Agency |
Title |
Date published |
Bid opening date |
Ascension Parish Government |
Ascension Parish Governmental Complex Renovations
|
BID NOTICE<br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until March 18, 2025, at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br /> <br />Ascension Parish Governmental Complex Renovations<br /> <br />Statement of Work:This proposed project includes the relocation of the Legal and Project Management/ Engineering Department, along with renovations to the Administration Breakroom and Purchasing Department. These renovations will involve the installation of storefront walls to create new office spaces within the departments.<br /> <br />All Bids must be in accordance with the Contract Documents on file at the Ascension Parish Purchasing Department, 615. E. Worthey Road, Gonzales, LA 70737.<br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from Ascension Parish Government Purchasing Department, 615 E. Worthey, Gonzales, La 70737.<br /> <br />Where bids are to be received on forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his/ her authorized Representatives. In no event shall any document for bidding be issued later than seventy- two (72) hours prior to the hour and date set for receiving bids.<br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor’s state license number and the name of the project for which the bid is submitted. If forward by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<br /> <br />Contractors desiring to bid shall submit to the Project Manager, with their request for Contract Documents, contract documents deposit and evidence that they hold State License of proper classification and in full force and effect.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each bid and shall be made payable to the Owner.<br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />A mandatory Pre-Bid Conference will be held on March 7, 2025, at the project site located at 615 East Worthey St. Gonzales, LA 70737 at 10:00 am.<br /> <br /> <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via
[email protected] by 4:00 PM on March 10, 2025. Responses will be coordinated with the Project Manager and posted on the www.centralauctionhouse.com by 4:00 pm on March 13, 2025.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 am local time on, March 18, 2025, all bids will be downloaded. No bids are accepted after 10:00 am local time.<br /> <br />RS 38:2218. Evidence of good faith; countersigning<br />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 /> <br />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br />A copy of the bid bond must be attached to the bid document submitted electronically. <br />The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana.<br />The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address. <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at www.centralauctionhouse.com. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled “Ascension Parish Governmental Complex Renovations” Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Engineer for a response.<br /> <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br /> <br />ASCENSION PARISH GOVERNMENT CLINT COINTMENT, PARISH PRESIDENT<br /> <br /> <br />WEEKLY- 2/20/25, 2/27/25, 3/6/25<br />CHIEF- 2/20/25, 2/27/25, 3/6/25<br />
https://www.centralauctionhouse.com/rfp5029644-ascension-parish-governmental-complex-renovations.html
20-Feb-2025 7:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
Ascension Parish Government |
TYPE HP (HIGH PERFORMANCE) COLD MIX FOR PATCHING (FOR USE ON PARISH ROADS)
|
<div style="text-align: center;"><b>BID NOTICE</b></div> <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 <b>Tuesday, March 18, 2025 at 10:00 a.m. CDT time.</b> The bids will be publicly opened and read aloud for the following:<br /> <div style="text-align: center;"><b>TYPE HP (HIGH PERFORMANCE) COLD MIX FOR PATCHING<br />(FOR USE ON PARISH ROADS)</b></div> <br />Cold mix is to be delivered and stockpiled at the following location:<br /> <br />ASCENSION PARISH PUBLIC WORKS DEPARTMENT (EAST)<br />42077 CHURCH POINT ROAD, GONZALES, LOUISIANA 70737<br /> <br /><b>ALTERNATE BID #1</b><br /> <br />COLD MIX PICKED UP BY PARISH TRUCKS<br /> <br />LA. R.S. 38:2212.1 (C) (2)<br />Wherever in specifications the name of a certain brand, make, manufacturer, or definite specification is utilized, the specifications, shall state clearly that they are used only to denote the quality standard of product desired and that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable.<br /> <br />Bids will be accepted on a <b>price per ton basis </b>only for a period of one (1) year.<br /> <br />Freight charges, if applicable, should be included in the total cost of unit price when bidding. Bids may be rejected if not quoted Freight on Board (FOB) delivered or freight charges are not indicated on bid forms.<br /> <br />Specification/bidding documents may be obtained at the Ascension Parish Government Purchasing Department located at 615 E. Worthey Street, Gonzales, LA 70737, or http://www.ascensionparish.net/departments/purchasing/bid-information/ . Electronic Bids are accepted at Central Bidding. Central bidding can be accessed at http://www.centralauctionhouse.com. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. All addenda, corrections, and responses to this public notice shall be posted to http://www.centralauctionhouse.com.<br /> <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualifications, or Request for Proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /><b> <br />ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT</b>
https://www.centralauctionhouse.com/rfp39674222-type-hp-high-performance-cold-mix-for-patching-for-use-on-parish-roads.html
27-Feb-2025 7:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
Ascension Parish Government |
Engineering Review Agency Services
|
<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>April 3, 2025</b>, at 3:00 p.m. (CST) for the following:<br /> <h1>Engineering Review Agency Services</h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from professional engineering consultants to provide engineering review services related to the review and approval of development projects submitted to the Parish utilizing the Parish Unified Land Development Code which includes the Parish Subdivision Code, Subdivision Ordinance, Zoning Code, Traffic Study Policy, and Drainage Ordinance including the use of fill as a construction method, additionally, Impact Fees (drainage, recreation and traffic) for the unincorporated portions of the Parish. <br /><br /><b>PROJECT DESCRIPTION: </b><br />The Engineering Review Agency will perform the duties ordinarily associated with an in-house engineering department related to the subdivision and development of property in the Parish. The agency will have complete knowledge of the Parish Unified Land Development Code and its applicability to subdividing property and developing the built environment of Ascension Parish.<br /><br /><b>Services to provide:</b><ol> <li>Subdivision and Development Plan Review</li> <li>Construction Process, Inspection and Monitoring</li> <li>Meeting Attendance</li> <li>Technical Assistance</li></ol> <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 (CST) on <b>March 18, 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 (CST) no later than <b>March 25, 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 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 3/6/2025, 3/13/2025, 3/20/2025<br />GONZALES WEEKLY PLEASE PUBLISH 3/6/2025, 3/13/2025, 3/20/2025
https://www.centralauctionhouse.com/rfp93870247-engineering-review-agency-services.html
06-Mar-2025 12:00:00 AM CST |
03-Apr-2025 3:00:00 PM CDT |
Ascension Parish Government |
Holy Rosary Catholic Church: Proposed Bulkhead Improvements Along New River and Duckroost Bayou
|
<br /> <b><i>BID NOTICE</i></b><br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737, until <b>April 2, 2025, </b><b>at 10:00 a.m. </b>local time. The bids will be publicly opened and read aloud for the following:<br /> <br /><b>Holy Rosary Catholic Church: Proposed Bulkhead Improvements Along New River and Duckroost Bayou </b><br /> <h3>Statement of Work:</h3><b>This proposed project includes removal of existing timber bulkhead and installation of new steel sheet pile bulkhead.</b><br /> <br />This work is expected to be completed within <b>NINETY (90) CALENDAR DAYS</b>. Any contractor wanting to bid on this project shall hold a State License in the <b>HEAVY CIVIL category</b>. Any bid received after the closure time above stated will be returned unopened.<br /> <br />All Bids must be in accordance with the Contract Documents on file at the <b><u>Ascension Parish Purchasing</u> <u>Department, 615. E. Worthey Road, Gonzales, LA 70737.</u></b><br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from <b><u>Hartman Engineering, Inc., 16563 Airline Hwy., Suite A & B, Prairieville, Louisiana 70769, 225-313-4617, upon payment of Fifty Dollar ($50.00) per set made payable to Hartman Engineering, Inc. or free if electronic copy requested and media provided</u></b>. Documents can be mailed to bidders with a provided shipping account number. No refunds will be made for returned drawings.<br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor’s state license number and the name of the project for which the bid is submitted. If forward by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the <b><u>Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana 70737</u>, mailed certified mail and must be received no later than the bid opening.</b><br /> <br />Contractors desiring to bid shall submit to the Project Manager, with their request for Contract Documents, contract documents deposit and evidence that they hold State License of proper classification and in full force and effect.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each bid and shall be made payable to the Owner.<br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />A mandatory Pre-Bid Conference will be held on <b>March 19, 2025 located at 42077 Churchpoint Rd, Gonzales, LA 70737 at 10:00 am.</b><br /> <br /> <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via <a href="mailto:
[email protected]">
[email protected] </a><b>by 4:00 PM on March 24, 2025</b>. Responses will be coordinated with the Project Manager and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a><b>by 4:00 pm on March 26, 2025</b>.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a>prior to the electronic bidding deadline. Beginning at <b>10:00 am local time on April 2, 2025, </b>all bids will be downloaded. <b>No bids are accepted after 10:00 am local time.</b><br /> <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 /> <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:<ol style="list-style-type:upper-alpha;"> <li>A copy of the bid bond <b><u>must</u> </b>be attached to the bid document submitted electronically.</li></ol> <ol style="list-style-type:upper-alpha;"> <li value="2">The original bid bond document must be received in our office no later than 48 hours after bid opening date and time <b><i><u>(Ascension Parish Purchasing Department</u></i><u>, <i>615 E. Worthey, Gonzales, Louisiana.</i></u></b></li> <li value="3">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.</li></ol> <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled <b><i>“<u>Holy Rosary Catholic Church: Proposed Bulkhead Improvements Along New River and Duckroost Bayou”</u> </i></b>Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Engineer for a response.<br /> <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br /> <br />ASCENSION PARISH GOVERNMENT CLINT COINTMENT, PARISH PRESIDENT<br /> <br /> <br />WEEKLY- 3/6/25, 3/13/25, 3/20/25<br />CHIEF- 3/6/25, 3/13/25, 3/20/25<br />
https://www.centralauctionhouse.com/rfp62974715-holy-rosary-catholic-church-proposed-bulkhead-improvements-along-new-river-and-duckroost-bayou.html
06-Mar-2025 7:00:00 AM CST |
02-Apr-2025 10:00:00 AM CDT |
Ascension Parish Government |
Donaldsonville Courthouse Interior Wall Restoration
|
<br /> <b><i>BID NOTICE</i></b><br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until <b>April 3, 2025, </b><b>at 10:00 a.m. </b>local time. The bids will be publicly opened and read aloud for the following:<br /> <br /><b>Donaldsonville Courthouse Interior Wall Restoration</b><br /> <h3>Statement of Work:</h3><b><u>This project will consist of plaster wall repairs, priming and painting of the different areas of the Courthouse identified in the scope of work for the Courthouse in Donaldsonville, La.</u></b><br /> <br /> <br />All Bids must be in accordance with the Contract Documents on file at the <b><u>Ascension Parish Purchasing</u> <u>Department, 615. E. Worthey Road, Gonzales, LA 70737.</u></b><br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from <b><u>MB Design LLC, located 8841 Bluebonnet Boulevard Suite A, 70810, Baton Rouge, LA</u></b><u>.</u> For a fee of $65.00 dollars. Documents can be mailed to bidders with a provided shipping account number. No refunds will be made for returned drawings.<br /> <br />Where bids are to be received on forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his/ her authorized Representatives. <b><u>In no event shall any</u> <u>document for bidding be issued later than seventy- two (72) hours prior to the hour and date set for receiving</u> <u>bids.</u></b><br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor’s state license number and the name of the project for which the bid is submitted. If forward by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the <b><u>Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana 70737</u>, mailed certified mail and must be received no later than the bid opening.</b><br /> <br />Contractors desiring to bid shall submit to the Project Manager, with their request for Contract Documents, contract documents deposit and evidence that they hold State License of proper classification and in full force and effect.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each bid and shall be made payable to the Owner.<br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />A mandatory Pre-Bid Conference will be held on <b>March 13, 2025 at the project site located at 300 Houmas St, Donaldsonville, La 70346 at 10:00 am.</b><br /> <br /> <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via <a href="mailto:
[email protected]">
[email protected] </a><b>by 4:00 PM on March 17, 2025</b>. Responses will be coordinated with the Project Manager and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a><b>by 4:00 pm on March 20, 2025</b>.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a>prior to the electronic bidding deadline. Beginning at <b>10:00 am local time on, April 3, 2025, </b>all bids will be downloaded. <b>No bids are accepted after 10:00 am local time.</b><br /> <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 /> <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:<ol style="list-style-type:upper-alpha;"> <li>A copy of the bid bond <b><u>must</u> </b>be attached to the bid document submitted electronically.</li></ol> <ol style="list-style-type:upper-alpha;"> <li value="2">The original bid bond document must be received in our office no later than 48 hours after bid opening date and time <b><i><u>(Ascension Parish Purchasing Department</u></i><u>, <i>615 E. Worthey, Gonzales, Louisiana.</i></u></b></li> <li value="3">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.</li></ol> <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled <b><i>“<u>Donaldsonville Courthouse Interior Wall Restoration”</u> </i></b>Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Engineer for a response.<br /> <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br /> <br />ASCENSION PARISH GOVERNMENT CLINT COINTMENT, PARISH PRESIDENT<br /> <br /> <br />WEEKLY- 3/6/25, 3/17/25, 3/20/25<br />CHIEF- 3/6/25, 3/17/25, 3/20/25<br />
https://www.centralauctionhouse.com/rfp67424220-donaldsonville-courthouse-interior-wall-restoration-.html
06-Mar-2025 7:00:00 AM CST |
03-Apr-2025 10:00:00 AM CDT |
Ascension Parish Government |
Administrative Consultant Services - HUD Section 8 Housing Choice Voucher
|
<div><h1 style="text-align: center;"><b>REQUEST FOR QUALIFICATIONS</b></h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>April 3, 2025</b>, at 3:00 p.m. (CST) for the following:<br /> <h1 style="text-align: center;"><b>Administrative Consultant Services<br />HUD SECTION 8 HOUSING CHOICE VOUCHER (HCV) PROGRAM</b></h1><h1><b style="font-size: 13px;">STATEMENT OF WORK</b></h1>Ascension Parish Government (Parish) is soliciting qualification statements for Administrative Consultant Services to provide the Parish with administration and implementation of this project in compliance with HUD requirements. The agreement will be on cost reimbursement, not to exceed basis with payment terms to be negotiated with the selected respondent. The maximum amount of fees that can be paid with Section 8 funds will be determined by the Federal Department of Housing and Urban Development and may require adjustments to the proposed contract amount.<br /> <br /><b>PROJECT DESCRIPTION: </b><br />The services to be provided will include, but not be limited to:<br /> <br /><b>Task 1- SECTION 8 PROGRAM MANAGEMENT</b><br />The Administrator will be responsible for the following activities as described in the Parish’s Administration Plan for the Section 8 Program:<br /> </div> <div><ul> <li>Outreach to families</li> <li>Outreach to owners and landlords</li> <li>Application completion and eligibility determination</li> <li>Family briefing and issue of certification of family participation</li> <li>Inspections</li> <li>HAP documents</li> <li>Annual recertification and inspection</li> <li>Housing information and counseling</li> <li>Rent adjustment requests</li> <li>Adjustment of allowances for utilities</li> <li>Ongoing financial management</li> <li>Ongoing reports</li> <li>Terminations</li> <li>Complaint and appeal procedures</li> <li>Electronic reports</li></ul></div> <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 (CST) on <b>March 18, 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 (CST) no later than <b>March 25, 2025</b>.<br /> <br /> <br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Standard Time on the date specified in the Schedule of Events. Electronic submittals are permitted via <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 3/6/2025, 3/13/2025, 3/20/2025<br />GONZALES WEEKLY PLEASE PUBLISH 3/6/2025, 3/13/2025, 3/20/2025
https://www.centralauctionhouse.com/rfp79205956-administrative-consultant-services--hud-section-8-housing-choice-voucher.html
06-Mar-2025 12:00:00 AM CST |
03-Apr-2025 3:00:00 PM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Fleet Barn Expansion Ascension Parish Sheriff's Office
|
ADVERTISEMENT FOR BIDS<br /> <br />APSO FLEET BARN EXPANSION<br />13200 Airline HWY, Gonzales, LA 70737<br /> <br />Sealed bids will be received by the Ascension Parish Sheriff’s Office, no later than 2:00 p.m., Thursday, March 20, 2025, at the following address:<br /> <br />Ascension Parish Sheriff Office<br />828 S Irma Boulevard<br />Gonzales, LA 70737<br /> <br />All contractors are required to attend a Mandatory Pre-Bid Conference which will be held at ten (10) o’clock a.m. on February 27, 2025, at Ascension Parish Sheriff’s District 2 HQ, 13200 Airline HWY, Boulevard, Gonzales, LA 70737. The architect/owner reserves the right to reject the bid submitted by any contractor who fails to attend the Pre-Bid Conference.<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 />No project Contract Documents will be provided by the Architect or Owner.<br /><br /><br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his / her address, contractor’s state license number and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the Ascension Parish Sheriff’s Office, 828 S Irma Boulevard, Gonzales, LA 70737, mailed certified mail and must be received no later than the bid opening.<br /> <br />Ascension Parish Sheriff’s Office reserves the right to reject any and all bids for just cause.<br /> <br />Ascension Parish Sheriff’s Office<br />Bobby Webre, Sheriff<br /> <br />Gonzales Weekly – Please publish 02/06/2025, 02/13/2025, 02/20/2025.
