |
27-May-2025 2:00:00 PM CDT |
Lafourche Parish Sheriff's Office |
LPSO Roofing Repairs - Law Enforcement Center (LEC) and Criminal Operations Center (COC)
|
OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids for the LPSO ROOFING REPAIRS – LAW ENFORCEMENT CENTER (LEC) & CRIMINAL OPERATIONS CENTER (COC), Project Number 24-268-T1, will be received by the LAFOURCHE PARISH SHERIFF’S OFFICE until 2:00 PM on TUESDAY, MAY 27, 2025, at which time bids will be read aloud at the Lafourche Parish Sheriff’s office, 200 Canal Blvd., Thibodaux, LA 70301.<br /> <br />All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following:<br /> <br /> 1. Name of Owner<br /> 2. Name of Project<br /> 3. Louisiana Contractor's name, address, and state license number<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />Each bid shall be accompanied by a bid security of not less than five (5%) percent of the total bid amount. Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s Check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish Sheriff’s Office.<br /> <br />The successful lowest responsible and responsive bidder shall be required to furnish the Owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. The Bidder agrees to commence work under this contract not later than the date indicated in the Owner’s written Notice to Proceed. All of the work required shall be completed within 150 calendar days from the Notice to Proceed. Should the Contractor neglect, refuse or fail to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the amount of calendar days indicated above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as indicated in Article 9 of the Instructions to Bidders for each and every day that such completion of the work is delayed beyond the prescribed date / calendar days, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to affect such payment in full. Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner in which the amount retained, deducted, or claimed as liquidated damages was computed. Designer will be paid for prolonged contract administration and observation of construction should the contract time, as may be extended, be exceeded due to no fault of the Designer and liquidated damages are recommended by the Designer. The amount of such payment shall be computed by dividing 20% of the basic total fee by the number of days construction time, as extended to the contractual completion date, and multiplying by the number of days of liquidated damages recommended by the Designer. The Designer’s prolonged contract administration shall be compensated by deducting from moneys which may become due and payable to the Contractor.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for ROOFING AND SHEET METAL or BUILDING CONSTRUCTION that is in full force and effect. Bidder shall certify that he meets all licensing requirements of Louisiana and is duly and currently licensed under LA. R.S. 37:2150-2164.<br /> <br />A MANDATORY Pre-bid Conference will be held on TUESDAY, MAY 13, 2025, at 10:00 AM starting at the Lafourche Parish Sheriff’s office located at 200 Canal Blvd., Thibodaux, LA 70301 with a site visit at the Law Enforcement Center (LEC) located at 1300 Lynn Avenue, Thibodaux, LA and ending at the Criminal Operations Center (COC) located at 805 Crescent Avenue, Lockport, LA. At the Mandatory Pre-Bid the design professional shall pass around a Sign-In Sheet prior to beginning the formal meeting. The sign-in sheet shall have an area to fill in the signature of the person representing a contractor, the company being represented, the Louisiana license number of the contractor, phone and fax number of the Contractor, and an email address of the Contractor. The Engineer/Architect prefers that all of the five above items be filled out at the mandatory pre-bid. (The information required may be emailed to our office before or 24 hrs. after the Mandatory Pre-Bid at
[email protected]. Emailing this information to our office shall not relieve the contractor of the requirement to be represented at the Mandatory Pre-Bid Conference.) The sign-in sheet shall be collected by the design professional prior to the completion of the meeting. Contractors shall not be allowed to sign the sign-in sheet after it is collected by the design professional. Contractors shall also be required to sign the sign-out sheet after the entire pre-bid conference is complete. (All Contractors shall sign the sign-in sheet and the sign-out sheet in order to bid this project.) Note: Bids shall be accepted only from contractors that attended the entire Mandatory Pre-bid Conference. All questions from bidders shall be submitted by email to
[email protected]. All questions sent by email shall have the project name in the subject area of the email. The last day to submit questions from the Mandatory Pre-bid Conference on this project is THURSDAY, May 15, 2025, at 5:00 PM. The response to questions shall be FRIDAY, MAY 16, 2025.<br /> <br />One of the funding sources for this project shall include FEMA Public Assistance funds and shall meet the FEMA Contract Terms and Conditions as included in the project specifications.<br /> <br />All drawings, specifications and other Contract Documents for the project are available on the internet at www.centralbidding.com. No project Contract Documents will be provided by the Engineer/Architect or Owner. Bids can be submitted electronically at www.centralbidding.com.<br /> <br />All drawings, specifications and other Contract Documents for the project are on file and open for review at the office of High Tide Consultants, LLC, 700 Canal Blvd., Thibodaux, Louisiana 70301.<br /> <br /> <br /> Lafourche Parish Sheriff’s Office<br /> Craig Webre, Sheriff<br /> <br /> <br />ADVERTISEMENT DATES:<br /> <br />FIRST ADVERTISEMENT - THURSDAY, APRIL 24, 2025<br />SECOND ADVERTISEMENT - THURSDAY, MAY 1, 2025<br />THIRD ADVERTISEMENT - THURSDAY, MAY 8, 2025
https://www.centralauctionhouse.com/rfp64889364-lpso-roofing-repairs--law-enforcement-center-lec-and-criminal-operations-center-coc.html
24-Apr-2025 12:00:00 PM CDT |
27-May-2025 2:00:00 PM CDT |
St. Charles Parish Government |
BID 1010- 2 Year Contract for Wastewater Collection Supplies
|
SEALED BIDS WILL BE RECEIVED BY ST. CHARLES PARISH UP TO:<br /><br />11:00a.m – Tuesday, May 13, 2025<br /><br />AT THE ST. CHARLES PARISH PROCUREMENT OFFICE, ROOM 3400, P. O. BOX 302, 15045 RIVER ROAD, PARISH COURTHOUSE, 3rd FLOOR PARISH PRESIDENT’S OFFICE, HAHNVILLE, LOUISIANA, 70057, EITHER BY MAIL, HAND DELIVERED OR ON-LINE AT: https://www.centralbidding.com PROMPLY THEREAFTER, THE BID(S) WILL BE PUBLICLY OPENED AND READ ALOUD ON THE 3rd FLOOR IN THE LARGE CONFERENCE ROOM OF THE ST. CHARLES PARISH COURTHOUSE. FOR: BID #(s):<br />Bid# 1010 – 2 Year Contract for Wastewater Collection Supplies<br />DETAILED SPECIFICATIONS MAY BE PICKED UP, MAILED, OR EMAILED BY CONTACTING SAMANTHA PEARCE AT THE PARISH COURTHOUSE (PHONE 985-783-5000) OR AN EMAIL REQUESTED TO
[email protected] BID RELATED<br />DOCUMENTS MAY BE VIEWED ON-LINE AT https://www.centralbidding.com.<br />ST. CHARLES PARISH RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, PURSUANT TO THE LAW.<br /><br />ST. CHARLES PARISH PROCUREMENT OFFICE BID ADVERTISED:<br />P. O. BOX 302 ST. CHARLES HERALD GUIDE<br />HAHNVILLE, LA 70057 April 24TH & May 1st, 2025<br />
https://www.centralauctionhouse.com/rfp89674446-bid-1010-2-year-contract-for-wastewater-collection-supplies.html
24-Apr-2025 11:00:00 AM CDT |
13-May-2025 11:00:00 AM CDT |
Ascension Parish Government |
BRIDGE MATERIAL AND ROUND TIMBER PILES BID
|
SEALED BID<br />BRIDGE MATERIAL AND ROUND TIMBER PILES<br />Sealed Bids will be received by the Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 until Tuesday, May 13, 2025 @ 10:00 AM local time for the following:<br /> Ascension Parish (Parish) is accepting Sealed Bids for Bridge Material and Round Timber Piles.<br />Bridge Material Specifications: All lumber and timbers will be grade #2 and Better Southern Pine in accordance with SPIB Grade Rules and treated in accordance with AWPA specifications U1 and T1.<br />Round Timber Piles Specifications: All pilings will meet specifications in accordance with ASTM-Class B Round Timber Piles specifications, and treated in accordance with AWPA specifications U1 and T1 for land and fresh water use.<br />Bid information shall be received in legible print by: Ascension Parish Government, Purchasing Department, 615 East Worthey Street, Gonzales, LA 70737 on or before 10:00 a.m. Central Standard Time on the specified date stated above. Electronic bid submittals are permitted via http://www.centralauctionhouse.com.<br />Unless submitting bid via online, bids must be enclosed in a sealed envelope bearing on the outside, the name of the Bidder, Bidder’s address, and the name of the material/project for which the bid is submitted. The bids will be publicly open and read aloud on the above stated date and time.<br />Specifications/Bid documents may be obtained at the Ascension Parish Government, Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. All addenda, corrections, and responses to this public notice shall be posted to http://www.centralauctionhouse.com.<br />The Parish shall not be responsible if the bidder cannot complete and submit a Bid due to failure or incomplete delivery of the files submitted via the internet.<br />The Parish reserves the right to disqualify any responses to Bids, or Request for Proposals if it is not authorized to do business in the State of Louisiana.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />TO BE BID BY PIECE FOR THE FOLLOWING SIZES:<br />Size<br />12’<br />14’<br />16’<br />18’<br />20’<br />22’<br />24’<br />26’<br />28’<br />30’<br />32’<br />2 x 10<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />3 x 10<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />3 x 8<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />3 x 12<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />4 x 12<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />6 x 6<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />6 x 8<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />8 x 8<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />12 x 12<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />2 x 10 x 12’ Full Center Match<br />6 x 12 x 16’ .80 CCA Poles<br />12 butt x 40’ .80 CCA Poles<br />12 butt x 45’ .80 CCA Poles<br />6 x 12 x 18’ #2 RGH.80 CCA<br /> <br /> <br /> <br />2 x 8 x 20’ #2 SYP RGH .80 <br />6 or 8 x 20’ .80 Piling Poles<br />2 x 6 x 20' #2 SYP RGH .80<br />6 or 8 x 25’ .80 Piling Poles<br />3 x 10 x 20’ #2 SYP RGP .80<br />6 or 8 x 40’ .80 Piling Poles<br />2 x 10 x 10’ #2 SYP RGP .80<br /> <br /> <br /> <br />LA. R.S. 38:2212.1 (C) (2)<br />Wherever in specifications the name of a certain brand, make, manufacturer, or definite specification is utilized, the specifications shall state clearly that they are used only to denote the quality standard of product desired and that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable.<br /> <br />The Contract will be awarded on an all or none type basis. The bidder with the most items at the lowest price will be awarded the contract.<br /> <br /> <br />The Parish reserves the right to reject any and all bids or proposals for just cause.<br /> <br /> <br /> <br />DONALDSONVILLE CHIEF - PLEASE PUBLISH 04/24/2025 05/01/2025<br />GONZALES WEEKLY - PLEASE PUBLISH 04/24/2025 05/01/2025<br /> <br />
https://www.centralauctionhouse.com/rfp99783401-bridge-material-and-round-timber-piles-bid.html
24-Apr-2025 10:00:00 AM CDT |
13-May-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
2024 or Newer Patcher Truck
|
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 13th day of May, 2025 for the following:<br /> <br /> 2024 OR NEWER PATCHER TRUCK<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Thomas Metrejean at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account. <br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />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: 4-24-25, 4-27-25<br />DPR # 993175<br /> <br />
https://www.centralauctionhouse.com/rfp83818186-2024-or-newer-patcher-truck.html
24-Apr-2025 8:00:00 AM CDT |
13-May-2025 3:00:00 PM CDT |
Cameron Parish School System |
Johnson Bayou High School Track Renovations
|
Advertisement for Bids<br /> <br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by Cameron Parish School Board for construction of:<br />Project Name: Johnson Bayou High School Track Renovations<br />Project Number: 2025-09-01<br /> <br />Bids will be received at the offices of the Cameron Parish School Board until 2:00 PM, local time on Thursday, May 22, 2025.<br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com).<br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Architect:<br />Brossett Architect, LLC<br />414 Pujo Street<br />Lake Charles, LA, 70601<br /> <br />Upon payment of a $ 0.00 deposit for each set of documents. The deposit or a portion of the deposit is returnable as provided by the Louisiana State Public Bid Laws.<br />The successful Bidder will be allowed 155 calendar days to complete the Project from the date established in a Notice to Proceed. Liquidated Damages will be assessed at $1,000.00 for each consecutive calendar day for which work is not substantially completed beyond the date set as the completion date in the Notice to Proceed.<br />Bid Documents may be reviewed at the office of the Architect, Brossett Architect, LLC, 414 Pujo Street, Lake Charles, LA, and PLAN ROOMS.<br />Bids must be accompanied by bid security equal to five percent (5%) of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br />A Pre-Bid Conference will be held at 2:30 PM on Tuesday, May 6, 2025 at 6304 Gulf Beach Hwy, Johnson Bayou, LA 70631. Attendance at this Pre-Bid Conference is NON-MANDATORY.<br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with La. R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by La. R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of forty-five (45) days after the bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing laws, La. R.S. 37:2151, et seq.<br />The Cameron Parish School Board reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br />Telesha Bertrand, President<br />Cameron Parish School Board<br /> <br />Charley Lemons, Superintendent<br />Cameron Parish School Board<br /> <br />Advertisement Dates: April 24, May 1, May 8
https://www.centralauctionhouse.com/rfp19726739-johnson-bayou-high-school-track-renovations.html
24-Apr-2025 12:00:00 AM CDT |
22-May-2025 2:00:00 PM CDT |
St. John the Baptist Parish Public Schools |
Transporting Commodities 2025-26
|
Transporting Commodities 2025-26
https://www.centralauctionhouse.com/rfp67272847-transporting-commodities-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
15-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Cleaning Products Bid 2025-26
|
Cleaning Products Bid 2025-26
https://www.centralauctionhouse.com/rfp14680083-cleaning-products-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
15-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Paper Products Bid 2025-26
|
Paper products Bid 2025-26
https://www.centralauctionhouse.com/rfp98867359-paper-products-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
15-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Large Equipment Bid 2025-26
|
Large Equipment Bid 2025-26
https://www.centralauctionhouse.com/rfp85907350-large-equipment-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
15-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Small Equipment Bid 2025-26
|
Small Equipment Bid 2025-26
https://www.centralauctionhouse.com/rfp22836931-small-equipment-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
15-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Processed Foods Bid 2025-26
|
Processed Foods Bid 2025-26
https://www.centralauctionhouse.com/rfp66504690-processed-foods-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
14-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Meat-Meat Products Bid 2025-26
|
Meat-Meat Products Bid 2025-26
https://www.centralauctionhouse.com/rfp49307001-meat-meat-products-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
14-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Frozen Foods Bid 2025-26
|
Frozen Foods Bid 2025-26
https://www.centralauctionhouse.com/rfp39418330-frozen-foods-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
14-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Milk-Milk Products Bid 2025-26
|
Milk-Milk Products Bid 2025-26
https://www.centralauctionhouse.com/rfp99366366-milk-milk-products-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
13-May-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Bread-Bread Products Bid 2025-26
|
Bread-Bread Products Bid 2025-26
https://www.centralauctionhouse.com/rfp11059654-bread-bread-products-bid-2025-26.html
23-Apr-2025 3:00:00 PM CDT |
13-May-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147629-Lease of Vacant Jefferson Parish Property
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147629<br />The Parish of Jefferson is soliciting bids from qualified companies interested in leasing Jefferson Parish property for the purpose of installing wireless communications facilities in accordance with Sec. 2-877.3 of the Code of Ordinances of Jefferson Parish.<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 20, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Lease of Vacant Jefferson Parish Property<br />On June 2, 1999, the Jefferson Parish Council passed Sec. 2-877.3 of the Code of Ordinances authorizing the Parish of Jefferson, or any sub districts within the Parish, to lease its property for the installation of equipment and/or towers related to the wireless transmission of intelligence. Jefferson Parish is now seeking bids from qualified companies who can comply with requirements of that ordinance and who have an interest in leasing certain Jefferson Parish property for the purposes of installing wireless communications facilities.<br />LEASED PROPERTY<br />The scope of the property to be leased is as follows:<br />Land Space. A portion of raw, unimproved property on Estelle Playground for construction of a monopole and other appurtenant structures for operating a wireless communications tower.<br />Access and Utility Right of Way. Access road to be used to get to the land space where the tower and other structures are to be constructed. Will also provide right of way for utilities.<br />GPS Coordinates: Longitude: 90º05’49.30”W Latitude: 29º49’05.40”N<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 online free of charge at www.jeffparishbids.net.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />.<br />ADV: The New Orleans Advocate: April 23,30, 2025 & May 07,2025<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/rfp24794570-5000147629-lease-of-vacant-jefferson-parish-property.html
23-Apr-2025 1:00:00 PM CDT |
20-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147722-Bucktown Harbor Park Playground & Site Amenities Public Works NO. 2025-003-CM Departments of Ecosystem & Coastal with Parks & Recreation
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147722<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 29, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Bucktown Harbor Park Playground & Site Amenities<br />Public Works NO. 2025-003-CM<br />Departments of Ecosystem & Coastal with Parks & Recreation<br /> <br />The project consists of the construction of a thematic playground including an earthen hill<br />and pile supported retaining wall and elevated platform, a wood framed structure<br />resembling a shrimp boat, several play structures including climbing nets and slides and<br />spinners, rubberized playground safety surfacing, concrete sidewalks and plazas, and<br />landscaping<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish<br />Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200<br />Derbigny Street, Gretna, Louisiana. Geotechnical information related to this project, if available, is<br />also, on file for review with the Jefferson Parish Purchasing Department. This geotechnical<br />information is for reference for bidding purposes only, and may not be representative of the total<br />area of the project as soil characteristics may vary from one place to another. Contractor may be<br />required to conduct their own geotechnical inspection and provide proof of said inspection prior to<br />the start of work. A complete set of drawings and specifications may be secured from Joseph Furr Design Studio (JFDS), 635 Main Street, Studio 4, Baton Rouge, LA 70801, Phone: 225-383-0311 by licensed contractors upon receipt of $200.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br /> <br /> <br />The successful bidder will be required to furnish a payment bond and a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00 a.m. on May 8, 2025 at Lakeshore Playground located at 1125 Rosa Ave, Metairie, LA70005. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 23 & 30, and May 7, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp53930982-5000147722-bucktown-harbor-park-playground-site-amenities-public-works-no-2025-003-cm-departments-of-ecosystem-coastal-with-parks-recreation.html
23-Apr-2025 12:55:00 PM CDT |
29-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-012 Provide Professional Mechanical and Electrical Engineering Services on an as needed basis
|
PUBLIC NOTICE<br />SOQ 25-012<br /> <br />Miscellaneous Mechanical and Electrical Engineering Services on an<br />As-Needed Basis<br /> <br />The Parish of Jefferson, authorized by Resolution No. 146057 is hereby soliciting a Statement of Qualifications (Technical Professional Services (TEC) Questionnaire) from persons or firms interested and qualified to provide professional mechanical and electrical engineering services on an as-needed basis for projects located throughout the Parish.<br /> <br />Deadline for Submissions: 3:30 pm., May 8, 2025<br /> <br />General<br /> <br />Specific Scope of Services includes providing design, construction administration and related supplemental services on an as-needed basis for mechanical and electrical engineering type projects located throughout the Parish for an approximate two-year period.<br /> <br />The firms submitting a Statement of Qualifications (TEC Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (TEC Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<br /> <br />All services shall be provided on an “as-needed” basis, and there shall be no guarantee as to the amount of work the firm or firms will be given during the term of the contract.<br /> <br />The Council, at its discretion, may choose one or more qualified firms to provide the services.<br /> <br />Compensation<br /> <br />Compensation for the required services will be made on an hourly rate basis or a fixed fee basis, or a combination of both, depending on scope and complexity of the work. The Parish reserves the right to determine the method of payment (hourly or fixed) for each individual assignment.<br /> <br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized salary costs plus a fee to cover overhead costs and profit in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br /> <br />For fixed fee work, the fee shall be negotiated with the firm by the appropriate Jefferson Parish Department and shall be mutually agreeable to both parties.<br /> <br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br /> <br />A maximum yearly cap established by Jefferson Parish based on anticipated needs for these services shall be $500,000.00, and the established cap shall not be increased without Council approval. <br /> <br />Minimum Requirements for Selection <br />The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional mechanical or electrical engineer in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:” of TEC Professional Services Questionnaire). <br />The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional mechanical or electrical engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline (Section D. of TEC Professional Services Questionnaire). <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications (TEC Professional Services Questionnaire):<br /> <br />Professional training and experience in relation to the type of work required for the mechanical or electrical engineering services. (Maximum points awarded shall be 35).<br />Size of firm considering the number of professional and support personnel required to perform the type of mechanical or electrical engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration. (Maximum points awarded shall be 20).<br />Capacity for timely completion of newly assigned work, considering the factors of type of mechanical or electrical engineering task, current unfinished workload, and person or firm’s available professional and support personnel. (Maximum points awarded shall be 20).<br />Past Performance by person or firm on projects of or similar comparable size, scope, and scale. Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee meeting. (Maximum points awarded shall be 10).<br />Location of the principal office. Preference shall be given to persons or firms with a principal business office as follows: (1) Jefferson Parish, including municipalities located within Jefferson Parish (15 points); (2) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (3) Parishes other than the foregoing (10 Points); (4) Outside the State of Louisiana (6 Points). (Maximum points awarded shall be 15).<br />Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal procedures between the Parish and the person or firm performing professional services, excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded. (Maximum points awarded shall be 15 for the lack of any such adversarial proceedings as defined).<br />Prior successful completion of projects of the type and nature of the mechanical or electrical engineering services, as defined, for which firm has provided verifiable references. (Maximum points awarded shall be 15). <br />Only those persons or firms receiving an overall cumulative score of at least seventy percent (70%) or greater, with their highest and lowest score not counted, of the total possible points for all categories to be assigned by the participating Technical Evaluation Committee members shall be deemed qualified to perform these professional services, and shall be listed in alphabetical order in the TEC meeting minutes.<br /> <br />All firms (including sub-consultants) must submit a Statement of Qualifications (Jefferson Parish TEC 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 hovering over “Business and Development” on the website and clicking on the Professional Services Questionnaires option under “Doing Business in Jefferson Parish”.<br /> <br />Submissions shall be submitted on the eProcurement site at www.jeffparishbids.net.<br /> <br />Submissions will only be accepted electronically via the 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 and Certificates of Insurance are not required to be submitted with the Statement of Qualifications (TEC Questionnaire) but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br /> <br />ADV: The New Orleans Advocate: April 23 and 30, 2025
https://www.centralauctionhouse.com/rfp53542269-soq-25-012-provide-professional-mechanical-and-electrical-engineering-services-on-an-as-needed-basis-.html
23-Apr-2025 12:35:00 PM CDT |
08-May-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147589 - Three (3) Year Contract to Perform Annual Load Bank Testing & Preventative Maintenance on Various Generators for the Jefferson Parish Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147589<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 29, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Contract to Perform Annual Load Bank Testing & Preventative Maintenance on Various Generators for the Jefferson Parish Department of General Services<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 23, 30, and May 7, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp56600909-5000147589--three-3-year-contract-to-perform-annual-load-bank-testing-preventative-maintenance-on-various-generators-for-the-jefferson-parish-department-of-general-services.html
23-Apr-2025 11:25:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
City of Slidell |
25-B012 STORAGE SHED AT PUBLIC OPERATIONS
|
ADVERTISEMENT FOR BIDS<br /> <br />STORAGE SHED AT PUBLIC OPS<br /> <br />SLIDELL JOB NO. 950-104<br /> <br />Bid No. 25-B012 <br /> <br />SEALED BIDS will be received by the City of Slidell at the Office of the Finance Director, 2045 2nd St., Suite 214, Slidell, Louisiana, until 10:00 A. M. Central Time on May 29, 2025, for the above referenced project, for the CITY OF SLIDELL, LOUISIANA. Bids will be publicly opened and read aloud thereafter in the in the Slidell City Council Chambers, Suite # 319, 2045 Second St, Slidell, LA 70458. Any bid received after closing time will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor's license in Building Construction.<br /> <br />Only bids from contractors who secure Contract Documents from the Engineer or who utilize Central Bidding to obtain Contract Documents, attend and sign in at the mandatory pre-bid meeting to be held on May 14, 2025 at 10:00 a.m. in the Slidell City Council Chambers, (suite # 319), 2045 Second St, Slidell, LA 70458 shall be considered as responsive bidders for this project. The pre-bid meeting may include a non-mandatory visit to the project site. <br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project. An executed affidavit and attestation form must be submitted prior to bid award. <br /> <br />Contract Documents may be examined and secured for $250 per set from the Engineer, DDG, c/o Kyle Hymel (314 East Bayou Road, Thibodaux, LA 70301. Contract Documents are also available for public inspection at the Slidell Engineering Dept..<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting www.centralbidding.com. Electronic bids will require a digital signature. You must register directly with Central Bidding to utilize this service. You may also contact them at 1 (833) 412-5717. <br /> <br />The signature on the bid must be that of an authorized representative of the corporation, partnership or other legal entity as defined by Louisiana Public Bid Law Revised Statute 38:2212.A.(1)(c) which dictates parties authorized to submit bids for public contracts. All required Certificates of Liability Insurance shall list the City of Slidell as “additionally insured”.<br /> <br />All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. <br /> <br />All proposals, bids and applications are welcomed. The city encourages participation by Minority, Women-Owned, and Disadvantaged Business Enterprise firms.<br /> <br />Deposits are refundable to bonafide prime bidders and will be 50% refundable to all others with return of complete and unmarked documents no later than 10 days after receipt of Bids.<br /> <br />The bids shall be presented in a sealed envelope clearly marked:<br /> <br />SEALED BIDS: STORAGE SHED AT PUBLIC OPS<br />SLIDELL JOB NO. 950-104<br />LOUISIANA CONTRACTOR’S LICENSE NO. <br /> Bid No. 25-B012 <br /> <br />Opening : DATE May 29, 2025<br /> 10:00 A.M. CST<br /> <br /> <br /> <br /> <br /> <br />The City of Slidell reserves the right to reject any or all bids.<br /> <br /> <br /> <br /> <br /> <br /> Blair Ellinwood CITY OF SLIDELL <br /> Finance Director<br /> <br /> <br /> <br />Advertise: April 23, 2025<br /> April 30, 2025<br /> May 7, 2025<br />
https://www.centralauctionhouse.com/rfp49144943-25-b012-storage-shed-at-public-operations.html
23-Apr-2025 10:00:00 AM CDT |
29-May-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147661 - Purchase of Tv Inspection Truck for the Jefferson Parish Department of Public Works
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147661<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 8, 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 Tv Inspection Truck for the Jefferson Parish Department of Public Works<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 23, 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/rfp64829027-5000147661--purchase-of-tv-inspection-truck-for-the-jefferson-parish-department-of-public-works----.html
23-Apr-2025 9:31:00 AM CDT |
08-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-015-Provide Professional Architectural and Engineering Services to Design and Construct the New West Bank Regional Library
|
PUBLIC NOTICE<br />SOQ 25-015<br /> <br />New West Bank Regional Library<br /> <br /> <br />The Parish of Jefferson, authorized by Resolution No. 146198 is hereby soliciting a Statement of Qualifications (TEC Professional Services Questionnaire) from persons or firms interested and qualified to provide professional architectural and engineering services related to the design and construction administration of the new West Bank Regional Library.<br /> <br />Deadline for Submissions: 3:30 p.m., May 8, 2025<br /> <br /> <br />Background & General Scope:<br /> <br />The mission of the Jefferson Parish Library System (“JPL”) is to provide the highest quality library service to our citizens and to supply the tools needed for information, enrichment and enjoyment. The public library provides an array of services to a varied constituency. Library services and service methods can be expected to change with some frequency now and in the future. An open, flexible structure that can respond to changing needs is very important.<br /> <br />With this mission in mind, JPL’s intent is to renovate the regional library branch that serves the needs and interests of the west bank community with a broad range of learning services, library collections, social activities, and access to a world of information. To achieve this, the renovated library branch should provide a welcoming experience that invites visitors to participate in programs that encourage discovery, learning, conversation, participation, and fun for people of all ages and abilities.<br /> <br />The project is expected to require the following supplemental services: Surveying, Geotechnical Investigation, and if necessary, Resident Inspection.<br /> <br />The firms submitting a Statement of Qualifications (TEC Professional Services Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (TEC Questionnaire for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<br /> <br />Compensation<br /> <br />Compensation for the required services will be determined by applying the construction cost estimate (including a 15% contingency), as prepared by the persons or firms and approved by Jefferson Parish, to the compensation calculation of the most current year of the State of Louisiana Facility Planning & Control formula.<br /> <br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized salary costs plus a fee to cover overhead costs and profit in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br /> <br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br /> <br />Minimum Requirements for Selection <br />The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered architect or professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered architect in the State of Louisiana with a minimum of eight (8) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:” of TEC Professional Services Questionnaire). <br />The persons or firms under consideration shall have one (1) employee who is a licensed, registered architect or professional engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline (Section D. of TEC Professional Services Questionnaire). <br />The persons or firms under consideration shall have at least one (1) employee or subcontractor who is a licensed, registered architect or professional engineer who has at least eight (8) years of noted experience in the design and construction administration of Public Libraries. (Section I. and/or K. of TEC Professional Services Questionnaire). Louisiana licensure is not required for this item, however, if this person is not licensed in Louisiana, they cannot also be the “PROFESSIONAL IN CHARGE OF PROJECT” as noted in item 2. <br /> <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications (TEC Professional Services Questionnaire):<br /> <br />Professional training and experience in relation to the type of work required for the architectural and engineering services – specifically the design and construction administration of Public Libraries of similar scope and size within the last eight (8) years. (Maximum points awarded shall be 35).<br />Size of firm considering the number of professional and support personnel required to perform the type of architectural and engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration. (Maximum points awarded shall be 20).<br />Capacity for timely completion of newly assigned work, considering the factors of type of architectural and engineering task, current unfinished workload, and person or firm’s available professional and support personnel. (Maximum points awarded shall be 20).<br />Past Performance by person or firm on projects of or similar comparable size, scope, and scale. Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee meeting. (Maximum points awarded shall be 10).<br />Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal procedures between the Parish and the person or firm performing professional services, excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded. (Maximum points awarded shall be 15 for the lack of any such adversarial proceedings as defined).<br />Prior successful completion of projects of the type and nature of the architectural and engineering services, as defined, for which firm has provided verifiable references. (Maximum points awarded shall be 15).<br />Location of the principal office. Preference shall be given to persons or firms with a principal business office as follows: (1) Jefferson Parish, including municipalities located within Jefferson Parish (5 Points); (2) any other location (3 points). (Maximum points awarded shall be 5) <br />Only those persons or firms receiving an overall cumulative score of at least seventy percent (70%) or greater, with their highest and lowest score not counted, of the total possible points for all categories to be assigned by the participating Technical Evaluation Committee members shall be deemed qualified to perform architectural or engineering tasks.<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: April 23 and 30, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp54471204-soq-25-015-provide-professional-architectural-and-engineering-services-to-design-and-construct-the-new-west-bank-regional-library.html
23-Apr-2025 9:03:00 AM CDT |
08-May-2025 3:30:00 PM CDT |
Lafayette Consolidated Government |
Pest Control Services
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 8th day of May, 2025 for the following:<br /> <br /> PEST CONTROL SERVICES<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Thomas Metrejean at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account. <br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check in the amount of $500.00 or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. <br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4-23-25, 4-27-25<br />DPR # 995234<br /> <br />
https://www.centralauctionhouse.com/rfp60497045-pest-control-services.html
23-Apr-2025 9:00:00 AM CDT |
08-May-2025 3:00:00 PM CDT |
St. Tammany Parish School Board |
SOCIAL EMOTIONAL LEARNING PROGRAM
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp7467884-social-emotional-learning-program.html
23-Apr-2025 9:00:00 AM CDT |
23-May-2025 3:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6894 EMERGENCY TREE WORK SERVICES AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6894</div> <br />04/23/2025<br />EMERGENCY TREE WORK SERVICES AS NEEDED<br />Sealed Bid No. 25-6894<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Provide Emergency Tree Work Services as needed</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <b>May 23rd, 2025 at 9:45am</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 23rd, 2025<br />April 30th, 2025<br />May 7th, 2025
https://www.centralauctionhouse.com/rfp76585500-sealed-bid-25-6894-emergency-tree-work-services-as-needed.html
23-Apr-2025 8:30:00 AM CDT |
23-May-2025 9:45:00 AM CDT |
Port of New Orleans |
Request for Qualifications - Construction Management at Risk (CMAR) Contractor for the Louisiana Ave., Harmony St., and Seventh St. Wharf Repairs
|
Request for Qualifications - Construction Management at Risk (CMAR) Contractor for the Louisiana Ave., Harmony St., and Seventh St. Wharf Repairs per RFQ documents provided.