https://www.centralauctionhouse.com/rfp45855832-invitation-to-bid--fleet-barn-expansion-ascension-parish-sheriffs-office.html
06-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
Assumption Parish Police Jury |
Bayou St. Vincent - RFQ
|
ASSUMPTION PARISH GOVERNMENT<br />Request for Qualifications:<br />Engineering Services for<br />Bayou St. Vincent – LWI Round 2 Project<br /> <br />The Assumption Parish Police Jury (APPJ) is issuing a Request for Qualifications (RFQ) from firms interested in providing engineering and design services for the Bayou St. Vincent Project, a project originating in the Parish’s 2023 Drainage and Flood Mitigation Master Plan.<br /> <br />This project has three main components: reintroduction of natural channel design principles, bridge and culvert replacements, and dredging and cleaning waterways. Natural Channel Design principles will be used to restore or recreate Bayou St. Vincent’s original shape and structure, thereby enhancing drainage capabilities and capacity. The design focuses on reintroducing meanders, riffles, and pools to facilitate efficient water flow, reduce flooding, and emulate the patterns and processes found in healthy, functioning ecosystems. The project also includes the evaluation, sizing, and potential redesign of three bridges and three culverts that cross Bayou St. Vincent (see Attachment 1); this evaluation will need to ensure that new structures meet the Federal Flood Risk Management Standards.<br /> <br />The existing bayou will be surveyed and modeled on a sub-basin scale to determine the necessary extent of dredging and to identify specific sections needing improvement. It is expected that approximately nine miles of waterways will be dredged with up to three feet of material removed, but the exact length and depth will be determined during the design phase and after consideration of the hydrologic and hydraulic study results (H&H study to be performed by another firm, not part of this work scope).<br /> <br />Especially important in this selection is the firm’s experience with designing flood mitigation and drainage projects that include natural channel design, dredging, bridge inspection/replacement, sweeping/cleaning, and hydroseeding.<br /> <br />This $9.08 million project is funded by federal funds through the Community Development Block Grant (CDBG) Disaster Recovery/Mitigation Program, so it must meet CDBG and Office of Community Development (OCD) requirements.<br /> <br />Schedule of Events:<br />Activity<br />Date<br />Publish Notice of RFQ<br />February 18, 2025<br />February 25, 2025<br />March 4, 2025<br />Blackout period<br />February 18, 2025 – Award of Contract<br />Deadline for receipt of written inquiries<br />March 11, 2025<br />Deadline for receipt of RFQ responses<br />(Received via parish website or delivery)<br />March 20, 2025 at 3:00 p.m.<br />Oral presentations<br />To be Determined<br /> <br />Submittal Details:<br />Responses may be submitted in two ways:<br />Online through the Assumption Parish website (www.assumptionla.com)<br />Delivered to the Assumption Parish Police Jury Office, 4813 Highway 1, Napoleonville, LA 70390. The response must be delivered in a sealed envelope with the outside of the envelope marked “LWI-BAYOU ST. VINCENT ROUND 2 PROJECT.” <br />Emailed submissions will not be accepted. All submittals MUST be received and date stamped as received in the APPJ Administrative Office no later than the deadline as stated in the Schedule of Events. Responses received after the deadline and incomplete submissions will not be considered responsive, so they will not be evaluated.<br /> <br />To receive the full RFQ packet, email the authorized Single Point of Contact, Rayetta Crochet. Written questions regarding the RFQ requirements or Scope of Work/Services must be submitted in writing to the APPJ. This is the authorized Single Point of Contact. No other Parish Staff or Police Jurors may be contacted during the blackout period.<br /> <br />Assumption Parish Police Jury<br />Attn: Rayetta Crochet, Accountant/Grants Coordinator<br />4813 Highway 1<br />Napoleonville, LA 70390<br />
[email protected] <br />Note that APPJ is an Equal Opportunity Employer and encourages submissions by DBE-certified firms and the use of DBE subconsultants in addition to Section 3 certified businesses. Please identify such if they are available and will be used in this project.<br /> <br />Publish:<br />February 18, 2025<br />February 25, 2025<br />March 4, 2025<br />
https://www.centralauctionhouse.com/rfp66113420-bayou-st-vincent--rfq.html
18-Feb-2025 12:00:00 AM CST |
20-Mar-2025 3:00:00 PM CDT |
Assumption Parish Waterworks District No. 1 |
APWW Pierre Part and Paincourtville Elevated Water Tank Coating Improvements
|
INVITATION TO BIDDERS<br /> Sealed bids will be received on Thursday, March 20, 2025, by the Board of Commissioners of Assumption Parish Waterworks District No. 1, at 4633 LA-1, Napoleonville, Louisiana, until 2:00 p.m. At exactly 2:00 p.m., all bids will be publicly opened and read in the Board meeting room. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Board for handling in accordance with the Louisiana Public Bid Law.<br /> <br /> Sealed bids shall be either hand-delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. Bids may also be delivered by a package or express delivery service or carrier. However, if this form of delivery is utilized, the form of delivery receipt utilized by said carrier or service shall be considered as a sufficient written receipt received by the bidder.<br /> <br />Bid documents will be posted on http://www.centralauctionhouse.com. To view these, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids & bid bonds electronically or by paper copy. Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620. <br /> <br /> Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br /> All proposals must be sealed and addressed as follows:<br /> <br />PROPOSAL: Assumption Parish Waterworks District No. 1<br /> Pierre Part and Paincourtville Elevated Water Tank Coating Improvements<br /> <br />LICENSE NO.: <br /> <br />Work on which proposals are invited consists of paint and coating rehabilitation and minor structural repairs at multiple tank locations throughout the water district.<br /> <br /> Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the bidding documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. Unlicensed contractors must note on the bid envelope that their bid is being submitted under R.S. 37:2157, Paragraph (A)(6) of the Louisiana Contractor’s Law.<br /> <br /> Specifications and proposal forms are on file in the office of High Tide Consultants, LLC, 700 Canal Blvd., Thibodaux, Louisiana 70301, and a single copy may be obtained by each prospective bidder upon the payment of $100.00 per set (non-refundable) to cover the cost of printing. Please contact B. Shane Guin, PE, Principal-in-Charge, for any clarification or information with regard to the plans and specifications.<br /> <br /> A non-mandatory Pre-Bid Conference will be held on Thursday, March 6, 2025, at 10:00 a.m. at the office of Assumption Parish Waterworks District No. 1, at 4633 LA-1, Napoleonville, Louisiana, 70390. Following the conference, a project tour may be conducted, weather or conditions permitting. All prospective bidders are cordially invited and encouraged to attend the Pre-bid conference.<br /> <br /> If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(A) (1) (C) or LA R.S. 38:2212(0).<br /> <br /> All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Assumption Parish Waterworks District No. 1. Failure to do so will result in the bid/bids being declared non-responsive and shall be cause for rejection.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents.In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.Assumption Parish Waterworks District No. 1, reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br /> /s/ Scott Sternfels <br /> Scott Sternfels, President<br /> Board of Commissioners,<br />Assumption Parish Waterworks District No. 1<br /> Assumption Parish, Louisiana<br /> <br /> <br /> <br /> <br />Publish three (3) times on:<br />February 18, 2025<br />February 25, 2025<br />March 4, 2025
https://www.centralauctionhouse.com/rfp49884875-apww-pierre-part-and-paincourtville-elevated-water-tank-coating-improvements.html
18-Feb-2025 12:00:00 PM CST |
20-Mar-2025 2:00:00 PM CDT |
Avoyelles Parish Police Jury |
ROAD DISTRICT NO. 2 - 2025 ROADWAY IMPROVEMENTS
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS<br />AVOYELLES PARISH POLICE JURY<br />ROAD DISTRICT NO. 2<br />2025 ROADWAY IMPROVEMENTS</b></div><b><u>General Notice</u></b><br />Avoyelles Parish Police Jury (Owner) is requesting Bids for the construction of the following Project: <b style="text-align: center;">Road District No. 2 – 2025 Roadway Improvements</b><div style="text-align: center;"> </div>Bids for the construction of the Project will be received at the Avoyelles Parish Police Jury Maintenance Facility located at 2346 Valley Street, Mansura, LA 71350, until <b>Wednesday, April 2, 2025</b>, at <b>3:00 PM</b> local time. At that time the Bids received will publicly opened and read.<br /><br />The Project includes the following Work:<br />Reconstruction and/or asphaltic concrete overlay of multiple roads or portions of roads within the Avoyelles Parish Road District No. 2 boundaries.<br /><br /><b><u>Obtaining the Bidding Documents</u></b><br />The Issuing Office for the Bidding Documents is:<div style="text-align: center;"><b>Delta Engineering Group, LLC<br />1845 Leglise Street<br />P.O. Box 8<br />Mansura, LA 71350<br />(318) 739-0145</b></div> <br />Prospective Bidders may obtain or examine the Bidding Documents at the Issuing Office on Monday through Friday between the hours of 8:00 A.M. and 5:00 P.M. and may obtain copies of the Bidding Documents from the Issuing Office as described below. Partial sets of Bidding Documents will not be available from the Issuing Office.<br /><br />Printed copies of the Bidding Documents may be obtained from the Issuing Office by paying a deposit of $150 for each set. Bidders who return full sets of the Bidding Documents in good condition within 10 days after receipt of Bids will receive a full refund. Non-Bidders, and Bidders who obtain more than one set of the Bidding Documents, will receive a refund of $75 for documents returned in good condition within the time limit indicated above. Make deposit checks for Bidding Documents payable to Delta Engineering Group, LLC.<br /><br />Bidding Documents may also be obtained and Bids submitted electronically for the Project at the following designated website. All official notifications, addenda, and other Bidding Documents will be offered through the designated website.<div style="text-align: center;"><b>Designated Website: www.CentralAuctionHouse.com </b></div>Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including addenda, if any, obtained from sources other than the Issuing Office and the designated website.<br /><br /><u><b>Instructions to Bidders</b></u><br />For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.<br /><br /><u><b>Equal Opportunity</b></u><br />Owner is an equal opportunity employer and encourages all small and minority-owned businesses and women’s business enterprises to apply.<br /><br /><u><b>Special Accommodations</b></u><br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.
https://www.centralauctionhouse.com/rfp53372559-road-district-no-2--2025-roadway-improvements.html
07-Mar-2025 8:00:00 AM CST |
02-Apr-2025 3:00:00 PM CDT |
Avoyelles Parish School Board |
Bread Bid
|
Bread Bid
https://www.centralauctionhouse.com/rfp20574648-bread-bid.html
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Avoyelles Parish School Board |
Milk Bid
|
Milk Bid
https://www.centralauctionhouse.com/rfp94323314-milk-bid.html
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Avoyelles Parish School Board |
Supply Bid
|
Supply Bid
https://www.centralauctionhouse.com/rfp79139685-supply-bid.html
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Avoyelles Parish School Board |
Non-hazardous Waste
|
Non- Hazardous Waste Bid
https://www.centralauctionhouse.com/rfp22258181-non-hazardous-waste.html
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Beauregard Parish Police Jury |
Foreman Road Improvements (B6-24083-DA)
|
ADVERTISEMENT FOR BIDS<br />Issued By<br />Beauregard Parish Police Jury<br />201 W. Second Street<br />DeRidder, LA 70634<br />General Notice<br />Separate sealed Bids for Foreman Road Improvements, Beauregard Parish Police Jury; M.A. Project No. B6-24083-DA will be received by the Beauregard Parish Police Jury, at the Police Jury office, 201 W. Second Street, DeRidder, LA 70634, until 10:00 A.M. (Central Time Zone), on Tuesday, April 8, 2025, and shall at that time and place be publicly opened and read aloud. Work consists of asphalt roadway rehabilitation as detailed on the plans.<br />Work Classification<br />Work Classification: Highway, Street, and Bridge Construction<br />Obtaining the Bidding Documents<br />Electronic copies of the Bidding Documents may be obtained from the Issuing Office of Meyer & Associates, Inc. (337) 625-8353, located at 600 N. Cities Service Hwy., Sulphur, LA 70663. A Bidding Document deposit is not required. In order to submit a bid, Bidders must obtain an original set of electronic Bidding Documents from Meyer & Associates, Inc. or the approved electronic bid website defined herein said advertisement. <br />Access to electronic bidding is available through the Bidding Documents Website https://www.centralbidding.com.<br />Run Dates<br />Friday, March 14, 2025<br />Friday, March 21, 2025<br />Friday, March 28, 2025<br /> /s/ Mike Harper, President
https://www.centralauctionhouse.com/rfp44530434-foreman-road-improvements-b6-24083-da.html
14-Mar-2025 8:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
Beauregard Parish School Board |
South Beauregard Elementary School Classroom Building Addition #2
|
<div style="text-align: center;">CONSTRUCTION BID NOTICE</div> <br />The Beauregard Parish School Board will take sealed bids for South Beauregard Elementary School, Classroom Building Addition #2 located at 12380 Highway 171, Longville, Louisiana. Bids should be turned in at the Beauregard Parish School Board Office by 2:00 p.m., on Tuesday, March 25, 2025. <br /> <br />Bid information and specifications may be obtained from Champeaux, Evans, Hotard Architects, 702 Dr. Michael Debakey Drive, Lake Charles, LA 70601 or (337) 439-8871 in representation of the Beauregard Parish School Board. Bidding documents are available at the Architect’s website, www.champeaux.biz, free of charge to download.<br /> <br />A Non-Mandatory Pre-Bid Conference is scheduled for Wednesday, March 12, 2025 at 10:30 a.m. at South Beauregard Elementary School located at 12380 Highway 171, Longville, Louisiana. Please check in at the main office.<br /> <br />Return sealed bid to the Beauregard Parish School Board, P. O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand deliver to Kelli Stanard, Purchasing Agent, at Beauregard Parish School Board located at 202 W 3rd Street, DeRidder, LA by two (2:00) o'clock p.m., Tuesday, March 25, 2025.<br /> <br />Mark bid envelope: "SEALED BID - "South Beauregard Elementary School, Classroom Building Addition #2".<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Project, and are available online at https://www.centralbidding.com/.<br /> <br />The Board reserves the right to reject any and all quotes and to waive informalities.
https://www.centralauctionhouse.com/rfp87474178-south-beauregard-elementary-school-classroom-building-addition-2.html
28-Feb-2025 7:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
Beauregard Parish Sheriff's Office |
BID FOR NEW TRUCK
|
<div style="text-align: center;">PUBLIC NOTICE<br /> <br />INVITATION TO BID</div> <br />The Beauregard Parish Sheriff’s Office is accepting bids for one new truck meeting the specifications below:<br /> <br />New 2025 Chevrolet Silverado 1500 LT Crew Cab, 4WD, 5.3L EcoTec V8 Engine<br /> <br />Or its equivalent<br /> <br />Color-Silver or Gray<br /> <br />The successful bidder must be able to deliver vehicle within 7 days.<br /> <br />Bids will be opened publicly and read aloud on Tuesday, April 8, 2025 at 10:00 a.m. at the Beauregard Parish Sheriff’s Office, Civil Office, which is located at 120 South Stewart Street, DeRidder, LA 70634.<br /> <br />All bids must be submitted in a sealed envelope marked “Sealed Bid for New Truck” and delivered to the Beauregard Parish Sheriff’s Office, Civil Office, located at 120 South Stewart Street, DeRidder, LA 70634 or mailed to PO Box 370, DeRidder, LA 70634, in time for the bid opening. Bids may also be submitted online at www.CentralBidding.com.<br /> <br />For more information regarding the specifications or the bid process, please call 337-462-2400.<br /> <br />The Beauregard Parish Sheriff’s Office reserves the right to reject any or all bids, and to waive any formalities.<br /> <br />Mark Herford, Sheriff<br /> <br /> <br />Publish March 21, 2025 and March 28, 2025 in Beauregard News
https://www.centralauctionhouse.com/rfp36822401-bid-for-new-truck.html
21-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
Bryant Hammett & Associates, LLC |
Town of Vidalia - 115KV Transmission Line-Logan Sewell Sub. to Industrial Park Sub.
|
ADVERTISEMENT FOR BIDS<br />02/19/25 <br />The Town of Vidalia will receive Sealed Bids marked "Bid" for the construction of the project described as follows:<br />TOWN OF VIDALIA<br />115kv transmission line<br />logan sewell substation to industrial park substation<br /> <br />Notice is hereby given that the Town of Vidalia (Owner), located at 200 Vernon Stephens Blvd., Vidalia, LA 71373, will receive bids (via mail or delivery) no later than 11:00 a.m. on Tuesday March 18, 2025. At that time, bids will be publicly opened and read aloud.<br /> <br />The Project consists of constructing 3.0 miles of steel pole,<br />115kV transmission line. The transmission line construction will require the installation of 27<br />steel structures. Each pole will utilize a vibratory-installed steel caisson foundation. The new<br />line will terminate on each end in an existing substation owned by the Town of Vidalia.<br /> <br />All bids must be submitted on the proper form. The contractor must include his contractor's license number on the Bid. Any bids submitted after 11:00 a.m., Local Time, on Tuesday March 18, 2025 will not be considered. <br /> <br />Prospective bidders are encouraged to attend a pre-bid conference on Thursday, March 6, 2025 at 11:00 a.m. (local time) located at the Vidalia Town Hall, 200 Vernon Stephens Blvd., Vidalia, LA 71373.<br /> <br />Bidders may submit bids electronically to the Engineer at
[email protected] and
[email protected] or through the central bidding website. Electronic bids must be received before 10:30 a.m., Local Time on Tuesday March 18, 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 nonresponsive. 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 />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 source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Printed Construction documents can be obtained from Bryant Hammett & Associates (318-757-6576) upon payment of $200 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 Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. Bids will be accepted through the online bidding portal, however they must be received before 10:30 a.m. and have the same requirements as listed above. <br /> <br />Contractors are responsible for reproduction/printing of Bidding Documents. Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect. For contractor information, this project is classified as Electrical Work.<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 Sixty (60) days after the Bid opening, 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 />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.
https://www.centralauctionhouse.com/rfp55163285-town-of-vidalia--115kv-transmission-line-logan-sewell-sub-to-industrial-park-sub.html
19-Feb-2025 12:00:00 AM CST |
03-Apr-2025 11:00:00 AM 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 |
Chennault International Airport Authority |
New Guard House at Industrial Row Gate (25-07)
|
ADVERTISEMENT FOR BIDS<br /> <br />The Chennault International Airport Authority will be accepting sealed bids at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, LA 70615, on Tuesday, March 25, 2025, at 2:00 p.m., for:<br /> <br />NEW GUARD HOUSE AT INDUSTRIAL ROW GATE<br />CIAA PROJECT #2025-07<br /> <br />Complete Bidding Documents may be obtained from Vincent-Shows-Gautreaux, Architects, APALLC (VSG Architects), 1502 S. Huntington Street, Sulphur, LA 70663, between the hours of 8:00 a.m. to 4:30 p.m., Monday through Thursday and 8:00 a.m. to 12:00 p.m., Friday (337-527-8137).<br /> <br />Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bidder must provide proof of capacity to provide a payment and performance bond in accordance with the specifications. A bid bond in the amount of 5% of the bid must be furnished with the bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required.<br /> <br />A Pre-bid conference will be held on Wednesday, March 12, 2025, at 11:00 a.m. at the office of the Authority located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana. <br /> <br />On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope. Bidders must be licensed in the following category: Building Construction. The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued.<br /> <br />The Chennault International Airport Authority reserves the right to reject any or all of the bids for just cause.<br /> <br /> W. Kevin Melton<br /> Executive Director<br /> <br />February 25, March 4, 11, 2025 3t<br />
https://www.centralauctionhouse.com/rfp79152448-new-guard-house-at-industrial-row-gate-25-07.html
25-Feb-2025 12:00:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |
Chennault International Airport Authority |
CIAA BUILDING NO. 1 DRAINAGE AND LATERAL EROSION CONTROL IMPROVEMENT CIAA PROJECT #2025-05
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b></div> <br />The Chennault International Airport Authority will be accepting sealed bids at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, LA 70615, on Tuesday, April 8, 2025, at 2:00 P.M., for:<br /> <br /><b>CIAA BUILDING NO. 1 DRAINAGE AND LATERAL<br />EROSION CONTROL IMPROVEMENT<br />CIAA PROJECT #2025-05</b><br /> <br />Complete Bidding Documents may be obtained from Meyer & Associates, Inc., 600 N. Cities Service Highway, Sulphur, LA 70663, between the hours of 8:00 a.m. to 4:30 p.m., Monday through Thursday and 8:00 a.m. to 11:30 a.m., Friday (337-625-8353).<br /> <br />Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bidder must provide proof of capacity to provide a payment and performance bond in accordance with the specifications. A bid bond in the amount of 5% of the bid must be furnished with the bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required.<br /> <br />A Pre-bid conference will be held on Wednesday, March 26, 2025, at 10:30 a.m. at the office of the Authority located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana. <br /> <br />On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope. Bidders must be licensed in the following category: Heavy Construction or Highway, Street & Bridge Construction. The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued.<br /> <br />The Chennault International Airport Authority reserves the right to reject any or all of the bids for just cause.<br /> <br /> W. Kevin Melton<br /> Executive Director<br /> <br />Tuesday, March 11, 2025<br />Tuesday, March 18, 2025<br />Tuesday, March 25, 2025
https://www.centralauctionhouse.com/rfp72186124-ciaa-building-no-1-drainage-and-lateral-erosion-control-improvement-ciaa-project-2025-05.html
11-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 2:00:00 PM CDT |
City of Alexandria |
Bid# 2509 Janitorial Supplies
|
It is the intent of the City of Alexandria to secure pricing on JANITORIAL SUPPPLIES – TWELVE (12) MONTH PERIOD. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Quantities given are estimated and not guaranteed. Bids are to remain in effect for a period of twelve months from bid award date.
https://www.centralauctionhouse.com/rfp75012218-bid-2509-janitorial-supplies.html
12-Feb-2025 12:00:00 AM CST |
25-Mar-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2511 Construction & Maintenance Materials
|
It is the intent of the City of Alexandria to secure pricing on Construction and Maintenance Materials, 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/rfp17567971-bid-2511-construction-maintenance-materials.html
14-Feb-2025 12:00:00 AM CST |
25-Mar-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2510 Electric Meters & Accessories
|
It is the intent of the City of Alexandria to secure pricing on ELECTRIC METERS & ACCESSORIES – TWELVE (12) MONTH PERIOD for use by the City of Alexandria. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Quoted prices shall remain firm for a period of twelve (12) months from bid award date. Quantities given are estimates and not guaranteed. <br />
https://www.centralauctionhouse.com/rfp9999900-bid-2510-electric-meters-accessories.html
26-Feb-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
City of Alexandria |
Bid 2517 Operating Chemicals-WasteWater Department
|
It is the intent of the City of Alexandria to secure pricing on Wastewater Treatment Operating Chemicals, for use by the City of Alexandria Wastewater Department.
https://www.centralauctionhouse.com/rfp22544079-bid-2517-operating-chemicals-wastewater-department.html
28-Feb-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
City of Alexandria |
Bid 2518 Chlorination & Dechlorination Equipment
|
It is the intent of the City of Alexandria to secure pricing on CHLORINATION & DECHLORINATION EQUIPMENT, which includes a vacuum regulator with meter assembly, gas detectors, water quality monitors/residual analyzer instrument, actuator, refrigerated sampler and scales for use by the City of Alexandria Wastewater Department.
https://www.centralauctionhouse.com/rfp79213755-bid-2518-chlorination-dechlorination-equipment.html
28-Feb-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
City of Alexandria |
RFP 1895P Sale of Electrical Equipment
|
It is the intent of the City of Alexandria to offer for sale to the highest proposer, Surplus Electrical Equipment owned by the City of Alexandria Electric Distribution Department and no longer needed by the Department. This sale of surplus electrical equipment, is being sold “AS IS” with no warranties by the City either written or implied. It shall be the responsibility of the awarded proposer to furnish all equipment, labor and personnel necessary to remove said surplus equipment from its present location at the Electric Distribution Department, located at 1015 N, Third Street, Alexandria, LA 71301.
https://www.centralauctionhouse.com/rfp69396854-rfp-1895p-sale-of-electrical-equipment-.html
04-Mar-2025 3:00:00 PM CST |
31-Mar-2025 2:00:00 PM CDT |
City of Alexandria |
MacArthur Drive at Jackson Street 2025 Rehabilitation
|
The City of Alexandria is soliciting seal bids for Landscaping and Irrigation for the Intersection of MacArthur Drive and Jackson Street in the City of Alexandria. Sealed bids will be received at the City Council Chamber, 915 Third Street, Alexandria, Louisiana (See attached Advertisement for Bids, Plans and Specifications).
https://www.centralauctionhouse.com/rfp77066526-macarthur-drive-at-jackson-street-2025-rehabilitation.html
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2024-16-4010 - BR Convention Center Expansion & HQs Hotel Devel. Project
|
<br />**ADDENDUM NO. 2 ISSUED 2.26.25**<br />**ADDENDUM NO. 1 ISSUED 2.18.25**<br />PROVIDING CLARIFICATION AND RESPONSES TO QUESTIONS ASKED DURING INQUIRY PERIOD<br /><br />NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on April 8, 2025 in Room 826 of City Hall, 222<br />Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Baton Rouge Convention Center Expansion and Headquarters Hotel Development Project<br />RFP Solicitation No.:2024-16-4010<br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is February 11, 2025 at 5:00 PM CST.<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 /><br />Teleconference Call-in information for Public Access to RFP Opening:<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 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 /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening.<br /> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of _25%__of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />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 /> <br />
https://www.centralauctionhouse.com/rfp58847812-rfp-2024-16-4010--br-convention-center-expansion-hqs-hotel-devel-project.html
15-Jan-2025 12:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
POLLARD PARKWAY SIDEWALKS PROJECT (PERKINS RD. – WOODCHASE BLVD.) (CITY PARISH PROJECT NO. 23-EN-HC-0026)
|
To be published three times-Legal February 7, 14, & 21, 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: POLLARD PARKWAY SIDEWALKS PROJECT (PERKINS RD. – WOODCHASE BLVD.) (CITY PARISH PROJECT NO. 23-EN-HC-0026) PROJECT DESCRIPTION: Pervious concrete sidewalks, ADA ramps, striping, concrete curb and gutter, and related items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, MARCH 6, 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 $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 CityParish 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, Project Manager at (937) 251-7138 or email at
[email protected] or Mr. George Chike, P.E., Project Manager at (225) 389-3186 x5640 or email at
[email protected].
https://www.centralauctionhouse.com/rfp88125167-pollard-parkway-sidewalks-project-perkins-rd-woodchase-blvd-city-parish-project-no-23-en-hc-0026.html
07-Feb-2025 8:00:00 AM CST |
19-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP Solicitation No. 2025-02-0910 Janitorial Services for the BR Metropolitan Airport
|
**ADDENDUM NO. 1 ISSUED MARCH 7, 2025**<br />**ADDENDUM NO. 2 ISSUED MARCH 11, 2025** REVISES BID OPENING DATE TO MARCH 20, 2025 AT 2PM CST**<br />**ADDENDUM NO. 3 ISSUED MARCH 14, 2025**RESPONSE TO QUESTIONS ASKED AFTER ISSUANCE OF ADDENDUM NO. 2**<br /><br />NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on March 13, 2025 in Room 826 of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Janitorial Services for the Baton Rouge Metropolitan Airport<br />RFP Solicitation No. 2025-02-0910<br /> <br />A mandatory pre-proposal meeting will be held in-person in the 1st Floor Conference Room located in the terminal of the Baton Rouge Metropolitan Airport on February 27, 2025, at 9:00 AM CST. Attendance at the pre-proposal meeting is mandatory, and required to receive an award for this project.<br /> <br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:
[email protected]<br /> <br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is March 5, 2025 at 5:00 PM CST.<br /> <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 /> <br />Teleconference Call-in information for Public Access to RFP Opening: <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 /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening. <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 25% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />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.
https://www.centralauctionhouse.com/rfp51931878-rfp-solicitation-no-2025-02-0910-janitorial-services-for-the-br-metropolitan-airport.html
06-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2025-04-7710 - Disaster Debris Management and Monitoring Services
|
**ADDENDUM NO. 1 ISSUED 3.12.25**<br /><br />Notice to Proposers<br /> <br />Notice is hereby given that sealed bids will be received by the City of Baton Rouge and the Parish of East Baton Rouge Purchasing Division until 2:00 PM CST on March 18, 2025 in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 for:<br /> <br />RFP 2025-04-7710 – Disaster Debris Management and Monitoring Services<br /> <br />A mandatory pre-proposal conference will be held in-person on March 6, 2025 at 10:00 AM. The mandatory pre-proposal conference will be conducted at City Hall, 222 Saint Louis Street, Baton Rouge, LA 70802 in conference room 802. Attendance at the pre-proposal conference is required to receive an award for this project.<br /> <br />Copies of the Request for Proposal may be obtained from LaPAC<br />(https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central<br />Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self-enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is March 7, 2025 at 5:00 PM CST.<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 /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />Teleconference Call-in information for Public Access to RFP Opening:<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 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 teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening.<br /> <br /> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the City-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 25% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />
https://www.centralauctionhouse.com/rfp15686192-rfp-2025-04-7710--disaster-debris-management-and-monitoring-services.html
14-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M234 Re-Bid MultiSTAT Analyzer or Approved Equal
|
NOTICE TO BIDDERS<br /> <br />Electronic bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, until 11:00 A.M. March 18, 2025 for the following:<br /> <br />M234 Re-Bid MultiSTAT Analyzer 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 must only be submitted electronically via www.centralbidding.com 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 /><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 in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 7, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp70453296-m234-re-bid-multistat-analyzer-or-approved-equal-.html
26-Feb-2025 12:00:00 AM CST |
18-Mar-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PLANK ROAD CORRIDOR ENHANCEMENT SEGMENT 2 (DAWSON DRIVE TO HARDING) (CITY PARISH PROJECT NO. 20-EN-HC-0033)
|
To be published three times-Legal February 26, March 5, and 12, 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: PLANK ROAD CORRIDOR ENHANCEMENT SEGMENT 2 (DAWSON DRIVE TO HARDING) (CITY PARISH PROJECT NO. 20-EN-HC-0033) PROJECT DESCRIPTION: Pervious concrete sidewalk, driveways, concrete curbs, detectable warnings, asphalt concrete roadway widening, earthwork, drainage work, signal work, striping, signage and associated items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, MARCH 25, 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 $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 21% 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. Scott Hoffeld, Project Manager at (225) 572-7111 or email at
[email protected] or Mr. George Chike, P.E., Project Manager at (225) 389-3186 x5640 or email at
[email protected].
https://www.centralauctionhouse.com/rfp3450160-plank-road-corridor-enhancement-segment-2-dawson-drive-to-harding-city-parish-project-no-20-en-hc-0033.html
26-Feb-2025 8:00:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
Runway 13/31 Safety Area & RPZ Improvements - Phase II Demolition A/E Project No. 20-1801D
|
VOUCHER # _______ PUBLISHED – LEGAL February 28, 2025 March 7, 2025 March 14, 2025 BIDS TO BE OPENED: April 8, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA ADVERTISEMENT FOR BIDS Electronic bids for construction of the following project will be received by the City of Baton Rouge and Parish of East Baton Rouge for the Greater Baton Rouge Airport District until 2:00 p.m. on April 8, 2025, for the following: Title: Runway 13/31 Safety Area & RPZ Improvements - Phase II Demolition Location: Baton Rouge Metropolitan Airport, East Baton Rouge Parish, Louisiana. Type: Demolition Project Program Manager: Airport Management Group, LLC Project Engineer: Meyer Engineers, Ltd. Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids and electronic bid bonds must be submitted through www.CentralBidding.com prior to the bidding deadline. Beginning at 2:00 p.m. all electronic bids will be downloaded and read aloud in the 8th floor in Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 conference immediately thereafter. Bidders or their authorized representatives are invited to be present or via teleconference call-in information. Join by phone 1-408-418-9388 United States toll Access code: 263 373 080 (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 Copies of Contract Documents for review or for use in preparing bids may be obtained from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001 (504) 885-9892), Ltd., upon deposit of $50.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids. Bids or amendments to bids received after time specified for bid openings shall not be considered for any cause whatsoever. Withdrawal of bids shall be in accordance with RS 38:2214. C. There will be a MANDATORY Pre-Bid Conference held on March 25, 2025 at 10:00 a.m. in the 1st floor conference room at the Baton Rouge Metropolitan Airport Terminal Building. Each bid must be accompanied by a certified check, cashier’s check, or bidder’s bond in an amount equal to five percent (5%) of bid and shall be made payable to the City of Baton Rouge. Runway 13/31 Safety Area & RPZ Improvements – I -3 Phase II Demolition May 20, 2020 Bidders should be aware that award of this contract is contingent upon receipt of a grant or grants from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development - Office of Aviation, along with the securing of other required approvals. Project numbers will be assigned upon approval by the FAA. 1) Policy: It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. Baton Rouge Metropolitan Airport has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation, 49 CFR Part 26. It is the policy of the Baton Rouge Metropolitan Airport to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. All Respondents or Proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, to achieve a minimum DBE goal of 16% of the total value of the contract. Good faith efforts include meeting this DBE goal or providing documentation demonstrating that the Respondent or Proposer made sufficient good faith efforts in attempting to meet this goal. Only DBE firms certified by the Louisiana Unified Certification Program at the time of Qualification Statement or Proposal submittal will count toward this DBE goal. To be considered responsive, the Bidders must submit DBE Schedules A, B, C, and Letters of DBE Certification, as appropriate within three business days of bid or proposal date and time. 2) The proposed Contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s (Proposer’s) attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Project Manual. 3) The Bidder (Proposer) must supply all the information required by the bid or proposal forms. The Bidders will be required to submit a Certification of Nonsegregated Facilities, and to notify prospective Subcontractors of the requirements of such Certification as Notice to Subcontractors appears in the Project Manual. 4) Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 5) For contracts for $50,000 or more, a Contractor having 50 or more employees, and his Subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. 6) Compliance Reports. Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if: a) The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and b) The Contractor is within the definition of “employer” in Paragraphs 2e (3) of the instructions included in Standard Form 100. The Contractor shall require the Subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. 7) Buy American Provision. The proposed Contract is subject to the Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Project Manual. 8) 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 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. Runway 13/31 Safety Area & RPZ Improvements – I -4 Phase II Demolition May 20, 2020
https://www.centralauctionhouse.com/rfp51557631-runway-1331-safety-area-rpz-improvements--phase-ii-demolition-ae-project-no-20-1801d.html
28-Feb-2025 8:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2025-03-0910 Floor Care for the Baton Rouge Metropolitan Airport
|
NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on April 15, 2025 in Room 826 of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Floor Care for the Baton Rouge Metropolitan Airport<br />RFP Solicitation No.2025-03-0910<br /> <br />A mandatory pre-proposal conference will be held in-person at the Baton Rouge Metropolitan Airport, 1st Floor Conference Room, 9430 Jackie Cochran Drive, Baton Rouge, LA 70807 on March 25, 2025 at 9:00 AM CST. Attendance at the pre-proposal conference is required to receive an award for this project.<br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to<br /> <br />
[email protected]<br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is April 2, 2025 at 5:00 PM CST.<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 /> <br /> <br />Teleconference Call-in information for Public Access to RFP Opening: <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 /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening. <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 25% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />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 /> <br /> <br />
https://www.centralauctionhouse.com/rfp69369714-rfp-2025-03-0910-floor-care-for-the-baton-rouge-metropolitan-airport.html
04-Mar-2025 12:00:00 AM CST |
15-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PSC H2 INTERIOR RENOVATION FOR HEALTH UNIT CITY PARISH PROJECT NO. 21-ASC-CP-1564
|