https://www.centralauctionhouse.com/rfp12632729-request-for-qualifications--construction-management-at-risk-cmar-contractor-for-the-louisiana-ave-harmony-st-and-seventh-st-wharf-repairs.html
23-Apr-2025 8:00:00 AM CDT |
27-May-2025 11:30:00 AM CDT |
Rapides Parish School Board |
Bid 26-13: Sanitary Maintenance Supplies
|
INVITATION TO BID<br /> <br />Sealed Bids will be received in the Purchasing Office of the Rapides Parish School Board, in the Rapides Parish School Board Office Building, Sixth and Beauregard Streets, in Alexandria, Louisiana until May 9, 2025 11:00 a.m. for<br /> <br /> SANITARY MAINTENANCE SUPPLIES<br />(BID NO 26-13) <br /> <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time (May 9, 2025 at 11:00 a.m.) 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 71306-7117. 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 />Bids may be submitted electronically at www.centralbidding.com or in sealed envelopes clearly marked “Sanitary Maintenance Supplies (Bid No. 26-13)” and delivered to:<br /> <br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br /> <br />By /s/ Ms. Elizabeth Domite <br />/t/ Ms. Elizabeth Domite, Chief Financial Officer<br />RAPIDES PARISH SCHOOL BOARD<br /> <br /> <br />Publication dates:<br /> April 23, 2025<br /> April 30, 2025
https://www.centralauctionhouse.com/rfp74592242-bid-26-13-sanitary-maintenance-supplies.html
23-Apr-2025 8:00:00 AM CDT |
09-May-2025 11:00:00 AM CDT |
Vermilion Parish School Board |
2025.772 STADIUM UPGRADES FOR NORTH VERMILION HIGH SCHOOL
|
<h4 dir="ltr"><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">NOTICE TO BIDDERS</span></h4><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Notice is hereby given that sealed bids will be received by the Vermilion Parish School Board either online at </span><a href="https://url.avanan.click/v2/___http://www.centralbidding.com___.YXAzOnZlcm1pbGlvbnBhcmlzaHNjaG9vbGJvYXJkOmE6Zzo2N2M4OTk1YjMyZDA3OTcwMTQ4MWI2MDJiNGFmMzhjMTo2OmEwMDU6NjJhMDkxM2Q2NDYxOGUyMTFkM2UzN2U4ZWM3MjFiZWE5N2UwYzdhNjEyYzIzNWM3MjA2MDc2ZjRkMDQyZjkwYjpwOlQ6Tg">www.centralbidding.com</a> or at the Vermilion Parish School Board Annex Building, 220 South Jefferson Street, Abbeville, Louisiana, 70510 until<b> 2:00 PM - Wednesday, May 21, 2025</b>, for the following:<br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">BID NO. 2025.772 </span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">STADIUM UPGRADES FOR NORTH VERMILION HIGH SCHOOL</span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">VERMILION PARISH SCHOOL BOARD</span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Maurice, Louisiana</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">and will thereafter, be publicly opened and read aloud. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">The Project Scope of Work for the Base Bid shall include all work as specified herein and as indicated and/or implied on the complete set of Bid Documents dated April 22, 2025. The project consists of work across multiple areas at the North Vermilion High School Athletic Stadium including demolition of existing masonry concessions/restroom building, the construction of a new CMU masonry Restroom and Concessions building including all associated mechanical electrical and plumbing fixtures, equipment and services. The Project Scope of Work also includes, new site paving, new site utilities, new fencing and gates, and other related Site improvements as included in the Base Bid Scope of Work.</span><br /><br /><b><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">A Mandatory Pre-Bid Conference will be held at the Project Site (North Vermilion High School, 11609 La Highway 699, Maurice, Louisiana, 70555) at </span>10:00 AM, Thursday, May 8, 2025</b>. All interested parties are encouraged to attend. Please meet at the main front entrance of the School Campus. Contractors who are not in attendance for the entire Mandatory Pre-Bid Conference will be considered to have not attended. All attendees shall check in a the Main Office upon arrival.<br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">General Contractors (Prime Bidders), subcontractors and material suppliers interested in bidding shall obtain electronically complete sets of plans, specifications and bid documents from http://</span><a href="https://url.avanan.click/v2/___http://www.centralbidding.com___.YXAzOnZlcm1pbGlvbnBhcmlzaHNjaG9vbGJvYXJkOmE6Zzo2N2M4OTk1YjMyZDA3OTcwMTQ4MWI2MDJiNGFmMzhjMTo2OmEwMDU6NjJhMDkxM2Q2NDYxOGUyMTFkM2UzN2U4ZWM3MjFiZWE5N2UwYzdhNjEyYzIzNWM3MjA2MDc2ZjRkMDQyZjkwYjpwOlQ6Tg">www.centralbidding.com</a> or <a href="http://www.vpsb.net">www.vpsb.net</a>. Printed copies are not available from the Owner or Architect but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. No Deposit will be collected for the drawings or will money returned to unsuccessful bidders to reimburse the expense of purchasing plans. <br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Each quotation shall be accompanied by a certified check, cashier's check, or bid bond payable to the Owner, the amount of which shall be five percent (5%) of the total amount bid. If a bid bond is used, it shall be written by a surety or insurance company currently on the U. S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register or by a Louisiana domiciled insurance company with a least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state. Bid Bonds shall be accompanied by a Power of Attorney as described in the Instructions to Bidders Section of the Specifications. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents.</span><br /><br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Title 37 of the Louisiana Revised Statutes (LA. R.S. 37:2150-2192) for the classification of </span>BUILDING CONSTRUCTION and show their license number on the front of the sealed envelope in which their bid is enclosed. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. If the contract price is less than $50,000.00, the Contractor need not be licensed. Any bid submitted that does not require the contractor to hold a license shall state the exemption on the bid envelope. Additional information relative to the licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Bidder is required to comply with provisions and requirements in accordance with LA. R. S. 38:2212(B)5. No bid may be withdrawn for a period of </span>forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. <br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Each bid shall be submitted only on the Bid Form included in the Specifications.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">The successful Contractor will be required to execute Performance and Labor and Material Payment Bonds in the full amount of the contract as more fully defined in the bid documents.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Qualified Small Business Enterprises, Minority-Owned Business Enterprises, Women-Owned Business Enterprises and Labor Surplus Area Firms are encouraged to submit bids as Prime (General) and/or Subcontractors for this project.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">The Attention to Bidders is called to particular requirements and conditions of employment to be observed including but not particularly limited to: Executive Order (EO) 11246, Equal Employment Opportunity (EEO); the Copeland Anti-Kickback Act; Sections 103 and 107 of the Contract Work Hours and Safety Standards Act; Section 306 of the Clean Air Act; Section 508 of the Clean Water Act; Executive Order 11738 and Environmental Protection Act (EPA) Regulations, 40 CFR 15.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">The Owner reserves the right to reject any and all quotations or any portions thereof for just cause. In accordance with LA R. S. 38:2212(B)(1), the provisions and requirements of this Section, those stated in the invitation to bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Any person with disabilities requiring special accommodations must contact Vermilion Parish School Board Administrative Offices no later than seven (7) days prior to bid opening.</span><br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Vermilion Parish School Board</span><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Thomas J. Byler</span><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Superintendent</span><br /><br /><br /><span id="docs-internal-guid-1db08807-7fff-079c-082e-80e21f9fab30">Publish Dates: April 23, 2025; April 30, 2025; May 7, 2025.</span><br /><br /><br />
https://www.centralauctionhouse.com/rfp37421436-2025772-stadium-upgrades-for-north-vermilion-high-school.html
23-Apr-2025 7:00:00 AM CDT |
21-May-2025 2:00:00 PM CDT |
Avoyelles Parish School Board |
Avoyelles PSB Cyber Piolt 470 & RFP
|
Avoyelles Parish School District is seeking bids from qualified Cybersecurity Service<br />providers to submit proposals for Cybersecurity services and equipment. The<br />Cybersecurity Pilot Program is a significant initiative, and Avoyelles Parish School District<br />is one of 645 applicants selected from the United States and its Territories to participate<br />in this crucial program.<br />The Schools and Libraries Cybersecurity Pilot Program provides up to $200 million to<br />selected participants over a three-year term. This substantial funding can be used to<br />purchase a wide variety of eligible cybersecurity services and equipment, offering a<br />significant opportunity for the selected schools and school districts.<br />Selected school districts and libraries are eligible to receive up to $13.60 per student,<br />annually, on a pre-discount basis, to purchase eligible cybersecurity services and<br />equipment over the three-year Pilot duration. Currently, Avoyelles has an enrollment of<br />5,094 students.<br />Vendors will need to review the FCC Guidance about the Cybersecurity Pilot Project to<br />bid on the project successfully.<br />Bids may be uploaded to http://centralauctionhouse.com. (Please check the site in<br />ADVANCE for rules and fees for uploading to the bidding site(s). Submissions must be<br />received on or before June 20, 2025, at 2:00 PM (CST).<!--a=1-->
https://www.centralauctionhouse.com/rfp5926428-avoyelles-psb-cyber-piolt-470-rfp.html
23-Apr-2025 12:00:00 AM CDT |
20-Jun-2025 12:00:00 AM CDT |
Port of New Orleans |
Request for Proposals : CONSTRUCTION MANAGEMENT AND ESTIMATING SERVICES LOUISIANA AVE., HARMONY ST., & SEVENTH ST. WHARF SUBSTRUCTURE REPAIRS
|
<div style="text-align: center;"><b>Request for Proposals:<br />CONSTRUCTION MANAGEMENT AND ESTIMATING SERVICES LOUISIANA AVE., HARMONY ST., & SEVENTH ST.<br />WHARF SUBSTRUCTURE REPAIRS<br /> </b></div> <br /> Notice is hereby given that The Board of Commissioners for the Port of New Orleans is requesting proposals for the Construction Management and Estimating Services Louisiana Ave., Harmony St., & Seventh St. Wharf Substructure Repairs. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br />The Board strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the Board’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br />The Board desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, The Board derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br />The Board accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification.<br />BID SUBMISSION: PONO will accept electronic bids for this Project until <b>11:30 a.m. CDT on Thursday, May 22, 2025</b> (the “Bid Submission Deadline”). Any bid received after the Bid Submission Deadline will not be considered. <br />Bidders must be submitted electronically at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /> <br /> <br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents.<br /> <br />PONO CONTACT: Respondents must submit Questions in writing to
[email protected] by <b>Tuesday, May 13, 2025 at 5:00 p.m. CDT</b>. As necessary, addenda to this RFP will be issued to all respondents receiving this RFP. Questions, answers, and all forms required will be posted on www.centralbidding.com.<br /> <br />
https://www.centralauctionhouse.com/rfp6175682-request-for-proposals-construction-management-and-estimating-services-louisiana-ave-harmony-st-seventh-st-wharf-substructure-repairs.html
23-Apr-2025 12:00:00 AM CDT |
22-May-2025 11:30:00 AM CDT |
City of Pineville |
LOT 2 - ASBESTOS ABATEMENT & DEMOLITION AND CLEARANCE OF DILAPIDATED AND BLIGHTED STRUCTURES
|
The project scope at each site consists of the abatement of identified asbestos containing materials and disposal at LDEQ permitted Type I or Type II landfill; demolition, site clearance, and disposal of other structural components (with associated ancillary and site improvements) that is severely dilapidated and creating blight conditions in the community.All structures identified for demolition and clearance under this elimination of blight effort have been condemned under the processes of L.R.S.33:4765.
https://www.centralauctionhouse.com/rfp85000472-lot-2--asbestos-abatement-demolition-and-clearance-of-dilapidated-and-blighted-structures.html
23-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
City of Pineville |
LOT 1 - DEMOLITION AND CLEARANCE OF DILAPIDATED AND BLIGHTED STRUCTURES
|
The project scope at each site consists of the demolition, site clearance, and regulated disposal of residential structures (with associated ancillary and site improvements) that is severely dilapidated and creating blight conditions in the community.All structures identified for demolition and clearance under this elimination of blight effort have been condemned under the processes of L.R.S.33:4765.
https://www.centralauctionhouse.com/rfp96439475-lot-1--demolition-and-clearance-of-dilapidated-and-blighted-structures.html
23-Apr-2025 12:00:00 AM CDT |
27-May-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Lafayette Readiness Center, Lafayette, LA
|
See attach solicitation for: Lafayette Readiness Center, Lafayette, LA
https://www.centralauctionhouse.com/rfp17468978-lafayette-readiness-center-lafayette-la.html
23-Apr-2025 12:00:00 AM CDT |
18-Jun-2025 1:00:00 PM CDT |
Lafayette Consolidated Government |
250 Saint Clair Road Debris & Rubbish Removal
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />April 8, 2025<br />Requesting quotes for: ABATEMENT as per specifications listed on attached for the following location<br />250 Saint Clair Road, Lafayette, LA<br /> <br />Project Name<br />250 Saint Clair Road Debris & Rubbish Removal -CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (3:00 pm) Wednesday, April 23, 2025<br />Work must be completed according to the attached specifications.<br />Interested vendors must be registered with LCG’s Vendor Portal to be awarded a quote. The portal is accessible at https://lafayettecsdgovla.tylerportico.com/va/vendor-access/registration<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 – 250 Saint Clair Road Debris & Rubbish Removal.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Upload your quote to the LCG Vendor Access portal, 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/rfp47682907-250-saint-clair-road-debris-rubbish-removal.html
22-Apr-2025 5:00:00 PM CDT |
02-May-2025 3:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
RFP 25-EMGSW-17 Disaster Recovery Debris Management and Removal Services in Terrebonne Parish LA
|
Sealed proposals will be received on May 20, 2025, by the Terrebonne Parish Consolidated Government Purchasing Division, , at 301 Plant Road, in Houma, Louisiana 70363 until 2:00 PM as shown on the Purchasing Division Conference Room Clock at which time sealed proposals shall be publicly opened and the name of the Proposers read aloud.<br /><br />A Mandatory pre-proposal conference will be held at 10:30 AM on May 7, 2025, at Terrebonne Parish Consolidated Government, Purchasing Division, 301 Plant Road, Houma LA 70363. The mandatory pre-proposal conference should have at least one (1) duly authorized representative to attend.<br />
https://www.centralauctionhouse.com/rfp60882062-rfp-25-emgsw-17-disaster-recovery-debris-management-and-removal-services-in-terrebonne-parish-la.html
22-Apr-2025 8:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
New Orleans Public Belt Railroad |
Invitation to Bid No. 3108: New, Purchase Core, And Turned Wheelsets
|
<div style="text-align: center;"><br />NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br />INVITATION TO BID 3108: NEW, PURCHASED CORE, AND TURNED WHEELSETS</div> <br />Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is soliciting bids for New, Purchased Core, And Turned Wheelsets. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification<br /><br /> <br />BID SUBMISSION: NOPB will accept ELECTRONIC BIDS for this Project until<b> 11:00 a.m. CDT on Tuesday, May 20, 2025</b> (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronicbidsmustbesubmittedforthisprojectatwww.centralbidding.comForanyquestions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. New Orleans,LA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by <b>Monday, May 12, 2025 5:00pm</b> CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFQ. Questions and answers and all forms required will be posted on www.centrabidding.com and SEBConnect App.
https://www.centralauctionhouse.com/rfp34765715-invitation-to-bid-no-3108-new-purchase-core-and-turned-wheelsets-.html
22-Apr-2025 12:00:00 AM CDT |
20-May-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
REPLACEMENT BATTERY FOR LUKE SUBSTATION
|
The removal of existing stationary batteries and rack, furnishing and delivery of stationary batteries for use in electrical power substations / switchyards and the supplying of services to install and commission the stationary batteries as stated in the general specifications.
https://www.centralauctionhouse.com/rfp43090503-replacement-battery-for-luke-substation.html
21-Apr-2025 10:30:00 AM CDT |
06-May-2025 5:00:00 PM CDT |
Terrebonne Levee and Conservation District |
EMERGENCY SERVICES CONTRACTS LAND BASED OPERATIONS 2025 HURRICANE SEASON
|
SECTION A <br />REQUEST FOR PROPOSALS <br /><br />Proposals will be received on May 19, 2025, by the Terrebonne Levee and Conservation District (TLCD), at the office of the TLCD, located at; 220A Clendenning Road, Houma, Louisiana 70363 until 10:00 A.M. CST as shown on the TLCD Conference Room Clock. <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:<br />Terrebonne Levee and Conservation District <br />220A Clendenning Road <br />Houma, Louisiana 70363 <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 Delta Coast Consultants, LLC and may be obtained by prospective proposers free of charge. Please contact Corbin Hebert, P.E., at 985-655-3100 with regard to the information about the proposal documents. <br /><br />A non-mandatory meeting shall be held at the TLCD office on May 12, 2025 at 10:00 A.M. All interested contractors are encouraged to attend. <br /><br />Project Name:<br />Emergency Services Contracts <br />Land Based Operations <br />2025 Hurricane Season <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 TLCD’s floodgate structures, earthen levees, water control structures, 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 /><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 Terrebonne Parish Sales and Use Tax Department for use tax purposes. <br /><br />The Terrebonne Levee and Conservation District (TLCD) reserves the right to reject any and all proposals. <br /> <br />/s/Angela Hidalgo <br />Executive Director <br />Terrebonne Levee and Conservation District <br /><br /><br />
https://www.centralauctionhouse.com/rfp39431966-emergency-services-contracts-land-based-operations-2025-hurricane-season.html
21-Apr-2025 10:00:00 AM CDT |
19-May-2025 10:00:00 AM CDT |
Terrebonne Levee and Conservation District |
EMERGENCY SERVICES CONTRACTS MARINE BASED OPERATIONS 2025 HURRICANE SEASON
|
SECTION A <br />REQUEST FOR PROPOSALS <br /><br />Proposals will be received on May 19, 2025, by the Terrebonne Levee and Conservation District (TLCD), at the office of the TLCD, located at; 220A Clendenning Road, Houma, Louisiana 70363 until 10:00 A.M. CST as shown on the TLCD Conference Room Clock. <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:<br />Terrebonne Levee and Conservation District <br />220A Clendenning Road <br />Houma, Louisiana 70363 <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 Delta Coast Consultants, LLC and may be obtained by prospective proposers free of charge. Please contact Corbin Hebert, P.E., at 985-655-3100 with regard to the information about the proposal documents. <br /><br />A non-mandatory meeting shall be held at the TLCD office on May 12, 2025 at 10:00 A.M. All interested contractors are encouraged to attend.<br /><br />Project Name: Emergency Services Contracts <br />Marine Based Operations <br />2025 Hurricane Season <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 TLCD’s floodgate structures, earthen levees, water control structures, 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 <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 Terrebonne Parish Sales and Use Tax Department for use tax purposes. <br /><br />The Terrebonne Levee and Conservation District (TLCD) reserves the right to reject any and all proposals. <br /><br />/s/Angela Hidalgo <br />Executive Director <br />Terrebonne Levee and Conservation District
https://www.centralauctionhouse.com/rfp90016608-emergency-services-contracts-marine-based-operations-2025-hurricane-season.html
21-Apr-2025 10:00:00 AM CDT |
19-May-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
GEORGE O’NEAL SIDEWALKS (PADUCAH CT. TO KENNESAW DR.) (CITY PARISH PROJECT NO. 23-EN-HC-0020)
|
To be published three times-Legal April 18, 25, and May 2, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: GEORGE O’NEAL SIDEWALKS (PADUCAH CT. TO KENNESAW DR.) (CITY PARISH PROJECT NO. 23-EN-HC-0020) PROJECT DESCRIPTION: Pervious concrete sidewalks, driveways, earthwork, handicap ramps, drainage structures, striping, and associated work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, MAY 20, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Form Revised to include EBE requirements May 25, 2023 NC 1 of 2 Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 10% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For additional information please contact Mr. Henok Abebe, Manager at
[email protected] or Mr. George Chike, P.E., Project Manager at
[email protected]. Project Form Revised to include NC 2 of 2 EBE requirements May 25, 2023
https://www.centralauctionhouse.com/rfp43896669-george-oneal-sidewalks-paducah-ct-to-kennesaw-dr-city-parish-project-no-23-en-hc-0020-.html
18-Apr-2025 8:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE SANITARY SEWER AND STORMWATER PUMP STATION WET WELL CLEANING PROJECT (CITY-PARISH PROJECT NUMBER 25-PC-WC-0005R)
|
To be published three times-Legal April 18 & 25, May 2 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: ANNUAL PARISHWIDE SANITARY SEWER AND STORMWATER PUMP STATION WET WELL CLEANING PROJECT (CITY-PARISH PROJECT NUMBER 25-PC-WC-0005R) PROJECT DESCRIPTION: CLEANING OF SANITARY SEWER AND STORMWATER PUMP STATION WET WELLS AND SOME TREATMENT PLANT FACILITY CLEANING THROUGHOUT THE PARISH. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, Thursday, May 15, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility located at 12422 Florida Boulevard, Baton Rouge, LA 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 6% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be NO pre-bid conference for this project. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp92701862-annual-parishwide-sanitary-sewer-and-stormwater-pump-station-wet-well-cleaning-project-city-parish-project-number-25-pc-wc-0005r.html
18-Apr-2025 8:00:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE HOMEOWNERS SEWAGE PUMP INSTALLATION AND MAINTENANCE PROJECT (CITY PARISH PROJECT NUMBER 25-LP-WC-0004R)
|
To be published three times-Legal April 18 & 25, May 2 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: ANNUAL PARISHWIDE HOMEOWNERS SEWAGE PUMP INSTALLATION AND MAINTENANCE PROJECT (CITY PARISH PROJECT NUMBER 25-LP-WC-0004R) PROJECT DESCRIPTION: Installation of homeowner sewage pump systems on the private sewer service laterals in a private servitude granted by the homeowner and maintenance of existing homeowner sewage pumps. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, May 13, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility located at 12422 Florida Boulevard, Baton Rouge, LA 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 6% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be NO pre-bid conference for this project. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp53991465-annual-parishwide-homeowners-sewage-pump-installation-and-maintenance-project-city-parish-project-number-25-lp-wc-0004r.html
18-Apr-2025 8:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE MANHOLE REHABILITATION PROJECT (CITY-PARISH PROJECT NUMBER 25-MH-UF-0003R)
|
To be published three times-Legal April 18, 25 & May 2 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: ANNUAL PARISHWIDE MANHOLE REHABILITATION PROJECT (CITY-PARISH PROJECT NUMBER 25-MH-UF-0003R) PROJECT DESCRIPTION: Rehabilitation of existing sanitary sewer manholes throughout the City-Parish. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, Tuesday, May 13, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility located at 12422 Florida Boulevard, Baton Rouge, LA 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 10% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will NOT be a pre-bid conference for this project. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp97947447-annual-parishwide-manhole-rehabilitation-project-city-parish-project-number-25-mh-uf-0003r.html
18-Apr-2025 8:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE FENCE REPAIR AND REPLACEMENT PROJECT (CITY-PARISH PROJECT NO. 25-FR-MS-0002R)
|
To be published three times-Legal April 18 & 25, May 2 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: ANNUAL PARISHWIDE FENCE REPAIR AND REPLACEMENT PROJECT (CITY-PARISH PROJECT NO. 25-FR-MS-0002R) PROJECT DESCRIPTION: Repair and replacement of chain link and wooden fencing and gates for the CityParish Wastewater Collection field pump stations at various locations throughout the Parish. Other agencies may utilize this contract as well. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, Thursday, May 15, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility located at 12422 Florida Boulevard, Baton Rouge, LA 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 16% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference for this project. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp12138166-annual-parishwide-fence-repair-and-replacement-project-city-parish-project-no-25-fr-ms-0002r.html
18-Apr-2025 8:00:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
SUPPLEMENTAL PARISHWIDE SEWER REPAIR AND REPLACEMENT PROJECT (CITY PARISH PROJECT NO. 25-PN-MS-0001R)
|
To be published three times-Legal April 18, 25 & May 2, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: SUPPLEMENTAL PARISHWIDE SEWER REPAIR AND REPLACEMENT PROJECT (CITY PARISH PROJECT NO. 25-PN-MS-0001R) PROJECT DESCRIPTION: Rehabilitation of existing gravity sewer lines by open excavation throughout the parish. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, May 15, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone: +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility, located at 12422 Florida Boulevard, Baton Rouge, 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 9% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of MUNICPAL AND PUBLIC WORKS CONSTRUCTION and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference for this project. For additional information please contact Mr. Koby Mancuso, P.E, Project Manager via email at
[email protected].
https://www.centralauctionhouse.com/rfp37187313-supplemental-parishwide-sewer-repair-and-replacement-project-city-parish-project-no-25-pn-ms-0001r.html
18-Apr-2025 8:00:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
School Food and Wellness Group |
South Louisiana Charter Foundation, Inc. (South Baton Rouge Charter Academy and Redstick Academy)
|
<br />South Baton Rouge Charter Academy and Redstick Charter Academy, located in Baton Rouge, LA, are seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. An onsite pre-bid meeting will be held on Thursday, May 1, 2025, at 10:00 AM CST at 6455 Jefferson Hwy, Baton Rouge, LA 70806 (Redstick Academy) and at 2:00 PM CST at 9211 Parkway Dr. Baton Rouge, LA 70810 (South Baton Rouge Charter Academy) . Attendance at the pre-bid meeting is mandatory. We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]).<br />The proposal deadline is May 19, 2025, at 3:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House
https://www.centralauctionhouse.com/rfp81380078-south-louisiana-charter-foundation-inc-south-baton-rouge-charter-academy-and-redstick-academy.html
18-Apr-2025 12:00:00 AM CDT |
19-May-2025 3:00:00 PM CDT |
Jefferson Parish Public School System |
Hurricane Ida Damage Repairs at Patrick Taylor Science & Technology Academy
|
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, May 20, 2025 for Hurricane Ida Damage Repairs at Patrick Taylor Science & Technology Academy, Project No. 2024-30. 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, Garrity + Architects, APC, 2401 Whitney Ave., Gretna, LA 70056 Phone: 504-366-4475 for a deposit of $75.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Monday, May 5, 2025 at 9:00 a.m. at Patrick Taylor Science & Technology Academy, 701 Churchill Pkwy., Avondale, LA 70094 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 Commercial General Construction.
https://www.centralauctionhouse.com/rfp48826850-hurricane-ida-damage-repairs-at-patrick-taylor-science-technology-academy.html
18-Apr-2025 12:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
Jefferson Parish Public School System |
Hurricane Ida Damage Repairs at McDonogh No. 26 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, May 20, 2025 for Hurricane Ida Damage Repairs at McDonogh No. 26 Elementary School, Project No. 2024-28. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, WDG | Architects Engineers, 821 Baronne St., New Orleans, LA 70113 Phone: 504-754-5280 for a deposit of $150.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Monday, May 12, 2025 at 3:30 p.m. at McDonogh No. 26 Elementary School, 1200 Jefferson St., Gretna, LA 70053 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E(1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Commercial General Construction.
https://www.centralauctionhouse.com/rfp99804822-hurricane-ida-damage-repairs-at-mcdonogh-no-26-elementary-school.html
18-Apr-2025 12:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
26-25 Buses
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp75736608-26-25-buses.html
17-Apr-2025 2:00:00 PM CDT |
08-May-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
Evangeline Parish School District Request for Proposals for Schools and Libraries Cybersecurity Pilot Program
|
SCHOOLS & LIBRARIES CYBERSECURITY PILOT PROGRAM <br /><br />NOTICE TO BIDDERS <br /><br />Evangeline Parish School District is seeking bids from qualified Cybersecurity Service providers to submit proposals for Cybersecurity services and equipment as noted in the Cybersecurity Pilot Program Eligible Services List accessible at https://www.fcc.gov/cybersecurity-pilot/cybersecurity-pilot-eligible-services-list. <br /><br />Vendors will need to review the FCC Guidance about the Cybersecurity Pilot Program to bid on the project successfully. The goal of the Cybersecurity Pilot is to to help address cybersecurity threats targeting K-12 schools’ and libraries’ broadband networks and data. The pilot program will gather the data needed to better understand whether and how universal service funds can be used to support the cybersecurity needs of schools and libraries on a permanent basis. <br /><br />The three-year Pilot Program aims to address cybersecurity threats facing schools and libraries, including being targeted by malicious actors who seek to steal personal information, compromise online accounts, cause online harm or embarrassment, or otherwise disable/ disrupt critical networks that provide broadband connectivity. Currently, Evangeline has an enrollment of 5,441 students. <br /><br />Bids may be uploaded to http://centralauctionhouse.com (Please check the site in ADVANCE for rules and fees for uploading to the bidding site(s) or mailed to the address below. If mailing to 1123 Te Mamou Rd. Ville Platte, LA 70586, please ensure it is marked to the attention of Connie Guillory and received prior to the deadline. The district will not accept bids received after June 10, 2025 at 2:00 PM CST. Submissions must be received by Tuesday, June 10, 2025 at 2:00 PM (CST). <br /><br />If delivered, sealed proposals should be sent via certified mail, U.P.S., FedEx, or hand-delivered to: EVANGELINE PARISH SCHOOL BOARD OFFICE <br /><br />Delivery Address: <br /><br />EVANGELINE Parish School District <br /><br />Attention: Connie Guillory <br /><br />1123 Te Mamou Rd. <br /><br />Ville Platte, LA 70586-5935 <br /><br />If further information is needed, please email:
[email protected] <br /><br />DEADLINE FOR BID SUBMISSION IS Tuesday, June 10, 2025<br /><br />EVANGELINE PARISH SCHOOL DISTRICT reserves the right to reject all proposals and waive any informality, technical defect, or clerical error in any Bid Proposal Package, as the interest of the EVANGELINE PARISH SCHOOL DISTRICT may require. Any proposer may withdraw his/her proposal, either personally or by written request, at any time before the scheduled closing time for receipt of proposals. <br /><br />All potential bidders must meet the following criteria: <br /><br />1. Hold a current liability insurance policy and workers compensation insurance <br /><br />2. Must be registered as a service provider with the Schools and Libraries Division (SLD), have a Service Provider Identification Number (SPIN), have a current Service Provider Annual Certification Form (SPAC) on file with the SLD, and comply with all SLD service provider requirements. <br /><br />3. Provide a minimum of three, K-12 client references for similar basic maintenance projects 4. Must have certified network engineers or technicians on staff, who can diagnose problems quickly and recommend solutions. <br /><br />5. Registered and in good standing with the Louisiana Secretary of State’s Office <br /><br />A Request for Proposals (RFP) can be downloaded from the district’s website at www.epsb.com. All bids should be submitted and received by 2 o’clock PM June 10, 2025 to Connie Guillory, Title II/E-Rate Supervisor at Evangeline Parish School Board Office, 1123 Te Mamou Road, Ville Platte, LA 70586. Bids may be mailed to the aforementioned physical address or uploaded to Central Auction House.
https://www.centralauctionhouse.com/rfp65375035-evangeline-parish-school-district-request-for-proposals-for-schools-and-libraries-cybersecurity-pilot-program-.html
17-Apr-2025 2:00:00 PM CDT |
10-Jun-2025 2:00:00 PM CDT |
Morehouse Parish School Board |
Hunting Lease -608.044 acres
|
NOTICE TO PUBLIC: PROPERTY FOR LEASE FOR HUNTING<br /> <br /> <br />The Morehouse Parish School Board is now receiving bids for the lease of school property solely for the purposes stated in the bid packet and particularly in section 3 of the Lease Agreement “For Hunting Purposes”. The description of the property to be leased is the following described property situated in the Parish of Morehouse, State of Louisiana, to-wit:<br /> <br />Legal Description: Section 16, Township 18 North, Range 6 East, Morehouse Parish Louisiana, less that portion subject of a lease for agricultural purposes of 22.5 acres– approximately 608.044 acres<br /> <br />Instructions for bids<br />Bid specifications and bid forms are available at the office of the Superintendent at the Morehouse Parish School Board. The only bids that will be accepted must be contained on a bid form that will be provided by that office. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872.<br /> <br />All bids will be accepted only on official forms that can be obtained from the office of the Morehouse Parish School Board. The lease is for the period January 1, 2026 through December 31, 2031. All bids shall be in the form of a yearly cash payment amount. <br /> <br />THE MINIMUM ACCEPTABLE BID MUST EQUAL TO AT LEAST $ 10.00 PER ACRE PER YEAR<br /> <br /> Bids will be received in the office of the Morehouse Parish School Board at 4099 Naff Avenue, Bastrop, Louisiana or at P.O. Box 872, Bastrop, Louisiana 71221-0872. Bids must be hand delivered or sent by certified mail. The bid must be enclosed in an envelope which has on its front legibly written “Bid for Hunting Lease.” No more than one bid may be contained in an envelope and no more than one bid may be received from the same individual. <br /> <br />The School Board reserves the right to reject any or all bids and to waive all informalities. Bids must be delivered to the Morehouse Parish School Board at the above address no later than 2:00 p.m. on the May 8, 2025. The bids will be opened publicly at 2:00 pm Thursday, May 8, 2025. Sealed bids must be hand delivered or sent by certified mail in an envelope clearly marked: “Bid for Hunting Lease.” Each bid must be accompanied by a certified check in an amount equal to one year’s lease payment which will be returned if the bid is not accepted. The successful bidder will also be required to pay when the Lease is executed an additional one time charge $600.00 for preparation and recording of the lease and advertising. <br /> <br />Each successful bidder will be required to execute the Lease Agreement For Hunting Purposes which will be the sole and only document utilized for the lease of the property. A copy can be obtained along with the bid form from the office of the Superintendent. The Lease Agreement contains the specifications for the lease. Whether or not there have been bids received or the number of bids received shall remain confidential until such time as the bids are opened. The Morehouse Parish School Board reserves the right to reject any bid for lease or to accept the high bid that meets specifications.<br /> <br />Instructions for the bid specifications and bid forms are available at the office of the Superintendent at Morehouse Parish School Board located at 4099 Naff Avenue, Bastrop, Louisiana. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com/rfp.php?cid=10075. For questions related to the electronic bidding process, please call Central Bidding at 225810-4814. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872. The number of bids will remain confidential until all bids are opened.<br /> <br /> <br />Jesse Winston, Jr., Superintendent <br />Morehouse Parish School Board<br /> <br />Dates to Publish:<br />April 17, 2025<br />April 24, 2025<br />May 1, 2025 NOTICE TO PUBLIC: PROPERTY FOR LEASE FOR HUNTING<br /> <br /> <br />The Morehouse Parish School Board is now receiving bids for the lease of school property solely for the purposes stated in the bid packet and particularly in section 3 of the Lease Agreement “For Hunting Purposes”. The description of the property to be leased is the following described property situated in the Parish of Morehouse, State of Louisiana, to-wit:<br /> <br />Legal Description: Section 16, Township 18 North, Range 6 East, Morehouse Parish Louisiana, less that portion subject of a lease for agricultural purposes of 22.5 acres– approximately 608.044 acres<br /> <br />Instructions for bids<br />Bid specifications and bid forms are available at the office of the Superintendent at the Morehouse Parish School Board. The only bids that will be accepted must be contained on a bid form that will be provided by that office. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872.<br /> <br />All bids will be accepted only on official forms that can be obtained from the office of the Morehouse Parish School Board. The lease is for the period January 1, 2026 through December 31, 2031. All bids shall be in the form of a yearly cash payment amount. <br /> <br />THE MINIMUM ACCEPTABLE BID MUST EQUAL TO AT LEAST $ 10.00 PER ACRE PER YEAR<br /> <br /> Bids will be received in the office of the Morehouse Parish School Board at 4099 Naff Avenue, Bastrop, Louisiana or at P.O. Box 872, Bastrop, Louisiana 71221-0872. Bids must be hand delivered or sent by certified mail. The bid must be enclosed in an envelope which has on its front legibly written “Bid for Hunting Lease.” No more than one bid may be contained in an envelope and no more than one bid may be received from the same individual. <br /> <br />The School Board reserves the right to reject any or all bids and to waive all informalities. Bids must be delivered to the Morehouse Parish School Board at the above address no later than 2:00 p.m. on the May 8, 2025. The bids will be opened publicly at 2:00 pm Thursday, May 8, 2025. Sealed bids must be hand delivered or sent by certified mail in an envelope clearly marked: “Bid for Hunting Lease.” Each bid must be accompanied by a certified check in an amount equal to one year’s lease payment which will be returned if the bid is not accepted. The successful bidder will also be required to pay when the Lease is executed an additional one time charge $600.00 for preparation and recording of the lease and advertising. <br /> <br />Each successful bidder will be required to execute the Lease Agreement For Hunting Purposes which will be the sole and only document utilized for the lease of the property. A copy can be obtained along with the bid form from the office of the Superintendent. The Lease Agreement contains the specifications for the lease. Whether or not there have been bids received or the number of bids received shall remain confidential until such time as the bids are opened. The Morehouse Parish School Board reserves the right to reject any bid for lease or to accept the high bid that meets specifications.<br /> <br />Instructions for the bid specifications and bid forms are available at the office of the Superintendent at Morehouse Parish School Board located at 4099 Naff Avenue, Bastrop, Louisiana. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com/rfp.php?cid=10075. For questions related to the electronic bidding process, please call Central Bidding at 225810-4814. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872. The number of bids will remain confidential until all bids are opened.<br /> <br /> <br />Jesse Winston, Jr., Superintendent <br />Morehouse Parish School Board<br /> <br />Dates to Publish:<br />April 17, 2025<br />April 24, 2025<br />May 1, 2025
https://www.centralauctionhouse.com/rfp99176050-hunting-lease-608044-acres.html
17-Apr-2025 12:00:00 PM CDT |
17-May-2025 2:00:00 PM CDT |
Morehouse Parish School Board |
Hunting Lease - 440 acres
|
NOTICE TO PUBLIC: PROPERTY FOR LEASE FOR HUNTING<br /> <br /> <br />The Morehouse Parish School Board is now receiving bids for the lease of school property solely for the purposes stated in the bid packet and particularly in section 3 of the Lease Agreement “For Hunting Purposes”. The description of the property to be leased is the following described property situated in the Parish of Morehouse, State of Louisiana, to-wit:<br /> <br />Legal Description: Section 16, Township 21 North, Range 7 East – approximately 440 acres<br /> <br /> <br /> <br />Instructions for bids<br />Bid specifications and bid forms are available at the office of the Superintendent at the Morehouse Parish School Board. The only bids that will be accepted must be contained on a bid form that will be provided by that office. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872.<br /> <br />All bids will be accepted only on official forms that can be obtained from the office of the Morehouse Parish School Board. The lease is for the period July 1, 2025 through June 30, 2030. All bids shall be in the form of a yearly cash payment amount. <br /> <br />THE MINIMUM ACCEPTABLE BID MUST EQUAL TO AT LEAST $ 10.00 PER ACRE PER YEAR<br /> <br /> Bids will be received in the office of the Morehouse Parish School Board at 4099 Naff Avenue, Bastrop, Louisiana or at P.O. Box 872, Bastrop, Louisiana 71221-0872. Bids must be hand delivered or sent by certified mail. The bid must be enclosed in an envelope which has on its front legibly written “Bid for Hunting Lease.” No more than one bid may be contained in an envelope and no more than one bid may be received from the same individual. <br /> <br />The School Board reserves the right to reject any or all bids and to waive all informalities. Bids must be delivered to the Morehouse Parish School Board at the above address no later than 2:00 p.m. on the May 8, 2025. The bids will be opened publicly at 2:00 pm Thursday, May 8, 2025. Sealed bids must be hand delivered or sent by certified mail in an envelope clearly marked: “Bid for Hunting Lease.” Each bid must be accompanied by a certified check in an amount equal to one year’s lease payment which will be returned if the bid is not accepted. The successful bidder will also be required to pay when the Lease is executed an additional one time charge $600.00 for preparation and recording of the lease and advertising. <br /> <br />Each successful bidder will be required to execute the Lease Agreement For Hunting Purposes which will be the sole and only document utilized for the lease of the property. A copy can be obtained along with the bid form from the office of the Superintendent. The Lease Agreement contains the specifications for the lease. Whether or not there have been bids received or the number of bids received shall remain confidential until such time as the bids are opened. The Morehouse Parish School Board reserves the right to reject any bid for lease or to accept the high bid that meets specifications.<br /> <br />Instructions for the bid specifications and bid forms are available at the office of the Superintendent at Morehouse Parish School Board located at 4099 Naff Avenue, Bastrop, Louisiana. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com/rfp.php?cid=10075. For questions related to the electronic bidding process, please call Central Bidding at 225810-4814. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872. The number of bids will remain confidential until all bids are opened.<br /> <br /> <br />Jesse Winston, Jr., Superintendent <br />Morehouse Parish School Board<br /> <br />Dates to Publish:<br />April 17, 2025<br />April 24, 2025<br />May 1, 2025 <br /> <br />
https://www.centralauctionhouse.com/rfp93641751-hunting-lease--440-acres.html
17-Apr-2025 12:00:00 PM CDT |
08-May-2025 2:00:00 PM CDT |
St. Charles Parish Government |
Ormond Center Drainage Improvements
|
<br />ADVERTISEMENT FOR BIDS <br /><br />The Parish of St. Charles, hereby advertises bids for construction of ?Ormond Center Drainage Improvements (P190505)? as follows: <br /><br />Owner: St. Charles Parish<br />Project Title: ?Ormond Center Drainage Improvements? <br />Project No.: ?P190505? <br />Principal Work Location: ?Destrehan, LA? <br /> <br />Description of Basic Work: ?The scope of this project includes the removal and replacement of the existing drainage within the 30’ servitude that lies within the development of Ormond Center, and all supporting construction work such as removal and replacement of concrete pavement, curb, tributary drain lines, catch basins, water line etc. ? <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 ?11? a.m. local time on ?May 20, 2025?.</b> Promptly thereafter, the bids will be publicly opened and read aloud in the ?Council Chambers? of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. <br /><br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available to Contractors who are properly licensed in Louisiana or to bona fide suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, ?Stuart Consulting Group, Inc., 1018 Central Ave (Suite 200), Metairie, LA 70001?. <br /><br />A payment of $ ?250.00? in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D). <br /><br /><b>PreBid Conference: A PreBid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on ?May 6, 2025? at ?2? p.m. the St. Charles Parish Department of Public Works Conference Room, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is ?Mandatory?. Site visit to follow Pre-Bid Conference. </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 /><br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title. <br /><br /> St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation. <br /><br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening. <br /><br /> St. Charles Parish Council <br />Matthew Jewell, Parish President <br /><br /> Advertisement Source and Dates: <br />St. Charles Herald Guide <br />St. Charles Parish Website <br />Central Auction House <br />The Daily Journal of Commerce <br />The Times-Picayune/The New Orleans Advocate <br />McGraw-Hill Dodge of Hot Springs <br />Construct Connect <br /><br /> ??Thursday, April 17, 2025? <br />??Thursday, April 24, 2025? <br />??Thursday, May 01, 2025?
https://www.centralauctionhouse.com/rfp30074838-ormond-center-drainage-improvements.html
17-Apr-2025 12:00:00 PM CDT |
20-May-2025 11:00:00 AM CDT |
St. Charles Parish Government |
EMG 1001 - Three Year Contract Generator Rentals for Hurricane Season
|
Bid Packet - EMG 1001 - Three Year Contract Generator Rentals for Hurricane Season<br />Addendum #1 Added<br />Addendum #2 Added
https://www.centralauctionhouse.com/rfp22660893-emg-1001--three-year-contract-generator-rentals-for-hurricane-season.html
17-Apr-2025 11:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
Iberville Parish School Board |
Fiscal Agent
|
Per BID Specifications
https://www.centralauctionhouse.com/rfp72266403-fiscal-agent.html
17-Apr-2025 10:15:00 AM CDT |
05-May-2025 10:15:00 AM CDT |
Iberville Parish Government |
2025 MV 607 SBA 6X4 CONSTRUCTION DUMP TRUCK
|
https://www.centralauctionhouse.com/rfp70476651-2025-mv-607-sba-6x4-construction-dump-truck.html
17-Apr-2025 10:00:00 AM CDT |
01-May-2025 10:00:00 AM CDT |
Ascension Parish Government |
THE RIGHT TO ACT AS OFFICIAL JOURNAL FOR ASCENSION PARISH GOVERNMENT
|
SEALED BID<br />THE RIGHT TO ACT AS OFFICIAL JOURNAL FOR ASCENSION PARISH GOVERNMENT<br />PER LA. R.S. 43:141(A)<br /> <br />Sealed Bids will be received by the Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 until Thursday, May 15, 2025 @ 10:00 AM local time for the following:<br />Ascension Parish (Parish) is accepting Sealed Bids for The Right To Act As Official Journal for Ascension Parish Government.<br /> <br /> Specifications: <br />Bid to be submitted for a one (1) year period beginning July 2025 through June 2026.<br /> <br />Print to be standard size (same as used in paper’s news articles).<br /> <br />Bid price shall be submitted per Legal Square.<br /> <br />All vendors must be capable of receiving documents electronically via (e-mail).<br /> <br /> <br />Bid information shall be received in legible print by: Ascension Parish Government, Purchasing Department, 615 East Worthey Street, Gonzales, LA 70737 on or before 10:00 a.m. Central Standard Time on the specified date stated above. Electronic bid submittals are permitted via http://www.centralauctionhouse.com.<br />Unless submitting Bid via online, bids must be enclosed in a sealed envelope bearing on the outside, the name of the Bidder, Bidder’s address, and the name of the Bid item for which the bid is submitted. The bids will be publicly open and read aloud on the above stated date and time.<br />Specifications/Bid documents may be obtained at the Ascension Parish Government, Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. All addenda, corrections, and responses to this public notice shall be posted to http://www.centralauctionhouse.com.<br />The Parish shall not be responsible if the bidder cannot complete and submit a Bid due to failure or incomplete delivery of the files submitted via the internet.<br />The Parish reserves the right to disqualify any responses to Bids, Request for Qualifications, or Request for Proposals if it is not authorized to do business in the State of Louisiana.<br /> <br /> <br />The Parish reserves the right to reject any and all bids or proposals for just cause.<br /> <br /> <br /> <br />DONALDSONVILLE CHIEF - PLEASE PUBLISH 4/17 4/24 5/01/2025 <br />GONZALES WEEKLY - PLEASE PUBLISH 4/17 4/24 5/01/2025
https://www.centralauctionhouse.com/rfp41135671-the-right-to-act-as-official-journal-for-ascension-parish-government.html
17-Apr-2025 10:00:00 AM CDT |
15-May-2025 10:00:00 AM CDT |
Iberville Parish Government |
2025 MV 607 SBA 4X2 CONSTRUCTION DUMP TRUCK
|
https://www.centralauctionhouse.com/rfp4843114-2025-mv-607-sba-4x2-construction-dump-truck.html
17-Apr-2025 8:00:00 AM CDT |
01-May-2025 10:00:00 AM CDT |
Iberville Parish Government |
SALE OF SURPLUS EQUIPMENT
|
https://www.centralauctionhouse.com/rfp46455030-sale-of-surplus-equipment.html
17-Apr-2025 8:00:00 AM CDT |
08-May-2025 10:00:00 AM CDT |
Iberville Parish School Board |
Duplicating Paper
|
per BID specifications
https://www.centralauctionhouse.com/rfp7258141-duplicating-paper.html
17-Apr-2025 8:00:00 AM CDT |
05-May-2025 10:45:00 AM CDT |
School Food and Wellness Group |
Lafayette Charter Foundation FSMC RFP SY 25-26
|
<br />Lafayette Charter Foundation, located in Lafayette, LA, is seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. An onsite pre-bid meeting will be held on Tuesday, April 29, 2025, at 2:00 PM CST at 205 Vienne Lane, Lafayette, LA 70507 (site 1) and at 3:00 PM CST at 306 Acadian Hills Lane, Lafayette, LA 70507 (site 2). Attendance at the pre-bid meeting is mandatory. We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]).<br />The proposal deadline is May 20, 2025, at 3:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House
https://www.centralauctionhouse.com/rfp9797958-lafayette-charter-foundation-fsmc-rfp-sy-25-26.html
17-Apr-2025 12:00:00 AM CDT |
20-May-2025 3:00:00 PM CDT |
School Food and Wellness Group |
South Louisiana Charter Foundation (Iberville Charter Academy) FSMC RFP SY 25-26
|
Iberville Charter Academy, located in Plaquemine, LA, is seeking a Food Service Management Company to begin services starting July 1, 2025, through June 30, 2026. An onsite pre-bid meeting will be held on Thursday, May 15, 2025, at 2:00 PM CST at 24360 Enterprise Blvd. Plaquemine, LA 70764. Attendance at the pre-bid meeting is mandatory. We ask for all questions to be submitted in writing to Brooke Stikes (
[email protected]).<br />The proposal deadline is June 5, 2025, at 2:00 PM CST. Respondents must submit one (1) electronic copy to Central Bidding House.
https://www.centralauctionhouse.com/rfp8801037-south-louisiana-charter-foundation-iberville-charter-academy-fsmc-rfp-sy-25-26.html
17-Apr-2025 12:00:00 AM CDT |
05-Jun-2025 2:00:00 PM CDT |
City of St. Martinville |
St. Martinville Sewer Main Extention
|
NOTICE TO BIDDERS<br /> <br />CONTRACT NO. 2<br />SEWER MAIN EXTENSION<br />FOR THE<br />CITY OF ST. MARTINVILLE<br />ST. MARTIN PARISH, LOUISIANA<br /> <br /> <br />Sealed bids will be received by the City of St. Martinville at any time or day prior to, but no later than<br /> 11 a.m. on May 14 , 2025 for the above listed project.<br /> <br />The project scope includes the installation of approximately 1,600 ln. ft. of 10” sewer lines, manholes, and other miscellaneous work.<br /> <br />Bids may be mailed to City of St. Martinville, Attn: Lorrie Poirier, Clerk (Executive Assistant), P.O. Box 379, St. Martinville, LA 70582, or delivered to 120 New Market St. St. Martinville, LA 70582, between the hours of 7:30 a.m. and 4:30 p.m. Monday thru Thursday and 7:30 a.m. and 11:00 a.m. on Friday prior to the bid opening. Bid documents may also be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed below.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on May 14 , 2025 at 11 a.m. in the City of St. Martinville Council Chambers, located in City Hall at 120 New Market Street, St. Martinville, Louisiana. The construction cost estimate will be read aloud upon opening of bids.<br /> <br />The project is receiving construction grant assistance from the Louisiana Department of Environmental Quality CWSRF Loan Program and the American Rescue Plan Act-Water Sector Program. Refer to the Federal Provisions for Construction Contracts for special requirements.<br /> <br />The prime contractor and all subcontractors must have an active Unique Entity ID (SAM) as verified on www.sam.gov prior to beginning construction and throughout the term of the contract.<br /> <br />The Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.<br /> <br />All contractors and subcontractors will be required to comply with the Davis-Bacon Act pertaining to the minimum wage rates, the Anti-Kickback Act, the Contract Work Hours Standards Act and the Local Public Works Payroll Evaluation Program.<br /> <br />In particular, bidders should note the required attachments and certifications to be executed and submitted with the bid proposal. The following Federal requirements are applicable to this contract:<br /> <br />Presidential Executive Orders 11625, 12138, and 12432, Women's and Minority Business Enterprise.<br />Presidential Executive Order 12549, Debarment and Suspension.<br />Presidential Executive Order 11246, Equal Employment Opportunity.<br />Use of American iron and steel and/or Build American/Buy American.<br />Historical Preservation Clause: 36 CFR Part 800<br />Endangered Species Clause: Endangered Species Act of 1973 <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner’s approval.<br /><br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier's check, money order or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law R.S. 37:2150-2173 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification of Municipal and Public Works Construction in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers.<br /> <br />The contract is to be financed in whole or in part by bonds which are required to be sold after receipt of bids, or by federal or other funds which will not be readily available at the time bids are received. In accordance with R.S. 38.2215D, Bidders may not withdraw their bid within one hundred twenty (120) days after the actual date of opening thereof. The Owner reserves the right to reject any and all bids for just cause in accordance with Louisiana R.S. 38.2214B.<br /> <br />The contract documents may be examined on all business days at the following locations during the specified hours:<br /> <br />1. McBade Engineers and Consultants, LLC, 327 Iberia Street, Suite 5, Youngsville, Louisiana 70592<br />8:00 a.m. to 12:00 Noon and 1:00 p.m. to 5:00 p.m. (Monday thru Thursday)<br />8:00 a.m. to 12:00 Noon (Friday)<br /> <br />Contract documents may be obtained at the office of McBade Engineers and Consultants, LLC, 327 Iberia Street, Suite 5, Youngsville, Louisiana 70592, Phone Number (337) 451-5823, upon payment of one hundred dollars ($100.00) for each complete set. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit (less actual cost of reproduction) will be refunded upon return of the documents no later than ten (10) days after receipt of bids. They will not be mailed without such a request. Plans and specifications shall be available until twenty-four (24) hours before the bid opening date.<br /> <br /> <br />JASON WILLIS, MAYOR<br />CITY OF ST. MARTINVILLE<br /> <br /> <br /> <br />Publication Dates: April 16, 2025 , April 23, 2025 , and April 30, 2025
https://www.centralauctionhouse.com/rfp55604119-st-martinville-sewer-main-extention.html
17-Apr-2025 12:00:00 AM CDT |
14-May-2025 11:00:00 AM CDT |
Iberville Parish School Board |
Frozen & Staple Food Items Bid #SFS-2526-07
|
Per bid specifications
https://www.centralauctionhouse.com/rfp44365155-frozen-staple-food-items-bid-sfs-2526-07.html
17-Apr-2025 12:00:00 AM CDT |
06-May-2025 9:00:00 AM CDT |
Cameron Parish School System |
All Food, Non-Food, Produce, and Milk 2025-2026 SY
|
Cameron Parish School Board<br />To: Vendors<br />From: Missy Polle, School Nutrition Supervisor<br />Subject: All Food, Non Food, Produce, and Milk - Bid Number 2025-09-02<br />Enclosed is our Bid for 2025-2026 School Year. Vendors may submit by line items or all or none bid. Bid will be awarded to vendor/s most advantageous to the school food authority.<br />Missy Poole 510 Marshall St. Cameron, La 70631
[email protected] Phone 337-775-5784 Ext 1013<br />Bid Opening will be a 10:am May 08, 2025 with the formal award at the June School Board Meeting June 2, 2025<br />Enclosed USDA forms must be completed and returned with the sealed bids.<br />
https://www.centralauctionhouse.com/rfp9274996-all-food-non-food-produce-and-milk-2025-2026-sy.html
17-Apr-2025 12:00:00 AM CDT |
08-May-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
Denham Springs High School STEM and Robotics Center Classroom Building Addition
|
Denham Springs High School STEM and Robotics Center Classroom Building Addition<br /><br />If you have any questions, please contact Domain Architecture.<br /><br />Domain Architecture<br />11130 Industriplex Blvd., Suite 200<br />Baton Rouge, LA 70809<br />225-216-3770<br />
https://www.centralauctionhouse.com/rfp31019807-denham-springs-high-school-stem-and-robotics-center-classroom-building-addition.html
17-Apr-2025 12:00:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
St. Charles Parish Government |
Ormond Railway Culverts Project
|
Project is to install 5 culverts under the ICG Railroad in Destrehan. Work will require relocation of a waterline along the railroad<br /><br />Note: Mandatory pre-bid meeting.<br /><br />All bid shall be on the documents provided.
https://www.centralauctionhouse.com/rfp74494934-ormond-railway-culverts-project.html
17-Apr-2025 12:00:00 AM CDT |
20-May-2025 10:00:00 AM CDT |
Iberville Parish School Board |
2598M02- MSA West Driveway Improvement Project
|
<p>April 17th,2025 <br /><br /> <br /><br />Advertisement for Bids <br /><br /> <br /><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), Monday, May 12th, 2025, for the following: <br /><br />MSA-West Driveway Improvements (IPSB Project #2598M01) <br /><br /> <br /><br />NOTE ** Outer envelope if mailed shall be marked SEALED BID. <br /><br />Please find bid-related materials and place electronic bids at – www.centralbidding.com <br /><br /> <br /><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 /> <br /><br />A Mandatory Pre-Bid Conference will be held at 10:00 a.m. CDT on May 1st, 2025, <br /><br />at IPSB Maintenance Office 59125 Bayou Rd., Plaquemine, LA 70764. <br /><br />No bid will be accepted from any contractor who did not attend and sign in at the Pre-Bid Conference. <br /><br /> <br /><br />Preliminary bid information may be obtained by contacting the Engineering Firm listed below: <br /><br /> <br /><br />Hess Engineers, LLC <br /><br />(225) 687-6120 <br /><br />P.O. Box 413 <br /><br />Plaquemine, LA 70764 <br /><br /> <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 /> <br /><br />Insertion Dates:<br /><br />April 17th,2025 <br /><br />April 24th,2025 <br /><br />May 1st, 2025 </p>
https://www.centralauctionhouse.com/rfp97393395-2598m02-msa-west-driveway-improvement-project.html
17-Apr-2025 12:00:00 AM CDT |
12-May-2025 2:00:00 PM CDT |
Ascension Parish Government |
Maintenance Services for Parish HVAC Maintenance
|
<h1 style="text-align: center;">REQUEST FOR PROPOSALS</h1> <br />Request for proposals will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>May 15, 2025</b>, at 3:00 p.m. (CT) for the following:<br /> <br /> <h1 style="text-align: center;">Maintenance Services for Parish HVAC Maintenance</h1><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) hereby issues a Request for Proposals (RFP) from vendors for a time and materials task order driven contract to support the Parish with HVAC Maintenance and Repair. <br /><br /><b>PROJECT DESCRIPTION: </b><br />The Ascension Parish Facilities Department is soliciting proposals to establish labor rates to repair heating and air conditioning systems in parish facilities.<br /> <br />The selected contractor shall supply all parts, equipment and materials required for the work. A dollar volume of business is not implied or guaranteed since the contractor will be requested to handle the overflow work of the Parish.<br /> <br />The hourly labor rate shall include one mechanic, truck and tools.<br /> <br />The Parish shall pay only for actual hours worked, at the jobsite, for the number of contract personnel authorized for the work. Minimum charges or call out charges shall not be paid.<br /> <br />Travel expenses shall not be paid.<br /><br />Contractor shall perform all monthly/yearly service needs according to the manufacturers’ recommendations, but at a minimum of four (4) times per year (filter change, equipment upkeep, cleaning, etc.) as well as serve as the on-call repair technician<br /> <br />All questions regarding the RFP shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CT) on <b>April 29, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CT) no later than <b>May 6, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFP must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Standard Time on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the proposal submission deadline (i.e. the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 4/17/2025, 4/24/2025, 5/1/2025<br />GONZALES WEEKLY PLEASE PUBLISH 4/17/2025, 4/24/2025, 5/1/2025
https://www.centralauctionhouse.com/rfp26937881-maintenance-services-for-parish-hvac-maintenance.html
17-Apr-2025 12:00:00 AM CDT |
15-May-2025 3:00:00 PM CDT |
Assumption Parish Police Jury |
Marias/Supreme Drainage Improvements Project - RFQ
|
Request for Qualifications for Engineering Services to complete<br />Marias/Supreme Drainage Improvements Project<br /> <br />Assumption Parish Police Jury (APPJ) is issuing a Request for Qualifications (RFQs) from individuals and/or firms interested in providing professional services for the engineering and design of the Marias Drainage Improvements Project in Assumption Parish. This project will provide significant drainage improvements in Ward 4 of Assumption Parish in the geographical location of Supreme/Marias area generally North from Cancienne Canal, South to the Labadieville Community, East by Bayou Lafourche, West by Lake Verret Basin. The project intends to reduce flood risk and mitigate current flooding in and around the Marias Community through expected improvements in drainage features including: culverts, roadside ditches, and other similar features. The goal of this project is to improve insufficient drainage, which frequently causes properties, businesses, rural streets, and farms to be inundated.<br /> <br />The responses must be received via the Assumption Parish website (www.assumptionla.com) or hand delivered to the Assumption Parish Police Jury (APPJ) office located 4813 Highway 1, Napoleonville, LA 70390 on or before the date and time specified in the Schedule of Events. Proposals may also be submitted by certified or registered mail with return receipt requested to P. O. Box 520, Napoleonville, LA 70390 but MUST be received and date stamped as received in the Assumption Parish Police Jury Administrative office no later than the deadline as stated in the Schedule of Events.<br /> <br />Submittals & Schedule of Events:<br />SCHEDULE OF EVENTS<br />Activity<br />Date<br />Public Notice of RFQ<br />April 15, 2025<br />April 22, 2025<br />April 29, 2025<br />Deadline for receipt of written inquiries<br />May 5, 2025<br />Issue Responses to written inquires<br />May 7, 2025<br />Deadline for receipt of RFQ responses<br />May 12, 2025 @ 3:00 PM CST<br /> <br />Requests for Qualifications to be opened at a later time and evaluated by a committee of (5) members as appointed by the Assumption Parish Police Jury. Request for Qualifications specifications can be found on the Assumption Parish website (www.assumptionla.com ). You may also contact Tawanya Tyler with the Assumption Parish Police Jury at 985-369-2026 should you have questions or are having trouble locating the Request for Qualifications packet.<br /> <br />Publish:<br />April 15, 2025<br />April 22, 2025<br />April 29, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp815995-mariassupreme-drainage-improvements-project--rfq.html
16-Apr-2025 7:00:00 PM CDT |
12-May-2025 3:00:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Rebid Portioned Juice 2025
|
NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br /> <br />1 Year Office Supplies:<br />May 14nd, 2025 1:00 PM<br />1 Year Juice (Re-bid)<br />May 14th, 2025<br /> <br />At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected]. The deadline to request documents or ask questions is 24 hours prior to bid opening.<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp14733441-rebid-portioned-juice-2025.html
16-Apr-2025 1:00:00 PM CDT |
14-May-2025 12:45:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Office /First Aid Supplies-2025
|
NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br /> <br />1 Year Office Supplies:<br />May 14nd, 2025 1:00 PM<br />1 Year Juice (Re-bid)<br />May 14th, 2025<br /> <br />At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected]. The deadline to request documents or ask questions is 24 hours prior to bid opening.<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br /> <br />
https://www.centralauctionhouse.com/rfp92783290-office-first-aid-supplies-2025.html
16-Apr-2025 1:00:00 PM CDT |
14-May-2025 12:45:00 PM CDT |
Jefferson Parish Government |
50-00147379 Two (2) Year Contract for Bridge Repair and Maintenance for the Jefferson Parish Department of Public Works- Streets
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147379<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 20, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Contract for Bridge Repair and Maintenance for the Jefferson Parish Department of Public Works- Streets<br />The project consists of Pavement Removal and Disposal and Replacement<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The successful bidder will be required to furnish a payment bond and a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />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 />ADV - 2<br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at General Government Building 200 Derbigny St. Suite 4400 Gretna, La 70053 on May 1, 2025 at 10:00 A.M. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: April 16, 23 and 30, 2025<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/rfp29150823-50-00147379-two-2-year-contract-for-bridge-repair-and-maintenance-for-the-jefferson-parish-department-of-public-works-streets.html
16-Apr-2025 12:00:00 PM CDT |
20-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147533 - Three (3) Year Contract to Provide on an as Needed Basis, Collection of Used Waste Motor Oil Fluids from Jefferson Parish Facilities for All Departments of Environmental Affairs
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147533<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 15, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Three (3) Year Contract to Provide on an as Needed Basis, Collection of Used Waste Motor Oil Fluids from Jefferson Parish Facilities for All Departments of Environmental Affairs<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: April 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/rfp76693998-5000147533--three-3-year-contract-to-provide-on-an-as-needed-basis-collection-of-used-waste-motor-oil-fluids-from-jefferson-parish-facilities-for-all-departments-of-environmental-affairs.html
16-Apr-2025 11:36:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147709 - One (1) Year Labor Only Contract to Troubleshoot, Repair, Install, and Calibrate Commercial Kitchen Equipment for the Jefferson Parish Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147709<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 20, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. <br />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 />One (1) Year Labor Only Contract to Troubleshoot, Repair, Install, and<br />Calibrate Commercial Kitchen Equipment for the Jefferson Parish Department of General Services<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 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/rfp28972782-5000147709--one-1-year-labor-only-contract-to-troubleshoot-repair-install-and-calibrate-commercial-kitchen-equipment-for-the-jefferson-parish-department-of-general-services.html
16-Apr-2025 10:21:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-011 Seeking Persons or Firms Interested and Qualified to Provide Professional Engineering Services Related to the Design and Construction to Upgrade the Existing Drainage Pump at Hoey's Canal near the 17th Street Canal
|
Corrected<br />Page 1 of 3<br />PUBLIC NOTICE<br />SOQ #25-011<br />Hoey’s Canal Drainage Pump Station Improvements<br />The Parish of Jefferson authorized by Resolution No. 146047 is hereby soliciting the submittal of a Statement of Qualifications (Technical Evaluation Committee (TEC) Questionnaire) from persons or firms interested and qualified to provide professional engineering services related to the design and construction to upgrade the existing drainage pump station at Hoey’s Canal near the 17th Street Canal. (Council District 5)<br />Deadline for Submissions: 3:30 p.m on May 02, 2025<br />________________________________________________________________<br />General<br />The scope of work associated with this project consists of improvements to the existing drainage pump station at Hoey’s Canal near the 17th Street Canal.<br />Projects may include the following supplemental services: surveying and geotechnical services.<br />The firms submitting a Statement of Qualifications (TEC Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (TEC Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<br />Compensation<br />Compensation for the required design services will be made on an hourly rate basis or a fixed fee basis, or a combination of both, depending on scope and complexity of the work. The Parish reserves the right to determine the method of payment (hourly or fixed) for each individual assignment.<br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized salary costs plus a fee to cover overhead costs and profit in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br />For fixed fee work, the fee shall be negotiated with the firm by the Jefferson Parish Department of Capital Projects and shall be mutually agreeable to both parties.<br />Compensation for supplemental services, if required, shall be in the form of a “lump sum” for each supplemental service, which shall be mutually agreeable to the Parish and the Consultant.<br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br />Minimum Requirements for Selection<br />1. The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire);<br />Corrected<br />Page 2 of 3<br />2. The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional engineer in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:” of TEC Professional Services Questionnaire);<br />3. The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline (Section D. of TEC Professional Services Questionnaire)<br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br />Evaluation Criteria<br />The following criteria shall be used to evaluate each firm submitting a Statement of Qualifications:<br />(1) Professional training and experience both generally and in relation to the type and magnitude of work required for the particular project. - (Maximum points awarded shall be 35).<br />(2) Size of firm considering the number of professional and support personnel required to perform the type of engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration. – (Maximum points awarded shall be 10).<br />(3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel. – (Maximum points awarded shall be 20).<br />(4) Past Performance by person or firm on projects of or similar comparable size, scope, and scale. Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee meeting. – (Maximum points awarded shall be 10).<br />(5) Location of the principal office. Preference shall be given to persons or firms with a principal business office follows: (1) Jefferson Parish, including municipalities located within Jefferson Parish (15 points); (2) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles, and St. Tammany Parishes (12 Points); (3) Parishes other than the foregoing (10 Points); (4) Outside the State of Louisiana (6 Points). – (Maximum points awarded shall be 15).<br />(6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person of firm performing professional services, excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the<br />Corrected<br />Page 3 of 3<br />Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded. – (Maximum points awarded shall be 15). (7) Prior successful completion of projects of the type and nature of the engineering services, as defined, for which firm has provided verifiable references. – (Maximum points awarded shall be 15).<br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members, shall be deemed qualified to perform these professional services.<br />The person or firm submitting a Statement of Qualification (TEC PROFESSIONAL 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 (Choose which Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<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 />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br />No submittals will be accepted after the deadline.<br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br />ADV: The New Orleans Advocate: April 16 and 23, 2025
https://www.centralauctionhouse.com/rfp78224044-soq-25-011-seeking-persons-or-firms-interested-and-qualified-to-provide-professional-engineering-services-related-to-the-design-and-construction-to-upgrade-the-existing-drainage-pump-at-hoeys-canal-n.html
16-Apr-2025 10:00:00 AM CDT |
02-May-2025 3:30:00 PM CDT |
Port of South Louisiana |
REQUEST FOR PROPOSALS ANNUAL MAINTENANCE DREDGING
|
Contractor to provide annual maintenance dredging.