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: March 7TH, March 14TH and March 21, 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: PSC H2 INTERIOR RENOVATION FOR HEALTH UNIT 9050 AIRLINE HIGHWAY, STE 200, BATON ROUGE, LA 70815 CITY PARISH PROJECT NO. 21-ASC-CP-1564 PROJECT DESCRIPTION: The H2 Health Unit is a 40,000 SF tenant build-out located in the former Baton Rouge Women's Hospital, 9000 Airline Hwy, Baton Rouge, LA. This project transforms the space into a modern, ADA-compliant ambulatory care facility designed to serve the community. The scope of work involves significant demolition of the existing space and new construction to deliver a clean and efficient healthcare environment Bid Package with Plans and Specifications may be obtained online at www.centralauctionhouse.com. 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 online through www.centralauctionhouse.com or in an envelope delivered to the Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802 until the BID OPENING 2:00 PM Local Time, Tuesday, April 1, 2025 with no exceptions. At Bid Opening in Purchasing Division Room 826 City Hall, electronic Bids and Bid Bonds will be downloaded, then all electronic and paper Bids will be publicly read aloud. 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 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. For this project the EBR Parish Purchasing office has directed a review of the scope of work to establish an EBE goal percentage. All Bidders shall achieve the assigned 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. A non-mandatory pre-bid conference will be held at 10AM on Tuesday, March 18, at 9050 Airline Highway, Baton Rouge, LA 70815. All parties interested in this project are invited to attend this conference. For additional information regarding Bid related inquiries, please contact: Purchasing Division (225) 389- 3259; regarding General Documents related inquiries, please contact: Kristina Bynum, (225) 389-4694 or
[email protected] and Architectural and Construction Documents related: Jeremy Lucas, Fusion Architects, (225) 766-4848 or
[email protected]
https://www.centralauctionhouse.com/rfp27601572-psc-h2-interior-renovation-for-health-unit-city-parish-project-no-21-asc-cp-1564.html
07-Mar-2025 8:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-90627 ENERGY MANAGEMENT FOR LIBRARIES
|
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. April 08, 2025 for the following:<br /> <br />A25-90627 ENERGY MANAGEMENT FOR LIBRARIES<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 March 31, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Elizabeth Miller at (225) 389-3259, Ext. 3283, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />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/rfp19912524-a25-90627-energy-management-for-libraries.html
13-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0714-REBID2 OEM SRP & MAS FOR KUBOTA AGRO EQUIPMENT
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, 222 Saint Louis Street, 8th Floor, Room 826, Baton Rouge, La. until 11:00 A.M., April 1, 2025 for the following:<br /> <br />A25-0714-Rebid2 OEM SRP & mas FOR KUBOTA AGRO EQUIPMENT<br /> <br />Bids shall be received electronically via www.centralauctionhouse.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids must be submitted through www.centralauctionhouse.com prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 25, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Due to the COVID-19 emergency situation and in light of the Louisiana Governor’s Proclamation Number JBE 2020-30, the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, is temporarily suspending in-person attendance by vendors at public bid openings for bids published by our office.<br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp92649646-a25-0714-rebid2-oem-srp-mas-for-kubota-agro-equipment.html
14-Mar-2025 11:00:00 AM CDT |
01-Apr-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-1600 (REBID) MACHINE SHOP SERVICES AND WELDING WORK
|
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. April 01, 2025 for the following:<br /> <br />A25-1600-Rebid MACHINE SHOP AND WELDING SERVICES<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 21, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Elizabeth Miller at (225) 389-3259, Ext. 3283, or via email
[email protected]<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp62101162-a25-1600-rebid-machine-shop-services-and-welding-work.html
13-Mar-2025 12:00:00 AM CDT |
01-Apr-2025 12:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M1836 2025 Chevrolet Silverado 1500, 2WD REG CAB 126” Work Truck 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. April 03, 2025 for the following:<br /> <br />M1836 2025 Chevrolet Silverado 1500, 2WD REG CAB 126” Work Truck 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 March 24, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp75895543-m1836-2025-chevrolet-silverado-1500-2wd-reg-cab-126-work-truck-or-approved-equal.html
13-Mar-2025 12:00:00 AM CDT |
03-Apr-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE MANHOLE REHABILITATION PROJECT (CITY-PARISH PROJECT NUMBER 25-MH-UF-0003)
|
To be published three times-Legal March 14, 21 & 28 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-0003) 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, WEDNESDAY, April 9, 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 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 March 25, 2025 at 10:00 a.m. at Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp32350635-annual-parishwide-manhole-rehabilitation-project-city-parish-project-number-25-mh-uf-0003.html
14-Mar-2025 8:00:00 AM CDT |
09-Apr-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-0005)
|
To be published three times-Legal March 14, 21 & 28 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-0005) 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, WEDNESDAY, April 9, 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 Florid 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 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 March 25, 2025 at 9:30 a.m. at Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp32331056-annual-parishwide-sanitary-sewer-and-stormwater-pump-station-wet-well-cleaning-project-city-parish-project-number-25-pc-wc-0005.html
14-Mar-2025 8:00:00 AM CDT |
09-Apr-2025 2:00:00 PM CDT |
City of Broussard |
South Eola Lift Station & Force Main Upgrade
|
Notice is hereby given that sealed bids will be received by the City of Broussard, Lafayette Parish, Louisiana, at City Hall, 310 East Main Street, Broussard, Louisiana 70518, until 10:00 a.m., on April 9, 2025, for:<br /> <div style="text-align: center;"><b>SOUTH EOLA LIFT STATION & FORCE MAIN UPGRADE</b><br /><b>FOR</b><br /><b>THE CITY OF BROUSSARD</b></div> <br />at which time the bids will be opened and publicly read aloud. Bids received after the specified time will not be considered.<br /> <br />The work shall consist of the following:<br /> <br /><b>Construct approximately +/- 8,971 LF of sewer force main and upgrade existing duplex lift station located on South Eola Road in the City of Broussard.</b><br /> <br /><b>A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on March 27, 2025 in the City of Broussard Public Works Building, 102 Bercegeay Road, Broussard, La. All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.</b><br /> <br />Construction Time: <b><u>210</u> calendar days</b>, exclusive of delays beyond the Contractor’s control from the date stipulated in the written Notice to Proceed.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner's approval:<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />All bonds (Bid Bond, Performance Bond and Payment Bond) shall be written by a surety or insurance company which is currently on the U.S. Department of the Treasury Financial Management Service List (Circular Number 570) of approved bonding companies. The surety or insurance company must be currently licensed to do business in the State of Louisiana.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor's Licensing Law R.S. 37:2150-2164 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification (“<b>Municipal and Public Works Construction</b>” classification required) in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers. The bidder shall show his license number on the bid and on the sealed envelope in which their bid is enclosed.<br /> <br />The contract documents, consisting of the Notice to Bidders, Information for Bidders, General Conditions, Technical Specifications, Special Conditions, Bid Form and Contract Documents, and any published Addenda, may be examined on all business days at the following locations during the specified hours:<br /> <ol> <li>Comeaux Engineering & Consulting</li></ol> 601 Second Street, Broussard, Louisiana, 70518<br /> Mon-Thur; 8:00 a.m. to 12:00 Noon and 1:00 p.m. to 5:00 p.m.<br /> Fri.; 8:00 a.m. to 12:00 Noon<ol> <li value="2">Broussard City Hall</li></ol> 310 East Main Street<br /> Broussard, Louisiana 70518<br /> Mon-Thur; 6:30 a.m. to 5:00 p.m.<br /> <br />Complete contract documents and drawings may be obtained at the office of Comeaux Engineering & Consulting, 601 Second Street, Broussard LA, 70518, Telephone No. (337) 837-2210, upon payment of one-hundred fifty dollars ($150.00) and any necessary postage and/or shipping charges to reimburse the cost of reproduction and handling. Payments shall be received before bidding documents are mail. Deposits on the first set of documents furnished to Bona Fide Prime bidders will be fully refunded if returned in good condition within 10 DAYS after receipt of bids. One-half of the deposits will be refunded to Bona Fide Prime bidders upon return of additional sets of documents if returned in good condition within 10 DAYS after receipt of bids. Documents containing marks, torn sheets, or unbound sheets are NOT considered to be in good condition. <br /> <br />Bid related information also available online and bids may also be submitted on line at:<br /> <br /><a href="https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html">https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html</a><br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Bid Form.<br /> <br />The Owner reserves the right to reject any or all bids for just cause; such actions will be in accordance with La. R.S. 38:2214.<br /> <br />By order of the Mayor and Council of the City of Broussard, Lafayette Parish, Louisiana.<br /> <table align="center" border="0" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:118px;"> <br /> ATTEST:</td> <td style="width:270px;"> <br /> s/ Ray Bourque</td> <td style="width:57px;"> <br /> </td> <td style="width:275px;"> <br /> </td> </tr> <tr> <td style="width:118px;"> <br /> </td> <td style="width:270px;"> <br /> (Mayor)</td> <td style="width:57px;"> <br /> </td> <td style="width:275px;"> <br /> </td> </tr> </tbody></table><div style="clear:both;"> </div> <br />Publish Dates: March 12, 2025<br /> March 19, 2025<br /> March 26, 2025
https://www.centralauctionhouse.com/rfp75874474-south-eola-lift-station-force-main-upgrade.html
12-Mar-2025 12:00:00 AM CDT |
09-Apr-2025 10:00:00 AM CDT |
City of Covington |
City of Covington Police Investigative Unit Construction
|
Separate sealed bids will be received by City of Covington, 317 N Jefferson Avenue, Covington, LA 70433 for the Covington Police Investigative Unit on the Twentieth day of March at 2:00 p.m. CST. 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 />Complete Bidding Documents provided by the Architect, MSH ARCHITECTS, LLC, 229 EAST KIRKLAND STREET, COVINGTON, LA 70433, 985-898-0303 are available in electronic form and can be downloaded at no cost by emailing
[email protected] and are also available at www.centralbidding.com. Printing costs from the electronic download of documents are the responsibility of the prospective bidder. Bid documents should be obtained through MSH ARCHITECTS, LLC or at www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Architect as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /> <br />The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn except as provided for by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Preference may be given to materials, supplies and provisions produced, manufactured or grown in Louisiana in accordance with law.<br /> <br />The Owner reserves the right, in accordance with law, to reject any and all bids.<br /> <br />A non-mandatory pre-bid conference will be held on the Twenty Seventh day of February at 10:00 a.m. starting at the Covington Police Department, 609 N. Columbia Street, Covington LA, 70433. Bidders are strongly urged to attend and participate in the conference. Bidders are encouraged to visit project site to view and become familiar with existing conditions.<br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 A(1)(f)(i). Please find bid-related materials and place electronic bids at www.centralbidding.com.
https://www.centralauctionhouse.com/rfp98803655-city-of-covington-police-investigative-unit-construction.html
19-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
City of Covington |
City of Covington Bollfield Water Well Building
|
Sealed bids will be received until the hour of 2:00 P.M., local time, Thursday, April 10, 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 Project C0236 BOLLFIELD WATER WELL BUILDING, 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 Building Construction.<br /> <br />The work consists of Demolishing an existing structure and building new structure(s).<br /> <br />A non-mandatory pre-bid conference will be held Thursday, March 27, 2025. 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: 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 />BOLLFIELD WATER WELL BUILDING<br /> Project No. C0236<br /> <br /> Bid Due Date and Time: April 10, 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/rfp95659839-city-of-covington-bollfield-water-well-building.html
12-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 2:00:00 PM CDT |
City of Denham Springs |
CITY OF DENHAM SPRINGS - TRAVELING BRIDGE SAND FILTER REHAB 2025
|
<div style="text-align: center;"><b>INVITATION TO BID</b></div> <br />The City of Denham Springs is receiving sealed written bids from qualified vendors to provide public works Materials and Services for<br /> <div style="text-align: center;"><b>CITY OF DENHAM SPRINGS –<br />TRAVELLING BRIDGE SAND FILTER REHAB 2025</b></div><br />Sealed Bids will be received at the Denham Springs City Hall located at_116 North Range Ave. Denham Springs, LA 70726, until April 8, 2025 @ 2:00 p.m. <br />At which time bids will be opened and publicly read aloud. Bids received after the above time will be returned unopened. Complete bidding documents may be obtained from the office of Alvin Fairburn & Associates, Inc., 1289 Del Este Avenue, Denham Springs, Louisiana upon payment of $75.00 per set. Deposits on first set of documents furnished to General Contractors who bid the project will be fully refunded upon return of the documents in good condition no later than ten days after receipt of bids. On other sets of documents one-half (1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. An additional non-refundable charge of $50.00 per set will be charged if plans and specifications are mailed. Electronic bids will also be accepted. Please find bid related materials and place your electronic bids at www.centralbidding.com. <br />A MANDATORY PRE-BID MEETING will be held at the Alvin Fairburn Office Building located at 1289 Del Este Avenue, Denham Springs, Louisiana on March 27, 2025@ 10:00 a.m. LA RS38: 2212 (I) rules apply.<br /><br />The Contract will be awarded to the lowest, responsible, responsive bidder.<br /><br />All bids must be accompanied by a bid security equal to five percent (5%) of the base bid and any alternatives and subject to the conditions provided in the Instructions to Bidders. The successful contractor will be required to enter into a contract with the OWNER and to furnish all the materials, perform all of the work, supervise, coordinate, administrate and be responsible for the work of the entire project. No bids may be withdrawn after the closing time for receipt of bids for at least forty-five (45) days. The bond of the low bidder will be held for forty-five (45) days, or until the contract is signed, whichever is shorter. A performance and payment bond for the work will be required upon execution of the contract, equal to one hundred percent (100%) of said contract written by a company licensed to do business in Louisiana and who is currently on the U.S. Department of the Treasury Financial Management Service List. The bond shall be countersigned by a person who is under contract and who is licensed as an insurance agent in the State of Louisiana, and who is residing in this state.<br /><br />The City of Denham Springs reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br />Equal Employment Opportunity (EEQ) Statement – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will be required to comply with the President’s Executive Order No. 11246, as amended. <br /><br />CITY OF DENHAM SPRINGS WASTEWATER DEPT<br /><br />ADVERTISE:<br />THURSDAY MARCH 6, 2025<br />THURSDAY MARCH 13, 2025<br />THURSDAY MARCH 20, 2025<br /><br /><br />
https://www.centralauctionhouse.com/rfp24931529-city-of-denham-springs--traveling-bridge-sand-filter-rehab-2025.html
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
City of Denham Springs |
City of Denham Springs - Vortex Grit Removal System Rehab-2025
|
<b>Engineer's Estimated Construction Cost = $395,000</b><br /><br /><b>Mandatory Pre-Bid mtg on 3/27/25 9am @ AFA Office (1289 Del Este Ave. Denham Springs, La 70769) PH#225-665-1515</b>
https://www.centralauctionhouse.com/rfp41023465-city-of-denham-springs--vortex-grit-removal-system-rehab-2025.html
06-Mar-2025 8:00:00 AM CST |
08-Apr-2025 2:00:00 PM 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 |
15-Apr-2025 10:00:00 AM CDT |
City of Gonzales |
Financial Efficiency Study Engagement
|
City of Gonzales<br />hereby<br />REQUEST PROPOSALS<br />for<br />FINANCIAL EFFICIENCY ENGAGEMENT<br /> <br />Request for Proposals will be received by the City of Gonzales at City Hall, 120 S. Irma Boulevard, Gonzales, Louisiana 70737 until, April 3, 2025, at 10:00 a.m. local time for the following:<br /> <br />CITY OF GONZALES REQUEST PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES TO CONDUCT A<br />FINANCIAL EFFICIENCY ENGAGEMENT<br />The City of Gonzales is seeking proposals from qualified firms to conduct a comprehensive financial efficiency engagement. The purpose of this engagement is to evaluate the city's financial operations, identify areas for cost savings, and recommend improvements to enhance financial efficiency.<br />Firms will be evaluated based upon professional qualifications, specialized experience, methodology and approach, cost reasonableness, team capacity and technical competence related to similar Financial Efficiency Engagement’s conducted by the interested firms. A single firm will be chosen by the City of Gonzales selection team. The City of Gonzales selection team will be comprised of a minimum of three (3) city employees or administrators directly responsible for City funding.<br />Interested consultant teams shall submit their qualification on standard form titled “Gonzales Professional Services Proposal Statement”. To request the standard forms, project selection documents or submit questions regarding the RFP, all inquiries should be directed to Mr. Brandon Boylan, City Clerk/Finance Director, via email ONLY at
[email protected] no later than 3 o’clock pm, March 27, 2025, with responses given via email by 10 o’clock am, March 31, 2025.<br />The submittal documents must be delivered in a sealed envelope or box that is clearly identified on the outside as “Statement of Qualifications for Disaster Recovery Project Management”.<br />The City requests that four (4) hard copies and one (1) electronic copy of the proposals be submitted. For the electronic copy, please submit on CD or usb flash drive. http://www.centralauctionhouse.com.<br /> <br />The City of Gonzales reserves the right to disqualify any response to a Request for Proposal if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State, registered with SAM.gov, or is not authorized to do business in the State of Louisiana. The City of Gonzales reserves the right to reject any and all bids/proposals for just cause.<br /> <br />CITY OF GONZALES<br />Timothy “Tim” Riley, MAYOR<br /> <br />GONZALES WEEKLY CITIZEN - PUBLISH March 13th , March 20th , and 27th 2025
https://www.centralauctionhouse.com/rfp58901954-financial-efficiency-study-engagement.html
13-Mar-2025 9:00:00 PM CDT |
03-Apr-2025 10:00:00 AM CDT |
City of Kenner, LA |
RFP 25-6873 CONTRACT TO PROVIDE FOOD SERVICES FOR EMERGENCY AND DISASTER EVENTS
|
<div style="text-align: center;">PUBLIC NOTICE<br />RFP 25-6873<br />Provide Food Services<br />For Disaster and/or Emergency Events<br />For the City of Kenner</div> <br />The City of Kenner is interested in establishing a pre-placement contract to provide food and related services for disaster and/or emergency events on an as needed basis. This contract may be invoked for Parish, State and Federally declared disaster or emergency events.<br /><br /><b>This resulting contract from this RFP may be eligible for FEMA reimbursement.</b><br /><br />Interested individuals or firms can obtain a copy of the Request for Proposal packets by emailing the City of Kenner Finance Department at
[email protected] or visiting www.Kenner.la.us. RFP packets may also be obtained, as well as submitted, on www.centralauctionhouse.com. Completed packets are to be returned to the Finance Department by mail via USPS, Fed Ex or UPS no later than <b>9:45 A.M., Tuesday, March 18th, 2025.</b><br /><br />The City of Kenner reserves the right to reject any and all submissions. For additional information regarding this project, please contact
[email protected].<br /> <br /> <div> Michael J. Glaser Elizabeth Herring</div><div> Mayor Chief Financial Officer<br /> City of Kenner City of Kenner</div> <br /> <br />RFP No. 25-6873<br />The Advocate<br />February 5th, 12th, and 19th, 2025
https://www.centralauctionhouse.com/rfp82593406-rfp-25-6873-contract-to-provide-food-services-for-emergency-and-disaster-events.html
05-Feb-2025 8:30:00 AM CST |
18-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6877 ANNUAL CONTRACT TO PROVIDE GRASS CUTTING (CITYWIDE)
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6877</div> <br />02/12/2025<div style="text-align: center;">ANNUAL CONTRACT TO PROVIDE GRASS CUTTING (CITYWIDE)</div>Sealed Bid No. 25-6877<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">Annual Contract to Provide Grass Cutting (Citywide)</div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until March 20th, 2025 at 9:45 a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read. There will be an optional pre-bid meeting on February 25th, 2025 at 1:30pm, City of Kenner Public Works Yard, 1803 23rd St., Suite. B, Kenner, LA 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 />February 12th, 2025<br />February 19th, 2025<br />February 26th, 2025