https://www.centralauctionhouse.com/rfp98868916-request-for-proposals-annual-maintenance-dredging-.html
16-Apr-2025 10:00:00 AM CDT |
20-May-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147741 - Purchase of High-Speed Turbo Blowers for the Jefferson Parish Department of Sewerage
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147741<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 1, 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 High-Speed Turbo Blowers for the Jefferson Parish Department of Sewerage<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: April 16, and 23, 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/rfp91244015-5000147741--purchase-of-high-speed-turbo-blowers-for-the-jefferson-parish-department-of-sewerage.html
16-Apr-2025 9:11:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
Lafourche Parish School District |
PRE-OWNED 2006 DODGE RAM 1500
|
Old unit 2 was working the last time we ran it a few years ago 2023. The battery is probably dead now.<br />The radiator was replaced in 2022<br />Tires were replaced again in 2021<br />Water pump replaced again in 2019<br />Brake job in 2017<br />A/C repaired again in 2016<br />Body work done to truck bed in 2015 <br />Water pump replaced in 2010<br />Tires were replaced in 2010<br />A/C repaired in 2009<br />Numerous oil changes throughout it’s history<br /><br />VIN NO. 1D7HA18N46S614798<br />MILEAGE: 250,000+
https://www.centralauctionhouse.com/rfp81804244-pre-owned-2006-dodge-ram-1500.html
16-Apr-2025 9:00:00 AM CDT |
07-May-2025 9:00:00 AM CDT |
St. Tammany Parish School Board |
COPIER SERVICE FOR DISTRICT
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp50593440-copier-service-for-district.html
16-Apr-2025 9:00:00 AM CDT |
19-May-2025 3:00:00 PM CDT |
St. Tammany Parish School Board |
ATHLETIC TRAINING SERVICES
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp76203635-athletic-training-services.html
16-Apr-2025 9:00:00 AM CDT |
16-May-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
RFP DISASTER DEBRIS MONITORING
|
REQUEST FOR PROPOSALS<br /> <br />Notice is hereby given that sealed proposals will be received in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 20th day of May, 2025 for the following:<br /> <br />RFP DISASTER DEBRIS MONITORING<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Proposals received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed proposals may be hand carried or mailed to the address listed above.<br /> <br />Proposals shall be either hand delivered or mailed in a sealed envelope to the address listed below. Proposals received after the appointed time will be determined non-responsive and will not be opened. Sealed proposals must be submitted as one (1) hard copy original, three (3) clearly marked copies, and one (1) electronic version on a separate removable device (e.g., USB drive). Vendor shall submit a redacted copy of the proposal excluding any Proprietary or Confidential Information marked as redacted. Cost Proposals shall be submitted in a separate envelope marked Cost Proposals. Proposals should be sent to 705 West University Avenue, Lafayette, LA 70506 attention Heather Kestler. <br /> <br />Copies of the RFP specifications are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8071(Attn: Heather Kestler). RFP specifications shall be available until twenty-four (24) hours before the proposal opening date. <br /> <br />No Vendor may withdraw his proposal for at least ninety (90) days after the time scheduled for the opening of proposals. Each proposal shall follow the instructions listed in the RFP regarding submittal of their proposal. <br /> <br />Proposals will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Proposals. The Lafayette Consolidated Government reserves the right to reject any and all proposals or any portions thereof, to waive informalities and to select the material that best suits its needs. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4/16, 4/20, 4/27<br />DPR # 993895REQUEST FOR PROPOSALS<br /> <br />Notice is hereby given that sealed proposals will be received in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 20th day of May, 2025 for the following:<br /> <br />RFP DISASTER DEBRIS MONITORING<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Proposals received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed proposals may be hand carried or mailed to the address listed above.<br /> <br />Proposals shall be either hand delivered or mailed in a sealed envelope to the address listed below. Proposals received after the appointed time will be determined non-responsive and will not be opened. Sealed proposals must be submitted as one (1) hard copy original, three (3) clearly marked copies, and one (1) electronic version on a separate removable device (e.g., USB drive). Vendor shall submit a redacted copy of the proposal excluding any Proprietary or Confidential Information marked as redacted. Cost Proposals shall be submitted in a separate envelope marked Cost Proposals. Proposals should be sent to 705 West University Avenue, Lafayette, LA 70506 attention Heather Kestler. <br /> <br />Copies of the RFP specifications are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8071(Attn: Heather Kestler). RFP specifications shall be available until twenty-four (24) hours before the proposal opening date. <br /> <br />No Vendor may withdraw his proposal for at least ninety (90) days after the time scheduled for the opening of proposals. Each proposal shall follow the instructions listed in the RFP regarding submittal of their proposal. <br /> <br />Proposals will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Proposals. The Lafayette Consolidated Government reserves the right to reject any and all proposals or any portions thereof, to waive informalities and to select the material that best suits its needs. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4/16, 4/20, 4/27<br />DPR # 993895
https://www.centralauctionhouse.com/rfp54310677-rfp-disaster-debris-monitoring.html
16-Apr-2025 8:00:00 AM CDT |
20-May-2025 4:00:00 PM CDT |
England Economic and Industrial Development District |
Front Brush Style Self-Propelled Sweeper OR Approved Equal
|
</br></br><div style="text-align: center;"><strong>INVITATION TO BID</strong><br /></br>
<strong>FRONT BRUSH STYLE SELF-PROPELLED SWEEPER OR APPROVED EQUAL</strong></div></br>The England Economic and Industrial Development District is receiving separate sealed bids for a minimum of one new 2024 or 2025 model Front Brush Style Self-Propelled Sweeper or APPROVED EQUAL delivered to England Authority Main Office, 1611 Arnold Drive, Alexandria, La., 71303. Bids are to be delivered to the Purchasing Office, 1611 Arnold Drive, Alexandria, Louisiana 71303, Building 1803 (England Authority Administration Building), until 2:00 P.M. Central Time, Thursday, May 1, 2025, and then at said location publicly opened and read aloud.<br /><br />
<strong>NOTE:</strong> If vendors would prefer to have a fillable version of the attached PDF, please contact Kate Wells at <a href="mailto:
[email protected]">
[email protected]</a><br /><br />Complete specifications may be obtained by contacting:</br></br><div style="text-align: center;">Kate Wells<br />England Authority<br />1611 Arnold Drive<br />Alexandria, LA 71303<br />For more information contact:<br />
[email protected]<br />Telephone (318) 427-6405<br /><br /> </div>
https://www.centralauctionhouse.com/rfp49221995-front-brush-style-self-propelled-sweeper-or-approved-equal.html
16-Apr-2025 8:00:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
2024 Or Newer Subsite Camera System Truck
|
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 2:00 pm Central Time on the 1st day of May, 2025 for the following:<br /> <br /> 2024 OR NEWER SUBSITE CAMERA SYSTEM TRUCK<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212. vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Thomas Metrejean at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account. <br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />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: 4-16-25, 4-20-25<br />DPR # 993170<br /> <br />
https://www.centralauctionhouse.com/rfp8474938-2024-or-newer-subsite-camera-system-truck.html
16-Apr-2025 8:00:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 11-25-05: Construction of Multi-Purpose Building at Ball Elementary
|
ADVERTISEMENT - INVITATION TO BID<br />Sealed bids will be received in the Purchasing Department of the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana 71301 until 2:00 PM, Thursday, May 15, 2025 for:<br /> <br />Construction of Multi-Purpose Building at Ball Elementary<br />(BID 11-25-05)<br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time (2:00 pm, Thursday, May 15, 2025) will be returned unopened.<br />Technical Specification and Drawings: Specifications and Drawings may be obtained from: Ashe, Broussard, Weinzettle Architects, 301 Jackson Street, Suite 205, Alexandria, LA 71301; Telephone: 318-473- 0252 upon deposit of One hundred Dollars and No/100 ($100.00) for each set of documents. The full deposit of the first set of hard copy Bid Documents is fully refundable to all bona fide prime contractors submitting a quote upon return of the documents, in good condition, no later than ten (10) days after receipt of quotes. The deposit of additional sets issued to prime contractors and for subcontractors is 50% refundable after return of quote documents in good condition, no later than ten (10) days after receipt of quotes. Documents are also available in PDF at no charge. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br />All bids must be accompanied by an original bid security equal to five (5%) of the total amount bid and must be in the form of a Bid Bond written by a company licensed to do business in the State of Louisiana.<br />There will be a Non-Mandatory Pre-Bid Meeting on Wednesday, May 7, 2025 at 1:00 pm at Ball Elementary School, Front Office.<br />Award will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br />Subject to the provisions of R.S. 38:2211, et seq., the Rapides Parish School Board reserves the right to reject any or all bids for just cause. Each bidder, shall submit with their bid satisfactory evidence that they have complied with the requirements of the LA Contractor's Licensing Law, Louisiana R.S. 37:2150, et seq., and are fully qualified to enter into contract with the Rapides Parish School Board.<br />Bid envelopes shall be marked "Construction of Multi-Purpose Building at Ball Elementary– Bid # 11-25-05” and delivered to:<br /> <br />Purchasing Department Rapides Parish School Board 619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO<br />/t/ Ms. Elizabeth A. Domite, CFO<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />Publication Dates: April 16, 2025<br />April 23, 2025<br />April 30, 2025
https://www.centralauctionhouse.com/rfp26550855-bid-11-25-05-construction-of-multi-purpose-building-at-ball-elementary.html
16-Apr-2025 8:00:00 AM CDT |
15-May-2025 2:00:00 PM CDT |
Iberia Parish School Board |
Bid #1166 - Coteau Elementary Wastewater Treatment Plant Replacement
|
NON-MADATORY PRE-BID CONFERENCE = Thursday, May 1, 2025 at 10:00 a.m. CST<br />BIDS ARE DUE = Tuesday, May 13, 2025 by 2:30 p.m. CST<br />BIDS WILL BE OPENED AND READ = Tuesday, May 13, 2025 by 2:30 p.m. CST
https://www.centralauctionhouse.com/rfp2782311-bid-1166--coteau-elementary-wastewater-treatment-plant-replacement.html
16-Apr-2025 7:00:00 AM CDT |
13-May-2025 2:30:00 PM CDT |
Iberia Parish School Board |
Bid #1165 - Stronger Connection: Video Entry Devices
|
NON-MADATORY PRE-BID CONFERENCE = Wednesday, April 30, 2025 at 2:00 p.m. CST<br />BIDS ARE DUE = Tuesday, May 13, 2025 by 2:15 p.m. CST<br />BIDS WILL BE OPENED AND READ = Tuesday, May 13, 2025 at 2:15 p.m. CST
https://www.centralauctionhouse.com/rfp15939051-bid-1165--stronger-connection-video-entry-devices.html
16-Apr-2025 7:00:00 AM CDT |
13-May-2025 2:15:00 PM CDT |
Iberia Parish School Board |
Bid #1164 - Stronger Connections : Security Fencing
|
NON-MADATORY PRE-BID CONFERENCE = Wednesday, April 30, 2025 at 1:30 p.m. CST<br />BIDS ARE DUE = Tuesday, May 13, 2025 by 2:00 p.m. CST<br />BIDS WILL BE OPENED AND READ = Tuesday, May 13, 2025 at 2:00 p.m. CST
https://www.centralauctionhouse.com/rfp66390663-bid-1164--stronger-connections--security-fencing.html
16-Apr-2025 7:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Iberia Parish School Board |
Bid #1157 - Iberia Parish Career Center Expansion
|
NON-MADATORY PRE-BID CONFERENCE = Wednesday, April 30, 2025 at 9:00 a.m. CST<br />BIDS ARE DUE = Wednesday, May 21, 2025 by 5:30 p.m. CST<br />BIDS WILL BE OPENED AND READ = Wednesday, May 21, 2025 at 5:30 p.m. CST<br />
https://www.centralauctionhouse.com/rfp4075067-bid-1157--iberia-parish-career-center-expansion.html
16-Apr-2025 7:00:00 AM CDT |
21-May-2025 5:30:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-MAY-1401 2025 Kia Vehicles
|
Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 10:00 a.m. Wednesday May 14, 2025 at the Jefferson Parish Sheriff’s Office Administrative Complex, 1233 Westbank Expressway, Harvey, La. 4th floor, room 411. Bid will be opened at 10:00 a.m., Wednesday May 14, 2025 and read aloud for:<br /> <br />2025 Kia Vehicles<br /> <br />Detailed list of specifications is available at the above address. The Sheriff, Parish of Jefferson, reserves the right to accept or reject any and all bids in whole or in part and waive formalities.<br /> <br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />Bid # 25-MAY-1401<br /> <br />ADV: The New Orleans Advocate<br />April 16, 23 and 30, 2025
https://www.centralauctionhouse.com/rfp85209550-25-may-1401-2025-kia-vehicles.html
16-Apr-2025 6:00:00 AM CDT |
14-May-2025 10:00:00 AM CDT |
Sabine Parish Police Jury |
New Dump Truck
|
The Sabine Parish Police Jury will accept sealed bids until 10:00 a.m., May 2, 2025, at the Police Jury Office in the Sabine Parish Courthouse, 400 S. Capitol Street, Room 101, Many, Louisiana 71449 for a new dump truck. At that time, the sealed bids will be opened and publicly read aloud. The bids will then be presented to the Police Jury during its next meeting, at which time they will be reviewed for award.
https://www.centralauctionhouse.com/rfp39155475-new-dump-truck.html
16-Apr-2025 12:00:00 AM CDT |
02-May-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Franklinton Readiness Center HVAC Repair, Franklinton, LA
|
See attached solicitation for: Franklinton Readiness Center HVAC Repair, Franklinton, LA
https://www.centralauctionhouse.com/rfp13525781-franklinton-readiness-center-hvac-repair-franklinton-la.html
16-Apr-2025 12:00:00 AM CDT |
16-May-2025 11:00:00 AM CDT |
Tangipahoa Parish School System |
Hood Mounted Fire Extinguisher Service Request for Quote
|
Request for Quotes for Hood-Mounted Fire Extinguisher Services For 28 Schools for the<br /> <br />TANGIPAHOA PARISH SCHOOL SYSTEM<br />59660 PULESTON ROAD<br />AMITE, LA 70422<br /> <br />Quotes for Hood-Mounted Fire Extinguisher Services For 28 Schools will be accepted until 2:00 p.m., Tuesday May 6th, 2025
https://www.centralauctionhouse.com/rfp49163714-hood-mounted-fire-extinguisher-service-request-for-quote.html
15-Apr-2025 2:00:00 PM CDT |
06-May-2025 10:00:00 AM CDT |
Calcasieu Parish School System |
2026-08_Food,Produce,Bread
|
2026-08_Food,Produce,Bread
https://www.centralauctionhouse.com/rfp78366811-2026-08_foodproducebread-.html
15-Apr-2025 11:00:00 AM CDT |
07-May-2025 11:00:00 AM CDT |
Diocese of Lake Charles |
St. Martin de Porres Catholic Church Demolition of Storm Damaged Structures
|
NOTICE TO BIDDERS<br /> <br />The Diocese of Lake Charles will receive bids until 10:00 A.M., Thursday, May 15th, 2025 at Champeaux Evans Hotard, Architects, 702 Dr. Michael DeBakey Drive, Lake Charles, LA 70601 for “St. Martin de Porres Catholic Church Demolition of Storm Damaged Structures for the Diocese of Lake Charles”. 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 thirty (30) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. Evidence of authority to submit the bid shall be required in accordance with R.S. 38:2212 (5) and/or R.S. 39:1594 (C) (4).<br /> <br />Each bid must be placed in an opaque envelope, sealed, and marked on the outside,<br />“St. Martin de Porres Catholic Church Demolition of Storm Damaged Structures for the Diocese of Lake Charles” contractor name, address and license number of the bidder, to be opened at 10:00 A.M., Thursday, May 15th, 2025 at Champeaux Evans Hotard, Architects, 702 Dr. Michael DeBakey Drive, 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 9:00 a.m. on Tuesday, April 29th at 5326 Elliott Road, Lake Charles, LA 70605.<br /> <br />For bonding purposes only, the total budget for this project is $150,000.*<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 /> <br />Diocese of Lake Charles
https://www.centralauctionhouse.com/rfp63703906-st-martin-de-porres-catholic-church-demolition-of-storm-damaged-structures.html
15-Apr-2025 10:00:00 AM CDT |
15-May-2025 10:00:00 AM CDT |
City of Central |
RFP FOR TECHNICAL ASSISTANCTE FOR GRANT OPPORTUNITIES RELATED TO DISASTER RECOVERY OPERATIONS
|
The City of Central (“Central”) invites qualified firms to respond to its Request for Proposals (“RFP”) by providing their qualifications and experience for consideration to provide technical assistance and consulting for grant opportunities and related matters pertaining to recovery operations for future disaster events.<br /> <br />This RFP is issued by Central for the purpose of entering into a contract with a technical assistance and consulting contractor who shall provide qualified personnel familiar with all FEMA programs administered under the Stafford Act, i.e. Public Assistance, Individual Assistance, Hazard Mitigation, Direct Federal Assistance, CDL programs as described in this RFP. The technical assistance provided by Contractor’s personnel will assist Central in expediting recovery operations and will assist the applicants from that disaster in maximizing their grant opportunities.
https://www.centralauctionhouse.com/rfp96538307-rfp-for-technical-assistancte-for-grant-opportunities-related-to-disaster-recovery-operations.html
15-Apr-2025 10:00:00 AM CDT |
16-May-2025 10:00:00 AM CDT |
Lafourche Parish School District |
CLHS & THS Fieldhouse Roof Replacements
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School District until 2:00 PM on Tuesday, May 20, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the CLHS & THS Fieldhouse Roof Replacements.<br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid EnclosedOfficial bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One-hundred & twenty (120) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br />A NON-MANDATORY Pre-bid Conference will be held on May 8, 2025 at 10:00am at the facility’s office located at 701 East Seventh Street, Thibodaux, Louisiana.<br /> <br />Lafourche Parish School Board<br />Ray Bernard, President<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: April 15, ,2025<br />SECOND DATE: April 22, 2025<br />THIRD DATE: April 29, 2025
https://www.centralauctionhouse.com/rfp17577911-clhs-ths-fieldhouse-roof-replacements.html
15-Apr-2025 8:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M3056 FORD F550 EXTENDED CAB FORD F550 4X4 DIESEL. VERSALIFT SST-40-EIH-02 INSULATED 40 FT. ARTICULATING, TELESCOPIC AERIAL PLATFORM LIFT, 45 FT. WORKING HEIGHT.OR APPROVED EQUAL
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. May 01, 2025 for the following:<br /> <br />M3056 FORD F550 EXTENDED CAB FORD F550 4X4 DIESEL. VERSALIFT SST-40-EIH-02 INSULATED 40 FT. ARTICULATING, TELESCOPIC AERIAL PLATFORM LIFT, 45 FT. WORKING HEIGHT.OR APPROVED EQUAL<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on April 25, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /><br /> <br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp12384085-m3056-ford-f550-extended-cab-ford-f550-4x4-diesel-versalift-sst-40-eih-02-insulated-40-ft-articulating-telescopic-aerial-platform-lift-45-ft-working-heightor-approved-equal.html
15-Apr-2025 12:00:00 AM CDT |
01-May-2025 11:00:00 AM CDT |
State of Louisiana Military Department |
West Range Road Extension, Gillis W. Long Center, Carville, LA
|
See attached Solicitation for: West Range Road Extension, Gillis W. Long Center, Carville, LA
https://www.centralauctionhouse.com/rfp5761767-west-range-road-extension-gillis-w-long-center-carville-la.html
15-Apr-2025 12:00:00 AM CDT |
15-May-2025 10:00:00 AM CDT |
Housing Authority of The City of Lake Charles |
Demolition - Grienwich Village
|
NOTICE TO BIDDERS<br /> <br />Sealed proposals for labor and materials for the following project will be received by the Lake Charles Housing Authority Board of Commissioners until 3:00 PM on Tuesday, 05/13/2025, in the Housing Authority Central Office Board Room at 800 Bilbo Street, Lake Charles, Louisiana. Bids shall be either hand delivered or shall be sent by registered or certified mail with a return receipt requested or submitted electronically online. No bids shall be submitted by facsimile transmission or FAX.<br />Prime Contractor shall submit bids for furnishing all labor and materials and performance of all work for the following project<br /> <br />LAKE CHARLES HOUSING AUTHORITY DEMOLITION – GRIENWICH VILLAGE<br /> <br />Complete Bidding Documents for this project are available from Randy M Goodloe, AIA APAC, 725 Kirby Street, Lake Charles, LA 70601, (337) 436-3036;
[email protected], printed copies are not available from the Architect but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Architect.<br /> <br />Bids shall be accepted only from Contractors who are licensed under LA R.S. 37:2150-2163 for the classification Building Construction.<br />All bids must be sealed and plainly marked with Contractor’s License Number on the outside of the envelope and will be publicly opened and read at the above designated place and time. No proposal may be withdrawn within thirty (30) calendar days after the above scheduled time of opening and the right is reserved to reject any and all bids and to waive informalities.<br /> <br />Bid Bond, equal to not less than five (5%) percent of the bid and made payable to the Lake Charles Housing Authority must accompany each bid. Performance Bond for the construction is required upon execution of the contract, equal to one hundred (100%) percent of said contract. The Lake Charles Housing Authority shall execute appropriate performance bond, Contract and all necessary documentation within thirty (30) days after acceptance of the Contractor.<br />Current prevailing wages apply. Bidder must show proof of insurance as required in the General and Special Conditions of the Specifications Requirements. The Contractor will be paid in draws, which are in accordance with the specifications with a 10% Retainage held for the 45-Day Lien Period. All payment applications must be submitted to the Architect and then to Lake Charles Housing Authority Modernization Coordinator for approval.<br /> <br />Bid related information may also be viewed online and electronic bids may be submitted online at https://www.centralauctionhouse.com/Category/97/HousingAuthorityofTheCityofLakeCharles .<br /> <br />Non-mandatory Pre-Bid Conference will be held on April 29, 2025, at 10:00am, at the office of the Architect, 725 Kirby St., Lake Charles, LA 70601.<br /> <br />Run: Lake Charles American Press: April 15, April 22, and April 29, 2025.<br /> <br /> <br />S. Benjamin Taylor, Jr.<br />Executive Director<br />Lake Charles Housing Authority
https://www.centralauctionhouse.com/rfp40907116-demolition--grienwich-village.html
15-Apr-2025 12:00:00 AM CDT |
13-May-2025 3:00:00 PM CDT |
Lafourche Parish School District |
CHILLER COMPRESSOR REPLACEMENTS BID 2026-050625
|
<br />All bids, in duplicate copies, shall be submitted in a sealed envelope and clearly marked: BID NO. 2026-050625 Chiller Compressor Replacements, TO BE OPENED Tuesday, May 6, 2025 AT 10:30 AM, and addressed to the Purchasing Agent, Lafourche Parish School Board, P. O. Box 879, Thibodaux, Louisiana 70302. The name and address of the company submitting the bid should appear on the top left corner of the envelope containing the bid document.<br />
https://www.centralauctionhouse.com/rfp95756497-chiller-compressor-replacements-bid-2026-050625.html
15-Apr-2025 12:00:00 AM CDT |
06-May-2025 10:30:00 AM CDT |
Lafourche Parish Water District |
Distribution Surplus Items- Miscellaneous Brass
|
Separate sealed bids will be received by the Lafourche Parish Water District No. 1 at the Administration Office 1219 Crescent Ave, Lockport, LA 70374 until 2:00 o'clock p.m., Wednesday May 14, 2025, at which time and place said proposals will be publicly opened and read aloud for the sale of Distribution Surplus Items- Miscellaneous Brass.
https://www.centralauctionhouse.com/rfp81319496-distribution-surplus-items-miscellaneous-brass.html
14-Apr-2025 4:00:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Lafourche Parish Water District |
Cold Water Meters and Automated Meter Reading Modules- 2025
|
Either sealed paper bids or electronic bids will be received by the Board of Waterworks Commissioners of Water District No. 1, Parish of Lafourche, State of Louisiana, at their Administration Office, 1219 Crescent Ave Lockport, Louisiana, until the hour of 2:00 p.m., Tuesday, May 13, 2025, at which time and place said proposals will be publicly opened and read aloud for the following: COLD WATER METERS AND AUTOMATED METER READING MODULES
https://www.centralauctionhouse.com/rfp97053378-cold-water-meters-and-automated-meter-reading-modules-2025.html
14-Apr-2025 4:00:00 PM CDT |
13-May-2025 2:00:00 PM CDT |
Claiborne Parish School District |
CLAIBORNE Parish School District Request for Proposal Schools and Libraries Cybersecurity Pilot Program RFP Number: Cybersecurity 2025
|
CLAIBORNE Parish School District is seeking bids from qualified Cybersecurity Service<br />providers to submit proposals for Cybersecurity services and equipment. The<br />Cybersecurity Pilot Program is a significant initiative, and CLAIBORNE Parish School<br />District is one of 645 applicants selected from the United States and its Territories to<br />participate in this crucial program.<br />The Schools and Libraries Cybersecurity Pilot Program provides up to $200 million to<br />selected participants over a three-year term. This substantial funding can be used to<br />purchase a wide variety of eligible cybersecurity services and equipment, offering a<br />significant opportunity for the selected schools and school districts.<br />Selected school districts and libraries are eligible to receive up to $13.60 per student,<br />annually, on a pre-discount basis, to purchase eligible cybersecurity services and<br />equipment over the three-year Pilot duration. Currently, CLAIBORNE has an enrollment<br />of 1,659 students.<br />Vendors will need to review the FCC Guidance about the Cybersecurity Pilot Project to<br />bid on the project successfully.<br />Bids may be uploaded to http://centralauctionhouse.com. (Please check the site in<br />ADVANCE for rules and fees for uploading to the bidding site(s). Submissions must be<br />received on or before June 13, 2025, at 2:00 PM (CST).<br />If delivered, sealed proposals should be sent via certified mail, UPS, FedEx, or hand-<br />delivered to:<br />CLAIBORNE Parish School District<br />Attention: Bradley Williams<br />415 East Main Street<br />Homer, La. 71040<br />Proposal Deadline: Thursday, June 12, 2025<br />Thursday, June 12, 2025, 2:00 PM (CST)<br />Public Bid Opening will follow
https://www.centralauctionhouse.com/rfp68260131-claiborne-parish-school-district-request-for-proposal-schools-and-libraries-cybersecurity-pilot-program-rfp-number-cybersecurity-2025.html
14-Apr-2025 2:00:00 PM CDT |
12-Jun-2025 2:00:00 PM CDT |
Livingston Parish Fire Protection District #4 |
LIVINGSTON PARISH FIRE PROTECTION DISTRICT 4 FIRE STATION NO. 11 (SATSUMA) PROJECT PROJECT #24-01-042
|
ADVERTISEMENT FOR BIDS<br />LIVINGSTON PARISH FIRE PROTECTION DISTRICT 4<br />FIRE STATION NO. 11 (SATSUMA) PROJECT<br />STATE OF LOUISIANA<br />Sealed Bids will be received until the hour of 10:00 AM (local time), on May, 14th, 2025, at the Livingston Parish<br />Fire Protection District 4 Office Building (9760 Florida Blvd, Walker, LA 70785) and opened at 10:00 AM (local<br />time), at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc.,<br />and performing all work necessary for:<br />LIVINGSTON PARSIH FIRE PROTECTION DISTRICT 4<br />FIRE STATION NO. 11 (SATSUMA) PROJECT<br />PROJECT #24-01-042<br />To be a valid delivery, Sealed Bids must be delivered by certified mail or hand to the Livingston Parish Fire<br />Protection District 4 Office Building (9760 Florida Blvd, Walker, LA 70785), during the normal business hours of<br />7:00 a.m. to 5:00 p.m. Monday through Thursday on or before 10:00 AM (local time), on May 14th, 2025.<br />Electronic Bid documents may also be submitted electronically to Central Auction House. Electronic bids must<br />be submitted so as to be posted prior to above time/date.<br />Sealed bids delivered to any other department or other room number prior to the bid receipt deadline will<br />not be considered.<br />This project consists of furnishing all supervision, labor, equipment, and materials necessary to:<br />CONTRUCT NEW FIRE STATION INCLUDING ALL CONCRETE DRIVEWAYS, EMBANKMENT, DRAINAGE, UTILITY,<br />EROSION CONTROL, AND ASSOCIATED WORK.<br />Each bid must be accompanied by a certified check, cashier's check or bid bond acceptable to the Owner in the<br />amount equal to at least five percent (5%) of the total amount bid and payable without condition to the Owner<br />as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with all<br />terms and conditions of the Contract Documents. The provisions of R.S. 38:2215 do not apply to this contract<br />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 11:00 AM (local time) on Wednesday, April 23rd, 2025 at the<br />Livingston Parish Fire Protection District 4 Office Building (9760 Florida Blvd, Walker, LA 70785). All bidders are<br />required to attend.<br />Drawings and specifications are also on file (starting Monday, April 14, 2025) and open for inspection on the<br />Central Auction House website (https://www.centralauctionhouse.com/main.php), and/or a hard copy may be<br />obtained with a $300.00 refundable check, by contacting +One Design & Construction at (225) 383-0664 or via<br />email
[email protected].<br />/s/___________________<br />Robert Dugas<br />Livingston Parish Fire Protection District 4<br />For Publication on: Livingston Parish News
https://www.centralauctionhouse.com/rfp47221506-livingston-parish-fire-protection-district-4-fire-station-no-11-satsuma-project-project-24-01-042.html
14-Apr-2025 8:00:00 AM CDT |
14-May-2025 10:00:00 AM CDT |
Lincoln Parish School Board |
Lincoln Parish School Board_Request for Bids_Replacement of HVAC Classroom Units at Simsboro, Ruston Elementary and Glen View Elementary Schools
|
<div style="text-align: center;"><b>PUBLIC NOTICE OF ADVERTISEMENT INVITATION FOR BIDS</b><br /> </div>Sealed bids for seventy-four (74) HVAC systems will be accepted by the Lincoln Parish School Board Maintenance Office until 10:00 AM CST on Wednesday, May 7th, 2025, at 701 Mitchell Avenue, Ruston, LA, 71270. Bids will be publicly opened and read aloud on Wednesday, May 7th, 2025 at 10:15 AM at the Lincoln Parish School Board Office at 410 S. Farmerville Street, Ruston, LA, 71270.<br /><br />To obtain specifications and response forms, please contact Ricky Edmiston, Supervisor of Auxiliary Services, via email to
[email protected]. or
[email protected]. You may also contact the Maintenance Office at 318-254-2092. Specifications and forms are also available online at www.centralbidding.com. Fees may be associated with the use of this site.<br /><br />Bids may be submitted electronically at www.centralbidding.com or be hand-delivered in a sealed envelope clearly marked:<br /> <div style="text-align: center;"> <b>“[Contractor’s Name as Appears on License]<br />[Louisiana State Contractor License Number]<br />“Bid No. 014012006, Replacement of HVAC Classroom Units at Simsboro,<br />Ruston Elementary and Glen View Elementary Schools”<br />Bid Deadline: May 7, 2025 @ 10:00 AM CST<br />Bid Opening: May 7, 2025 @ 10:15 AM CST<br />LPSB Board Room</b></div> <br />Attn: Ricky Edmiston<br />Supervisor of Auxiliary Services<br />701 Mitchell Ave.<br />Ruston, LA 71270<br /> <br />The sole responsibility for proper delivery of a bid is that of the bidding Vendor. Bids that are not properly sealed or received after the date and hour specified in this notice will be rejected. Lincoln Parish School Board reserves the right to award bids in whole or in part, reject any or all bids, and waive any informalities if in the best interest of the School Board to do so.<div style="text-align: center;"> </div>Mr. Ricky Durrett<br />Superintendent<br />LINCOLN PARISH SCHOOL BOARD<br /> <br />The Lincoln Parish School Board is an equal opportunity provider. All qualified applicants will receive consideration without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. Small minority business, women’s business enterprises, veteran-owned businesses, and labor surplus area vendors are encouraged to apply.<br /> <br />Publication Dates:<br />Ruston Daily Leader<br />April 9, 2025, April 16, 2025, April 23, 2025
https://www.centralauctionhouse.com/rfp8179858-lincoln-parish-school-board_request-for-bids_replacement-of-hvac-classroom-units-at-simsboro-ruston-elementary-and-glen-view-elementary-schools.html
14-Apr-2025 12:00:00 AM CDT |
07-May-2025 10:00:00 AM CDT |
City of Alexandria |
City of Alexandira Spanish Barrel Tile Roof Leak Repairs
|
All work related to the project entitled “City of Alexandria Spanish Barrel Tile Roof Leak Repairs Fire Station No. 4 (Masonic Drive at Lee Street),” including the repairs of selected and identified areas of roof leaks in the Spanish Barrel clay tile roof system; removal of two (2) flush set exhaust fans; and miscellaneous repairs to water damaged trim and fascia.
https://www.centralauctionhouse.com/rfp57980486-city-of-alexandira-spanish-barrel-tile-roof-leak-repairs.html
11-Apr-2025 7:00:00 PM CDT |
20-May-2025 10:00:00 AM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Baker- Energy and Power – Upgrade Gas Pipes: PVC and Steel to Polyethylene 11760
|
<br /> <br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the Energy and Power – Upgrade Gas Pipes: PVC and Steel to Polyethylene project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11760): Base Bid – The installation of 2” MDPE gas mains, valves, test boxes, fittings, connections to existing gas mains, new services to existing gas meters 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, May 7, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, May 7, 2025, at City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />Completed Bid Documents, Information for Bidders, Bid Form, Contract, Plans, Specifications, Bid Bond, Payment Bond, Performance bond and other bidding documents for this project are available in electronic form. They may be obtained without charge by emailing a request to
[email protected].<br /> <br />Completed Bid Documents may also be examined at the office of the Engineer for the contract: Professional Engineering Consultants Corporation located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />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, Municipal and Public Works 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 the bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Any person with disabilities requiring special accommodation must contact the City of Baker office (225-778-0300) no later than seven (7) days prior to the bid opening.<br /> <br /> <br /> <br /> <br /> <br />OWNER:<br />CITY OF BAKER<br /> <br />BY: /s/ DARNELL WAITES, MAYOR<br /> <br /> <br />PUBLICATION/DATES:<br /> The Advocate<br /> <br /> Friday, April 11, 2025<br /> Friday, April 18, 2025<br /> Friday, April 25, 2025<br />
https://www.centralauctionhouse.com/rfp22916078-city-of-baker-energy-and-power-upgrade-gas-pipes-pvc-and-steel-to-polyethylene-11760.html
11-Apr-2025 2:00:00 PM CDT |
07-May-2025 2:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
Vidalia Port Commission-Vidalia Port Expansion-Installation of Grain Storage Equipment
|
NOTICE TO CONTRACTORS<br />04/09/2025<br /> <br /> <br />The Vidalia Port Commission will receive sealed Bids for the construction of the following project at the Engineer’s Office located at 6885 Hwy. 84, Ferriday, LA 71334 until 1:00 p.m. Central Time on Thursday, May 8, 2025 , at which time and place bids will be publicly opened and read. No bids will be received after the above date and time.<br /> <br />VIDALIA PORT EXPANSION<br />INSTALLATION OF GRAIN STORAGE EQUIPMENT<br />STATE PROJECT NO. H.013123 (321)<br />Concordia Parish, LA<br /> <br /> <br /> TYPE OF CONSTRUCTION: Heavy Construction<br /> <br /> CONTRACTING AGENCY: Vidalia Port Commission<br />112 Front Street, Suite B<br />Vidalia, LA 71373<br /> <br /> ESTIMATED COST: $2.34M<br /> <br /> PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Vidalia Port Commission<br /> <br /> ENGINEER: Bryant Hammett & Associates, LLC<br /> 6885 Hwy. 84, Ferriday, La 71334<br /> (318)757~6576<br /> <br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guarantee 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 />A Non-Mandatory Pre-Bid Conference will be held on Tuesday, April 22, 2025 at 1:00 p.m., at the Engineer’s Office, located at 6885 Hwy. 84, Ferriday, LA 71334.<br /> <br />Each bona fide bidder must be registered with the Engineer and obtain Bid Documents from the Engineer in order to submit a bid. The Bidding documents may be requested by email at
[email protected], or calling (318)757.6576, upon payment of $250.00. 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. 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). <br /> <br />Prime Bidders may also obtain an electronic set of bidding documents in pdf. format, contractors are responsible for reproduction/printing. There is no fee for the electronic set of bidding documents. Contractors desiring to bid shall provide evidence that they hold an active State License of proper classification and in full force and effect. <br /> <br />The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.<br /> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br />Mr. Bryant Killen, Port Director<br />VIDALIA PORT COMMISSION<br /><br />Publication: Concordia Sentinel<br /> April 9, 2025, April 16, 2025 & April 23, 2025
https://www.centralauctionhouse.com/rfp13481489-vidalia-port-commission-vidalia-port-expansion-installation-of-grain-storage-equipment.html
11-Apr-2025 11:07:00 AM CDT |
08-May-2025 1:00:00 PM CDT |
School Food Solutions |
Helix AI & Medical Academy FSMC RFP 2025-2026
|
Attn: Food Service Management Companies<br /> <br />Helix AI & Medical Academy of Helix Network of Educational Choices is requesting food service management proposals for the 2025-2026 school year.<br /> <br />Vendors may submit proposals to:<br />Helix Network of Educational Choices<br />2000 Tulane Ave., Suite 300, New Orleans, LA 70112<br /> <br />Helix Network of Educational Choices reserves the right to accept or reject any and/or all proposals or to accept the proposal that it finds, in its sole discretion, to be in the best interest of the school.<br />A mandatory pre-bid meeting is scheduled for Wednesday, April 23 at noon on site at 220 Town Boulevard, Opelousas, LA 70570<br /> <br />All proposals must be submitted no later than 10:00am on May 9, 2025. Proposals shall be delivered in a sealed envelope and addressed to Helix Network of Educational Choices and be clearly marked: Request for Proposal - Food Service Management Proposal, with the SFA name and address. Official Bid Documents are available at Central Bidding at https://www.centralauctionhouse.com/Category/10877/SchoolFoodSolutions. Electronic Bids may be submitted at Central Bidding through the same link. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.