https://www.centralauctionhouse.com/rfp55729786-sealed-bid-25-6877-annual-contract-to-provide-grass-cutting-citywide.html
12-Feb-2025 8:30:00 AM CST |
20-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6876 CONTRACT FOR GRASS CUTTING AND DEBRIS REMOVAL FOR CODE DEPARTMENT
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6876</div> <br />02/12/2025<br />CONTRACT FOR GRASS CUTTING AND DEBRIS REMOVAL FOR CODE DEPARTMENT<br />Sealed Bid No. 25-6876<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 for Grass Cutting and Debris Removal.</div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until March 19th, 2025 at 9:45 a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 12th, 2025<br />February 19th, 2025<br />February 26th, 2025
https://www.centralauctionhouse.com/rfp26438596-sealed-bid-25-6876-contract-for-grass-cutting-and-debris-removal-for-code-department.html
12-Feb-2025 8:30:00 AM CST |
19-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6868 ROOF REPLACEMENT OF THE KENNER POLICE HQ AND JAIL COMPLEX
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6868</div> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Roof Replacement of the Kenner Police Headquarters and Jail Complex</b></div> <br />The proposed work (“Work”) includes:<br /> <div style="text-align: center;"><b>Remove and replace existing modified bitumen roofing including insulation boards, metal flashing, roof drains etc.</b></div> <br />Sealed bids will be received until <b>Tuesday, March 18, 2025 at 10:30 AM CST</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 10:45 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on Thursday, February 27, 2025 at 11:00 AM CST at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with LINFIELD, HUNTER & JUNIUS, INC. 3608 18TH STREET, METARIE, LA 70002 , the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from LINFIELD, HUNTER & JUNIUS, INC. 3608 18TH STREET, METARIE, LA 70002 upon deposit of $100.00 for each set of documents. <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <div style="text-align: right;">CITY OF KENNER<br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate February 12TH, 19TH, AND 26th, 2025
https://www.centralauctionhouse.com/rfp28955089-sealed-bid-25-6868-roof-replacement-of-the-kenner-police-hq-and-jail-complex.html
12-Feb-2025 8:30:00 AM CST |
18-Mar-2025 10:30:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6867 ROOF REPLACEMENT OF THE KENNER POLICE TRAINING FACILITY
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6867<br /> </div>The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Roof Replacement of the Kenner Police Training Facility</b></div> <br />The proposed work (“Work”) includes:<br /> <div style="text-align: center;"><b>Remove and Replace existing metal roof including flashing, gutters and downspouts.</b></div> <br />Sealed bids will be received until <b>Tuesday, March 25, 2025 at 10:00 AM CST</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 10:15 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on: <b>Thursday, February 27, 2025 at 10:00 AM CST</b> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with Linfield, Hunter & Junius, Inc., 3608 18th Street, Metairie LA 70002, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from Linfield, Hunter & Junius, Inc., 3608 18th Street, Metairie LA 70002 upon deposit of $100.00 for each set of documents. <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate<br />February 12th, 19th, AND 26th, 2025
https://www.centralauctionhouse.com/rfp59319994-sealed-bid-25-6867-roof-replacement-of-the-kenner-police-training-facility.html
12-Feb-2025 8:30:00 AM CST |
25-Mar-2025 10:00:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6881 CONTRACT TO SUPPLY STREETLIGHT POLES AND ACCESSORES
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6881</div> <br />03/05/2025<br />CONTRACT TO SUPPLY STREETLIGHT POLES AND ACCESSORIES<br />Sealed Bid No. 25-6881<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>Supply Streetlight Poles & Accessories</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <b>April 2nd, 2025 at 9:45</b> a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />March 5th, 2025<br />March 12th, 2025<br />March 19th, 2025
https://www.centralauctionhouse.com/rfp93904305-sealed-bid-25-6881-contract-to-supply-streetlight-poles-and-accessores.html
05-Mar-2025 8:30:00 AM CST |
02-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6871 CONTRACT TO PROVIDE ASPHALT STREET MAINTENANCE AND SMALL JOBS
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6871</div> <br />February 19, 2025<br />CONTRACT TO PROVIDE ASPHALT STREET MAINTENANCE AND SMALL JOBS<br />Sealed Bid No. 25-6871<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 PROVIDE ASPHALT STREET MAINTENANCE AND SMALL JOBS</div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until Tuesday, March 25, 2025 at 9:45 a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <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 />February 19, 2025<br />February 26, 2025<br />March 5, 2025
https://www.centralauctionhouse.com/rfp93791299-sealed-bid-25-6871-contract-to-provide-asphalt-street-maintenance-and-small-jobs.html
19-Feb-2025 8:30:00 AM CST |
25-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6879 CONTRACT TO PROVIDE TRAFFIC SIGNAL REPAIR SERVICES
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6879</div> <br />02/26/2025<br />CONTRACT TO PROVIDE TRAFFIC SIGNAL REPAIR SERVICES<br />Sealed Bid No. 25-6879<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 Traffic Signal Repair Services</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until<b> March 21st, 2025 at 9:45 a.m</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.<div style="text-align: right;"> <br /><b>CITY OF KENNER</b><br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 26th, 2025<br />March 5th, 2025<br />March 12th, 2025
https://www.centralauctionhouse.com/rfp79105936-sealed-bid-25-6879-contract-to-provide-traffic-signal-repair-services.html
26-Feb-2025 8:30:00 AM CST |
21-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6878 CONTRACT TO PROVIDE GRASS CUTTING OF ROUGH CUT DITCH SLOPES
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6878</div> <br />March 5, 2025<br />CONTRACT TO PROVIDE GRASS CUTTING OF ROUGH CUT DITCH SLOPES<br />Sealed Bid No. 25-6878<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO PROVIDE GRASS CUTTING OF ROUGH CUT DITCH SLOPES</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <b><u>Tuesday, April 8, 2025 at 9:45 a.m.</u></b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in 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 <i><u>Thursday, March 13, 2025 at 9:30 a.m</u></i>. located at 1803 23rd Street Suite B, Kenner, LA 70062 to ascertain contractors understanding of the Scope of Work required to perform the job, allow questions to be answered, and to inspect the sites (if need be) with the owner’s representative, etc. All interested bidders are encourage to attend. Failure to attend the pre-bid meeting shall not relieve the successful bidder of the responsibility of the information discussed at the meeting, the necessity of furnishing materials, and/or performing any work that may be required to complete the work in accordance with the specifications, at no additional cost to Kenner.<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 />March 5, 2025<br />March 12, 2025<br />March 19, 2025
https://www.centralauctionhouse.com/rfp38430693-sealed-bid-25-6878-contract-to-provide-grass-cutting-of-rough-cut-ditch-slopes.html
05-Mar-2025 8:30:00 AM CST |
08-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6880 CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6880</div> <br />March 5, 2025<br />CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS<br />Sealed Bid No. 25-6880<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <u><b>Wednesday, April 9, 2025 at 9:45 a.m.,</b></u> by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />March 5, 2025<br />March 12, 2025<br />March 19, 2025<br />
https://www.centralauctionhouse.com/rfp37445014-sealed-bid-25-6880-contract-to-supply-traffic-signal-parts.html
05-Mar-2025 8:30:00 AM CST |
09-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6882 CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6882</div> <br />March 5, 2025<br />CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED<br />Sealed Bid No. 25-6882<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <u><b>Thursday, April 10, 2025 at 9:45 a.m.</b></u>, by the City of Kenner in the Finance Department located at:<br /> <br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062<br /> <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 />March 5, 2025<br />March 12, 2025<br />March 19, 2025
https://www.centralauctionhouse.com/rfp6483810-sealed-bid-25-6882-contract-to-provide-electrical-supplies-as-needed.html
05-Mar-2025 8:30:00 AM CST |
10-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6883 REMOVE, FURNISH AND INSTALL WINDOWS AND RELATED AT HERITAGE HALL
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6883</div> <br />03/05/2025<br />REMOVE, FURNISH AND INSTALL WINDOWS AND RELATED AT HERITAGE HALL<br />Sealed Bid No. 25-6883<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 & Install Windows at Heritage Hall</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <b>April 4th, 2025 9:45 a.m.</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. There will be a mandatory pre-bid meeting on Tuesday March 18th, 2025 at 10:00 AM at City of Kenner Building Heritage Hall, 303 Williams Blvd, Kenner, LA 70062. All interested bidders must 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 />March 5th, 2025<br />March 12th, 2025<br />March 19th, 2025
https://www.centralauctionhouse.com/rfp79146485-sealed-bid-25-6883-remove-furnish-and-install-windows-and-related-at-heritage-hall.html
05-Mar-2025 8:30:00 AM CST |
04-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6884 SANITARY SEWER EVALUATION SERVICES AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6884</div> <br />03/12/2025<br />SANITARY SEWER EVALUATION SERVICES AS NEEDED<br />Sealed Bid No. 25-6884<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><b> <br />Sanitary Sewer Evaluation Services</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <b>April 10th, 2025 9:45 a.m.</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<br /> </div>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 />March 12th, 2025<br />March 19th, 2025<br />March 26th, 2025
https://www.centralauctionhouse.com/rfp44822376-sealed-bid-25-6884-sanitary-sewer-evaluation-services-as-needed.html
12-Mar-2025 8:30:00 AM CDT |
10-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6885 4.0 MGD SEWER LIFT STATION UPGRADES, 131 W. ESPLANADE
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6885</div> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">4.0 MGD Sewer Lift Station Upgrades, 131 West Esplanade Avenue, Kenner, Louisiana<br />Public Works Project No. PW-2020-4-SW</div> <br />The proposed work (“Work”) includes constructing an adjacent 28.8 MGD submersible pump station and connect it to the existing 4.0 MGD lift station wet well. Work includes, but not limited to: demolition; site work; structural excavation; backfilling; precast concrete piling; structural concrete; submersible pumps; piping; electrical; and mechanical and all related work necessary to complete the Project.<br /> <br />Sealed bids will be received until <b>Thursday, April 10, 2025, 9:45 AM C.S.T.</b> by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive, 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 AM C.S.T. at the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on <b>Wednesday, March 26, 2025 at 10:00 AM C.S.T</b> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with G.E.C., Inc., 3501 North Causeway Blvd., Suite 210, Metairie, LA 70002, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />All questions concerning this Project or about the meaning or intent of the Contract Documents shall be submitted in writing to the City of Kenner at
[email protected], not the design professional.<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from G.E.C., Inc. offices at 3501 North Causeway Blvd., Suite 210, Metairie, LA 70002 or 8282 Goodwood Blvd., Baton Rouge, LA 70806 (Phone 225-612-4172) upon deposit of $150.00 for each set of documents. <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <br /> <div>Advertisement: CITY OF KENNER</div> <br />The Advocate /s/Elizabeth Herring<br />Wednesday, March 12, 2025 Chief Financial Officer <br />Wednesday, March 19, 2025<br />Wednesday, March 26, 2025
https://www.centralauctionhouse.com/rfp60582478-sealed-bid-25-6885-40-mgd-sewer-lift-station-upgrades-131-w-esplanade.html
12-Mar-2025 8:30:00 AM CDT |
10-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6886 EMERGENCY EQUIPMENT RENTAL
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6886</div> <br />March 12, 2025<br />EMERGENCY EQUIPMENT RENTAL<br />Sealed Bid No. 25-6886<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Emergency Equipment Rental</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until <b>April 9th, 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 />March 12th, 2025<br />March 19th, 2025<br />March 26th, 2025
https://www.centralauctionhouse.com/rfp75815678-sealed-bid-25-6886-emergency-equipment-rental.html
12-Mar-2025 8:30:00 AM CDT |
09-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6887 CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6887</div> <br />03/12/2025<br />CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)<br />Sealed Bid No. 25-6887<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>April 11th, 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 />March 12, 2025<br />March 19, 2025<br />March 26, 2025
https://www.centralauctionhouse.com/rfp75887019-sealed-bid-25-6887-contract-to-provide-fuel-service-citywide.html
12-Mar-2025 8:30:00 AM CDT |
11-Apr-2025 9:45:00 AM CDT |
City of Mandeville |
RFP: EMERGENCY MANAGEMENT CONSULTING SERVICES
|
PUBLIC NOTICE<br />CITY OF MANDEVILLE REQUEST FOR PROPOSALS<br /><br />EMERGENCY MANAGEMENT CONSULTING SERVICES<br /><br />The City of Mandeville invites qualified firms and individuals to submit proposals to provide Emergency Management Consulting Services. Services include assisting the City with preparedness, response, recovery, and mitigation activities for disaster and emergency events.<br />Key Details:<br /><br />Submission Deadline: 11:00 AM (local time), Wednesday, March 12, 2025.<br /><br />Submission Location:<br />Office of the Purchasing Agent,<br />Mandeville City Hall,<br />3101 East Causeway Approach,<br />Mandeville, LA 70448<br /><br />Proposals may also be submitted electronically via www.centralauctionhouse.comScope of Services:<br /><br />The consultant will support the City during all phases of emergency management, including:<br /><br />Preparedness: Reviewing and updating disaster recovery plans, FEMA compliance, and training City personnel.<br /><br />Response: Monitoring emergency contractors and documentation.<br /><br />Recovery: Assisting with damage assessments, FEMA project worksheets, and grant management.<br /><br />Mitigation: Coordinating hazard mitigation projects and ensuring compliance with federal regulations.Interested parties must meet the requirements outlined in the RFP and include all required forms and affidavits. Proposals received after the deadline will not be considered.<br />Proposal Documents:<br /><br />The complete RFP packet can be obtained by contacting the City’s Purchasing Agent at
[email protected].<br />Evaluation Criteria:<br /><br />Proposals will be evaluated based on professional experience, qualifications, technical approach, and Disadvantaged Business Enterprise (DBE) certification, among other criteria.<br />Additional Information:<br /><br />All questions regarding this RFP must be submitted in writing to
[email protected] no later than 2:00 PM, February 28, 2025.<br />The City of Mandeville reserves the right to reject any and all proposals and to award the contract deemed in its best interest.<br /><br />By Order of:<br />City of Mandeville<br />Mayor Clay Madden<br />Tammany Farmer 2/12, 2/19, 2/26
https://www.centralauctionhouse.com/rfp60074637-rfp-emergency-management-consulting-services.html
12-Feb-2025 12:00:00 AM CST |
19-Mar-2025 11:00:00 AM CDT |
City of Mandeville |
RFP: JANITORIAL SERVICES CONTRACT
|
PUBLIC NOTICE<br />REQUEST FOR PROPOSALS<br />JANITORIAL SERVICES CONTRACT<br />The City of Mandeville is soliciting sealed proposals from qualified vendors to provide comprehensive janitorial services for municipal buildings. Services must comply with specifications detailed in the Request for Proposals (RFP).<br />Proposal Deadline:<br />March 27, 2025, by 2:30 PM (local time)<br />Proposals submitted after the deadline will not be accepted.<br />Submission Requirements:<br />Electronic Submissions: Submit via www.centralbidding.com.<br />Hard Copy Submissions: Deliver one (1) original and one (1) digital copy (USB flash drive) in a sealed envelope marked:<br /><br />Sealed Proposal: CITY OF MANDEVILLE, JANITORIAL SERVICES CONTRACT<br />Deadline: March 27, 2025, 2:30 PM<br />Include: Vendor’s Name and AddressDeliver hard copies to:<br /><br />Purchasing Agent<br />City of Mandeville<br />3101 East Causeway Approach<br />Mandeville, LA 70448<br /><br />Pre-Proposal Conference and Site Visits:<br />A non-mandatory pre-proposal conference will be held on February 27, 2025, at 10:00 AM in the Mandeville City Hall Council Chamber, followed by guided site visits from 11:00 AM to 12:00 PM.<br /><br />Proposal Guarantee:<br />Each proposal must include a certified check, cashier’s check, or bond equivalent to at least 5% of the total proposal amount, payable to the City of Mandeville.<br /><br />Scope of Work:<br />The janitorial services contract includes labor, equipment, supplies, and supervision for the following locations:<br /><br />City Hall<br />Community Center<br />Police Department<br />DMV<br />Public Works Building<br />Trailhead Depot<br />Police Investigations Building<br /><br />RFP Documents and Questions:<br />Interested parties can obtain RFP specifications from the Purchasing Agent or via email at
[email protected]. Questions must be submitted in writing to the Purchasing Agent by March 6, 2025.<br /><br />The City of Mandeville reserves the right to reject any or all proposals in accordance with applicable laws and regulations.<br /><br />Contact Information:<br />For additional details, contact the Purchasing Agent at (985) 626-3144 or via email at
[email protected].<br /><br />Mayor Clay Madden<br />Tammany Farmer 3x’s 2/19, 2/26, 3/5
https://www.centralauctionhouse.com/rfp60036706-rfp-janitorial-services-contract.html
19-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:30:00 PM CDT |
City of New Iberia |
Streets Improvements Asphalt Reconstruction Project
|
DOCUMENT 001113<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />City of New Iberia<br />Street Improvements<br />Asphalt Reconstruction Project<br />New Iberia, Louisiana<br /> <br />Sealed Bids will be received by the City of New Iberia, Iberia Parish, Louisiana, for the construction of street improvements that includes Saw Cutting, Reinforced Concrete Pavement, Joint Sealing, Milling Asphalt Pavement, Asphalt Reconstruction, Asphalt Concrete Pavement Patching, Asphalt Concrete Pavement, Pavement Markings and other work in connection therewith.<br /> <br />Bids will be on a unit price basis; segregated Bids will not be accepted.<br /> <br />Bids will be received by the City of New Iberia until 2:30 p.m. local time on Thursday, March 20, 2025 in the reception area of the Mayor’s Office, 457 East Main Street, Suite 300, New Iberia, La 70560-3700. Bids received after this time will not be accepted and will be returned unopened. Bids will be opened and publicly read aloud after the specified closing time.<br /> <br />Complete printed sets of the Bidding Documents may be obtained from Berard, Habetz and Associates, Inc. 3401 West Admiral Doyle Drive, New Iberia, Louisiana, (337) 367-1408 in accordance with the Instructions to Bidders upon payment of a deposit of $100.00 for each set of documents.<br /> <br />Complete electronic sets of the Bidding Documents are available to be viewed, downloaded, and submitted electronically at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at (225)810-4814.<br /> <br />A Pre-Bid conference will be held at 10:00 a.m. local time on Tuesday, February 25, 2025 at the Office of Berard, Habetz and Associates, Inc. 3401 West Admiral Doyle Drive, New Iberia, Louisiana. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are strongly encouraged to attend and participate in the conference.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Highway, Street and Bridge Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />Bidding Documents shall not be issued later than 24 hours prior to the hour and date set for the opening of Bids. Bids must be submitted on forms provided in the Bidding Documents.<br /> <br />Each Bid shall be accompanied by Bid security made payable to the City of New Iberia, in an amount of at least five percent of the Bidder's maximum Bid price and in the form of a certified check or a Bid Bond in accordance with LA R.S. 38:2218. This check or Bid Bond shall be given as a guarantee that the Bidder will execute the Agreement, should it be awarded to him.<br /> <br />The Owner reserves the right to reject any and all Bids for just cause. In accordance with LA R.S. 38:2212(B)(1), the provisions and requirements of this Section, and those stated in the bidding documents shall not be waived by any public entity.<br /> <br /> THUS DONE AND SIGNED, on this <br /> The City of New Iberia<br /> <br /> By: /s/Freddie DeCourt <br /> Freddie DeCourt, Mayor<br />
https://www.centralauctionhouse.com/rfp70343689-streets-improvements-asphalt-reconstruction-project.html
04-Feb-2025 12:00:00 PM CST |
20-Mar-2025 2:30:00 PM CDT |
City of New Iberia |
City of New Iberia Pepperplex Road
|