https://www.centralauctionhouse.com/rfp95749672-helix-ai-medical-academy-fsmc-rfp-2025-2026.html
11-Apr-2025 10:00:00 AM CDT |
09-May-2025 10:00:00 AM CDT |
School Food Solutions |
Community Academies of New Orleans FSMC RFP 2025-2026
|
Attn: Food Service Management Companies<br /> <br />Community Academies of New Orleans is requesting food service management proposals for the 2025-2026 school year.<br /> <br />Vendors may submit proposals to:<br />Community Academies of New Orleans<br />2000 Tulane Ave., Suite 300, New Orleans, LA 70112<br /> <br />Community Academies of New Orleans reserves the right to accept or reject any and/or all proposals or to accept the proposal that it finds, in its sole discretion, to be in the best interest of the school.<br />A mandatory pre-bid meeting is scheduled for Wednesday, April 30, 2025 at 2:30pm on site at 9330 Forshey Street, New Orleans, LA 70118.<br /> <br />All proposals must be submitted no later than 10:30am on May 14, 2025. Proposals shall be delivered in a sealed envelope and addressed to Community Academies of New Orleans and be clearly marked: Request for Proposal - Food Service Management Proposal, with the SFA name and address. Official Bid Documents are available at Central Bidding at https://www.centralauctionhouse.com/Category/10877/SchoolFoodSolutions. Electronic Bids may be submitted at Central Bidding through the same link. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.
https://www.centralauctionhouse.com/rfp58623028-community-academies-of-new-orleans-fsmc-rfp-2025-2026.html
11-Apr-2025 10:00:00 AM CDT |
14-May-2025 10:30:00 AM CDT |
Terrebonne Parish Consolidated Government |
Project #20-ROAD-54 Pavement Markings Project, Phase 2
|
Sealed bids will be received on May 8, 2025, by the Terrebonne Parish Consolidated Government Purchasing Division, at 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and TPCG at that time and place publically open the bids and read them aloud.<br /><br />A Non-Mandatory Pre-Bid Conference will be held on April 29, 2025, at 2:00 pm at the office of Terrebonne Parish Consolidated Government, Public Works Department located at 206 Government Street, Gray LA 70359. <br />
https://www.centralauctionhouse.com/rfp61350638-project-20-road-54-pavement-markings-project-phase-2.html
11-Apr-2025 8:00:00 AM CDT |
08-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
NORTH WASTEWATER TREATMENT PLANT TRICKLING FILTER UPGRADE – PHASE II (CITY-PARISH PROJECT NO. 24-TP-MS-0033)
|
To be published three times-Legal April 11, 18 & 25, 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: NORTH WASTEWATER TREATMENT PLANT TRICKLING FILTER UPGRADE – PHASE II (CITY-PARISH PROJECT NO. 24-TP-MS-0033) PROJECT DESCRIPTION: This project includes removal and upgrade of four (4) trickling filter mechanisms and all associated structural, mechanical, electrical, instrumentation and controls; the removal and replacement of the surface level of trickling filter media on four (4) units; and removal and replacement of the top two (2) layers of trickling filter media in one (1) unit. The project also includes performance testing of all installed equipment, legal off-site disposal of demolished items and miscellaneous items. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, MAY 13, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility located at 12422 Florida Boulevard, Baton Rouge, LA 70815, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 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 EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be a mandatory pre-bid conference for prime contractors. Only those prime bidders who participated in the pre-bid are eligible to receive an award on this project. Bidders to meet on April 29, 2025 at 10:00 a.m. at the North Wastewater Treatment Plant Conference Room, 50 Woodpecker Street, Baton Rouge, LA 70807. For additional information, please contact Mr. Justin Sharper, P.E., at
[email protected]
https://www.centralauctionhouse.com/rfp2165423-north-wastewater-treatment-plant-trickling-filter-upgrade-phase-ii-city-parish-project-no-24-tp-ms-0033.html
11-Apr-2025 8:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Terrebonne Parish School District |
Plumbing Supplies and Equipment Bid
|
Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of ten thirty (10:30 AM), May 2, 2025 for plumbing supplies and equipment. Bids received in Central Bidding prior to May 2, 2025 at 10:30 AM, 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 questions regarding the bid must be submitted in writing by April 22, 2024 at 4:30 PM. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Plumbing Supplies and Equipment Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dane Voisin, School Board President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: April 11, 2025; April 15, 2025<br /> <br /> <br />This institution is an equal opportunity employer.<br />
https://www.centralauctionhouse.com/rfp55511262-plumbing-supplies-and-equipment-bid.html
11-Apr-2025 12:00:00 AM CDT |
02-May-2025 10:30:00 AM CDT |
Terrebonne Parish School District |
Lightbulbs and Light Fixtures Bid
|
Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of ten o’clock (10:00 AM), May 2, 2025 for lightbulbs and light fixtures. Bids received in Central Bidding prior to May 2, 2025 at 10:00 AM, 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 questions regarding the bid must be submitted in writing by April 22, 2024 at 4:30 PM. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Lightbulbs and Light Fixtures 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, School Board President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: April 11, 2025; April 15, 2025<br /> <br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp86902637-lightbulbs-and-light-fixtures-bid.html
11-Apr-2025 12:00:00 AM CDT |
02-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid 2524 Uniform Bid - Police Department
|
It is the intent of the City of Alexandria to secure pricing on the Annual Uniform Bid for Police Department. Bid prices will be for the purchase of the uniforms used by this department.
https://www.centralauctionhouse.com/rfp95581408-bid-2524-uniform-bid--police-department.html
11-Apr-2025 12:00:00 AM CDT |
20-May-2025 10:00:00 AM CDT |
Jefferson Parish Public School System |
Hurricane Ida Damage Repairs at Airline Park Academy for Advanced Studies
|
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, May 20, 2025 for Hurricane Ida Damage Repairs at Airline Park Academy for Advanced Studies, Project No. 2023-19. 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, N-Y Associates, Inc., 2750 Lake Villa Drive, Metairie, LA 70002 Phone: 504-885-0500 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 Thursday, May 8, 2025 at 10:00 a.m. at Airline Park Academy for Advanced Studies, 6201 Camphor Street, Metairie, LA 70003 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 Commercial General Construction.
https://www.centralauctionhouse.com/rfp39182833-hurricane-ida-damage-repairs-at-airline-park-academy-for-advanced-studies.html
11-Apr-2025 12:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
Terrebonne Parish School District |
Hunting & Trapping Bids
|
Notice is hereby given that the Terrebonne Parish School Board, in accordance with LA R.S. 17:87.8, will receive sealed bids in its Purchasing Department for Hunting and Trapping Privileges on Section 16 Lands until the hour of one thirty PM (1:30 PM) May 7, 2025. Bids received by the Purchasing Department after 1:30 PM will not be accepted. Bids will be opened, publicly acknowledged, and read aloud, in the Purchasing Department at 201 Stadium Drive, Houma, Louisiana 70360.<br /> <br />The School Board does not warrant the acreage indicated in the sections advertised for hunting and trapping is all land. The acreage listed in the advertisement is the acreage originally given to the School Board by the State of Louisiana. A portion or all of the property may be a water bottom associated with a bayou, canal, or ditch and may have significant or minor land loss due to erosion.<br /> <br />Bids must be submitted on the official bid forms which may be obtained in person from the Purchasing Department office, Terrebonne Parish School Board, 201 Stadium Drive, Houma, Louisiana 70360, requested by phone at (985) 876-7400, extension #860244, by email:
[email protected], or downloaded from www.centralbidding.com.<br /> <br />Bids shall be accompanied by a deposit, equal to 100% of the amount bid for the first year rental, in the form of a certified check or money order, made payable to the Terrebonne Parish School Board. The deposit will be returned to the unsuccessful bidder or credited to the successful bidder. NOTE: The deposit shall be non-refundable to a successful bidder declining bid award.<br /> <br />All bids shall be enclosed in a sealed envelope addressed to Purchasing Department, Terrebonne Parish School Board. In accordance with LA R.S. 41:1214, bids shall be secret, sealed applications. Each bid shall be either hand-delivered by the bidder, or his agent, in which instance the deliverer shall receive a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. No lessor shall accept or take any bids, including receiving any hand-delivered bids, on days which are recognized as holidays by the United States Postal Service. Bids received prior to the scheduled bid opening will be securely kept unopened. Terrebonne Parish School Board bears no responsibility for receipt of a bid submitted by Certified Mail where delivery may be delayed and not be received by the bid due date and time. Bidders are cautioned to allow ample time for the transmittal of bids by United States mail or other carrier. Failure of the U.S. Mail or other carrier to deliver bids in a timely manner shall not be considered due cause to extend the time of the scheduled bid opening. Bids may also be submitted online via Central Bidding.<br /> <br />To the extent allowed by law, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.
https://www.centralauctionhouse.com/rfp41123352-hunting-trapping-bids.html
10-Apr-2025 7:00:00 PM CDT |
07-May-2025 1:30:00 PM CDT |
Ouachita Parish School Board |
27-25 WMHS Practice Field Renovations and Improvements
|
See Attachments for Bid Documents.
https://www.centralauctionhouse.com/rfp72970277-27-25-wmhs-practice-field-renovations-and-improvements.html
10-Apr-2025 2:00:00 PM CDT |
12-May-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
29-25 -Property Sale -- Old Sterlington Middle
|
See Attached Bid Documents
https://www.centralauctionhouse.com/rfp17606109-29-25-property-sale--old-sterlington-middle.html
10-Apr-2025 10:00:00 AM CDT |
12-May-2025 10:00:00 AM CDT |
St. Landry Parish Sheriff's Office |
(1) LINEV SYSTEMS CLEARPASS-DIGITAL FULL BODY SECURITY SCREENING SYSTEM OR EQUIVALENT
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that sealed bids will be received by the St. Landry Parish Sheriff’s Office at 1592 E. Prudhomme St., Opelousas, La. 70570 up to the hour of 10 o’clock A.M., CST on Friday, May 2, 2025 for the following:<br /> <br /> <br />LINEV SYSTEMS CLEARPASS-DIGITAL FULL BODY SECURITY SCREENING SYSTEM OR EQUIVALENT <br />Each bid shall be submitted only on the bid form provided with the specifications. This bid form and the specifications may be examined or obtained from the St. Landry Parish Sheriff’s Office during the office hours from Monday through Friday of any week, via email request (
[email protected]), or through Central Bidding at www.centralbidding.com. All bids are to be submitted in a sealed envelope addressed to Marshall Moreau, Administrative Officer, St. Landry Parish Sheriff’s Office, P.O. Box 1029, Opelousas, LA. 70571, or electronically through Central Bidding, by the above-mentioned time and date. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bids will be evaluated by the purchaser based on the lowest responsible bid submitted in accordance with the specifications. The St. Landry Parish Sheriff’s Office reserves the right to reject any and all bids or any portions thereof, to waive any informalities incident thereto, and to select the system that best suits its needs.<br /> <br />DONE AND SIGNED at Opelousas, Louisiana on this 3rd day of April, 2025.<br /> <br />Bobby J. Guidroz<br />_______________________<br />SHERIFF<br />Lisa Cormier<br />_______________________<br />CHIEF FINANCIAL OFFICER<br /> <br />Pub. 2T, 04/10/25, 04/24/25
https://www.centralauctionhouse.com/rfp37712309-1-linev-systems-clearpass-digital-full-body-security-screening-system-or-equivalent.html
10-Apr-2025 10:00:00 AM CDT |
02-May-2025 10:00:00 AM CDT |
Ouachita Parish School Board |
24-25 Property Sale -- Old Burks School
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp57121366-24-25-property-sale--old-burks-school.html
10-Apr-2025 9:30:00 AM CDT |
12-May-2025 9:30:00 AM CDT |
Ouachita Parish School Board |
23-25 Property Sale -- 3420 Gordon Avenue
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp58142379-23-25-property-sale--3420-gordon-avenue.html
10-Apr-2025 9:00:00 AM CDT |
12-May-2025 9:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFQ 2025-05-4610 - City-Parish Ancillary Benefits
|
<b>NOTICE TO PROPOSERS</b><br /> <br />Notice is hereby given that sealed Request for Qualifications (“RFQ”) will be received by the City of Baton Rouge and the Parish of East Baton Rouge Purchasing Division until <b><u>2:00 PM CST on May 13, 2025, </u></b>in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, LA 70802 for:<br /> <br /><b>RFQ #2025-05-4610 City-Parish Ancillary Benefits</b><br /> <br />Copies of the Request for Qualifications may be obtained from LaPAC<br />(<a href="https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102">https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102</a><u>)</u>, Central<br />Bidding <u>(http://www.centralauctionhouse.com)</u> or by email request to:<br /><a href="mailto:
[email protected]">
[email protected]</a><br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at <a href="https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm">https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm</a> and is available for vendor self-enrollment. <b>NOTE: This RFQ is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFQ</b>.<br /> <br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br /><b>The deadline for receiving written inquiries is April 25, 2025 at 5:00 PM CST.</b><br /> <br />RFQs received after the above specified time will not be considered. RFQs will be opened immediately after<br /> <br /> <br /><b>Teleconference Call-in information for Public Access to RFQ Opening:</b><br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same<br />Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /><b>This teleconference number will provide you with live audio access to this proposal opening. The teleconference </b><br /><b>will be live only at the noted RFQ opening time on the date of RFQ opening.</b><br />The right to reject any and all RFQs and to waive irregularities and informalities is reserved.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at <u>https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm</u> and is available for vendor self- enrollment. <b>NOTE: This RFQ is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFQ</b>.<br /> <br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806 of City Hall. All interested parties are invited to be present.<br /> <h5>Teleconference Call-in information for Public Access to RFQ Opening:</h5> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /> <h5>This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFQ opening time on the date of RFQ opening.</h5> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br /><b>For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 0% of the contract amount. </b>All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br /><br clear="all" /> <br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br />Though not required if receiving solicitation and addenda notices from LaPAC, the City of Baton Rouge, Parish of East Baton Rouge will e-mail or mail addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />
https://www.centralauctionhouse.com/rfp43175354-rfq-2025-05-4610--city-parish-ancillary-benefits.html
10-Apr-2025 12:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Iberville Parish School Board |
Bread BID #SFS-2526-01
|
Per BID specifications
https://www.centralauctionhouse.com/rfp45711084-bread-bid-sfs-2526-01.html
10-Apr-2025 12:00:00 AM CDT |
01-May-2025 9:00:00 AM CDT |
Lafourche Parish School District |
WEB HOSTING SERVICES RFP 2025-050125
|
Advertisement Request For Proposals<br />Time<br />Provider Description<br />Date<br />Subject<br />RFP #<br />Term of Agreement<br /> <br />Request for Proposals will be received by the Lafourche Parish School Board on May 1, 2025 at 1:00 p.m. In 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 1:00 p.m. on Thursday, May 1, 2025. Proposals should be clearly marked “RFP 2025-050125– Web Hosting Services”. 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 BOARD<br /> <br />Marian Fertitta, President<br /> <br />Jarod Martin, Superintendent
https://www.centralauctionhouse.com/rfp39814770-web-hosting-services-rfp-2025-050125.html
10-Apr-2025 12:00:00 AM CDT |
01-May-2025 1:00:00 PM CDT |
Assumption Parish Police Jury |
Labadieville Drainage Improvements - RFQ
|
Request for Qualifications for Engineering Services to complete<br />Labadieville Drainage Improvements Project<br /> <br />Assumption Parish Police Jury (APPJ) is issuing a Request for Qualifications (RFQs) from individuals and/or firms interested in providing professional services for the engineering and design of the Labadieville Drainage Improvements Project in Assumption Parish. This project will provide significant drainage improvements in Ward 2 of Assumption Parish in the geographical location of Hwy 1010 and Hwy 398. The project intends to reduce flood risk and mitigate current flooding in and around the Labadieville Community through expected improvements in drainage features including: culverts, roadside ditches, and other similar features. The goal of this project is to improve insufficient drainage, which frequently causes properties, businesses, rural streets, and farms to be inundated.<br /> <br />The responses must be received via the Assumption Parish website (www.assumptionla.com) or hand delivered to the Assumption Parish Police Jury (APPJ) office located 4813 Highway 1, Napoleonville, LA 70390 on or before the date and time specified in the Schedule of Events. Proposals may also be submitted by certified or registered mail with return receipt requested to P. O. Box 520, Napoleonville, LA 70390 but MUST be received and date stamped as received in the Assumption Parish Police Jury Administrative office no later than the deadline as stated in the Schedule of Events.<br /> <br />Submittals & Schedule of Events:<br />SCHEDULE OF EVENTS<br />Activity<br />Date<br />Public Notice of RFQ<br />April 8, 2025<br />April 15, 2025<br />April 22, 2025<br />Deadline for receipt of written inquiries<br />April 28, 2025<br />Issue Responses to written inquires<br />April 30, 2025<br />Deadline for receipt of RFQ responses<br />May 5, 2025 @ 3:00 PM CST<br /> <br />Requests for Qualifications to be opened at a later time and evaluated by a committee of (5) members as appointed by the Assumption Parish Police Jury. Request for Qualifications specifications can be found on the Assumption Parish website (www.assumptionla.com ). You may also contact Tawanya Tyler with the Assumption Parish Police Jury at 985-369-2026 should you have questions or are having trouble locating the Request for Qualifications packet.<br /> <br />Publish:<br />April 8, 2025<br />April 15, 2025<br />April 22, 2025<br />
https://www.centralauctionhouse.com/rfp16913179-labadieville-drainage-improvements--rfq.html
09-Apr-2025 7:00:00 PM CDT |
05-May-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
ACCIDENT AND SICK LEAVE AWARDS 2024
|
REQUEST FOR QUOTATION<br />Lafayette Consolidated Government<br />The Purchasing Division of the Lafayette Consolidated Government is requesting quotations until 4:00 PM on Wednesday, May 14, 2025 for the following:<br />Accident and Sick Leave Awards 2024<br />Description of Work: Provide a specified selection of award products, each bearing an LCG logo in accordance with the LCG Graphics Standard Manual. All products must be bundled and clearly identified with delivery of the products made to each participating departments/division. LCG’s detailed specifications are located in General Specifications included in this packet.<br />Copies of the RFQ packet are available from Matthew Broussard at the Office of Purchasing & Property Management located at 705 W. University Avenue, P.O. Box 4017-C, Lafayette, LA 70502; telephone number 337-291-8047; email
[email protected]<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337-291-8088.<br />NOTE: Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Accident and Sick Leave Awards 2024.<br />Quotations will be submitted on the attached quote form and awarded on a TOTAL LUMP SUM PRICE BASIS.<br />Submitting Quotes:<br />You may:<br />Email your quote (preferred) to
[email protected]<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, P.O. Box 4017-C, Lafayette, LA 70502,<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn Matthew Broussard 705 W. University Avenue, Lafayette LA.Quotes will be evaluated by the purchaser based on the lowest responsive quote submitted which is also in compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br />Please submit quotations on the quote forms attached to the RFQ Packet and back this up with your usual quote format. Vendors submitting quotes 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 />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 /> PURCHASING DEPARTMENT<br /> Lafayette Consolidated Government<br />
https://www.centralauctionhouse.com/rfp67088345-accident-and-sick-leave-awards-2024.html
09-Apr-2025 6:00:00 PM CDT |
14-May-2025 4:00:00 PM CDT |
Lafayette Parish School System |
Bid# 39-25- LPSS Maintenance Storage Facility
|
Advertisement for Bids <br />Notice is hereby given that sealed bids (one original) will be received by the Lafayette Parish School System Purchasing Department, located at 202 Rue Iberville, Lafayette, Louisiana, 70508 and electronic bids will be received at Central Auction House (www.centralbidding.com). Delivery to any other department other than the Purchasing Department is unacceptable and may result in non-consideration of the bid. Bids will be received until 10:00 a.m., on Wednesday, May 7, 2025 for construction of the following project as described in the Bidding Documents and listed on the Bid Form:<br /> <br />Lafayette Parish School System<br />LPSS Maintenance Storage Facility<br />3028A NE Evangeline Thruway<br />Lafayette, Louisiana 70503 <br />LPSS BID #39-25<br /> <br />Project Description: The work consists of providing all equipment, labor, and material necessary for the construction of a new one story approximately 36,000 warehouse and office facility.<br /> <br />It is further understood and agreed that the work under this contract shall be completed within FOUR HUNDRED AND TWENTY (420) consecutive calendar days of the date specified in the Contract or a Notice to Proceed, subject to reimbursement to the owner of liquidated damages in the amount of TWO HUNDRED AND FIFTY DOLLARS ($250.00) per consecutive calendar day.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in the Purchasing Office Conference Room of the Lafayette Parish School System Administrative Office Building.<br /> <br />Complete Bidding Documents for this project are being distributed in electronic form and may be obtained without charge and without deposit from the Public Plan Room at www.centralbidding.com. Printed copies are not available from the Owner or Project Designer but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure should be directed to: Central Auction House at (833) 412-5717.<br /> <br />Each bid must be accompanied by a certified check, cashier’s check, or Bid Bond using the Owner’s form payable to the Lafayette Parish School System, the amount of which shall be five percent (5%) of the amount of the proposed Base Bid plus all Alternates. Money Orders will not be accepted. <br /> <br />Electronic bids may be submitted online at www.centralbidding.com. In accordance with LA RS 38: 2212.E(6), bids for this project may be submitted electronically via upload to Central Auction House (www.centralbidding.com). All bid documents shall be uploaded by the due date and time stated above. Questions about this procedure should be directed to Central Auction House at (833) 412-5717. A Bid bond will be required, per the contract documents, and should be uploaded with the rest of the required Bid Documents. If a scanned copy of the Bid Bond is uploaded, the original notarized bid bond must be produced “on-demand” per the Owner’s request.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond in an amount equal to 100% of the Contract on the forms provided by the School Board and written in accordance with Louisiana law.<br /> <br />Bids shall be accepted only from contractors who are licensed by the Louisiana State Licensing Board for Contractors for the classification of Building Construction. No bid may 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 />Contact Bill Petersen with Grace Hebert Curtis, LLC at 337-513-0760. All Requests for Information and Substitution Requests shall be posted to www.centerlinebidconnect.com for any clarification or information with regard to the bid documents. Responses will be issued via ASI on www.centralbidding.com. A Pre-Bid Conference will be held at the project site at LPSS Maintenance Facility Office, 3028A NE Evangeline Thruway, Lafayette, Louisiana 70503 at 10:00 a.m., April 17, 2025.<br /> <br />The owner reserved the right to reject any and all bids for just cause. <br /> <br />The Lafayette Parish School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase or sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br /> <br /> <br />LAFAYETTE PARISH SCHOOL SYSTEM <br />Advertising dates: April 9, 2025<br /> April 16, 2025<br /> April 23, 2025
https://www.centralauctionhouse.com/rfp80532265-bid-39-25-lpss-maintenance-storage-facility.html
09-Apr-2025 4:00:00 PM CDT |
07-May-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
INVITATION TO BID – Used Printers and Toners The Ascension Parish Sheriff's Office
|
PUBLIC NOTICE<br />INVITATION TO BID – Used Printers & Toners<br />The Ascension Parish Sheriff’s Office is accepting bids for the following used printers and toner to be sold as is, where is<br />5 Konica Minolta Printers<br />2 OKI Printers<br />1 Canon Printers<br />3 OKI Toner Cartridges<br />4 Canon Toner CartridgesA detailed list of Model Numbers can be obtained by emailing Kevin Cohn @
[email protected].<br />The awarded vendor will be responsible for pickup as well as any desired packing of the equipment, which must be done within 14 days of bid award.<br />Bids must be received in the office before bid opening which will be held on May 8th, 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 Printers & Toners” 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 /> <br />Bids can be mailed and marked as follows:<br /> <br />Sealed Bid for Used Printers & Toner<br />Attn: Lyndsi Fontenot<br />828 S. Irma Blvd<br />Gonzales, LA 70737<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 April 17th, 24th, and May 1st <br />The Gonzales Weekly Citizen
https://www.centralauctionhouse.com/rfp71283957-invitation-to-bid-used-printers-and-toners-the-ascension-parish-sheriffs-office.html
09-Apr-2025 2:07:11 PM CDT |
08-May-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Waterworks District No. 1 |
CHEMICAL SUPPLIES FOR WATER TREATMENT PLANT
|
NOTICE TO BIDDERS<br /> <br />The Board of Commissioners of Consolidated Waterworks District No. 1, Terrebonne Parish, of Louisiana has authorized the Staff of the District to receive sealed bids for the furnishing of the Chemical Needs of the Waterworks District’s potable water treatment plants at the Waterworks District Office, 8814 Main Street at Howard Ave., Houma, Louisiana. Bids will be received until 2:00 P.M. CDT on May 14, 2025. After the 2:00 PM deadline, the bids will be publicly opened and read aloud. Bidding may also be conducted electronically. Please find bid related materials and submit electronic bids at WWW.CENTRALBIDDING.COM.<br /> <br />All proposals shall be sealed and addressed as follows:<br /> <br />Proposals: Chemical Supplies<br />Consolidated Waterworks District No. 1<br />8814 Main Street<br />P.O. Box 630<br />Houma, Louisiana 70361<br /> <br />Proposal must be accompanied with a bid bond or certified check or cashiers check in the amount of five percent (5%) of amount bid. Proposals must be made on blank forms furnished with the contract documents.<br /> <br />Please contact Brennan Leblanc, EI, Engineer Intern, at 985-446-5541 or email
[email protected] for any clarification or information regarding the plans and specifications. Copies of detailed Specifications and Contract Documents may be obtained from the office of Consolidated Waterworks District No. 1, 8814 Main Street, P.O. Box 630, Houma, Louisiana 70361.<br /> <br />The Board of Commissioners of Consolidated Waterworks District No. 1, Terrebonne Parish, Houma, Louisiana reserves the right to reject any or all proposals and to waive informalities.<br /> <br />Thus done and signed in Houma, State of Louisiana on the 17th day of March, 2025.<br /> <br />Teri Chatagnier,<br />President Consolidated Waterworks District No. 1<br />
https://www.centralauctionhouse.com/rfp32417440-chemical-supplies-for-water-treatment-plant.html
09-Apr-2025 2:00:00 PM CDT |
14-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147636-Live Oak Boulevard Water Main Replacement South Kenner Avenue to Modern Farms Road PW Project No. 2023-002-WRB
|
<br />ADVERTISEMENT FOR BIDS<br /> BID NO. 50-00147636<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 22, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> Live Oak Boulevard Water Main Replacement<br /> South Kenner Avenue to Modern Farms Road<br /> PW Project No. 2023-002-WRB<br /> <br />The project consists of abandonment of existing PCCP water main, installation of new 36" PVC and 42" HDPE water main by open cut and horizontal directional, and asphalt pavement and aggregate drive replacement over trenches.<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Principal Engineering, Inc., 128 Northpark Blvd., Covington, LA, 70433, Phone: 985-624-5001 or fax 985-624-5303 by licensed contractors upon receipt of $160.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />A MANDATORY Pre-Bid Conference will be held at 10:00 a.m. on April 28, 2025 in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA 70053.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LSA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 9, 16, and 23, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp42458875-5000147636-live-oak-boulevard-water-main-replacement-south-kenner-avenue-to-modern-farms-road-pw-project-no-2023-002-wrb.html
09-Apr-2025 1:58:00 PM CDT |
22-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147601- Two (2) Year Contract for Arborist Services to be Performed throughout Jefferson Parish for the Jefferson Parish Parkways Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147601<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 6, 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 Arborist Services to be Performed throughout Jefferson Parish for the Jefferson Parish Parkways 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: April 9, 16, and 23, 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/rfp23487317-5000147601-two-2-year-contract-for-arborist-services-to-be-performed-throughout-jefferson-parish-for-the-jefferson-parish-parkways-department.html
09-Apr-2025 1:23:00 PM CDT |
06-May-2025 2:00:00 PM CDT |
Concordia Parish School Board |
Campus Renovation for: Ferriday High School
|
NOTICE OF BID<br /> <br /> <br />Notice is hereby given that sealed bids will be received by the Director of Business Affairs at Concordia Parish School District, 508 John Dale Drive, Vidalia, Louisiana 71373, or electronically by online submission at www.centralbidding.com until 2:00 P.M., CST on May 6, 2025 at which time they will be publicly opened and read aloud for:<br /> <br />Bid# 24-002.1- Campus Renovation for Ferriday High School (REBID)<br /> <br />Bid documents are being made available via electronic copy. Plan holders are required to register for an account at www.mc3lroyarchplans.com to view Bid Documents. They may be obtained electronically contact Plan House Printing for cost of electronic files. Printed copies are not available through the Architect. Plan holders will be responsible for their own reproduction cost. Questions regarding website registration and online orders please contact Plan House Printing at (662)407-0193. Questions regarding plan clarifications or request for information should be directed to the architect as follows:<br /> <br />Mc3lroy Architecture PLLC/William L. McElroy AIA, NCARB<br />601-981-1227(P) / 601-983-4444(F)
[email protected](email)<br />Attn: Kali Blakeney – Project Manager<br /> <br />All Contractors who intend to submit a BID are encouraged to attend the non-mandatory pre-bid conference scheduled for 11:00 AM on April 24, 2025 at Ferriday High School, 801 EE Wallace Blvd, Ferriday, Louisiana.<br /> <br />The successful bidder will be allowed One Hundred and Twenty (120) calendar days from the date of issuance of the Notice to Proceed to complete the base bid scope of the project. Liquidated damages will be assessed at $500 per day for each calendar day the work is not substantially complete. <br /> <br />Any public entity advertising for public work shall use only the Louisiana Uniform Bid Form as promulgated in accordance with the Administrative Procedure Act. All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier’s check or a Bid Bond written by a company licensed to do business in Louisiana.<br /> <br /> <br /> <br />Contractors have the option of submitting bids electronically at www.centralbidding.com in lieu of sealed bids.<br /> <br />The successful bidder will be required to furnish a Performance and a Payment Bond written by a company licensed to do business in Louisiana, each in an amount equal to 100% of the contract amount.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA R.S. 37:2150 et seq. for the classification of Building Construction. Contractors shall certify that they hold an active license and are required to display their license number on the exterior of the sealed bid envelope. If the bid does not contain the contractor’s certification and/or not displayed properly on the bid envelope, the bid will be rejected and returned to the bidder. Bidders are required to comply with the provisions and requirements of LA R.S. 38:2212. No bid may be withdrawn after receipt, except under the provisions of LA R.S. 38:2214.<br /> <br />The Concordia Parish School District reserves the right to reject any and all bids and to waive any irregularities in the bidding procedure without obligation to, or notification of any bidder. <br /> <br /> <br /> Concordia Parish School Board Mc3lroy Architecture, PLLC<br /> Thomas H. O’Neal, Director Business Kali Blakeney, Project Manager<br /> <br />Please publish: <br />April 9, 2025,<br />April 16, 2025<br />April 23, 2025
https://www.centralauctionhouse.com/rfp7563334-campus-renovation-for-ferriday-high-school.html
09-Apr-2025 12:00:00 PM CDT |
06-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147604 - Two (2) Year Contract to Perform Incidental Electrical Work for the Jefferson Parish Department of Parks and Recreation and All Agencies and Departments of Jefferson Parish
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147604<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 6, 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 to Perform Incidental Electrical Work for the Jefferson Parish Department of Parks and Recreation and All Agencies and Departments of Jefferson Parish<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 9, 16, and 23, 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/rfp50705736-5000147604--two-2-year-contract-to-perform-incidental-electrical-work-for-the-jefferson-parish-department-of-parks-and-recreation-and-all-agencies-and-departments-of-jefferson-parish.html
09-Apr-2025 10:22:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147573-Little Farms 100-Year Anniversary Improvements – Phase I Project No. 23-1130-0043 Department of Recreation
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147573<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 29, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Little Farms 100-Year Anniversary Improvements – Phase I<br />Project No. 23-1130-0043<br />Department of Recreation<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, Phone: 504.885.9892 by licensed contractors upon receipt of a non-refundable fee of $25.00 for an electronic set on a compact disc, or a hard copy set will be available upon request for a deposit of One hundred ($100.00) dollars per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a payment bond and a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00am on April 29, 2025 at Little Farms located at 10301 South Pk. St., River Ridge, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: April 9, 16, and 23, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp48082781-5000147573-little-farms-100-year-anniversary-improvements-phase-i-project-no-23-1130-0043-department-of-recreation.html
09-Apr-2025 10:19:00 AM CDT |
29-May-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
Clark Field LED Lighting Upgrades
|
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 11:00 AM Central Time on the 8th day of May, 2025 for the following:<br /> <br />Clark Field LED Lighting Upgrades<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: Replacement of the existing athletic lighting system and controls with a new LED lighting system including new drivers, crossarms, pole wiring harnesses, and control panel as specified. Existing pre-cast concrete poles shall remain and be reused with the new lighting equipment. All work to be completed within 120 calendar 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 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 $250 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 April 24, 2025 at 10:00 AM at Clark Field, located at 316 Park Avenue, Lafayette, LA 70507.<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 “Electrical”. 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: 4-9-2025, 4-13-2025, 4-20-2025<br />DPR 993567<br />
https://www.centralauctionhouse.com/rfp52999023-clark-field-led-lighting-upgrades.html
09-Apr-2025 10:00:00 AM CDT |
08-May-2025 11:00:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6893 CONTRACT TO PROVIDE TRAFFIC SIGNAL REPAIR SERVICES
|
<div style="text-align: center;">INVITATION TO BID<br /><br /><br />Sealed Bid No. 25-6893</div>04/09/2025<br />CONTRACT TO PROVIDE TRAFFIC SIGNAL REPAIR SERVICES<br />Sealed Bid No. 25-6893<br /><br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Provide Traffic Signal Repair Services</b><br /> </div><div>Bidders may also obtain copies of the bid documents and submit bids electronically by visiting <br />www.centralauctionhouse.com. Sealed bids will be received until <b>May 9th, 2025 at 9:45 a.m.</b>, by the <br />City of Kenner in the Finance Department located at:</div> <div style="text-align: center;">1610 Reverend Richard Wilson Drive Building D<br />Kenner, Louisiana 70062<br /><br /> </div>All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the <br />City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which <br />time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /><br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate<br />April 9??, 2025<br />April 16??, 2025<br />April 23??, 2025
https://www.centralauctionhouse.com/rfp26577865-sealed-bid-25-6893-contract-to-provide-traffic-signal-repair-services.html
09-Apr-2025 8:30:00 AM CDT |
09-May-2025 9:45:00 AM CDT |
Iberia Parish School Board |
Bid #1167 - Walk-In Cooler/Freezer Replacements
|
MANDATORY PRE-BID CONFERENCE = Tuesday, April 22, 2025 at 9:00 a.m. CST<br />BIDS ARE DUE = Friday, May 2, 2025 by 3:30 p.m. CST<br />BIDS WILL BE OPENED AND READ = Monday, May 5, 2025 at 9:00 a.m. CST
https://www.centralauctionhouse.com/rfp93419859-bid-1167--walk-in-coolerfreezer-replacements.html
09-Apr-2025 8:00:00 AM CDT |
02-May-2025 3:30:00 PM CDT |
Lafayette Consolidated Government |
RFQ Parks Strategic Plan
|
REQUEST FOR QUALIFICATIONS<br /> <br />Notice is hereby given that sealed statement of qualifications will be received in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:00 p.m. Central Time on the 9th day of May, 2025 for the following:<br /> <br /> RFQ Parks Strategic Plan<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Statement of qualifications received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed statement of qualifications may be hand carried or mailed to the address listed above.<br /> <br />Statement of qualifications shall be either hand delivered or mailed in a sealed envelope to the address listed below. Statement of qualifications received after the appointed time will be determined non-responsive and will not be opened. Sealed statement of qualifications must be submitted as one (1) original and three (3) hard copies, one (1) electronic file on USB, and one (1) redacted copy. Statement of qualifications should be sent to 705 West University Avenue, Lafayette, LA 70506 attention Keirston St. Amant<br /> <br />Copies of the RFQ specifications are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8034 (Attn: Keirston St. Amant). RFQ specifications shall be available until twenty-four (24) hours before the statement of qualifications opening date. <br /> <br />No Vendor may withdraw his statement of qualifications for at least ninety (90) days after the time scheduled for the opening of statement of qualifications. Each statement of qualifications shall follow the instructions listed in the RFQ regarding submittal of their statement of qualifications. <br /> <br />Proposers are invited to attend a pre-proposal meeting which will be held on April 23, 2025 at 10:00 am on the second floor of City Hall, in Community Development & Planning, located at 705 West University Avenue, Lafayette, LA.<br /> <br />Statement of qualifications will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Qualifications. The Lafayette Consolidated Government reserves the right to reject any and all statement of qualifications or any portions thereof, to waive informalities and to select the material that best suits its needs. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all consultants and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 4/9, 4/13, 4/20<br />DPR # 984697
https://www.centralauctionhouse.com/rfp22403623-rfq-parks-strategic-plan-.html
09-Apr-2025 8:00:00 AM CDT |
09-May-2025 2:00:00 PM CDT |
New Orleans Public Belt Railroad |
INVITATION TO BID NO. 3105: NEW AND RECONDITIONED AIR BRAKE VALVES
|
<div style="text-align: center;"><br />NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION<br />FOR THE PORT OF NEW ORLEANS<br /> <br />INVITATION TO BID 3105: NEW AND RECONDITIONED AIR BRAKE VALVES<br /> <br /> </div> <br />Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is soliciting bids for the as-needed purchase and delivery of new and reconditioned air brake valves in accordance with the specifications. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of<br />those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification<br /><br />BID SUBMISSION: NOPB will accept ELECTRONIC BIDS for this Project until 10:00 a.m. CDT on Tuesday, May 6, 2025 (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronic bids must be submitted for this project at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. NOLA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by Tuesday, April 29, 2025 5:00pm CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFQ. Questions and answers and all forms required will be posted on www.centrabidding.com and SEBConnect App.