<div style="text-align: center;"><b>CITY OF NEW IBERIA<br />PEPPER PLEX ACCESS ROAD</b></div> <br /> Notice is hereby given that sealed Bids will be received by the City of New Iberia, Iberia Parish Louisiana, for the furnishing and installation of drainage improvements and an aggregate access road for the Pepper Plex sports facility in the City of New Iberia.<br /> <br /> Bids will be on a unit price basis; segregated Bids will not be accepted.<br /> <br /> Bids will be received by the City of New Iberia until 2:00 p.m. on Thursday, March 20th, 2025 in the City of New Iberia Meeting Room in City Hall, 457 E Main St., Suite 300, New Iberia, Louisiana. Bids received after this time will not be accepted and will be returned unopened. Bids will be opened and publicly read aloud after specified closing time.<br /> <br /> A Voluntary Pre-Bid conference will be held at 2:00 p.m. on Wednesday, March 12th, 2025 at City Hall, 457 E Main Street, Suite 300, New Iberia, Louisiana. Representatives of the Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference.<br /> <br /> To qualify to bid, each bidder shall be properly licensed Contractor in accordance with Louisiana Revised Statues 37:2150-2163 for the classification of Highway, Street and Bridge. Contractors desiring to bid shall submit evidence that they hold license of proper classification in full force and effect at the time the bidding documents are requested from the office of the Engineer. The Contractor shall show their license number on the bid form and on the envelope containing their Bid.<br /> <br /> Bidding Documents shall not be issued later than 24 hours prior to the hour and date set for the opening of Bids. Bids must be submitted on forms provided by the Engineer.<br /> <br /> Each Bid shall be accompanied by Bid security made payable to the City of New Iberia, in amount of at least five percent of the Bidder’s maximum Bid price and in the form of a certified check or a Bid Bond in accordance with LA R.S. 2218. This check or Bid Bond shall be given as a guarantee that the Bidder will execute the Agreement, should it be awarded to them.<br /> <br /> Each Bid shall be accompanied by an executed Certificate as to Corporate Principal and Corporate Resolution.<br /> <br /> The Owner reserves the right to reject any and all Bids for just cause. In accordance with LA R.S. 38:2212(A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br /> <br /> Bid Forms and other related information are available to be viewed, downloaded, and submitted online at www.centralbidding.com. Also, a copy of the plans and specifications may be picked up at the office of Staples Engineering and Consulting, LLC located at 2617 Northside Road, Suite 300, New Iberia, Louisiana. The copies can either be received as a hard copy with a deposit of $100 or a CD version at no cost to the Bidder. Deposits on the first set of hard copy documents furnished to bona fide Prime Bidder will be fully refunded upon return of the documents, in clean working order, no later than ten days after receipt of bids. On other sets of documents furnished to Bidders, the deposit, less actual reproduction costs, will be refunded upon return of the documents in clean working order, no later than ten days after receipt of bids.<br /> <br />THIS DONE AND SIGNED, on this 11th day of February, 2025.<br /> CITY OF NEW IBERIA<br /> By: /s/Freddie DeCourt<br /> Freddie DeCourt, Mayor of City of New Iberia<br /> <br /> <br /> <br />Published: 2/19/25<br /> 2/26/25<br /> 3/5/25
https://www.centralauctionhouse.com/rfp73537068-city-of-new-iberia-pepperplex-road.html
19-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
City of New Iberia |
Pump Station D2 Upgrade
|
The project generally includes replacement of pumps and associated pump station work at Pump Station D2 at 1117 Jean Street, New Iberia, including replacement of roof of existing building. <br />
https://www.centralauctionhouse.com/rfp46698682-pump-station-d2-upgrade.html
12-Mar-2025 8:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
City of New Iberia |
CLEANING AND MAINTENANCE SUPPLIES
|
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS </div> <br /> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br /> May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025
https://www.centralauctionhouse.com/rfp21852496-cleaning-and-maintenance-supplies.html
05-Mar-2025 12:00:00 AM CST |
02-Apr-2025 2:00:00 PM CDT |
City of New Iberia |
HIGH CALCIUM QUICKLIME (PEBBLE)
|
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS </div> <br /> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br /> May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025
https://www.centralauctionhouse.com/rfp16566099-high-calcium-quicklime-pebble.html
05-Mar-2025 12:00:00 AM CST |
02-Apr-2025 2:00:00 PM CDT |
City of New Iberia |
SANITARY SEWER MATERIALS
|
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS </div> <br /> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br />May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025
https://www.centralauctionhouse.com/rfp2756728-sanitary-sewer-materials.html
05-Mar-2025 12:00:00 AM CST |
02-Apr-2025 2:00:00 PM CDT |
City of New Iberia |
ROAD MATERIALS
|
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS <br /> </div> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br /> May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025 <br />
https://www.centralauctionhouse.com/rfp89562535-road-materials.html
05-Mar-2025 12:00:00 AM CST |
02-Apr-2025 2:00:00 PM CDT |
City of Sulphur |
ST22-2 Concrete Street Rehab
|
LOUISIANA UNIFORM PUBLIC WORK BID FORM<br />TO: City of Sulphur<br />101 North Huntington Street<br />Sulphur, LA 70663<br />P.O. Box 1309<br />Sulphur, LA 70663<br />BID FOR: City of Sulphur<br />ST22-2 Concrete Street Rehab<br />City of Sulphur Control No. ST22-2 Sulphur, Louisiana<br />LEI Project No. 18-007<br />The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, all in strict accordance with the Bidding Documents prepared by:<br />Lancon Engineers, Inc. and dated: February, 2025.<br />Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging) __________________________________________ .<br />TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated “Base Bid” * but not alternates) the sum of:<br />Dollars ($ )<br />ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description.<br />Alternate No. 1 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:<br />Not Applicable Dollars ($ Not Applicable )<br />Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:<br />Not Applicable Dollars ($ Not Applicable )<br />Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:<br />Not Applicable Dollars ($ Not Applicable )<br />NAME OF BIDDER:<br />ADDRESS OF BIDDER:<br />LOUISIANA CONTRACTOR’S LICENSE NUMBER:<br />NAME OF AUTHORIZED SIGNATORY OF BIDDER:<br />TITLE OF AUTHORIZED SIGNATORY OF BIDDER:<br />SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **:<br />DATE: _______________________<br />THE FOLLOWING ITEMS ARE TO BE INCLUDED WITH THE SUBMISSION OF THIS LOUISIANA UNIFORM PUBLIC WORK BID FORM:<br />* The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed.<br />** A CORPORATE RESOLUTION OR WRITTEN EVIDENCE of the authority of the person signing the bid for the public work as prescribed by LA R.S. 38:2212(B)(5).<br />BID SECURITY in the form of a bid bond, certified check or cashier’s check as prescribed by LA R.S. 38:2218(A) attached to and made a part of this bid.
https://www.centralauctionhouse.com/rfp71581438-st22-2-concrete-street-rehab.html
28-Feb-2025 12:00:00 AM CST |
25-Mar-2025 10:00:00 AM CDT |
City of Sulphur |
Maplewood Drive Rehabilitation (Phase III) B6-15071-DC
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />City of Sulphur<br />101 N. Huntington Street<br />Sulphur, Louisiana 70663<br /> <br /> <br />Separate sealed Bids for Maplewood Drive Rehabilitation (Phase III), Sulphur, Louisiana; M.A. Project No. B6-15071-DC will be received by the Mayor and City Council, at the City Hall, 101 N. Huntington Street, Sulphur, Louisiana 70663 until 10:00 AM, on Friday, April 11, 2025, and then at said time and at said office publicly opened and read aloud. Work consists of rehabilitation of roadway pavement, base course, concrete curb, catch basins, sidewalks and driveways.<br /> <br />Work Classification: Highway, Street, and Bridge Construction<br /> <br />Electronic copies of the Bidding Documents may be obtained from the office of Meyer & Associates, Inc. (337) 625-8353, located at 600 N. Cities Service Hwy., Sulphur, LA 70663. A Bidding Document deposit is not required. In order to submit a bid, Bidders must obtain an original set of electronic Bidding Documents from Meyer & Associates, Inc. or the approved electronic bid website defined herein said advertisement. <br /> <br />Access to electronic bidding is available through Centralbidding.com.<br /> <br />Pre-Bid Conference<br />A non-mandatory pre-bid conference will be held on Tuesday, April 8, 2025, at 10:00 A.M. at City Hall, 101 N. Huntington St., Sulphur, Louisiana 70663.<br /> <br />Run Dates<br />Friday, March 14, 2025<br />Friday, March 21, 2025<br />Friday, March 28, 2025<br /> <br /> <br /> /s/ Mayor Mike Danahay
https://www.centralauctionhouse.com/rfp76608731-maplewood-drive-rehabilitation-phase-iii-b6-15071-dc.html
14-Mar-2025 8:00:00 AM CDT |
11-Apr-2025 10:00:00 AM CDT |
Claiborne Parish School District |
Old Homer Jr High Property Bid
|
The Claiborne Parish School Board will open sealed bids at its office, 415 East Main Street, Homer, Louisiana, on April 22, 2025, at 11:00 a.m. for the <b>SALE OF SURPLUS REAL</b> <b>PROPERTY </b>– Homer, Claiborne Parish, Louisiana 71040. All bids shall be submitted sealed to Chris Brooks, Superintendent, on or before the above time and date. Envelopes containing bids should be plainly marked: "Bid for Old Homer Junior High School Property, Homer, LA (14.7 ACRES)".<br /><br />Please contact (318) 927-3502 for more information.
https://www.centralauctionhouse.com/rfp22346092-old-homer-jr-high-property-bid.html
20-Mar-2025 11:00:00 AM CDT |
22-Apr-2025 11:00:00 AM 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 centralbidding.com until 2:00 P.M., CST on March 27, 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<br /> <br />Bid documents are being made available via electronic copy. Plan holders are required to register for an account at www.m3aarchplans.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: Preston McKay – Project Manager<br /> <br />All Contractors who intend to submit a BID are required to attend the mandatory pre-bid conference scheduled for 11:00 AM on March 18, 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 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 M3A Architecture, PLLC<br /> Thomas H. O’Neal, Director Business Preston McKay, Project Manager<br /> <br />
https://www.centralauctionhouse.com/rfp55470545-campus-renovation-for-ferriday-high-school.html
26-Feb-2025 9:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
DePaul Community Health Centers |
DCHC COMMUNITY HEALTH WORKERS- MECHANICAL SCOPE
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div><br />Sealed bids for DePaul Community Health Centers; Community Health Workers Center - Mechanical, 1300 Oretha Castle Haley Blvd., Suite A, New Orleans, LA. will be received for DePaul Community Health Centers and shall be directed to the DePaul Community Health Centers, Carrollton Office, 3201 S Carrollton Ave., New Orleans, Louisiana, 70118. The deadline for receipt of bids is on the 26th of March at 2:00 PM on, at which time bids will be opened and read aloud in a public meeting in the conference room at 3201 S Carrollton Ave., New Orleans, Louisiana.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY ANOBO OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br />Bid Documents for this project are available in electronic form and may be obtained without charge or deposit from City Blueprint & Supply Company (Project Planroom) at www.cityblueprint.com and www.centralbidding.com . Printed copies are not available from the Architect, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Electronic bids can be submitted at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Questions about this procedure shall be directed to the Architect at:<br /> <br />Blitch Knevel Architects, LLC<br />Email:
[email protected]<br />Architect’s project number: 2319-03 Community Health Workers Center - Mechanical<br /> <br /> <br /> Prospective Bidders are cautioned that the failure to obtain Bid Documents as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project. <br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /><br />The successful bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br /> at 10:00 am on Wednesday, March 12, 2025 at Project Site. <br /> <br />All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project. It is the responsibility of the representative of the prospective bidder attending the pre-bid conference to sign the official attendance list provided at the pre-bid conference to confirm attendance.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5).<br /> <br />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 />Ad Print Dates: March 6, 2025<br /> March 13, 2025<br /> March 20, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp75257593-dchc-community-health-workers-mechanical-scope.html
03-Mar-2025 12:00:00 AM CST |
26-Mar-2025 2:00:00 PM CDT |
DePaul Community Health Centers |
DCHC COMMUNITY HEALTH WORKERS- ELECTRICAL SCOPE
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div><br />Sealed bids for DePaul Community Health Centers; Community Health Workers Center - Electrical, 1300 Oretha Castle Haley Blvd., Suite A, New Orleans, LA. will be received for DePaul Community Health Centers and shall be directed to the DePaul Community Health Centers, Carrollton Office, 3201 S Carrollton Ave., New Orleans, Louisiana, 70118. The deadline for receipt of bids is on the 26th of March at 2:00 PM on, at which time bids will be opened and read aloud in a public meeting in the conference room at 3201 S Carrollton Ave., New Orleans, Louisiana.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY ANOBO OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br /> <br />Bid Documents for this project are available in electronic form and may be obtained without charge or deposit from City Blueprint & Supply Company (Project Planroom) at www.cityblueprint.com or www.centralbidding.com .<br /> <br />Printed copies are not available from the Architect, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Questions about this procedure shall be directed to the Architect at:<br /> <br />Blitch Knevel Architects, LLC<br />Email:
[email protected]<br />Architect’s project number: 2319-04 Community Health Workers Center – Electrical<br /> <br /> Prospective Bidders are cautioned that the failure to obtain Bid Documents as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project. <br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /><br />The successful bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br /> at 10:00 am on Wednesday, March 12, 2025 at Project Site. <br /> <br />All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project. It is the responsibility of the representative of the prospective bidder attending the pre-bid conference to sign the official attendance list provided at the pre-bid conference to confirm attendance.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5).<br /> <br />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 />Ad Print Dates: March 6, 2025<br /> March 13, 2025<br /> March 20, 2025<br />
https://www.centralauctionhouse.com/rfp76253041-dchc-community-health-workers-electrical-scope.html
03-Mar-2025 12:00:00 AM CST |
26-Mar-2025 2:00:00 PM CDT |
Diocese of Lake Charles |
Repairs for St Henry Catholic Church
|
Repairs to the existing Community Building including but not limited to new retrofit roof framing system with standing seam metal roof, gutters and <br />downspouts, repairs to exterior brick, parapet coping, door replacement, soffit <br />repair. Suspended ceiling repair and replacement, ceiling tile replacement, door <br />replacement, floor refinishing. Installation of metal building insulation at roof <br />deck.
https://www.centralauctionhouse.com/rfp64861604-repairs-for-st-henry-catholic-church.html
05-Mar-2025 6:00:00 PM CST |
02-Apr-2025 3:00:00 PM CDT |
Evangeline Parish Police Jury |
Evangeline Parish Police Jury, Ward One Industrial Park Replacement and Enlargement of Wastewater Treatment Plant, Project #1-0006-24
|
INVITATION TO BID<br /> <br />Notice is given hereby that:<br /> <br /> EVANGELINE PARISH POLICE JURY<br /> <br /> will accept bids for<br /> <br />WARD ONE INDUSTRIAL PARK REPLACEMENT AND ENLARGEMENT OF WASTEWATER TREATMENT PLANT<br /> <br /> Engineer’s Project #1-0006-24<br /> <br />according to Drawings and Specifications prepared by J. Ronald Landreneau & Associates, Inc. and described in general as:<br /> <br />The Scope of work shall include all material, equipment, and labor for the following:<br />Construct a new 78,000 gallon per day wastewater treatment plant and a new lift station with self-priming pumps. Demolish and abandon the existing sewer plant and convert the existing lift station wet well to a sewer manhole. <br /> <br />Sealed bids will be received by the Owner until: 2:00 pm, local time, on the 18th day of March 2025, at the office of the Evangeline Parish Police Jury, located at 1008 W LaSalle Street, Ville Platte, LA 70586, whereas bids will be publicly opened and read aloud. Bids may also be submitted electronically through Central Bidding at https://www.centralbidding.com.<br /> <br />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 pm on the 18th day of March 18, 2025. <br /> <br />Bids must be accompanied by a Bid Bond or a Cashier’s Check in the amount of 5% of the total bid value, said bond or check made payable to the Evangeline Parish Police Jury.<br /> <br />Proposed Contract Documents may be examined at the office of:<br /> <br /> J. Ronald Landreneau & Associates, Inc.<br /> Consulting Engineers & Land Surveyors<br /> 801 West Main Street<br /> Ville Platte, La. 70586<br />Phone (337) 363-7035<br />Fax (337) 363-1287<br /> <br />and at major plan rooms in the project vicinity. Copies may be obtained at this office upon payment of a deposit of $250.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Bona fide General Contract bidders may secure copies of the proposed contract documents from the office of the Engineer on the following basis:<br />1. On any Bid submitted in the amount of fifty thousand dollars or more, a Contractor shall certify that he is licensed under the provisions of paragraph A, Section 2163 of the Contractor’s Licensing Law and shall show his license number on the Bid Envelope.<br /> <br />2. No partial sets will be issued.<br /> <br />3. All work completed in this project shall comply with Executive Order No. 11246<br /> Equal Employment Opportunity.<br /> <br />4. It is required that on any bid for this project submitted in the amount of fifty thousand <br /> dollars ($50,000) or more, one dollar ($1) or more for hazardous materials or mold <br /> remediation, or ten thousand dollars ($10,000) or more for Plumbing, Electrical or <br /> Mechanical, the contractor shall certify licensure under R.S. 37:2150?2192 and show<br /> the license number on the bid envelope.<br /> <br />The successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to do business in the state, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn for a period of forty-five (45) days after receipt of bids.<br /> <br />The Owner reserves the right to reject any and all bids and to waive any informality incidental thereto, in accordance with LA Revised Statutes 38.<br /> <br /> <br /> EVANGELINE PARISH POLICE JURY<br /> <br /> KEVIN VEILLON, PRESIDENT<br /> <br /> <br />February 13, 2025<br />February 20, 2025<br />March 6, 2025<br />March 13, 2025
https://www.centralauctionhouse.com/rfp5416570-evangeline-parish-police-jury-ward-one-industrial-park-replacement-and-enlargement-of-wastewater-treatment-plant-project-1-0006-24.html
13-Feb-2025 6:00:00 PM CST |
18-Mar-2025 2:00:00 PM CDT |
Flood Protection Authority - East |
LAKE VISTA COMMUNITY CENTER ROOF REPLACEMENT
|
ADVERTISEMENT FOR BIDS <br />Sealed bids will be received by the Lakefront Management Authority (LMA), 6001 Stars & Stripes Blvd., Terminal Bldg., Suite 219, New Orleans, Louisiana 70126 until 2:00 p.m. on MARCH 18, 2025<br /> <br />FOR: LAKE VISTA COMMUNITY CENTER ROOF REPLACEMENT<br /> <br />Complete Bid Documents for this project are available in electronic and printed form. Printed bid documents are available upon payment of Seventy-Five Dollars ($75.00) per set. Payment for drawings is non-refundable. Printed Bid Documents may be obtained from:<br /> <br />Meyer Engineers, Ltd. | 4937 Hearst Street, Suite 1B, Metairie, LA 70001 |<br />Attn: Alfonso Romero, Email:
[email protected] | Phone: 504-885-9892<br /> <br />Electronic Bid Documents may be obtained without charge and without deposit at:<br /> <br />Lakefront Management Authority Website: nolalakefront.com or<br />Central Auction House website: www.centralauctionhouse.com<br /> <br />All bids shall be accompanied by 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 bid proposal and all terms and conditions of the Bid Documents.<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 MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />at 10:00 a.m. on FEBRUARY 27, 2025 <br />at the Lake Vista Community Center,<br /> 6500 Spanish Fort Blvd., Suite 200,<br />New Orleans, LA 70124.<br /> <br />Bids shall be accepted only from those bidders who attend the MANDATORY Pre-Bid Conference in its entirety. A highly-encouraged jobsite visit will be held following the Pre-Bid Conference. The jobsite visit is not mandatory, but is highly encouraged for those submitting a bid to attend. The jobsite visit being conducted by LMA will facilitate access to project features that are located on private property. Outside of the recommended site visit, the Contractor may not have access to the facilities located on private property.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY LMA OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br />Contact the Lakefront Management Authority at (504) 355-5990 if directions are needed to the Mandatory Pre-Bid Conference or the highly encouraged Jobsite Visit.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of ROOFING AND SHEET METAL, SIDING.<br /><br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. The Lakefront Management Authority encourages, to the extent feasible, participation by minority and woman-owned businesses in all bids and proposals for goods and services. It also encourages the structuring of major projects into categories which may commensurate with the capabilities of Disadvantaged Business Enterprises, and actively encourages major prime contractors to provide opportunities for these businesses to become involved as subcontractors.
https://www.centralauctionhouse.com/rfp29094106-lake-vista-community-center-roof-replacement.html
05-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Bread Products#2-2025
|
NOTICE TO BIDDERS 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: Food and Nutrition Services Diocese of Lafayette 1 Year Contract: Bread – March 19th, 2025, 1:00 PM Portioned Juices – March 19th, 2025, 1:00 PM Water – March 19th, 2025, 1:00 PM 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]. 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. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp63564891-bread-products2-2025.html
19-Feb-2025 2:00:00 PM CST |
19-Mar-2025 12:45:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Portion Juice-#3-2025
|
NOTICE TO BIDDERS 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: Food and Nutrition Services Diocese of Lafayette 1 Year Contract: Bread – March 19th, 2025, 1:00 PM Portioned Juices – March 19th, 2025, 1:00 PM Water – March 19th, 2025, 1:00 PM 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]. 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. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp55109435-portion-juice-3-2025.html
19-Feb-2025 2:00:00 PM CST |
19-Mar-2025 12:45:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Bottled Water #4-2025
|
NOTICE TO BIDDERS 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: Food and Nutrition Services Diocese of Lafayette 1 Year Contract: Bread – March 19th, 2025, 1:00 PM Portioned Juices – March 19th, 2025, 1:00 PM Water – March 19th, 2025, 1:00 PM 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]. 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. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp39629756-bottled-water-4-2025.html
19-Feb-2025 2:00:00 PM CST |
19-Mar-2025 12:45:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Paper/ Non Food 2025
|
<br />NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br />1 Year Paper and Non-Food Items<br />April 16, 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 />
https://www.centralauctionhouse.com/rfp58947984-paper-non-food-2025.html
13-Mar-2025 1:00:00 PM CDT |
16-Apr-2025 12:45:00 PM CDT |
Iberia Parish School Board |
Bid #1163 - Cafeteria Serving Line Equipment
|
Bids are DUE by 12:00 p.m. CST on Friday, April 4, 2025<br />MANDATORY PRE-BID CONFERENCE will take place on Thursday, March 27, 2025 at 9:00 a.m. CST<br />Bids will be OPENED and READ at 9:00 a.m. CST on Monday, April 7, 2025
https://www.centralauctionhouse.com/rfp22389518-bid-1163--cafeteria-serving-line-equipment.html
19-Mar-2025 7:00:00 AM CDT |
04-Apr-2025 12:00:00 PM CDT |
Iberville Parish School Board |
2525M01 - EAST IBERVILLE PARKING IMPROVEMENTS
|
<div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Thursday</span><span data-contrast="auto" xml:lang="EN-US">, February </span>20th, 2025 </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Advertisement for </span>Bids </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Sealed Bids</span> 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), <span data-contrast="auto" xml:lang="EN-US">Thursday</span>, March 20<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, </span>2025<span data-contrast="auto" xml:lang="EN-US">,</span> for the following: </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">East Iberville Parking Improvements </span><span data-contrast="auto" xml:lang="EN-US">(IPSB Project </span>#2525M01) </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">NOTE ** Outer envelope if mailed shall be marked SEALED BID</span><span data-contrast="auto" xml:lang="EN-US">.</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Please find </span>bid-related materials and place electronic bids at – <a href="http://www.centralbidding.com/" rel="noreferrer noopener" target="_blank"><span data-contrast="none" xml:lang="EN-US"><span data-ccp-charstyle="Hyperlink">www.centralbidding.com</span></span></a> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">The bids will be opened at the School Board </span>Maintenance Office immediately following the close of bid time on the above-noted date. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">A </span><span data-contrast="auto" xml:lang="EN-US">Mandatory Pre-Bid Conference</span><span data-contrast="auto" xml:lang="EN-US"> will be held at 10:00 a.m. CDT on</span> March 7<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th, </span></span><span data-contrast="auto" xml:lang="EN-US">2025,</span> in the library at East Iberville School <span data-contrast="auto" xml:lang="EN-US">3285 LA-75, St Gabriel, LA 70776</span><span data-contrast="auto" xml:lang="EN-US">.</span> No bid will be accepted from any contractor who did not attend and sign in at the Pre-Bid Conference. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Preliminary bid information may be obtained by contacting the Architectural Firm listed below</span>: </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Fusion Architects?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">3488 Brentwood Dr. 101?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Baton Rouge, La. 70809?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">225-766-4848?</span> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">It is the policy of the Iberville Parish School Board to </span>provide equal opportunities without regard to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and activities. This includes admissions, educational services, financial aid, and employment. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Insertion Dates</span>: <span data-contrast="auto" xml:lang="EN-US">February 20th, 2025</span>, </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">February 27th, 2025</span>, </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March 6</span><span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, 2025</span> </div>
https://www.centralauctionhouse.com/rfp39699549-2525m01--east-iberville-parking-improvements.html
20-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Iberville Parish School Board |
2510M01- Plaquemine High Parking Improvements
|
<div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March</span> 13<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="11">th</span></span><span data-contrast="auto" xml:lang="EN-US">, 2025</span> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Advertisement for </span>Bids </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Sealed Bids</span> 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), <span data-contrast="auto" xml:lang="EN-US">Thursday</span>, April 10<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, </span>2025<span data-contrast="auto" xml:lang="EN-US">,</span> for the following: </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Plaquemine Hi</span>gh School Parking Improvements <span data-contrast="auto" xml:lang="EN-US">(IPSB Project </span>#2510M01) </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">NOTE ** Outer envelope if mailed shall be marked SEALED BID</span><span data-contrast="auto" xml:lang="EN-US">.</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Please find </span>bid-related materials and place electronic bids at – <a href="http://www.centralbidding.com/" rel="noreferrer noopener" target="_blank"><span data-contrast="none" xml:lang="EN-US"><span data-ccp-charstyle="Hyperlink">www.centralbidding.com</span></span></a> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">The bids will be opened at the </span>Iberville Parish School Board Maintenance Office immediately following the closure of the bid time on the above-noted date. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">A </span><span data-contrast="auto" xml:lang="EN-US">Mandatory Pre-Bid Conference</span><span data-contrast="auto" xml:lang="EN-US"> will be held at 10:00 a.m. CDT on</span> <span data-contrast="auto" xml:lang="EN-US">March </span>28<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th, </span></span><span data-contrast="auto" xml:lang="EN-US">2025</span><span data-contrast="auto" xml:lang="EN-US">,</span> at IPSB Maintenance Office 59125 Bayou Rd., Plaquemine, LA 70764. </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">No bid will be accepted from any contractor who did not attend and sign in at the Pre-Bid Conference.</span> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Preliminary bid information may be obtained by contacting the Architectural Firm listed below</span>: </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Fusion Architects?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">3488 Brentwood Dr. 101?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Baton Rouge, La. 70809?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">225-766-4848?</span> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">It is the policy of the Iberville Parish School Board to </span>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. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Insertion Dates</span>:<br /><br /><span data-contrast="auto" xml:lang="EN-US">March 13</span><span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, 2025</span>, </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March </span>20<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, </span>2025, </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March </span>27<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, </span>2025 </div>
https://www.centralauctionhouse.com/rfp54945377-2510m01-plaquemine-high-parking-improvements.html
13-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 2:00:00 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 |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Chilled and Frozen Foods Fruit Juices Bakery Items Vegetables for the 2025-2026 School Year
|
Chilled and Frozen Foods Fruit Juices Bakery Items Vegetables for Jefferson Davis Parish School Board 2025-2026
https://www.centralauctionhouse.com/rfp68833349-jefferson-davis-parish-school-board-chilled-and-frozen-foods-fruit-juices-bakery-items-vegetables-for-the-2025-2026-school-year.html
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Bread and Bakery Items for the 2025-2026 School Year
|
Jefferson Davis Parish School Board Bread and Bakery Items for the 2025-2026 School Year
https://www.centralauctionhouse.com/rfp3454469-jefferson-davis-parish-school-board-bread-and-bakery-items-for-the-2025-2026-school-year.html
06-Mar-2025 12:00:00 AM CST |
09-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Milk and Milk Products for the 2025-2026 School Year
|
Jefferson Davis Parish School Board Milk and Milk Prodcuts for the 2025-2026 School Year
https://www.centralauctionhouse.com/rfp27626399-jefferson-davis-parish-school-board-milk-and-milk-products-for-the-2025-2026-school-year.html
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Paper and Cleaning Supplies for the 2025-2026 School Year
|
Jefferson Davis Parish School Board 2025-2026 Paper and Cleaning Supplies
https://www.centralauctionhouse.com/rfp3467612-jefferson-davis-parish-school-board-paper-and-cleaning-supplies-for-the-2025-2026-school-year.html
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Addendum to Jefferson Davis Parish School Board Paper and Cleaning Supplies 2025-2026 SY
|
Addendum items to the Child Nutrition needs for Paper and Cleaning Supplies for Jefferson Davis Parish School Board 2025-2026 School Year
https://www.centralauctionhouse.com/rfp62141056-addendum-to-jefferson-davis-parish-school-board-paper-and-cleaning-supplies-2025-2026-sy.html
10-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board 2025-2026 Dry and Canned Goods Bid
|
Jefferson Davis Parish Child Nutrition Program Dry and Canned good needs for the 2025-2026 School Year.
https://www.centralauctionhouse.com/rfp42451049-jefferson-davis-parish-school-board-2025-2026-dry-and-canned-goods-bid.html
13-Mar-2025 12:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board 2025-2026 Meat and Frozen items Bid
|
Jefferson Davis Parish Child Nutrition Program Frozen and Chilled Meat Items for the 2025-2026 School Year.
https://www.centralauctionhouse.com/rfp11009796-jefferson-davis-parish-school-board-2025-2026-meat-and-frozen-items-bid.html
13-Mar-2025 12:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147192 G7-1 (BEVERLY GARDEN & FERONIA) SEWER LIFT STATION REPLACEMENT FOR THE DEPARTMENT OF SEWER CAPITAL IMPROVEMENTS PROGRAM (SCIP) PROJECT NO. 55127
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147192<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 18, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <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 />G7-1 (Beverly Garden & Feronia) Sewer Lift Station Replacement<br />Jefferson Parish Sewer Capital Improvements program (SCIP)<br />Project No. 55127<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 Professional Engineering Consultants, Corp., 7600 Innovation Park Drive, Baton Rouge, LA 70820, Phone: 225-769-2810 or Fax: 225-769-2882 by licensed contractors upon receipt of a non-refundable fee of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on February 24, 2025 at The Joseph Yenni Building, Room 405 located at 1221 Elmwood Park Blvd., Jefferson, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 5, 12, and 19, 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. <br /> <br />
https://www.centralauctionhouse.com/rfp60333633-5000147192-g7-1-beverly-garden-feronia-sewer-lift-station-replacement-for-the-department-of-sewer-capital-improvements-program-scip-project-no-55127.html
05-Feb-2025 8:34:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147237 D6-2 (6400 Park Manor) Sewer Lift Station Rehabilitation and Force Main Improvements Sewer Capital Improvement Program Project No. D55128
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147237<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 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 /> <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 />D6-2 (6400 Park Manor) Sewer Lift Station Rehabilitation and<br />Force Main Improvements<br />Sewer Capital Improvement Program Project No. D55128<br /> <br />This project includes the complete rehabilitation of existing sewerage lift station D6-2 located on Park Manor Drive including new 200 GPM pumps, piping, valves, control panel, odor control, and fence. The existing control panel, piping, and all other related equipment will be removed and salvaged. The work also includes coordination with utility companies for adjustments and relocations of electrical service, wiring, and required testing to facilitate installation of the new pumping equipment. A new sewer force main will be required from lift station D6-2 to lift station D6-1 near the intersection of Marcie and Judith. The existing suction piping at lift station D6-1 will also need to be replaced. Air release valves and manholes will be required along the required sewer force main.<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. An example of Form R-1020 is provided at the end of this section.<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 AIMS Group, Inc., 4421 Zenith Street, Metairie, LA 70001 (PHONE 504-887-7045, FAX 504-887-7088) by licensed contractors upon receipt of $125.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at Joseph S. Yenni Building, 1221 Elmwood Park Blvd. Room 405 on Thursday, February 27, 2025 at 9:00 am. 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: February 12, 19, and 26, 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/rfp52359520-5000147237-d6-2-6400-park-manor-sewer-lift-station-rehabilitation-and-force-main-improvements-sewer-capital-improvement-program-project-no-d55128.html
12-Feb-2025 10:59:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0498 To Provide Limited Indoor Air Quality Consulting and Testing Services for Various Jefferson Parish Departments for the Jefferson Parish Department of General Services
|
REQUEST FOR PROPOSAL<br />RFP 0498<br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide Limited Indoor Air Quality Consulting and Testing Services for various Jefferson Parish Departments for the Jefferson Parish Department of General Services<br />The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified Proposers who are interested in providing Scope of Work as defined in Part II hereof. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on March 18, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />A Non-Mandatory Pre-Proposal conference will be held at 10:00 a.m. on February 27, 2025 at the General Government Building located at 200 Derbigny St. Suite 4400, Gretna, La. 70053. All Prospective Proposers must participate in the conference and will be required to sign in and out as evidence of attendance. All prospective proposers shall be present at the beginning of the Mandatory conference and shall remain in attendance for the duration of the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any Prospective Proposer who fails to attend the conference or remain for the duration shall be prohibited from submitting a proposal<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 12, 19 and 26 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/rfp59322036-rfp-0498-to-provide-limited-indoor-air-quality-consulting-and-testing-services-for-various-jefferson-parish-departments-for-the-jefferson-parish-department-of-general-services.html
12-Feb-2025 12:00:00 PM CST |
28-Mar-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147343 THREE (3) YEAR LABOR ONLY CONTRACT TO TROUBLESHOOT, REPAIR, INSTALL, AND CALIBRATE COMMERCIAL KITCHEN EQUIPMENT FOR THE DEPARTMENT OF GENERAL SERVICES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147343<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 18, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Labor Only Contract to Troubleshoot, Repair, Install, and Calibrate Commercial Kitchen Equipment for the Jefferson Parish Department of General Services<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 19, 26, and March 5, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp39640025-5000147343-three-3-year-labor-only-contract-to-troubleshoot-repair-install-and-calibrate-commercial-kitchen-equipment-for-the-department-of-general-services.html
19-Feb-2025 7:52:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147188 PONTIFF PLAYGROUND PICKLEBALL COURTS - PROJECT NO. 24-1130-0028 DEPARTMENT OF RECREATION
|
<br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147188<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 25, 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 />Pontiff Playground Pickleball Courts<br />Project No. 24-1130-0028<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 Sixty ($60.00) 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 performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 AM on March 7, 2025 at Pontiff Playground – Golden Age Center 1521 Palm St, Metairie, LA 70001 . 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: February 19, 26, and March 5, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678. <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp64721659-5000147188-pontiff-playground-pickleball-courts--project-no-24-1130-0028-department-of-recreation.html
19-Feb-2025 8:44:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147253 - Two (2) Year Contract to Supply Diapers and Baby Items on an as Needed Basis for the Department of Jefferson Community Action Programs (JeffCAP) Head Start Birth-to-Five Program
|
ADVERTISEMENT FOR<br />BID NO. 50-00147253<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 6, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <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 Supply Diapers and Baby Items on an as Needed Basis for the Department of Jefferson Community Action Programs (JeffCAP) Head Start Birth-to-Five Program<br /> <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 />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 />The New Orleans Advocate: February 19, and 26, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or call 504-364-2678.