https://www.centralauctionhouse.com/rfp48603248-invitation-to-bid-no-3105-new-and-reconditioned-air-brake-valves.html
09-Apr-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Mandeville |
ITB - MANDEVILLE LAKEFRONT WETLANDS RESTORATION
|
INVITATION TO BID CITY OF MANDEVILLE<br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, May 14, 2025, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete Mandeville Lakefront Wetlands ; City of Mandeville PROJECT NO.:100.21.001; for the City of Mandeville. Bids will be opened and publicly read aloud after 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received after 11:00 A.M. will be returned unopened. The Work consists of construction of an Earthen berm and stone armoring for a base bid and channel excavation, stone lining, and marsh creation for alternate bid 1. A non-mandatory pre-bid conference will be held <b>Thursday, April 17</b>, 2025; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169). Final date for questions and inquiries is April 25, 2025 by close of business. Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of Contract Documents for this Project may be secured from Neel-Schaffer Inc., located at 2900 E. Causeway Blvd, Suite E, Mandeville, LA 70448; (985-674-9820) by licensed Contractors upon payment of ONE HUNDRED dollars ($100) per set. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids. Emailed copies of the bid documents may be requested from
[email protected] find bid related materials and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process please call Central Bidding at (225) 810-4814. Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents. The outside envelope in which the bid is placed must be clearly marked as follows:<br />Sealed Bid: MANDEVILLE LAKEFRONT WETLANDS<br />CITY OF MANDEVILLE PROJECT NO. 100.21.001<br />Bid Due Date and Time: WEDNESDAY, May 14, 2025; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND<br />LOUISIANA CONTRACTOR’S LICENSE NUMBER<br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 3xs: April 9, April 16, April 30, 2025
https://www.centralauctionhouse.com/rfp9967320-itb--mandeville-lakefront-wetlands-restoration.html
09-Apr-2025 12:00:00 AM CDT |
14-May-2025 11:00:00 AM CDT |
City of Alexandria |
Bid# 2516 Fire Hydrants & Related Acc.
|
It is the intent of the City of Alexandria to secure pricing on FIRE HYDRANTS & RELATED ACCESSORIES – TWELVE (12) MONTH PERIOD, for use by the City of Alexandria Water Department. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Bid prices are to remain in effect for a period of twelve (12) months from bid award date. Quantities given are estimated and not guaranteed.
https://www.centralauctionhouse.com/rfp8997504-bid-2516-fire-hydrants-related-acc.html
09-Apr-2025 12:00:00 AM CDT |
20-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2515 Clamps & Couplings
|
It is the intent of the City of Alexandria to secure pricing on CLAMPS & COUPLINGS – TWELVE (12) MONTH PERIOD, for use by the City of Alexandria Water Department. Said material is to be inventoried by the Central Warehouse Department.<br /> <br />All products shall be new and of current manufacture. All products must be of domestic manufacture, unless otherwise stated.<br /> <br />Bids are to remain in effect for a period of twelve months from the bid award date. Quantities are estimated and not guaranteed. Items to be ordered on an “as needed” basis.
https://www.centralauctionhouse.com/rfp31341709-bid-2515-clamps-couplings.html
09-Apr-2025 12:00:00 AM CDT |
20-May-2025 10:00:00 AM CDT |
City of Covington |
S New Hampshire Resurfacing
|
Sealed bids will be received until the hour of <b>2:00 P.M.</b>, local time, <b><u>Thursday, May 8, 2025</u> </b>at City Hall, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete the <b>S New Hampshire Resurfacing</b> <b>Project, </b><b>Project No. C0251, </b>for the City of Covington, Louisiana. Bids will be opened and publicly read aloud after <b>2:00 P.M. </b>in the City Hall Conference Room, City Hall, Covington, Louisiana. Any bids received after <b>2:00 P.M. </b>will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in <u>Municipal and Public Works. </u><br /> <br />The work consists of <u>mill and overlay of residential streets throughout Covington. </u><br /> <br />A <b><u>non-mandatory</u> </b>pre-bid conference will be held<b> <u>Thursday, April 24, 2025</u>. </b>The meeting will be held at 2:00 p.m. at City of Covington, City Hall Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433.<br /> <br />A complete set of Contract Documents are available to download from our web site free of charge: <a href="https://www.covla.com/city-departments/finance">https://www.covla.com/city-departments/finance</a><br />A complete set of Bid Documents are also available at Central Bidding (<a href="file:///C:/Users/CallieBaker/AppData/Local/Microsoft/Windows/INetCache/Content.Outlook/VRLJJSZB/www.centralbidding.com">www.centralbidding.com</a>). Electronic Bids may be submitted at Central Bidding (<a href="file:///C:/Users/CallieBaker/AppData/Local/Microsoft/Windows/INetCache/Content.Outlook/VRLJJSZB/www.centralbidding.com">www.centralbidding.com</a>). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents. The outside envelope in which the bid is placed must be clearly marked as follows:<br /> <br /> <b>Sealed Bid: CITY OF COVINGTON</b><br /><b>S NEW HAMPSHIRE RESURFACING</b><br /> <b>Project No. C0251</b><br /> <br /> Bid Due Date and Time: May 8, 2025, 2:00 P.M.<br /> <br /><b>INCLUDE: Contractor’s name, address, and Louisiana state contractor’s license number</b><br /> <br /><b>It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.</b><br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br /> <br />City of Covington<br />St Tammany Farmer 3xs: 4/9/25,4/16/25, & 4/23/25
https://www.centralauctionhouse.com/rfp71178951-s-new-hampshire-resurfacing.html
09-Apr-2025 12:00:00 AM CDT |
08-May-2025 2:00:00 PM CDT |
Washington Parish School Board |
Invitation to Bid-Varnado High School Reroof
|
ADVERTISEMENT FOR BID<br /> <br />Sealed Bids for: Varnado High School Reroofing<br />Sealed bids will be received by Washington Parish School Board until Monday, May 12, 2025 at 10:00AM at its Central Office located at 800 Main Street, Franklinton, Louisiana for<br /> Shingle roofing for Varnado High School, 25543 Washington St. Angie, LA. 70426<br />Bids shall be labeled “Sealed Bid on Varnado High School Reroof May 12, 2025” and submitted to 800 Main Street, Franklinton LA 70438; Attn: Dana Knight, Director of Finance.<br />Bids will be publicly opened and read aloud at that time. A tabulation will be made for consideration by the Washington Parish School Board. Bids received after the above-mentioned date and time will not be opened and will be rejected.<br />This project will consist of removing old shingles and underlayment and installation of new architectural fiberglass shingles as selected by the Washington Parish School Board. Copies of the Invitation to Bid document with specifications and contract documents may be obtained by contacting Mike Ingram at 985-839-7761 or
[email protected] or Dana Knight at 985-839-7768 or
[email protected]. Adherence to the Invitation to Bid document is REQUIRED for consideration of bid.<br />Mandatory walkthrough of the campus above will be held on Thursday, May 1, 2025 at 9:00 A.M. <br />The Contractor performing the work must be licensed with the State of Louisiana Licensing Board as a General Contractor. All work must be completed by July 25, 2025.<br />Submittal of Electronic bids is allowed as an option. Electronic bids must be in pdf format and shall contain the same information and items required for paper bids. Electronic bids will be accepted at www.centralauctionhouse.com and following the link to Washington Parish School Board.<br />All bids must be accompanied by 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 or a Bid Bond written by a surety company to do business in Louisiana, signed by the surety’s agency or attorney-in-fact as per the project specifications.<br />A performance bond in an amount of 50% of the contract will be required to be furnished by the successful bidder and all cost associated with such bind shall be paid by the successful bidder.<br />The Washington Parish School Board reserves the right to reject any and all bids and to waive any and all informalities in the bidding.<br />Jennifer Thomas, Superintendent<br />Washington Parish School Board<br />BID DATE: Monday, May 12, 2025<br />Dates of Publication (3): 4/09/2025; 4/16/2025, 4/23/2025
https://www.centralauctionhouse.com/rfp74852745-invitation-to-bid-varnado-high-school-reroof.html
09-Apr-2025 12:00:00 AM CDT |
12-May-2025 10:00:00 AM CDT |
Diocese of Lake Charles |
Demolition of Office/CCD & Hall/Storage Buildings for St Henry Catholic Church
|
To be published in the American Press : 4/9/2025, 4/16/2025, 4/23/2025<br />Diocese of Lake Charles Upcoming Construction<br /> <br />The Diocese of Lake Charles is accepting proposals for construction services related to:<br /> <br />HL-50B & HL-50C - Demolition of Office/CCD & Hall/Storage Buildings<br /> <br />The plans and specifications are only available at: https://www.centralauctionhouse.com/Category/10485/DioceseofLakeCharles<br /> <br />Pre – Bid Meeting will be held on site, 1021 8th Ave., Lake Charles on 4/22/2025 at 10:00 am.<br />Bids are due: 5/7/2025 before 3:00 pm<br /> <br /> <br />All bids must be submitted electronically thru the Central Auction House website.<br />
https://www.centralauctionhouse.com/rfp5121271-demolition-of-officeccd-hallstorage-buildings-for-st-henry-catholic-church.html
09-Apr-2025 12:00:00 AM CDT |
07-May-2025 3:00:00 PM CDT |
Lincoln Parish Police Jury |
2024 Capital Improvement Plan, Pea Ridge Rd Drainage Improvements
|
Copy & paste the link below into your internet browser:<br /><br />https://www.dropbox.com/scl/fo/25ryhxkq4f3b73sf5v3u1/AEAb2GDjpuur24uJeErxPc4?rlkey=ipjxbcb7o9cygcj9j951u0dxa&dl=0<br /><br /><br />
https://www.centralauctionhouse.com/rfp59907315-2024-capital-improvement-plan-pea-ridge-rd-drainage-improvements.html
09-Apr-2025 12:00:00 AM CDT |
08-May-2025 11:00:00 AM CDT |
Duplantis Design Group |
Care Help of Sulphur Parking Lot Improvements
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received for Care Help of Sulphur Parking Lot Improvements and shall be directed to Care Help of Sulphur, Inc. The deadline for receipt of bids is 2:00 PM on Monday, May 5, 2025, at which time bids will be opened and read aloud in a public meeting.<br /> <br />FOR: Care Help of Sulphur Parking Lot Improvements<br /> <br />ARCHITECT’S PROJECT NUMBER: 22-1382A<br />STATE PROJECT NUMBER: 50-NJT-23-01<br /> <br />Complete Bid Documents for this project are available from www.centralauctionhouse.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:<br /> <br />Duplantis Design Group<br />314 East Bayou Road<br />Thibodaux, LA 70301<br />985-447-0090 <br />Attn: Ashley Webre <br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />A PRE-BID CONFERENCE WILL BE HELD<br />At 10:00 AM on Wednesday, April 23, 2025<br />At the Assistance Office of Care Help of Sulphur,<br />200 N Huntington Street, Sulphur, LA<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 /><br /><br />
https://www.centralauctionhouse.com/rfp96646741-care-help-of-sulphur-parking-lot-improvements.html
08-Apr-2025 8:00:00 AM CDT |
05-May-2025 2:00:00 PM CDT |
Town of Grand Isle |
Hurricane Ida, Private Property Demo & Removal (PPDR)
|
Sealed bids will be received on Wednesday, May 14, 2025, by the Town of Grand Isle (TOGI) at the Grand Isle Multiplex Center, located at 3101 Hwy 1 in Grand Isle, Louisiana until 6:00 P.M. All bids will be publicly open and read aloud.<br /> <br />Bid documents are posted on Central Bidding. To view these, download, and receive bid notices by e-mail, you must register with Central Bidding. Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Bidding at 1-833-412-5717. <br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Bidding. Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Town Grand Isle<br /> P. O. BOX 200<br /> Grand Isle, LA 70358<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br /> <br />Project Name: Private Property Demo and Removal (PPDR)<br /> <br />Project Description: The project consists of the demolition and removal of homes within the Town of Grand Isle.<br /> <br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors. <br /> <br />This Project shall require a Louisiana Contractors license number for one of the following: Building Construction or Rigging, House Moving, Wrecking, and Dismantling, or Residential.<br /> <br />Bidding Documents for this Project are on file in the office of GIS Engineering, LLC located at 197 Elysian Dr., Houma, Louisiana, 70363 and a single copy may be obtained by each prospective bidder at a cost of $100.00 by contacting Ann Schouest or
[email protected] for any clarification or information with regard to the specifications.<br /> <br /><b>A mandatory Pre-Bid Conference will be held on Tuesday, April 22, 2025, at 9:00 A.M. at the Grand Isle Multiplex Center, located at 3101 Hwy 1 in Grand Isle, Louisiana.</b><br /><br />The Town of Grand Isle reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /><br />______________/s/ David Camardelle______________<br />DAVID CAMARDELLE, MAYOR<br />TOWN of GRAND ISLE<br />
https://www.centralauctionhouse.com/rfp11283908-hurricane-ida-private-property-demo-removal-ppdr.html
08-Apr-2025 12:00:00 AM CDT |
14-May-2025 6:00:00 PM CDT |
North Oaks Medical Center |
Box Truck
|
REQUEST FOR BIDS <br /> <br />North Oaks Health System will be accepting Bids for the purchase of the following:<br /> <br />“Box Truck” <br /> <br />North Oaks Health System requires that all responses be submitted electronically through Central Bidding at www.centralbidding.com. For additional information regarding the submission of responses contact Central Bidding at (225) 810-4814. For information relating to bid requirements contact Mark Barcia, Director of Material Services at (985) 230-6656. North Oaks Health System reserves the right to refuse any and/or all proposals. North Oaks Health System also reserves the right to waive informalities and make award as elected. All bids must be submitted by 4:00 p.m. CT on or before Tuesday, May 6th, 2025.<br />
https://www.centralauctionhouse.com/rfp76179312-box-truck.html
08-Apr-2025 12:00:00 AM CDT |
06-May-2025 4:00:00 PM CDT |
Natchitoches Parish School Board |
Paper and Cleaning Products Bid # 2526-1
|
Paper and Cleaning Bid # 2526-1<br />Bids will be acceted until the dates specified and will be publicly opened and read aloud at those times in the School Board's Central Offic, 310 Royal St. Natchitoches LA 71457. Please find bid-related documents and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Bids recieved after the date and times of opening will not be considered. Additional information may be obained upon request by contacting Shauna Hicks, District Supervisor at 318-352-3438. between the hours of 7:30 a.m. and 4:00 p.m. The Board reserves the right to reject any or all bids. <br />
https://www.centralauctionhouse.com/rfp40804671-paper-and-cleaning-products-bid-2526-1.html
07-Apr-2025 2:00:00 PM CDT |
15-May-2025 12:00:00 PM CDT |
Natchitoches Parish School Board |
Food Products Bid # 2526-2
|
Food product bid # 2526-1<br />Bids will be acceted until the dates specified and will be publicly opened and read aloud at those times in the School Board's Central Offic, 310 Royal St. Natchitoches LA 71457. Please find bid-related documents and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Bids recieved after the date and times of opening will not be considered. Additional information may be obained upon request by contacting Shauna Hicks, District Supervisor at 318-352-3438. between the hours of 7:30 a.m. and 4:00 p.m. The Board reserves the right to reject any or all bids.
https://www.centralauctionhouse.com/rfp3985983-food-products-bid-2526-2.html
07-Apr-2025 2:00:00 PM CDT |
22-May-2025 12:00:00 PM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid - BID# 90 - Non-Food Supplies
|
<br />Dear Vendors,<br />Enclosed are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is a Line Item Bid. The sealed bids will be opened at 10:00 A.M. Wednesday, May 7, 2025. <br />Award date: May 21, 2025 by 6 PM (CST)<br /> <br />Sealed bids will be returned to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager<br />3761 Rosedale Road, Port Allen, Louisiana 70767. Alternatively, bids may be submitted electronically at https://www.centralauctionhouse.com<br /> <br />The Non-Food Supplies will supply the ten (10) schools within the school district.<br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1031 or e-mail
[email protected].<br />
https://www.centralauctionhouse.com/rfp32854198-invitation-to-bid--bid-90--non-food-supplies.html
07-Apr-2025 8:00:00 AM CDT |
07-May-2025 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid: BID# 85 - Large Equipment
|
<br />Dear Vendors,<br />Enclosed are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is a Line Item Bid. The sealed bids will be opened at 10:00 A.M. Wednesday, May 7, 2025. <br />Award date: May 21, 2025 by 6 PM (CST)<br /> <br />Sealed bids will be returned to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager<br />3761 Rosedale Road, Port Allen, Louisiana 70767. Alternatively, bids may be submitted electronically at https://www.centralauctionhouse.com<br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1031 or e-mail
[email protected].<br />
https://www.centralauctionhouse.com/rfp95864567-invitation-to-bid-bid-85--large-equipment.html
07-Apr-2025 8:00:00 AM CDT |
07-May-2025 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid: BID# 80 - Small Equipment and Misc. Items
|
<br />Dear Vendors,<br />Enclosed are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is a Line Item Bid. The sealed bids will be opened at 10:00 A.M. Wednesday, May 7, 2025. <br />Award date: May 21, 2025 by 6 PM (CST)<br /> <br />Sealed bids will be returned to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager<br />3761 Rosedale Road, Port Allen, Louisiana 70767. Alternatively, bids may be submitted electronically at https://www.centralauctionhouse.com<br /> <br />The Small Equipment and Misc. Items will supply the ten (10) schools within the school district.<br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1031 or e-mail
[email protected].<br />
https://www.centralauctionhouse.com/rfp62268920--invitation-to-bid-bid-80--small-equipment-and-misc-items.html
07-Apr-2025 8:00:00 AM CDT |
07-May-2025 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to BId: BID# - 40 Dry Food Items
|
<br />Dear Vendors,<br />Enclosed are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is a Line Item Bid. The sealed bids will be opened at 10:00 A.M. Wednesday, May 7, 2025. <br />Award date: May 21, 2025 by 6 PM (CST)<br /> <br />Sealed bids will be returned to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager<br />3761 Rosedale Road, Port Allen, Louisiana 70767. Alternatively, bids may be submitted electronically at https://www.centralauctionhouse.com<br /> <br />The Dry Food products will supply the ten (10) schools within the school district.<br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1031 or e-mail
[email protected].
https://www.centralauctionhouse.com/rfp55801470-invitation-to-bid-bid--40-dry-food-items.html
07-Apr-2025 8:00:00 AM CDT |
07-May-2025 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid - BID# 60 - Frozen & Refrigerated Food Items
|
<br />Dear Vendors,<br />Enclosed are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is a Line Item Bid. The sealed bids will be opened at 10:00 A.M. Wednesday, May 7, 2025. <br />Award date: May 21, 2025 by 6 PM (CST)<br /> <br />Sealed bids will be returned to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager<br />3761 Rosedale Road, Port Allen, Louisiana 70767. Alternatively, bids may be submitted electronically at https://www.centralauctionhouse.com<br /> <br />The Frozen & Refrigerated Food products will supply the ten (10) schools within the school district.<br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1031 or e-mail
[email protected].<br />
https://www.centralauctionhouse.com/rfp53950005-invitation-to-bid--bid-60--frozen-refrigerated-food-items.html
07-Apr-2025 8:00:00 AM CDT |
07-May-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bids: Removal and Disposal of Derelict Vessels in Bayou Grand Caillou
|
Sealed bids will be received until the hour of 2:00 pm on May 6, 2025, by Terrebonne Parish Consolidated Government Purchasing Division in the City of Houma Service Complex, 301 Plant Road, Houma Louisiana and reviewed for furnishing all supervision, labor, materials, equipment, etc. and performing all work necessary for: Removal and Disposal of Derelict Vessels in - Bayou Grand Caillou.<br /><br />A Non-mandatory Pre-Bid Conference will be held on April 17, 2025, at 2:00 PM at the office of the Terrebonne Parish Consolidated Government Purchasing Division, located at 301 Plant Road, Houma, Louisiana 70363.<br /><br />Electronic drawings and specifications are on file and can be secured from Royal Engineering via email;
[email protected] and
[email protected]. <br /><br />
https://www.centralauctionhouse.com/rfp1860492-bids-removal-and-disposal-of-derelict-vessels-in-bayou-grand-caillou.html
07-Apr-2025 8:00:00 AM CDT |
27-May-2025 2:00:00 PM CDT |
Plaquemines Port Harbor & Terminal District |
PPHTD M/V Belle Chasse II Clutches’ Overhaul
|
<h3 style="text-align: center;"><span dir="ltr"><b>INVITATION TO BID (ITB)</b></span></h3><h3><br /><span dir="ltr"><b>Louisiana Gateway Port<br />M/V Belle Chasse II Clutches’ Overhaul<br /><br />Louisiana Gateway Port </b>is seeking bids from qualified vendors to provide pricing and services for<br />the in-shop <b>overhaul and dynamometer testing</b> of the following equipment:<br /><br /><b>Scope of Work</b></span><br /> </h3><h3><span dir="ltr"><b>1. Port and Starboard Clutches (In-Shop Overhaul & Dyno Test)</b></span></h3><ul> <li> <h3><span dir="ltr">Port Clutch: Model MG 516, Serial # 2017013, Gear Ratio 3.0:1?</span></h3> </li> <li> <h3><span dir="ltr">Starboard Clutch: Model MG 516, Serial # 2017019, Gear Ratio 3.0</span></h3> </li></ul><h3><span dir="ltr">?<b>Bid Documents & Specifications</b>:<br />Project details and any additional specifications can be obtained by contacting:</span></h3><h3><span dir="ltr"><b>Anthony Cacioppo</b><br />(504) 934-6500<br />
[email protected]<br /><br /><b>Point of Contact</b>:<br />For inquiries regarding bid documents or project specifications, please contact:<br /><b>Shawna Williams</b><br />Phone: (504) 682-7920<br />Email:
[email protected]</span><br /> </h3><h3><span dir="ltr"><b>Bid Submission Deadline:</b></span></h3><h3><span dir="ltr">All bids must be <b>submitted no later than May 5, 2025, at 2:00 PM</b>. Late submissions will not<br />be considered<br />.<br />Bids should be clearly marked<b> “Bid M/V Belle Chasse II Engines’ Overhaul” </b>and delivered to</span><br /> </h3><h3><span dir="ltr"><b>Louisiana Gateway Port</b><br />8056 Highway 23, 3rd Floor<br />Belle Chasse, LA 70037</span><br /> </h3><h3><span dir="ltr">The Louisiana Gateway Port reserves the right to reject any and all bids, waive any informalities,<br />and award the contract in the best interest of the <b>Port.</b><br /> <br /> </span> LOUISIANA GATEWAY POR<br /> <span dir="ltr">BY: Charles D. Tillotson<br /> Executive Director</span></h3><div><span dir="rtl"> <br /> <br /> </span><br /> </div>
https://www.centralauctionhouse.com/rfp23925335-pphtd-mv-belle-chasse-ii-clutches-overhaul.html
07-Apr-2025 12:00:00 AM CDT |
05-May-2025 2:00:00 PM CDT |
Plaquemines Port Harbor & Terminal District |
PPHTD M/V Belle Chasse II Generator Engines’ Overhaul
|
INVITATION TO BID (ITB)<br /> <br />Louisiana Gateway Port<br />M/V Belle Chasse II Generator Engines’ Overhaul<br />Louisiana Gateway Port is seeking bids from qualified vendors to provide pricing and services for the in-shop overhaul and dynamometer testing of the following equipment:<br />Scope of Work<br />2. Port and Starboard Generator Engines<br />Detroit Diesel 4-71 (In-Shop Overhaul & Dyno Test)Bid Documents & Specifications:<br />Project details and any additional specifications can be obtained by contacting:<br />Anthony Cacioppo<br />(504) 934-6500<br />
[email protected]<br />Point of Contact:<br />For inquiries regarding bid documents or project specifications, please contact:<br />Shawna Williams<br />Phone: (504) 682-7920<br />Email:
[email protected]<br />Bid Submission Deadline:<br />All bids must be submitted no later than May 5, 2025, at 2:00 PM. Late submissions will not be considered.<br />Bids should be clearly marked “Bid M/V Belle Chasse II Engines’ Overhaul” and delivered to:<br />Louisiana Gateway Port<br />8056 Highway 23, 3rd Floor<br />Belle Chasse, LA 70037<br />The Louisiana Gateway Port reserves the right to reject any and all bids, waive any informalities, and award the contract in the best interest of the Port.<br /> <br /> <br />LOUISIANA GATEWAY PORT<br />BY: Charles D. Tillotson<br />Executive Director<br />
https://www.centralauctionhouse.com/rfp55378286-pphtd-mv-belle-chasse-ii-generator-engines-overhaul.html
07-Apr-2025 12:00:00 AM CDT |
05-May-2025 2:00:00 PM CDT |
St. Landry Parish School Board |
REQUEST FOR PROPOSAL ON PRE-POSITIONED EMERGENCY REMEDIATION SERVICES - 5/08/2025
|
LEGAL NOTICE OF REQUEST FOR PROPOSALS<br /><br />THE ST. LANDRY PARISH SCHOOL BOARD, MILTON BATISTE, III, SUPERINTENDENT, 1013 E. CRESWELL LANE, P.O. BOX 310, OPELOUSAS, LOUISIANA 70571-0310, WILL RECEIVE SEALED REQUEST FOR PROPOSALS FOR “PRE-POSITIONED EMERGENCY REMEDIATION SERVICES” UNTIL ONE’CLOCK (1:00) P.M. THURSDAY, MAY 8. 2025, AT WHICH TIME THEY WILL BE PUBLICLY OPENED AND READ ALOUD.<br /><br />REQUEST FOR PROPOSALS SHALL BE SEALED AND PLAINLY MARKED ON THE OUTSIDE: “REQUEST FOR PROPOSAL ON PRE-POSITIONED EMERGENCY REMEDIATION SERVICES, 5/08/2025”.<br /><br />IN ACCORDANCE WITH LOUISIANA RS 38:2212, VENDORS MAY SUBMIT THEIR BID ELECTRONICALLY AT WWW.CENTRALAUCTIONHOUSE.COM. PLANS AND SPECIFICATIONS ARE AVAILABLE BY ELECTRONIC MEANS. THE WEB SITE IS AVAILABLE 24 HOURS A DAY SEVEN DAYS A WEEK. VENDORS SUBMITTING BIDS ELECTRONICALLY ARE REQUIRED TO PROVIDE THE SAME DOCUMENTS AS VENDORS SUBMITTING THROUGH THE MAIL OR BY HAND DELIVERY. REGARDLESS OF THE BID RESULTS, THE VENDOR WILL HAVE 48 HOURS FROM OPENING OF THE BIDS TO PROVIDE THE ST. LANDRY PARISH SCHOOL BOARD 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 VENDOR FAILS TO PROVIDE THE ORIGINAL HARD COPIES OF THESE DOCUMENTS WITHIN 48 HOURS OF THE BID OPENING, THEIR BID SHALL BE CONSIDERED NON-RESPONSIVE.<br /><br />REQUEST FOR PROPOSALS WILL BE AWARDED ON QUALITY AND PRICE AND THE BOARD WILL NOT NECESSARILY AWARD ON THE LOWEST PRICE. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL REQUEST FOR PROPOSALS AND TO WAIVE ANY INFORMALITY.<br />SPECIFICATIONS CAN BE OBTAINED FROM THE SUPERINTENDENT’S OFFICE.<div style="text-align: right;"> _____________________________________</div><div style="text-align: right;">MILTON BATISTE, III,<br />SUPERINTENDENT<br />ST. LANDRY PARISH SCHOOL BOARD</div><br /><br />TO BE PUBLISHED IN THE EUNICE NEWS:<br />APRIL 03, 2025<br />APRIL 10, 2025<br />APRIL 17, 2025
https://www.centralauctionhouse.com/rfp60862979-request-for-proposal-on-pre-positioned-emergency-remediation-services--5082025.html
04-Apr-2025 3:00:00 PM CDT |
08-May-2025 1:00:00 PM CDT |
St. Mary Parish School Board |
Hunting and Trapping Bids Invited
|
https://www.centralauctionhouse.com/rfp29013460-hunting-and-trapping-bids-invited.html
04-Apr-2025 8:00:00 AM CDT |
02-May-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
SALES TAX STREET AND ROAD REHABILITATION PROGRAM PROJECT 19-7 HOLLYWOOD ST (AIRLINE TO SCENIC) & EVANGELINE ST (AIRLINE TO BATON ROUGE AVE) CITY-PARISH PROJECT NO. 24-CR-ST-0009
|
To be published three times Legal- April 4th, 11th & 18th, 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: SALES TAX STREET AND ROAD REHABILITATION PROGRAM PROJECT 19-7 HOLLYWOOD ST (AIRLINE TO SCENIC) & EVANGELINE ST (AIRLINE TO BATON ROUGE AVE) CITY-PARISH PROJECT NO. 24-CR-ST-0009 PROJECT DESCRIPTION: This project consists of the rehabilitation of asphalt pavements, asphalt patching, and related work. Electronic or sealed bids will be received until 2:00 p.m. Local Time, THURSDAY _ MAY 1ST, 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 in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of Ten Dollars ($10.00). (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are 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 is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of _9_% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. There will be no pre-bid conference. For additional information please contact Dan Rosenquist, at (225) 389-3106 or
[email protected]
https://www.centralauctionhouse.com/rfp80367706-sales-tax-street-and-road-rehabilitation-program-project-19-7-hollywood-st-airline-to-scenic-evangeline-st-airline-to-baton-rouge-ave-city-parish-project-no-24-cr-st-0009.html
04-Apr-2025 8:00:00 AM CDT |
08-May-2025 2:00:00 PM CDT |
Vernon Parish School District |
Bid for Bread, Milk, and Juice for 2025-2026
|
Bids will be accepted until 9:00 a.m. on May 6, 2025.<br /><br />
https://www.centralauctionhouse.com/rfp61965112-bid-for-bread-milk-and-juice-for-2025-2026-.html
04-Apr-2025 12:00:00 AM CDT |
06-May-2025 9:00:00 AM CDT |
Vernon Parish School District |
Bid for Janitorial and Cafeteria Supplies for 2025-2026
|
Bids will be accepted until 9:00 a.m on May 6, 2025.
https://www.centralauctionhouse.com/rfp14788630-bid-for-janitorial-and-cafeteria-supplies-for-2025-2026.html
04-Apr-2025 12:00:00 AM CDT |
06-May-2025 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Cafeteria Janitorial and Paper Supplies for the 2025-2026 SY
|
IFB for Cafeteria Janitorial and Paper Supplies for the 2025-2026 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Thursday, April 24, 2025 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp80254944-ifb-for-cafeteria-janitorial-and-paper-supplies-for-the-2025-2026-sy.html
03-Apr-2025 1:00:00 PM CDT |
02-May-2025 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Small Cafeteria Equipment for the 2025-2026 SY
|
IFB for Small Cafeteria Equipment for the 2025-2026 SY. Bids will be opened and publicly acknowledged at 9am on Thursday, April 24, 2025 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp87845987-ifb-for-small-cafeteria-equipment-for-the-2025-2026-sy.html
03-Apr-2025 1:00:00 PM CDT |
02-May-2025 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Cafeteria Large Equipment for the 2025-2026 SY
|
IFB for Cafeteria Large Equipment for the 2025-2026 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Thrusday, April 24, 2025 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp36081088-ifb-for-cafeteria-large-equipment-for-the-2025-2026-sy.html
03-Apr-2025 1:00:00 PM CDT |
02-May-2025 9:00:00 AM CDT |
West Baton Rouge Parish School Board |
New Turf Field for Port Allen High School and Brusly High School
|
<div style="text-align: center;"><b>Advertisement for Bids</b></div> <br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by West Baton Rouge Parish School Board for construction of:<br />Project Name: New Turf Field for Port Allen High School and Brusly High School<br />Project Address: 3553 Rosedale Rd, Port Allen, LA 70767 and 658 N Vaughn Dr., Brusly, LA 70719<br />Project Number: PAHS 2025-001 / BHS 2025-001<br /> <br />The West Baton Rouge Parish School System has issued this project with a bid duration as follows:<br /> <br />Bids will be received at the West Baton Rouge School Board Office, 3761 Rosedale Road, Port Allen, LA 70767 until 2:00 PM., Local Time on <b>May 8, 2025.</b> <br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically to Jared Gibbs (
[email protected]) and please CC Jessica Blanchard (
[email protected])<br />Complete bids docs may be obtained online at from the architect or the schools system’s website:<br />BCB Architects, LLC- Dean Hotard, Architect and Associates, Inc.<br /> <br />The successful Bidder will be issued a notice to proceed on May 23, 2025, procurement of materials is expected to begin immediately to allow delivery for a start of construction on May 27, 2025. The project must reach final completion by September 1, 2025. Damages will be assessed at $1,000 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. This project is tax exempt.<br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /><br /><b>A Pre-Bid Conference will be held at 10:30 AM on April 22, 2025, at Brusly High School, 658 N. Vaughn Dr., Brusly, LA 70719 and proceed to Port Allen High after. Attendance at this Pre-Bid Conference is non-mandatory but highly encouraged.</b><br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. 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 />The West Baton Rouge Parish School Board reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /> <br />Alden Chustz, President West Baton Rouge Parish School Board<br />Dr. Chandler Smith, Superintendent West Baton Rouge Parish School Board
https://www.centralauctionhouse.com/rfp36920229-new-turf-field-for-port-allen-high-school-and-brusly-high-school.html
03-Apr-2025 8:30:00 AM CDT |
08-May-2025 2:00:00 PM CDT |
Jefferson Davis Parish School Board |
25-26 Computer Supplies Bid
|
NOTICE TO BIDDERS<br />Sealed bids will be received by the Jefferson Davis Parish School Board, 203 E. Plaquemine Street, Jennings, Louisiana until ten (10:00) o’clock a.m., Thursday, May 1, 2025, at which time the sealed bids will be publicly opened and read for the following:<br />25-26 PARISH-WIDE COMPUTER PRINTING SUPPLIES <br /><br />07/01/2025 thru 06/30/2026<br />Detailed bid specifications and bid forms for the above may be obtained by calling or writing Christin LeGros, Director of Finance, Jefferson Davis Parish School Board, P. O. Box 640, Jennings, Louisiana 70546, (337) 824-1834,
[email protected]. Bids and required documentation must be sealed and the envelope marked: “25-26 COMPUTER PRINTING SUPPLIES BID, THURSDAY, MAY 1, 2025 AT 10:00 A.M.”<br />In accordance with Act 590 of the 2008 Legislature, the bid documents can also be viewed online and bids can be submitted online at: www.centralbidding.com <br />The Jefferson Davis Parish School Board will purchase computer supplies listed in the bid specifications from one vendor based upon the lowest average cost of a representative list of computer supplies taken from the bidder’s computer supply catalog with all discounts specified in the bid documents taken into consideration. Only the name-brand products specified in the attached list of bid items will be accepted. Substitutions will not be considered. Although the award of the bid will be based on the lowest total cost, the discount percentage offered against the catalog price must be specified. Each bidder is responsible to submit the cost and discounted cost amounts in the bid packet.<br />All bids should be mailed or delivered to Christin LeGros, Director of Finance, Jefferson Davis Parish School Board, 203 E. Plaquemine Street, P. O. Box 640, Jennings, Louisiana 70546 or submitted online via the Central Bidding website by Thursday, May 1, 2025 at 10:00 a.m. Bids received after that date and time will not be considered and will be returned unopened.<br />The Jefferson Davis Parish School Board reserves the right to reject any/or all bids and to waive any/or informalities incident thereto.<br />Jefferson Davis Parish School Board<br /><br />John G. Hall, Superintendent<br />Publication Dates: Friday, April 11, 2025<br /><br />Friday, April 18, 2025<br /><br />Friday, April 25, 2025
https://www.centralauctionhouse.com/rfp98710925-25-26-computer-supplies-bid.html
03-Apr-2025 8:00:00 AM CDT |
01-May-2025 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Port Allen Elementary School Roof Replacement and Interior Renovations
|
<div style="text-align: center;"><b>Advertisement for Bids</b></div> <br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by West Baton Rouge Parish School Board for construction of:<br />Project Name: Port Allen Elementary School Roof Replacement and Interior Renovations<br />Project Address: 609 Rosedale Rd, Port Allen, LA 70767<br />Project Number: PAES 2025-001<br /> <br />The West Baton Rouge Parish School System has issued this project with a bid duration as follows:<br /> <br />Bids will be received at the West Baton Rouge School Board Office, 3761 Rosedale Road, Port Allen, LA 70767 until 10:00 AM., Local Time on <b>May 8, 2025</b>. <br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically to Jared Gibbs (
[email protected]) and please CC Jessica Blanchard (
[email protected])<br />Complete bids docs may be obtained online at from the architect or the schools system’s website:<br />BCB Architects, LLC- Dean Hotard, Architect and Associates, Inc.<br /> <br />The successful Bidder will be issued a notice to proceed on <b>May 23, 2025</b>, procurement of window materials is expected to begin immediately to allow delivery for a start of construction on <b>May 27, 2025</b>. The project must reach final completion by <b>July 28, 2025</b>. Damages will be assessed at $1,000 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. This project is tax exempt.<br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /><br /><b>A Pre-Bid Conference will be held at 2:00 PM on April 22, 2025, at Port Allen Elementary School, 609 Rosedale Road, Port Allen, LA 70767. Attendance at this Pre-Bid Conference is non-mandatory but highly encouraged.</b><br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. 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 />The West Baton Rouge Parish School Board reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /> <br />Alden Chustz, President West Baton Rouge Parish School Board<br />Dr. Chandler Smith, Superintendent West Baton Rouge Parish School Board
https://www.centralauctionhouse.com/rfp66495858-port-allen-elementary-school-roof-replacement-and-interior-renovations.html
03-Apr-2025 8:00:00 AM CDT |
08-May-2025 10:00:00 AM CDT |
Diocese of Houma-Thibodaux |
Interior Repairs to St. Francis De Sales Cathedral
|
ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of St. Francis De Sales Cathedral, 500 Goode St, Houma, LA 70360. The deadline for receipt of bids is 2:00 PM on May 1, 2025, at which time bids will be opened and read aloud in a meeting room at the Diocese Office, 2779 Highway 311, Schriever, LA 70395.<br />FOR: Hurricane Ida Repairs<br /> St. Francis De Sales Cathedral<br /> Phase 2 – Interior Repairs<br />DDG Job #: 22-1047<br /> <br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number. It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid Enclosed <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. No project Contract Documents will be provided by the Architect or Owner.<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 Owner.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One Hundred Twenty (120) Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office, if required, for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br />A MANDATORY Pre-bid Conference will be held on April 16, 2025 at 2:00 PM, at St. Francis De Sales Cathedral.<br />The Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of St. Francis De Sales Cathedral<br />Very Rev. Jay Baker S.T.L., St. Francis De Sales Cathedral<br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: April 3, 2025<br />SECOND DATE: April 8, 2025<br />THIRD DATE: April 15, 2025
https://www.centralauctionhouse.com/rfp54533984-interior-repairs-to-st-francis-de-sales-cathedral-.html
03-Apr-2025 8:00:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
West Baton Rouge Parish School Board |
Brusly Middle School Roof Replacement
|
<div style="text-align: center;"><b>Advertisement for Bids</b></div><br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by West Baton Rouge Parish School Board for construction of:<br />Project Name: Brusly Middle School Roof Replacement<br />Project Address: 630 N Vaughn Dr., Brusly, LA 70719<br />Project Number: BMS001<br /> <br />The West Baton Rouge Parish School System has issued this project with a bid duration as follows:<br /> <br />Bids will be received at the West Baton Rouge School Board Office, 3761 Rosedale Road, Port Allen, LA 70767 until 11:30 AM., Local Time on May 8, 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 to Jared Gibbs (
[email protected]) and please CC Jessica Blanchard (
[email protected])<br />Complete bids docs may be obtained online at from the architect or the schools system’s website:<br />BCB Architects, LLC- Dean Hotard, Architect and Associates, Inc.<br /> <br />The successful Bidder will be issued a notice to proceed on May 23, 2025, procurement of roofing materials is expected to begin immediately to allow delivery for a start of construction on May 27, 2025. The project must reach final completion by July 28, 2025. Damages will be assessed at $1,000 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. This project is tax exempt.<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 />A Pre-Bid Conference will be held at 9:00 AM on April 22, 2025, at Brusly Middle School, 630 N Vaughn Dr., Brusly, LA 70719. Attendance at this Pre-Bid Conference is non-mandatory but highly encouraged.<br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. 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 />The West Baton Rouge Parish School Board reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /> <br />Alden Chustz, President West Baton Rouge Parish School Board<br />Dr. Chandler Smith, Superintendent West Baton Rouge Parish School Board
https://www.centralauctionhouse.com/rfp85353738-brusly-middle-school-roof-replacement.html
03-Apr-2025 7:30:00 AM CDT |
08-May-2025 11:30:00 AM CDT |
Chennault Aviation and Military Museum |
CHENAULT AVIATION RENOVATIONS - FIRE SUPPRESSION
|
NOTICE TO BIDDERS<br />Sealed Bids will be received by the Chennault Aviation & Military Museum, 701 Kansas Lane, Monroe, Louisiana<br />71203 until 2:00 PM May 1, 2025.<br />For: Chennault Fire Suppression<br />701 Kansas Lane<br />Monroe, Louisiana 71203<br />Complete Bidding Documents for this project are available in electronic form. They may be obtained without charge<br />and without deposit from www.centralbidding.com Printed copies are not available from the Architect but<br />arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own<br />reproduction costs. Questions about this procedure shall be directed to the Architect at<br />TBAStudio<br />103 Cypress Street<br />West Monroe, Louisiana 71291<br />Telephone: (318) 340-1550<br />Facsimile: (318) 998-1315<br />E-mail:
[email protected]<br />All bids must be accompanied by bid security equal to five percent (5%) of the base bid and all additive alternates,<br />and must be in the form of a certified check, cashier's check or bid bond written by a company licensed to do business<br />in Louisiana, countersigned by a person who is under contract with the surety company or bond issuer as a licensed<br />agent in this State and who is residing in this state. No Bid Bond indicating an obligation of less than five percent<br />(5%) by any method is acceptable.<br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of<br />Building Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5).<br />No bid may be withdrawn except under the provisions of LA. R.S. 38:2214.<br />The successful Bidder will be required to furnish a performance and payment bond written by a company licensed to<br />do business in Louisiana, and shall be countersigned by a person who is contracted with the surety company or bond<br />issuer as agent of the company or issuer, and who is licensed as an insurance agent in this State, and who is residing in<br />this State, in an amount equal to the 100% of the contract amount.<br />A pre-bid conference will be held at 10:00 AM April 18, 2025, at the Chennault Aviation & Military Museum, 701<br />Kansas Lane, Monroe, LA 71203.<br />The intent is to award the project to the lowest, responsive, responsible bidder. However, the Owner reserves the<br />right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and<br />requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY ARCHITECT OF THE TYPE(S)<br />OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br />Publications Dates: 4-3-2025, 4-10-2025, 4-17-2025
https://www.centralauctionhouse.com/rfp49168998-chenault-aviation-renovations--fire-suppression.html
03-Apr-2025 12:01:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
Chennault Aviation and Military Museum |
Chennault Floor Preservation
|
NOTICE TO BIDDERS<br />Sealed Bids will be received by the Chennault Aviaon & Military Museum, 701 Kansas Lane, Monroe, Louisiana<br />71203 until 2:00 PM May 1, 2025.<br />For: Chennault Floor Preserva on<br />701 Kansas Lane<br />Monroe, Louisiana 71203<br />Complete Bidding Documents for this project are available in electronic form. They may be obtained without charge<br />and without deposit from www.centralbidding.com Printed copies are not available from the Architect but<br />arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their<br />own reproducon costs. Quesons about this procedure shall be directed to the Architect at<br />TBAStudio<br />103 Cypress Street<br />West Monroe, Louisiana 71291<br />Telephone: (318) 340-1550<br />Facsimile: (318) 998-1315<br />E-mail:
[email protected]<br />All bids must be accompanied by bid security equal to five percent (5%) of the base bid and all addive alternates,<br />and must be in the form of a cerfied check, cashier's check or bid bond wri=en by a company licensed to do<br />business in Louisiana, countersigned by a person who is under contract with the surety company or bond issuer as a<br />licensed agent in this State and who is residing in this state. No Bid Bond indicang an obligaon of less than five<br />percent (5%) by any method is acceptable.<br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classificaon of<br />Building Construcon. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No<br />bid may be withdrawn except under the provisions of LA. R.S. 38:2214.<br />The successful Bidder will be required to furnish a performance and payment bond wri=en by a company licensed to<br />do business in Louisiana, and shall be countersigned by a person who is contracted with the surety company or bond<br />issuer as agent of the company or issuer, and who is licensed as an insurance agent in this State, and who is residing<br />in this State, in an amount equal to the 100% of the contract amount.<br />A pre-bid conference will be held at 10:00 AM April 18, 2025, at the Chennault Aviaon & Military Museum, 701<br />Kansas Lane, Monroe, LA 71203.<br />The intent is to award the project to the lowest, responsive, responsible bidder. However, the Owner reserves the<br />right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and<br />requirements of this Secon; and those stated in the bidding documents shall not be waived by any enty.<br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY ARCHITECT OF THE TYPE(S) OF<br />ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br />Publicaons Dates: 4-3-2025, 4-10-2025, 4-17-2025
https://www.centralauctionhouse.com/rfp86865747-chennault-floor-preservation.html
03-Apr-2025 12:01:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
St. Charles Parish Public Schools |
Request for Proposals for Banking Services
|
<br /> <br /> <br />Advertisement for Request for Proposals<br /> <br />Interested banks are invited to submit proposals to the St. Charles Parish School Board (“SCPSB”) electronically via the Central Auction House website located at the “Online Bids & RFPs” link under the Resources tab at the SCPSB website https://www.stcharles.k12.la.us/. Proposers are responsible for checking the website above periodically for any updates or revisions to the Request for Proposals (“RFP”).<br /> <br />In lieu of submitting their proposal electronically as described above, interested banks may submit original sealed proposals to the St. Charles Parish School Board (“SCPSB”). The original sealed proposal, together with any and all additional materials, shall be enclosed in a sealed envelope, clearly marked as indicated below, addressed and delivered (hand delivery is permissible) to the following address:<br /> <br />St. Charles Parish School Board (“SCPSB”)<br />Attn: Ronald E. White, Jr., CFO<br />Proposal for Banking Services<br />13855 River Road<br />Luling, LA 70070<br /> <br />Proposers should allow for normal mail or delivery time to ensure timely receipt of their proposal. Late delivery of for any reason, including late delivery by United States Mail, shall disqualify the proposal. Oral or facsimile proposals are invalid and will not receive consideration.<br /> <br />All proposals will be accepted until noon Central Time on May 7, 2025. All proposals received will be taken under advisement as submitted by the assigned date and time at SCPSB. All requirements must be addressed in the proposal. Non-responsive proposals will not be considered. Failure to follow these instructions could result in disqualification of the proposal. SCPSB reserves the right to reject any and all proposals.<br /> <br />Proposals are hereby requested for the following:<br /> <br />BANKING SERVICES / FISCAL AGENT<br /> <br />The Request for Proposals may be downloaded from the Central Auction House website located at the “Online Bids & RFPs” link under the Resources tab at the SCPSB website https://www.stcharles.k12.la.us/. Questions shall be submitted electronically via the online site no later than noon Central Time on April 25, 2025. <br /> <br />Advertising dates in the St. Charles Herald-Guide, official journal of SCPSB, shall be:<br /> <br />1st Listing: Thursday, April 3, 2025<br />2nd Listing: Thursday, April 10, 2025<br />3rd Listing: Thursday, April 17, 2025<br /> <br />St. Charles Parish School Board<br />Ray Gregson, School Board President<br />Dr. Ken Oertling, Superintendent<br />13855 River Road<br />Luling, LA 70070
https://www.centralauctionhouse.com/rfp16043279-request-for-proposals-for-banking-services.html
03-Apr-2025 12:00:00 AM CDT |
07-May-2025 12:00:00 PM CDT |
St. Charles Parish Government |
Murray Hill and Destrehan Drive Drainage Improvements
|
The Parish of St. Charles, hereby advertises bids for construction of Murray Hill & Destrehan Drive Drainage Improvements, Parish Project No. P201001 as follows:<br /><br />Owner: St. Charles Parish<br /><br />Project Title: Murray Hill and Destrehan Drive Drainage Improvements<br /><br />Project No.: P201001<br /><br />Principal Work Location: Murray Hill and Destrehan Drive, Destrehan, Louisiana<br /><br />Description of Basic Work: Drainage improvements via installation of reinforced concrete pipe and associated catch basins, laterals and trench drains. Roadway, curb, driveway and sidewalk restoration where necessary due to construction of drainage improvements.<br /><br /><b>Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Council Chambers, 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 May 6, 2025</b>. Promptly thereafter, the bids will be publicly opened and read aloud in the St. Charles Parish Council Records Office of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.<br /><br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available to Contractors who are properly licensed in Louisiana or to bona fide suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, H. Davis Cole & Associates, LLC. , 1340 Poydras Street, Suite 1850, New Orleans, LA 70112.<br /><br />A payment of $ 150.00 in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D).<br /><br /><b>Pre-Bid Conference: A Mandatory Pre-Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on April 22, 2025 at 2:00 p.m. the St. Charles Parish Department of Public Works and Wastewater, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is Mandatory.</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 />St. Charles Parish Council<br /><br />Matthew W. Jewell, Parish President<br /><br />Advertisement Source and Dates:<br /><br />St. Charles Herald Guide St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /><br />Thursday, April 03, 2025<br />Thursday, April 10, 2025<br />Thursday, April 17, 2025
https://www.centralauctionhouse.com/rfp31585683-murray-hill-and-destrehan-drive-drainage-improvements.html
03-Apr-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
Assumption Parish School Board |
Bayou L'Ourse Primary School Modular Building Sitework
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by Assumption Parish Schools, 4901 Hwy 308, Napoleonville, LA,70390. The deadline for receipt of bids is 2:00 PM on May 6th, 2025, at which time bids will be opened and read aloud in a public meeting room at the Assumption Schools Office Building, 4901 Hwy 308, Napoleonville, LA 70390.<br /> <br />FOR: Assumption Parish Schools<br />Bid Name: Bayou L’Ourse Primary School Modular Building Sitework<br /> <br />DDG Job #: 25-1106<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from https://www.centralauctionhouse.com/ Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:<br /> <br />Duplantis Design Group, PC<br />314 East Bayou Road<br /> Thibodaux, LA 70301<br /> (985) 447-0090<br />
[email protected] <br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD<br /> at 10:00am on Thursday, April 24, 2025 at Bayou L’Ourse Primary School<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 />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The State shall incur no obligation to the Contractor until the Contract Between Owner and Contractor is fully executed.<br /><br /><br />Advertised in The Bayou Journal <br />April 8, 2025<br />April 15, 2025<br />April 22, 2025
https://www.centralauctionhouse.com/rfp8722364--bayou-lourse-primary-school-modular-building-sitework.html
03-Apr-2025 12:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
St. Charles Parish Public Schools |
Transportation Department Proposal for Contract Bus Washing
|
Transportation Department Proposal for Contract Bus Washing
https://www.centralauctionhouse.com/rfp57217369-transportation-department-proposal-for-contract-bus-washing.html
03-Apr-2025 12:00:00 AM CDT |
01-May-2025 12:00:00 PM CDT |
Ascension Parish Government |
Ascension Parish Fire Protection District #1 Remodel
|
<h1>REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>May 1, 2025</b>, at 3:00 p.m. (CDT) for the following:<br /> <h1>Ascension Parish Fire Protection District #1 Remodel</h1><br /><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from professional consultants to provide design requests for the renovation of the Ascension Parish Fire Protection Administration Building at 13192 Airline Hwy, Gonzales, LA 70737.<br /><br /><b>PROJECT DESCRIPTION: </b><br />Design requested for the renovation of the Ascension Parish Fire Protection Administration Building at 13192 Airline Hwy, Gonzales, LA 70737. Renovation to include all aspects of the existing 10,000 + square foot administration building.<br /> <br />Work will include full demolition of existing interior to allow for the design and construction of new conference rooms, restrooms, upgrade of all mechanical, electrical and plumbing throughout the building, training rooms, break rooms,<br /> <br />Exterior to include replacement of all windows, doors, stucco and roof.<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 (CDT) on <b>April 15, 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 (CDT) no later than <b>April 22, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Daylight Time on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the proposal submission deadline (i.e. the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br /> <br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 4/3/2025, 4/10/2025, 4/17/2025<br />GONZALES WEEKLY PLEASE PUBLISH 4/3/2025, 4/10/2025, 4/17/2025
https://www.centralauctionhouse.com/rfp60303154-ascension-parish-fire-protection-district-1-remodel.html
03-Apr-2025 12:00:00 AM CDT |
01-May-2025 3:00:00 PM CDT |
Ascension Parish Government |
New River Stormwater Pump Station
|
<h1>REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>May 1, 2025</b>, at 3:00 p.m. (CDT) for the following:<br /> <h1>New River Stormwater Pump Station</h1><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) hereby issues a Request for Qualifications (RFQ) from Consulting Firms (Consultant) to provide professional engineering services for the Community Development Block Grant Disaster Recovery Grant Program (CDBG). The Parish is soliciting Statement of Qualifications (SOQ) for Professional Engineering Design & Related Services.<br /><br /><b>PROJECT DESCRIPTION: </b><br />The selected Consultant(s) will perform engineering services in support of the Parish as required to prepare preliminary and final plans, and associated services for Disaster Recovery CDBG-MIT funds and subsequent implementation of the <b>Region 9 - Ascension New River Stormwater Management Pump Station Project</b>. Tasks associated with the project include but are not but are not limited to Topographic Survey, Land Acquisition Services, H&H Analysis, Geotechnical Design, Environmental Assessment, Project Design and Specifications, Construction Bid Package, and Construction Management Services as required. Project under consideration is the Region 9 - New River Stormwater Management Pump Station Project located in Ascension Parish in the upper Marvin Braud watershed. Project selection will be discussed with the engineering firm procured, however, the final decision will be determined by the Parish and based upon projected costs and effectiveness.<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 (CDT) on <b>April 15, 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 (CDT) no later than <b>April 22, 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. CDT 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<br /> <br /> <br />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 4/3/2025, 4/10/2025, 4/17/2025<br />GONZALES WEEKLY PLEASE PUBLISH 4/3/2025, 4/10/2025, 4/17/2025
https://www.centralauctionhouse.com/rfp67442550-new-river-stormwater-pump-station.html
03-Apr-2025 12:00:00 AM CDT |
01-May-2025 3:00:00 PM CDT |
Iberville Parish School Board |
2510M02- Plaquemine High School Kitchen Renovation
|
April 3rd 2025 <br /><br />Advertisement for Bids <br /><br /> <br /><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), Tuesday, May 6th, 2025, for the following: <br /><br /> <br /><br />Plaquemine High School Kitchen Renovation (IPSB Project #2510M02) <br /><br /> <br /><br />NOTE ** Outer envelope if mailed shall be marked SEALED BID. <br /><br />Please find bid-related materials and place electronic bids at – www.centralbidding.com <br /><br /> <br /><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 /> <br /><br />A Mandatory Pre-Bid Conference will be held at 1:00 p.m. CDT on April 17th, 2025, at IPSB Maintenance Office 59125 Bayou Rd., Plaquemine, LA 70764. <br /><br />No bid will be accepted from any contractor who did not attend and sign in at the Pre-Bid Conference. <br /><br /> <br /><br />Preliminary bid information may be obtained by contacting the Architectural Firm listed below: <br /><br /> <br /><br />Fusion Architects? <br /><br />3488 Brentwood Dr. 101? <br /><br />Baton Rouge, La. 70809? <br /><br />225-766-4848? <br /><br /> <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 /> <br /><br />Insertion Dates:<br /><br />April 3rd, 2025, <br /><br />April 10th, 2025, <br /><br />April 17th, 2025
https://www.centralauctionhouse.com/rfp2207662-2510m02-plaquemine-high-school-kitchen-renovation.html
03-Apr-2025 12:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Small Equipment 2025-2026
|
NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br /> <br />1 Year Small Equipment:<br />May 7th, 2025 1:00 PM<br /> <br />At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected]. The deadline to request documents or ask questions is 24 hours prior to bid opening.<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br /> <br />
https://www.centralauctionhouse.com/rfp51947073-small-equipment-2025-2026.html
02-Apr-2025 1:00:00 PM CDT |
07-May-2025 12:45:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6891 CONTRACT TO SUPPLY MOTORS AS NEEDED FOR DEPARTMENT OF WASTEWATER
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6891</div> <br />April 2, 2025<br />CONTRACT TO SUPPLY MOTORS AS NEEDED FOR DEPARTMENT OF WASTEWATER<br />Sealed Bid No. 25-6891<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">CONTRACT TO SUPPLY MOTORS AS NEEDED FOR DEPARTMENT OF WASTEWATER</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 Tuesday, May 6, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /> <br /> <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 2, 2025<br />April 9, 2025<br />April 16, 2025
https://www.centralauctionhouse.com/rfp45546258-sealed-bid-25-6891-contract-to-supply-motors-as-needed-for-department-of-wastewater.html
02-Apr-2025 8:30:00 AM CDT |
06-May-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6889 PREVENTATIVE MAINTENANCE EXISTING SANITARY AND STORM SEWERS, INCLUDING SERVICE LATERALS
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6889</div> <br />April 2, 2025<br />PREVENTATIVE MAINTENANCE EXISTING SANITARY AND STORM SEWERS, INCLUDING SERVICE LATERALS<br />Sealed Bid No. 25-6889<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">PREVENTATIVE MAINTENANCE EXISTING SANITARY AND STORM SEWERS, INCLUDING SERVICE LATERALS</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 Wednesday, May 7, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /> <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />April 2, 2025<br />April 9, 2025<br />April 16, 2025<br />
https://www.centralauctionhouse.com/rfp75690176-sealed-bid-25-6889-preventative-maintenance-existing-sanitary-and-storm-sewers-including-service-laterals.html
02-Apr-2025 8:30:00 AM CDT |
07-May-2025 9:45:00 AM CDT |
Webster Parish School Board |
Job #2024-08.A – Athletic Improvements to North Webster High School & McMahen Park
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div> <br /> <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, May 1, 2025, for:<br /> <br /> <div style="text-align: center;">JOB #2024-08.A ATHLETIC IMPROVEMENTS TO<br />NORTH WEBSTER HIGH SCHOOL & MCMAHEN PARK<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 10:00 A.M. on Wednesday April 16, 2025 at the jobsite: 101 South Arkansas Rd., 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 /> <br />/s/ Johnny Rowland <br />/t/ Johnny Rowland, Secretary Treasurer<br />Webster Parish School Board<br /> <br /> <br />Publication Dates:<br /> <br />02 April 2025<br />09 April 2025<br />16 April 2025
https://www.centralauctionhouse.com/rfp15944405-job-2024-08a-athletic-improvements-to-north-webster-high-school-mcmahen-park.html
02-Apr-2025 8:00:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
St. Martin Parish Government |
TWO (02) NEW (2024 OR NEWER) FIRE APPARATUS VEHICLES (BRUSH FIRE TRUCKS)
|
Sealed Bids from qualified firms and/or qualified vendors will be received by the ST. MARTIN PARISH GOVERNMENT (St. Martin Parish Fire District) at the ST. MARTIN PARISH FIRE DISTRICT TRAINING CENTER / RUTH BARN, 1035 Ruth Bridge Hwy, Breaux Bridge, LA 70517,<br />on Thursday, May 8, 2025, at 9:00 a.m., for the following:<br />PROVIDE BID FOR: <br />TWO (02) NEW (2024 OR NEWER) FIRE APPARATUS VEHICLES (BRUSH FIRE TRUCKS)<br />Per LA R.S. 38:2214 (A) The bids will be opened and read aloud.<br /> <br />General Description:Two (02) New 2024 or newer, Ford Super Duty F-350 crew cab chassis, diesel powered, 60" Cab to Axle Dual Rear Wheels (Detailed Specifics outlined in Specifications)<br /> <br />Delivery Time: Best delivery date shall be provided by bidder and that will be considered, along with costs, when the owner makes final decision.<br /> <br />Pre-Bid Meeting: No Prebid Meeting/Conference Required <br />Sealed bids will be received in accordance with the Instruction to Bidders, Louisiana Public Bid Law and the Bid Proposal Form. Bids shall be accepted only from firms and/or vendors who are qualified by the State of Louisiana for the lease and sale of specified equipment. Only a bona fide sealed bid will be considered at opening time, bids received after closing time will be returned unopened. Sealed bids may be hand carried or mailed to the address listed above.<br />
https://www.centralauctionhouse.com/rfp42905317-two-02-new-2024-or-newer-fire-apparatus-vehicles-brush-fire-trucks.html
02-Apr-2025 8:00:00 AM CDT |
08-May-2025 9:00:00 AM CDT |
Lafayette Consolidated Government |
SOUTH GRAVITY SEWER UPGRADES
|
NOTICE TO CONTRACTORS<br /><br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the<br />office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University<br />Avenue, Lafayette, Louisiana, until 3:00 PM Central Time on the 1st day of May, 2025 for the following:<br /><br />SOUTH GRAVITY SEWER UPGRADE<br /><br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University<br />Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall<br />be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone<br />number 337-291-5100.<br /><br />Scope of Services: The work includes the removal of existing pavement and underground utilities, installation of<br />gravity sewer mains and manholes, relocation of existing sewer services, construction of a new wet pit/dry pit<br />sewage pumping station, pump station building, emergency generator, site work, installation of approximately<br />12,000 linear feet of 24” HDPE force main by horizontal directional drilling, electrical and controls and associated<br />work. 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<br />(www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For<br />questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may<br />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<br />the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid<br />security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic<br />bid.<br /><br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of<br />Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a<br />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,<br />Lafayette, LA 70502 upon payment of $100.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED -<br />ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid<br />Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding<br />documents shall be addressed to Christian Janes at
[email protected].<br /><br />Contractors are requested to attend a pre-bid meeting, which will be held on April 17, 2025 at 10:00 AM at<br />the South Sewer Treatment Plant located at 231 W. Bayou Parkway, Lafayette, LA.<br /><br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette<br />Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates.<br />If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the<br />Treasury Financial Management Service list of approved bonding companies which is published annually in the<br />Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of<br />the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as<br />shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid<br />bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a<br />company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a<br />guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract<br />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<br />be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five<br />(45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form<br />provided within the specifications. The successful bidder will be required to execute performance and labor and<br />material payment bonds in the full amount of the contract as more fully defined in the bid documents. No<br />contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids.<br />Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be<br />required to execute performance and labor and material payment bonds in the full amount of the contract as more<br />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<br />in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and<br />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<br />licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license<br />number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the<br />classification of “MUNICIPAL AND PUBLIC WORKS CONSTRUCTION”. Bids in the amounts specified above<br />which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional<br />information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton<br />Rouge, Louisiana.<br /><br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business<br />Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services<br />and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business<br />enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which<br />disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-<br />8410.<br /><br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp56643324-south-gravity-sewer-upgrades.html
02-Apr-2025 8:00:00 AM CDT |
01-May-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
Fiber Optic Technician Splice Labor Re-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 1st day of May, 2025 for the following:<br /> <br />Fiber Optic Technician Splice Labor Connect Louisiana Project Re-Bid (EDA Award Number 08-79-05663)<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 splicing of fiber optic cables per specs.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Morgan Broussard at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a 8 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 “Electrical Work” OR “Communications”. 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<br />
https://www.centralauctionhouse.com/rfp92228077-fiber-optic-technician-splice-labor-re-bid.html
02-Apr-2025 8:00:00 AM CDT |
01-May-2025 3:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Request for Qualifications: Architectural and Engineering Professional Services for TPCG CDBG-DR Resilient Communities Infrastructure Program (RCIP)
|
The Submittals should be sent/delivered to:<br />Terrebonne Parish Consolidated Government<br />Attention: Sharon Ellis, Purchasing Manager<br />301 Plant Road<br />Houma La, 70363<br /> <br />Please clearly mark on the outside envelope:<br />RFQ: Architectural & Engineering Professional Services – TPCG CDBG-DR RCIP Program<br /> <br />Submittals must be received by May 2, 2025, at 2:00 PM CST, in order to be considered responsive.
https://www.centralauctionhouse.com/rfp78870672-request-for-qualifications-architectural-and-engineering-professional-services-for-tpcg-cdbg-dr-resilient-communities-infrastructure-program-rcip.html
02-Apr-2025 8:00:00 AM CDT |
02-May-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
2025-2026 Small Equipment
|
2025-2026 Small Equipment Bid
https://www.centralauctionhouse.com/rfp63530075-2025-2026-small-equipment.html
02-Apr-2025 12:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
2025-2026 Bread Bid
|
2025-2026 Bread Bid
https://www.centralauctionhouse.com/rfp26524063-2025-2026-bread-bid.html
02-Apr-2025 12:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
City of Covington |
City of Covington Hubie Gallagher Park Tennis Courts
|
Sealed bids will be received until the hour of 2:00 P.M., local time, Thursday, May 1, 2025 at City Hall, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete the Hubie Gallagher Park Tennis Courts project, for the City of Covington, Louisiana. Bids will be opened and publicly read aloud after 2:00 P.M. in the City Hall Conference Room, City Hall, Covington, Louisiana. Any bids received after 2:00 P.M. will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in Municipal and Public Works.<br /> <br />The work consists of construction of two new tennis courts.<br /> <br />A non-mandatory pre-bid conference will be held Thursday, April 10, 2025. The meeting will be held at 2:00 p.m. at City Hall, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433.<br /> <br />A complete set of Contract Documents are available to download from our web site free of charge: https://www.covla.com/city-departments/finance<br />A complete set of Bid Documents are also available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents. The outside envelope in which the bid is placed must be clearly marked as follows:<br /> <br />Sealed Bid: CITY OF COVINGTON<br />Hubie Gallagher Park Tennis Courts<br /> <br /> Bid Due Date and Time: May 1, 2025, 2:00 P.M.<br /> <br />INCLUDE: Contractor’s name, address, and Louisiana state contractor’s license number<br /> <br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.
https://www.centralauctionhouse.com/rfp77382154-city-of-covington-hubie-gallagher-park-tennis-courts.html
02-Apr-2025 12:00:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
City of Covington |
DOWNTOWN DRAINAGE IMPROVEMENTS
|
Sealed bids will be received until the hour of <b>2:00 P.M.</b>, local time, <b><u>Friday, May 2, 2025,</u></b> at the City of Covington, City Hall Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433 and online at <a href="https://cityofcoving.sharepoint.com/sites/CityOfCovington/Engineering/Projects/100%20City%20of%20Covington%20Capital%20Improvements/121-113%20-%20C0133%20-%2016th%20Water%20Well%20Building%20Rehab/Engineering/Specifications/www.centralbidding.com">www.centralbidding.com</a>; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete the <b>DOWNTOWN DRAINAGE IMPROVEMENTS, <u>Project No. C0195</u>, </b>for the City of Covington, Louisiana. Bids will be opened and publicly read aloud after <b>2:00 P.M. </b>in the City Hall Conference Room, City Hall, Covington, Louisiana. Any bids received after <b>2:00 P.M. </b>will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in <u>Highway, Street and Bridge Construction</u>. The project consists of <u>replacement of subsurface drainage, drainage lining, replacement of pavement, driveways, sidewalk, water and sewer offsets, asphalt mill and overlay and associated work</u>.<br /> <br />A <b><u>non-mandatory</u> </b>pre-bid conference will be held<b> <u>Thursday, April 17, 2025</u>. </b>The meeting will be held at 2:00 p.m. at City of Covington, City Hall Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433.<br /> <br />A complete set of Contract Documents are available to download from our web site free of charge: <a href="https://www.covla.com/finance">https://www.covla.com/finance</a><br />A complete set of Bid Documents are also available at Central Bidding (<a href="https://cityofcoving.sharepoint.com/sites/covlat_engineering/Shared%20Documents/ENGINEERING/Projects/100%20City%20of%20Covington%20Capital%20Improvements/121-120%20-%20C0195%20-%20S0073%20-%20Downtown%20Drainage/Engineering/Submittals/www.centralbidding.com">www.centralbidding.com</a>). Electronic Bids may be submitted at Central Bidding (<a href="https://cityofcoving.sharepoint.com/sites/covlat_engineering/Shared%20Documents/ENGINEERING/Projects/100%20City%20of%20Covington%20Capital%20Improvements/121-120%20-%20C0195%20-%20S0073%20-%20Downtown%20Drainage/Engineering/Submittals/www.centralbidding.com">www.centralbidding.com</a>). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents. The outside envelope in which the bid is placed must be clearly marked as follows:<br /> <br /> <b>Sealed Bid: CITY OF COVINGTON</b><br /><b>DOWNTOWN DRAINAGE IMPROVEMENTS</b><br /> <b><u>Project No. C0195</u></b><br /> <br /> Bid Due Date and Time: <b><u>Friday, May 2, 2025, 2:00 P.M.</u></b><br /> <br /><b>INCLUDE: Contractor’s name, address, and Louisiana state contractor’s license number</b><br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />____________________________<br />City of Covington<br />St Tammany Farmer 3xs: 4/2/25, 4/9/25, & 4/16/25
https://www.centralauctionhouse.com/rfp81635848-downtown-drainage-improvements.html
02-Apr-2025 12:00:00 AM CDT |
02-May-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
Paper and Cleaning SY2025-2026
|
Paper and Cleaning Bid for opening on March 13, 2025 at 2:00 p.m.
https://www.centralauctionhouse.com/rfp30778797-paper-and-cleaning-sy2025-2026.html
01-Apr-2025 12:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
Dry SY 2025-2026
|
Seal Dry Food Bid for opening on May 13, 2025 at 2:00 p.m,.
https://www.centralauctionhouse.com/rfp46872524-dry-sy-2025-2026.html
01-Apr-2025 12:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Evangeline Parish School Board |
Frozen and Cold SY2025-2026
|
Sealed Frozen Bid for bid onpening May 13, 2025 at 2:00 p.m.
https://www.centralauctionhouse.com/rfp44294399-frozen-and-cold-sy2025-2026.html
01-Apr-2025 12:00:00 AM CDT |
13-May-2025 2:00:00 PM CDT |
Vermilion Parish School Board |
Vermilion Parish School System- Fresh Produce SY25-26
|
NOTICE TO BIDDERS<br />Sealed, formal bids for the 2025-2026 school year will be received by the Vermilion Parish School System, Child Nutrition Program, 220 South Jefferson Street, Abbeville, Louisiana, until 10:00 A.M. on Tuesday, April 29, 2025, at which time they will be opened publicly for the following: <br />Dry Storage Foods – Yearly<br />Frozen Foods – Yearly<br />Milk and Milk Products – Yearly<br />Bread Products – Yearly<br />Paper and Janitorial Products – Yearly<br />Small Cafeteria Equipment – Yearly<br />Fresh Produce – Monthly<br />(Dates: July 17, August 14, September 11, October 9, November 6, December 11, January 22, February 26, March 26)<br /> <br />Detailed bid specifications, bid forms, and any questions for the above items may be obtained by contacting Amy Fremin, Vermilion Parish School System, Child Nutrition Program, 220 South Jefferson Street, Abbeville, Louisiana 70510; office number 337-898-5702; <u>
[email protected]</u>.<br /> <br />The bid is also available online at <u>https://www.centralauctionhouse.com/</u>.<br /> <br />This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp60538641-vermilion-parish-school-system-fresh-produce-sy25-26.html
30-Mar-2025 7:00:00 PM CDT |
17-Jul-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
JONES CREEK ROAD EXTENSION CLEARING AND EARTHWORK AIRLINE HWY. TO TIGER BEND RD. (CITY PARISH PROJECT NO. 12-CS-HC-0060A)
|
To be published three times-Legal March 28, April 4, & 11, 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: JONES CREEK ROAD EXTENSION CLEARING AND EARTHWORK AIRLINE HWY. TO TIGER BEND RD. (CITY PARISH PROJECT NO. 12-CS-HC-0060A) PROJECT DESCRIPTION: Grading, Earthwork, Drainage Structures. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, APRIL 29, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Form Revised to include EBE requirements May 25, 2023 NC 2 of 2 Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $46.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 15% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For all other questions of comments concerning the project plans, specifications, or bidding documents please contact Kate Prejean P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp18278495-jones-creek-road-extension-clearing-and-earthwork-airline-hwy-to-tiger-bend-rd-city-parish-project-no-12-cs-hc-0060a-.html
28-Mar-2025 8:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
MALL OF LOUISIANA BOULEVARD (RR BRIDGE AND PUMP STATION) (CITY PARISH PROJECT NO. 12-CS-HC-0043D-1)
|
To be published three times-Legal March 28, April 4, & 11, 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: MALL OF LOUISIANA BOULEVARD (RR BRIDGE AND PUMP STATION) (CITY PARISH PROJECT NO. 12-CS-HC-0043D-1) PROJECT DESCRIPTION: Earthwork, drainage structures, base course, portland cement concrete pavement, asphalt pavement, railroad bridge, mse walls, pump station. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, APRIL 29, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. 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 $109.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 10% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION or HEAVY CONSTUCTION, 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 all other questions of comments concerning the project plans, specifications, or bidding documents please contact Kate Prejean, AVP, PE at
[email protected]. Review Additional Notice to Bidder in Part 2 for information related to Kansas City Southern Railway Company d/b/a CPKC requirements of the contractor.
https://www.centralauctionhouse.com/rfp65149850-mall-of-louisiana-boulevard-rr-bridge-and-pump-station-city-parish-project-no-12-cs-hc-0043d-1.html
28-Mar-2025 8:00:00 AM CDT |
20-May-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
LA 30 REGIONAL FORCEMAIN PROJECT (CITY PARISH PROJECT NO. 24-FM-IF-0016)
|
To be published three times-Legal March 28, April 4 & 11, 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: LA 30 REGIONAL FORCEMAIN PROJECT (CITY PARISH PROJECT NO. 24-FM-IF-0016) PROJECT DESCRIPTION: Installation of approximately 4365 LF of 20’’ sanitary sewer force main via horizontal direction drilling, 340 LF of 30’’ sanitary sewer force main with casing via jack and bore, 10 LF of 8’’ restrained joint sewer forcemain by open cut, 15 LF of 18’’ restrained joint sewer forcemain by open cut, 10 LF of 18’’ gravity pipe via open cut, two 2’’ air release valves, two 48’’ Sanitary Sewer Manholes, 2350 pounds of fittings, two 8’’ plug valves, 1950 CY of Backfill, one Force Main Tie-In (8’’), and one plug and abandon force main (cap each end). Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, April 24, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone: +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Facility, 12422 Florida Boulevard, Baton Rouge, LA, 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge and Parish of East NC 2 of 2 Form Revised November 13, 2013 Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are nonrefundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 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 EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of MUNICPAL AND PUBLIC WORKS CONSTRUCTION and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. A mandatory pre-bid conference will be held at 10:00 A.M., Wednesday, April 9th, 2025, in the Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information please contact Mr. Koby Mancuso, P.E, Project Manager via email at
[email protected]
https://www.centralauctionhouse.com/rfp89927159-la-30-regional-forcemain-project-city-parish-project-no-24-fm-if-0016.html
28-Mar-2025 8:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
City of Alexandria |
Bid #2522 Ready Mix Concrete
|
It is the intent of the City of Alexandria to secure pricing on Ready-Mix Concrete for use by various City of Alexandria Departments.
https://www.centralauctionhouse.com/rfp46068191-bid-2522-ready-mix-concrete.html
28-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid #2523 Herbicides
|
It is the intent of the City of Alexandria to secure pricing on Herbicides, for use by various, City of Alexandria Departments. Bid prices shall be held firm for a period of twelve (12) months from bid award date. Quantities ordered shall be on an "as needed" basis only. No quantities are given or guaranteed.
https://www.centralauctionhouse.com/rfp31183334-bid-2523-herbicides.html
28-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
Iberia Parish School Board |
New Anderson Middle School - Bid No. 1158
|
INVITATION TO BID<br />New Anderson Middle School for Iberia Parish School Board<br />Location at the Former Sugarland Elementary School<br />Project II - Phase II<br />Bid No. 1158<br /> <br />Sealed bids will be received by the Iberia Parish School Board located at<br />1500 Jane Street, New Iberia, Louisiana 70563 until 5:30 PM Wednesday, April 30, 2025, for a New Anderson Middle School for Iberia Parish School Board located at the former Sugarland Elementary School.<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD AT<br />9:00 AM on Tuesday, April 22, 2025, at the former Sugarland Elementary School<br />2403 Jefferson Island Road, New Iberia, Louisiana 70560<br /> <br />Bids may be mailed to David Delahoussaye, Purchasing Agent, Iberia Parish School Board, P.O. Box 200, New Iberia, Louisiana 70562-0200, or delivered to 1500 Jane Street, New Iberia, Louisiana 70563: Between the hours of 8:00 AM and 3:30 PM Monday thru Friday on any working day prior to the bid opening or delivered at the time of the bid opening as listed above. Electronic Bids may be submitted via the Online Plan Room at www.centralbidding.com until the close of bids as listed above. <br /> <br />All bids, properly submitted, will be opened and read Wednesday, April 30, 2025, at 5:30 PM in the Board Room of the Iberia Parish School Board Administrative Office located at 1500 Jane Street, New Iberia, Louisiana. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />Official Bid Documents are available online at www.centralbidding.com - plan room fee is non-refundable. Official Bid Documents may also be obtained at the office of Architects' Design Studio, 144A West Main Street, New Iberia, Louisiana 70560, upon a deposit $550.00 for each set of documents. Deposit on the first set is fully refundable to all bona fide prime Bidders upon return of the documents in good condition, Fifty Percent (50%) of the deposit of all other sets of documents will be refunded upon return of documents in good condition. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance with the Louisiana R.S. 38:2214. The Owner requires that all bids must be accompanied by a bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier's check or Bid Bond with power of attorney and written by a surety company licensed to do business in Louisiana. Money Orders and/or Company Checks will not be acceptable. No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law. Any questions regarding bidding procedures should be directed to Julie Comeaux with Architects’ Design Studio at 337-364-0962 or for questions regarding the downloading of the electronic documents as well as the process to submit electronic bids, please call Central Bidding at 225-810-4814.
https://www.centralauctionhouse.com/rfp53264360-new-anderson-middle-school--bid-no-1158.html
27-Mar-2025 9:00:00 AM CDT |
30-Apr-2025 5:30:00 PM CDT |
Livingston Parish Public Schools |
SOUTH FORK JUNIOR HIGH SCHOOL LA HIGHWAY 447: LEFT AND RIGHT TURN LANE
|
<br />SOUTH FORK JUNIOR HIGH SCHOOL LA HIGHWAY 447: LEFT AND RIGHT TURN LANE<br /><br />PLEASE CONTACT: <br /><br />ZILER ARCHITECTS<br />101 CALCO BOULEVARD<br />LAFAYETTE, LA 70503<br />337-269-6326<br /><br />JIM WILLSON<br />SUPERVISOR OF CONSTRUCTION<br />LIVINGSTON PARISH PUBLIC SCHOOLS<br />225-686-4324
https://www.centralauctionhouse.com/rfp81111387-south-fork-junior-high-school-la-highway-447-left-and-right-turn-lane.html
27-Mar-2025 12:00:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
City of Vidalia-William T. Polk City Park-Phase IV-Playground and Splashpad
|
ADVERTISEMENT FOR BIDS<br />03/26/25<br /> <br />The City of Vidalia will receive Sealed Bids marked "Bid" for the construction of the project described as follows:<br /> <br />CITY OF VIDALIA<br />WILLIAM T. POLK CITY PARK<br />PHASE IV – PLAYGROUND AND SPLASH PAD<br /> <br />Sealed Bids, delivered in person, by mail, or by special delivery, for the construction of the above project will be received by the Town of Vidalia, located at 200 Vernon Stevens Blvd, Vidalia, LA 71373, until 11:00 a.m. Central Time on Thursday, April 24, 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. All bids must be submitted on the proper form. The contractor must include his contractor's license number on the Bid. <br /> <br />Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com, Louisiana Agencies, under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, or with the Engineer, 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 relevant information to submit a project bid. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Construction documents can also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail. Printed sets require payment of $300 per set. Documents can be mailed to bidders for an additional 25.00 per set. In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids. Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids in accordance with LSA R.S. 38:2212(e). Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the Engineer or designated website. <br /> <br />Bidders may submit bids electronically by pdf through the central bidding website. Electronic bids must be received before 10:30 a.m., Local Time on Thursday, April 24, 2025. Any Electronic bid received after this time will not be considered. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail or in person. These items include but are not limited to the Bid Form and Corporate Resolution. Regardless of the bid results, the bidder will have 48 hours from opening of the bids to provide the original bid documents. If a bidder fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non-responsive. The Town of Vidalia and the Engineer will not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet. Original bid documents shall be addressed to the Engineer located at 6885 Hwy. 84, Ferriday, LA 71334 and must be received 48 hours after bid opening, if not, the bid will be considered nonresponsive.<br /> <br /> <br /> <br /> <br />Contractors are responsible for reproduction/printing of pdf Bidding Documents.Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect.For contractor information, this project is classified as Municipal & Public Works and/or Heavy construction.<br /> <br />In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date.<br /> <br />The Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with title 38 of the Louisiana Revised Statutes.<br /> <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best’s Key rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana Residents. <br /> <br />The contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance with LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. The Bids will remain subject to acceptance for forty-five (45) days after the Bid has opened, or for such longer period of time that Bidder may agree to in writing upon request of Owner.<br /> <br />Any interpretation of the bid documents shall be in writing addressed to 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 /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.<br /> <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. <br /> <br />Please notify the City of Vidalia (318) 336-5206 seven (7) days in advance of the scheduled bid opening if special accommodation specified under ADA are required.<br /> <br />The Owner hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.<br /> <br />Concordia Sentinel Publication Dates: City of Vidalia<br />March 26, 2025, April 2, 2025 & April 9, 2025 Buz Craft, Mayor<br />
https://www.centralauctionhouse.com/rfp44262472-city-of-vidalia-william-t-polk-city-park-phase-iv-playground-and-splashpad.html
26-Mar-2025 8:23:00 AM CDT |
13-May-2025 10:30:00 AM CDT |
City of Alexandria |
Bid# 2513 Janitorial Chemicals
|
It is the intent of the City of Alexandria to secure pricing on JANITORIAL CHEMICALS, for use by the City of Alexandria. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Bids are to remain in effect for a period of twelve (12) months from bid award date. Quantities given are estimated and not guaranteed.<br /> <br />All products shall be new and of current manufacture.
https://www.centralauctionhouse.com/rfp28294033-bid-2513-janitorial-chemicals.html
26-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2514 Operating Supplies-Electric Distribution
|
It is the intent of the City of Alexandria to secure pricing on Operating Supplies, for use by the City of Alexandria Electric Distribution Department. Quoted prices are to remain in effect for a period of twelve (12) months from bid award date. Said material to be inventoried by the Central Warehouse Department and issued to the using department on an “as needed” basis. Quantities given are estimated and not guaranteed. All products shall be new and of current manufacture.<br />
https://www.centralauctionhouse.com/rfp47860992-bid-2514-operating-supplies-electric-distribution.html
26-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2512 Gas Meters & Itron ERTS
|
It is the intent of the City of Alexandria to secure pricing on GAS METERS for use by the City of Alexandria Gas Department. Said material is to be inventoried by the Central Warehouse Department.<br /> <br />Bids are to remain in effect for twelve (12) months from the bid award date. Quantities are estimated and not guaranteed. Items to be ordered on an “as needed” basis.<br />
https://www.centralauctionhouse.com/rfp92694946-bid-2512-gas-meters-itron-erts.html
26-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
St. Bernard Port, Harbor and Terminal District |
Chalmette Slip Dock 2 Section D Warehouse Floor Rehabilitation
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids for construction of the following project will be received by the St. Bernard Port, Harbor and Terminal District, 100 Port Boulevard, Chalmette, Louisiana 70043, or send electronic to http://www.centralauctionhouse.com until 2:00 P.M. local time on May 6, 2025, then opened and publicly read at 2:00 P.M. Bids received after 2:00 P.M. local time will not be accepted and will be returned to the Bidder unopened.<br /> <br />PROJECT NUMBER/NAME: STATE PROJECT NR: H.014603<br />CHALMETTE SLIP DOCK 2 SECTION D WAREHOUSE FLOOR REHABILITATION PORT IMPROVEMENTS<br />LOCATED IN: ST. BERNARD PARISH<br /> ARABI TERMINAL<br /> Arabi, LA 70032<br /> <br />TYPE OF CONSTRUCTION: General Construction – Warehouse Floor Rehabilitation<br /> <br />CONTRACTING AGENCY: St. Bernard Port, Harbor & Terminal District<br />100 Port Blvd, 3rd Floor Chalmette, Louisiana 70043<br />ESTIMATED COST: $10,000,000 to $15,000,000<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br />Payable to St. Bernard Port Harbor & Terminal District<br /> <br /> <br />PRE-BID CONFERENCE: April 11, 2025 at 10:00 AM Local Time<br /> 100 Port Boulevard<br /> 3rd Floor Conference Room<br /> CHALMETTE, LA 70043 (Site visit to follow ) <br /> <br />ENGINEER: VOLKERT, INC.<br />4141 BIENVILLE ST., SUITE 102<br />NEW ORLEANS, LA 70119 504.488.8002<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<br />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 offered full opportunity to submit bids.<br />Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of<br />$100.00. 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 within ten days after receipt of the bids.<br /><br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(A)(1 )(C) or LA R.S. 38:2212(0).<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, Bid Proposals must; (a) be fully completed, signed and be responsive in all respects to the conditions of the Invitation and Instructions to Bidders; (b) be made on the Proposal Forms provided and submitted intact as part of the Bid Documents; (c) be accompanied by the required items listed in the appropriate sections of the Bidding documents.<br /> <br />The envelope shall be marked with the bid number, bid title, name, and address and state license number of the Bidder as set forth in the Invitation to Bidders.<br /> <br />The LOWEST qualified bid will be the one determined to offer the best advantage to the St. Bernard Port, Harbor and Terminal District. The St. Bernard Port, Harbor and Terminal District reserves the right to reject any bid for just cause in the best interest of St. Bernard Port, Harbor and Terminal District.<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 />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 />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 /> Drew M. Heaphy, Executive Direction<br /> <br />St. Bernard Port Harbor & Terminal District<br /><br /><br /><br /><br />PUBLISH: 1st Advertisement Date: March 21, 2025<br /> 2nd Advertisement Date: March 28, 2025<br /> 3rd Advertisement Date: April 4, 2025<br /> <br /><br /><br />
https://www.centralauctionhouse.com/rfp74073534-chalmette-slip-dock-2-section-d-warehouse-floor-rehabilitation.html
21-Mar-2025 12:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
Avoyelles Parish School Board |
Staple Food Bid
|
Staple Food Bid
https://www.centralauctionhouse.com/rfp93914580-staple-food-bid.html
20-Mar-2025 7:00:00 PM CDT |
14-May-2025 12:00:00 AM CDT |
Avoyelles Parish School Board |
Produce Bid
|
Produce Bid
https://www.centralauctionhouse.com/rfp77258255-produce-bid.html
20-Mar-2025 7:00:00 PM CDT |
14-May-2025 12:00:00 AM CDT |
Jefferson Parish Government |
RFP 0501 - To Provide Software and Implementation Services for an Enterprise Asset Management (EAM) Software Systems Environment
|
<div><b>REQUEST FOR PROPOSAL</b><br /><b> <u>RFP 0501</u></b><br /> <br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to provide <b>Software and Implementation Services for an Enterprise Asset Management (EAM) Software Systems Environment </b>for the Jefferson Parish Department of Electronic Information Systems.<br /> <br />Jefferson Parish (Parish) is soliciting Proposals from Proposers capable of satisfying the needs for software and consulting services to implement a new software systems environment to address the Parish’s needs related to Enterprise Asset Management (EAM).<br /> <br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br /> <br /><b>PRE–Proposal Conference: </b>A pre-proposal conference will be held at <b><u>11:00 a.m. cst. on April 8, 2025 at the General Government Building 200 Derbigny Street, Suite 3503/3506, Gretna, LA 70053</u></b>. Perspective Proposers that are interested in participating in the Pre-Proposal Vendor Teleconference shall contact BerryDunn in writing (<a href="mailto:
[email protected]">
[email protected]</a>) to request the teleconference information.<br /> <br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at <a href="http://www.jeffparish./">http://www.jeffparish.</a>gov/464/Purchasing and selecting the LaPAC Bid Publishing & Downloads tab or the Request for Proposal Announcements tab. RFPs may also be viewed and submitted online free of charge at: <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a> or <a href="http://www.centralbidding.com/">www.centralbidding.com</a>.<br /> <br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding, <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a>. <b><u>Responses will be received until 3:30 p.m. cst. on April 25, 2025</u></b>. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding, <a href="https://www.centralauctionhouse.com/SignUp">https://www.centralauctionhouse.com/SignUp</a>.<br /> <br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> </div> <div>Renny Simno<br />Director <br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department</div><br clear="all" /><b>ADV: The New Orleans Advocate: March 19, 26, and April 2, 2025</b><br /> <br />For additional information, please visit the Purchasing Webpage at <a href="http://purchasing.jeffparish.net/"><b>http://purchasing.jeffparish.net</b></a> or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp68572887-rfp-0501--to-provide-software-and-implementation-services-for-an-enterprise-asset-management-eam-software-systems-environment-.html
19-Mar-2025 8:58:00 AM CDT |
09-May-2025 3:30:00 PM CDT |
St. Mary Parish Government |
WATER SECTOR PROGRAM PHASE II, FOUR CORNERS WATER TREATMENT PLANT RENOVATIONS
|
The St. Mary Parish Water & Sewer Commission No. 5, St. Mary Parish, Louisiana, acting through its President, Lionel “Butch” Metz, will receive sealed bids for the Water Sector Program – St. Mary Parish Water & Sewer Commission No. 5 – Phase II, Four Corners Water Treatment Plant Renovations project, at the St. Mary Parish Courthouse, 5th Floor, Franklin, LA 70538, until April 17, 2025, at 10:00 A.M., local time, at which time and place, they will be publicly opened and read aloud. Bids received after the time set forth above for opening of bids will not be considered and will be returned unopened.<br /> <br />The Contract Documents (Plans, Information for Bidders, Bid Form, Specifications and other pertinent documents) may be examined at the following locations:<br /> <br />Miller Engineers & Associates, Inc. – 601 Main Street; Franklin, Louisiana 70538<br />St. Mary Parish Water & Sewer Commission No. 5 Office – 900 Main Street, Baldwin, Louisiana 70514
https://www.centralauctionhouse.com/rfp44587809-water-sector-program-phase-ii-four-corners-water-treatment-plant-renovations.html
19-Mar-2025 12:00:00 AM CDT |
01-May-2025 10:00:00 AM CDT |
City of Eunice |
Wastewater Treatment Facility Improvements
|
ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the City of Eunice, up to the hour of 10:00 o'clock a.m. CDST 300 South Second Street, Eunice, LA 70535 on<br />APRIL 15, 2025<br />and then publicly opened and read aloud, for Wastewater Treatment Facility Construction consisting of all work including all necessary labor, materials, equipment, tools, etc., as required as set forth in the Bid Document of Aucoin & Associates, Inc. for demolition of existing treatment units as necessary to construct proposed treatment units to include influent pumps, headworks with mechanical screening and grit removal, a multi-channel oxidation ditch biological treatment unit, 2 final clarifiers, RAS/WAS pumping station, chlorination/de-chlorination system, and mechanical screw press waste sludge dewatering system including associated structures, mechanical, electrical and site work for the City of Eunice. Bid Documents are available and may be seen and examined at the Clerk's Office, Eunice, Louisiana, or at the office of Aucoin & Associates, Inc., Consulting Engineers, Eunice, Louisiana. Bid related materials can also be examined or obtained at Central Bidding. Copies of Bid Documents may be obtained from the office of Aucoin & Associates, Inc., 433 North CC Duson Street, Eunice, Louisiana, upon deposit of $350.00 dollars for each set of documents. Deposits on the first set of documents furnished to bona fide PRIME BIDDERS, fully licensed by the Louisiana State Licensing Board of Contractors, will be fully refunded upon the return of the documents in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to said prime bidders, the payment of $350.00 dollars shall constitute the cost of reproduction and handling and WILL NOT BE REFUNDED. Bids may also be submitted electronically through Central Bidding www.CentralBidding.com. All potential bidders may register at the website address to access the full specifications and to receive email notification of changes to the solicitation. A $300.00 Electronic Platform Fee will be payable upon award by the awarded vendor whether having submitted a bid by sealed envelope or electronically.<br /><br />Bids shall be enclosed in a sealed envelope addressed to Scott A. Fontenot, Mayor, Eunice, Louisiana and plainly marked on the outside, “Bid for Wastewater Treatment Facility Construction – A&A Project No. 21-05-08. Bids must be accompanied by a certified check or bid bond in the amount equal to 5% of the bid, made payable to the City of Eunice, Louisiana, as a guarantee that the bidder will furnish all necessary bonds and enter into a contract if his bid is accepted. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570 and be licensed to do business in the State of Louisiana.<br /><br />In particular, bidders should note the required attachments and certifications to be executed and submitted with the bid proposal.<br /><br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof, unless withdrawal of bid is in accordance with LA. R.S. 38:2214C.<br /><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 503 (Non-Discrimination Against Employees with Disabilities) and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the Rehabilitation Act of 1973, Executive Order 11246, the Family and Medical Leave of 1993, Title VI of the Civil Rights act of 1964, and Executive Order 12549, Debarment and Suspension.<br /><br />Under Executive Orders 11625, 12138, and 12432, Women’s and Minority Business Enterprise, Minority owned firms and small businesses are encouraged to participate.<br />All contractors and subcontractors be required to agree that all of iron and steel products used in the performance of the contract will be produced in the United States in accordance with Section 608 of the Clean Water Act.<br /><br />The prime contractor and all subcontractors must have an active Unique Entity Identifier (UEI) number and an active SAM Cage Code number prior to beginning construction and throughout the term of the contract.<br /><br />The City of Eunice reserves the right to reject any and all bids for just cause, in accordance with Public Bid Law.<br /><br />Thus done and signed at Eunice, Louisiana, this 10TH day of SEPTEMBER, 2024.<br /><br />SCOTT A. FONTENOT<br />MAYOR<br /><br />Attest: GINNY MOODY<br />CITY CLERK<br /><br />ADVERTISE: Three (3) Times - March 13, 2025, March 20, 2025, March 27, 2025
https://www.centralauctionhouse.com/rfp74249699-wastewater-treatment-facility-improvements.html
13-Mar-2025 7:00:00 AM CDT |
14-May-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
RFP 25-13: WEIGHT ROOM EQUIPMENT FOR DENHAM SPRINGS HIGH FIELDHOUSE
|
FOR QUESTIONS CONTACT:<br />BRIDGET DEMONICA<br />
[email protected]<br />225-686-4224<br /><br />OPTIONAL PRE-PROPOSAL CONFERENCE:<br />WEDNESDAY, MARCH 19, 2025<br />10:00 AM CST<br />DENHAM SPRINGS HIGH SCHOOL <br />COACH'S OFFICE - FIELDHOUSE<br />1000 N. RANGE AVE.<br />DENHAM SPRINGS, LA 70726
https://www.centralauctionhouse.com/rfp52265810-rfp-25-13-weight-room-equipment-for-denham-springs-high-fieldhouse.html
06-Mar-2025 12:00:00 AM CST |
01-May-2025 2:00:00 PM CDT |
Calcasieu Parish School System |
CPSB Facility and Mechanical System Services RFP
|
CPSB Facility and Mechanical System Services RFP
https://www.centralauctionhouse.com/rfp17339229-cpsb-facility-and-mechanical-system-services-rfp-.html
04-Mar-2025 3:00:00 PM CST |
20-May-2025 3:00:00 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 |