https://www.centralauctionhouse.com/rfp44967735-5000147253--two-2-year-contract-to-supply-diapers-and-baby-items-on-an-as-needed-basis-for-the-department-of-jefferson-community-action-programs-jeffcap-head-start-birth-to-five-program-.html
19-Feb-2025 9:19:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-003 Seeking Additional Person or firms interested in Providing Routine Engineering Services for Sewer Projects in Jefferson Parish who are not one of the forty-six persons or firms approved by Resolution No. 144664
|
PUBLIC NOTICE<br />SOQ 25-003<br />Seeking Additional persons or firms interested in Providing Routine<br />Engineering services for Sewer Projects in Jefferson Parish who are<br />not one of the forty-six persons or firms approved by Resolution No.<br />144664<br />The Parish of Jefferson authorized by Resolution No 145516. is hereby soliciting Statements of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in providing routine engineering services for Sewer Projects in Jefferson Parish, who are not one of the forty-six (46) persons or firms approved by Resolution No. 144664, dated August 7, 2024. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine sewer contracts for the remainder of the two-year period beginning August 7, 2024.<br />Deadline for Submissions: 3:30 p.m., March 21, 2025<br />The following criteria will be used to evaluate the statement of the firms submitting:<br />• 1) Professional training and experience in relation to the type of work required for the routine engineering services - 35 points;<br />• 2) Size of firm, considering the number of professional and support personnel required to perform the type of routine engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points;<br />• 3) Capacity for timely completion of newly assigned work, considering the factors of type of routine engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points;<br />• 4) Past Performance by person or firm on Parish contracts - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.).<br />• 5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).);<br />• 6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an<br />indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.); • 7) Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points;<br />The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br />1. one principal who is a professional engineer who shall be registered as such in Louisiana<br />2. a professional in charge of the project who is a professional engineer who shall be registered as such in Louisiana with a minimum of five (5) years’ experience in the disciplines involved<br />3. one employee who is a professional engineer registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline.)<br />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 />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 architectural, engineering, surveying, and laboratory and field services tasks.<br />The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<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 />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<br />Jefferson Parish website at<br />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: February 19, 26 and March 05, 2025
https://www.centralauctionhouse.com/rfp73594641-soq-25-003-seeking-additional-person-or-firms-interested-in-providing-routine-engineering-services-for-sewer-projects-in-jefferson-parish-who-are-not-one-of-the-forty-six-persons-or-firms-approved-by-.html
19-Feb-2025 1:00:00 PM CST |
21-Mar-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147165 Two Year Contract for Landscape Irrigation System Maintenance Work for the Jefferson Parish Department of Parkways
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147165<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 18, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two Year Contract for Landscape Irrigation System Maintenance for the Jefferson Parish Department of Public Works - Parkways Department.<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 19, 26, 2025 and March 05, 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/rfp63595438-5000147165-two-year-contract-for-landscape-irrigation-system-maintenance-work-for-the-jefferson-parish-department-of-parkways.html
19-Feb-2025 3:00:00 PM CST |
18-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0500-Provide Drop-Off Program for Collection, Processing and Marketing of Household Recyclables for the Jefferson Parish Department of Environmental Affairs
|
REQUEST FOR PROPOSAL<br />RFP 0500<br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to provide Drop-Off Program for Collection, Processing and Marketing of Household Recyclables for the Jefferson Parish Department of Environmental Affairs.<br />Proposals to Provide Collection of Household Recyclable Materials at the Parish-Owned Eastbank and Westbank Trash Drop-off Sites, Available to Residents of Unincorporated Jefferson Parish and the Town of Jean Lafitte. The Program Shall be Administered by the Department of Environmental Affairs.<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 />PRE–Proposal Conference: Location: General Government Building Purchasing Department located at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 March 13, 2025 at 10:00 am. Prospective proposers may participate in the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any proposer intending to submit a proposal is encouraged to attend and should have at least one authorized representative attend the Pre-proposal Conference.<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on April 10, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 26, 2025, March 5 and 12, 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/rfp82678926-rfp-0500-provide-drop-off-program-for-collection-processing-and-marketing-of-household-recyclables-for-the-jefferson-parish-department-of-environmental-affairs.html
26-Feb-2025 8:49:00 AM CST |
10-Apr-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147302 TWO (2) YEAR CONTRACT FOR EASTBANK CONCRETE STREET MAINTENANCE FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS - STREETS AND ALL JEFFERSON PARISH AGENCIES AND MUNICIPALITIES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147302<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract for Eastbank Concrete Street Maintenance for the Jefferson Parish Department of Public Works – Streets and all Jefferson Parish Agencies and Municipalities<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 /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 10:00 AM on March 14, 2025 at 200 Derbigny Street, Suite 4400, Gretna, LA 70053. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 26, March 5 and 12, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp67434703-5000147302-two-2-year-contract-for-eastbank-concrete-street-maintenance-for-the-jefferson-parish-department-of-public-works--streets-and-all-jefferson-parish-agencies-and-municipalities.html
26-Feb-2025 9:34:00 AM CST |
03-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147200 Stumpf Blvd Roadway Lighting Improvements (Whitney Ave, to Holmes Blvd)
|
ADV-1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147200<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 03, 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 />Stumpf Blvd. Roadway Lighting Improvements<br />(Whitney Ave. to Holmes Blvd.)<br />Project No. 2020-007-SL<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. A complete set of Contract Documents may be secured from Perrin and Carter, Inc., 2811 B Toulouse Street, New Orleans, LA. 70119, Phone: 504-831-7958, by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the<br />ADV-2<br />involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00AM on March 13, 2025 at Jefferson Parish General Government Building, 200 Derbigny Street, Suite 4400, Gretna, La.70053. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 26, March 05 and 12, 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/rfp93824705-5000147200-stumpf-blvd-roadway-lighting-improvements-whitney-ave-to-holmes-blvd.html
26-Feb-2025 10:00:00 AM CST |
03-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147291 Furnish Labor, Materials and Equipment Necessary to Install Track and Fiels Lighting and Security Lighting Upgrade at Kings Grant Playground and Johnny Jacobs Playground for the Jefferson Parish Department of Parks and Recreation
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147291<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 25, 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 />Furnish Labor, Materials and Equipment Necessary to Install Track and Field Lighting and Security Lighting Upgrade at King Grant Playground and Johnny Jacobs Playground for the Jefferson Parish Department of Parks and Recreation<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 26 , March 05 and 12, 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/rfp36998260-5000147291-furnish-labor-materials-and-equipment-necessary-to-install-track-and-fiels-lighting-and-security-lighting-upgrade-at-kings-grant-playground-and-johnny-jacobs-playground-for-the-jefferson-p.html
26-Feb-2025 12:00:00 PM CST |
25-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147189 WOODMERE PLAYGROUND IMPROVEMENTS PHASE IV (FOORTBALL FIELD AND RUNNING TRACK) PROJECT NO. 20-1946C, DEPARTMENT OF RECREATION
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147189<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Woodmere Playground Improvements Phase IV (Football Field & Running Track)<br />Project No. 20-1946C<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 Seventy ($70.00) 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 performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on March 21, 2025 at Woodmere Playground (Gym’s Meeting Room) located at 4100 Glenmere Drive, Harvey, LA 70058. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 5, 12, and 19, 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. <br /> <br />
https://www.centralauctionhouse.com/rfp44160034-5000147189-woodmere-playground-improvements-phase-iv-foortball-field-and-running-track-project-no-20-1946c-department-of-recreation.html
05-Mar-2025 8:30:00 AM CST |
15-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-009-Provide Professional Landscape Architecture Services for the Mike Miley Community Oasis Project Ecosystems and Coastal Management Department
|
PUBLIC NOTICE<br />SOQ #25-009<br /> <br />Mike Miley Playground Community Oasis Project Design Services<br /> <br />The Parish of Jefferson, authorized by Resolution No 145708. is hereby soliciting a Statement of Qualifications (TEC Professional Services Questionnaire) from persons or firms interested in providing professional landscape architecture services for the Mike Miley Community Oasis Project (Council District 2).<br /> <br />Deadline for Submissions: 3:30 p.m., April 3, 2025<br /> <br />General<br /> <br />The scope of work associated with this project consists of play spaces, parking enhancements, green infrastructure and improved walkways within the Mike Miley playground area that sits near the corner of David Dr. and W Metairie Ave. The intention of the project is to create a community oasis that creates outdoor spaces that are accessible during high heat conditions by implementing green infrastructure solutions for water retention and heat mitigation including but not limited to bioswales, permeable pavement, and rain gardens. Additionally, children’s play spaces, shade structures, innovating parking solutions, and connecting pathways within the park are included in the scope. Jefferson Parish anticipates the project will require the following supplemental services/disciplines: hydrologic modeling, civil engineer, electrical engineer, traffic engineer, geotechnical services, land surveying, and resident inspection.<br /> <br /> <br />Compensation<br /> <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 /> <br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized burdened rate 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 Jefferson Parish Department of Capital Projects and shall be mutually agreeable to both parties.<br /> <br />Compensation for supplemental services, if required, shall be in the form of a “lump sum” or hourly rate for each supplemental service, which shall be mutually agreeable to the Parish and the Consultant.<br /> <br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br /> <br />Minimum Requirements for Selection<br /> <br />The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional landscape architect 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 engineer, architect, or landscape architect 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 engineer, architect, or landscape architect 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 /> <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications: <br /> <br />1) Professional training and experience in relation to the type and magnitude of work required for the particular project – (Maximum points awarded shall be 35 points).<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 points).<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel – (Maximum points awarded shall be 20 points). <br />4) Past Performance on a project in which the person or firm assisted a governmental entity in dealings with Disaster Recovery and any other projects relating to CDBG – (Respondent should provide a list of completed Disaster Recovery projects and/or similar CDBG projects for which firm has provided verifiable references) (Maximum points awarded shall be 10 points).<br />5) Location of the principal office – Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points). Location of the principal office shall only factor into the evaluation criteria if adequate competition (two or more firms that are responsive and responsible) are located within Jefferson Parish - (Maximum points awarded shall be (15 points).<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. (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 points).<br />7) Prior successful completion of projects of the type and nature of engineering services, as defined, for which firm has provided verifiable references - (Maximum points awarded shall be 5 points).<br /> <br />Project will include federal disaster and resiliency funds and therefore will include associated federal requirements, including Section 3, as applicable. Statements of Qualifications from minority, female-owned, and local firms / individuals are invited.<br /> <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 /> <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: March 5, 12, & 19, 2025
https://www.centralauctionhouse.com/rfp24971760-soq-25-009-provide-professional-landscape-architecture-services-for-the-mike-miley-community-oasis-project-ecosystems-and-coastal-management-department.html
05-Mar-2025 8:40:00 AM CST |
03-Apr-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147290 Two (2) Year Contract for a Supply of Plants, Trees and Shrubs for the Jefferson Parish Department of Public Works- Parkways
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147290<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 01 , 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Contract for a Supply of Plants, Trees and Shrubs for the Jefferson Parish Department of Public Works- Parkways<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 05, 12 and 19, 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/rfp24924363-5000147290-two-2-year-contract-for-a-supply-of-plants-trees-and-shrubs-for-the-jefferson-parish-department-of-public-works-parkways.html
05-Mar-2025 10:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147445-Three (3) Year Contract to Provide Janitorial Services at Seventeen (17) Library Buildings for the Jefferson Parish Library Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147445<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 17, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <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 Janitorial Services at Seventeen (17) Library Buildings<br />for the Jefferson Parish Library 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 and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />A MANDATORY Pre-Bid Conference will be held at 9:00 am on March 20, 2025 in the Jefferson Parish East Bank Regional Library Admin Conference Room, located at 4747 W. Napoleon Avenue, Metairie, LA 70001.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br /> <br /> <br /> <br /> <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: March 5, 12 and 19, 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.<br />
https://www.centralauctionhouse.com/rfp16583642-5000147445-three-3-year-contract-to-provide-janitorial-services-at-seventeen-17-library-buildings-for-the-jefferson-parish-library-department.html
05-Mar-2025 12:08:00 PM CST |
17-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0499 To Provide Livestock Keeping Services for the Jefferson Protection & Animal Welfare Services (JPAWS)
|
REQUEST FOR PROPOSAL<br />RFP 0499<br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide Livestock Keeping Services to the Department of Jefferson Protection & Animal Welfare Services (JPAWS) for a period of Three (3) years with the option to renew for two (2) additional One (1) year periods upon Council approval (Parishwide<br />The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified Proposers who are interested in providing Scope of Work as defined in Part II hereof. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on April 08, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 05, 12 and 19, 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/rfp24990772-rfp-0499-to-provide-livestock-keeping-services-for-the-jefferson-protection-animal-welfare-services-jpaws.html
05-Mar-2025 12:00:00 PM CST |
08-Apr-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147413 LABOR AND MATERIALS TO FURNISH AND INSTALL DECALS FOR JEFFERSON PARISH TRANSIT
|
LABOR AND MATERIALS TO FURNISH AND INSTALL DECALS FOR JEFFERSON PARISH TRANSIT
https://www.centralauctionhouse.com/rfp92110121-5000147413-labor-and-materials-to-furnish-and-install-decals-for-jefferson-parish-transit.html
10-Mar-2025 4:00:00 PM CDT |
19-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147357-River Ridge Median Improvement (Orchard Road to Hazel Drive) Project No. DBA-23-09 Department of Parkways
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147357<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 />River Ridge Median Improvement<br />(Orchard Road to Hazel Drive)<br />Project No. DBA-23-09<br />Department of Parkways<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 Dana Brown & Associates, 1836 Valence St, New Orleans, LA 70115, Phone: 504-345-2639 licensed contractors upon receipt of $125.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on March 28, 2025 at The Joseph S. Yenni Building located at 1221 Elmwood Park Blvd., Suite 405, Jefferson, La 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 12, 19, and 26, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at<br />https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp32339186-5000147357-river-ridge-median-improvement-orchard-road-to-hazel-drive-project-no-dba-23-09-department-of-parkways.html
12-Mar-2025 7:41:00 AM CDT |
22-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147321-Labor, Equipment and Materials needed to Supply and Install a Generator for the Jefferson Parish Department of Recreation. Project # 23015
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147321<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 24, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor, Equipment and Materials needed to Supply and Install a<br />Generator for the Jefferson Parish Department of Recreation.<br />Project # 23015<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 and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <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 Ellis Engineering, LLC, 525 Brewster Rd. Madisonville, LA 70447, Phone: 504 415-7670 by licensed contractors upon receipt of $300.00 per manual set and/or $50.00 per electronic set. Deposit on the first set of documents furnished bona fide prime bidders shall 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 and a payment bond guaranteeing faithful performance of the contract. of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00 on March 27, 2025 at Eastbank recreation located at 6921 Saints Drive, Metairie, La 70003. 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: March 12, 19, & 26, 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/rfp64467710-5000147321-labor-equipment-and-materials-needed-to-supply-and-install-a-generator-for-the-jefferson-parish-department-of-recreation-project-23015.html
12-Mar-2025 9:41:00 AM CDT |
24-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147256 BONNABEL CANAL IMPROVEMENTS (WESTSIDE) PHASE II, PROJECT NO. 2022-021A-DR, DEPT. OF CAPITAL PROJECTS
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147256<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 />Bonnabel Canal<br />Veterans Boulevard to W. Esplanade Ave.<br /> <br />West Side Canal Bank Improvements<br />Phase 2 – Nero St. to W. Esplanade Ave.<br /> <br />Public Works Project No. 2022-021A-DR<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Pivotal Engineering, LLC, 1515 Poydras Street, Suite 1150, New Orleans, LA 70112 (PHONE 504-799-3653, FAX 504-799-3654) by licensed contractors upon receipt of $100.00 perset. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on March 31, 2025 at the Joseph S. Yenni Building, Room 405 located at 1221 Elmwood Park Blvd., Jefferson, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 12, 19, and 26, 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. <br /> <br />
https://www.centralauctionhouse.com/rfp6290639-5000147256-bonnabel-canal-improvements-westside-phase-ii-project-no-2022-021a-dr-dept-of-capital-projects.html
12-Mar-2025 9:56:00 AM CDT |
22-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147461 - Purchase of High-Speed Turbo Blowers for Jefferson Parish Department of Sewerage
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147461<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 27, 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: March 12, and 19, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-3
https://www.centralauctionhouse.com/rfp95652177-5000147461--purchase-of-high-speed-turbo-blowers-for-jefferson-parish-department-of-sewerage.html
12-Mar-2025 11:16:00 AM CDT |
27-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147401 UPPER BARATARIA TERRACING PROJECT - PROJECT NO. 2024-022-CM, DEPARTMENT OF ECOSYSTEM AND COASTAL MANAGEMENT
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147401<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 /> <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 />Upper Barataria Terracing Project<br />Project No. 2024-022-CM<br />Department of Ecosystem and Coastal Management<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 Freese and Nichols, 900 Camp Street, Suite 354, New Orleans, Louisiana 70130, Phone: 504- 291-3496 by licensed contractors upon receipt of $100.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <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: March 12, 19, and 26, 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. <br /> <br />
https://www.centralauctionhouse.com/rfp95690041-5000147401-upper-barataria-terracing-project--project-no-2024-022-cm-department-of-ecosystem-and-coastal-management.html
12-Mar-2025 12:43:00 PM CDT |
08-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147245 PURCHASE OF VIRTUAL REALITY GLASSES AND CASES FOR JEFFERSON PARISH DEPARTMENT OF JUVENILE SERVICES
|
PURCHASE OF VIRTUAL REALITY GLASSES AND CASES FOR JEFFERSON PARISH DEPARTMENT OF JUVENILE SERVICES
https://www.centralauctionhouse.com/rfp41655133-5000147245-purchase-of-virtual-reality-glasses-and-cases-for-jefferson-parish-department-of-juvenile-services.html
12-Mar-2025 5:00:00 PM CDT |
18-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147362 SUPPLY RESTROOM WALL PARTITIONS FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
SUPPLY RESTROOM WALL PARTITIONS FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
https://www.centralauctionhouse.com/rfp67076811-5000147362-supply-restroom-wall-partitions-for-jefferson-parish-department-of-general-services.html
13-Mar-2025 11:00:00 AM CDT |
20-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147330 PROVIDE LAWN AND FLOWER BED MAINTENANCE FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
PROVIDE LAWN AND FLOWER BED MAINTENANCE FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
https://www.centralauctionhouse.com/rfp66260841-5000147330-provide-lawn-and-flower-bed-maintenance-for-jefferson-parish-department-of-parks-and-recreation-.html
13-Mar-2025 4:00:00 PM CDT |
20-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147430 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
|
5000147430 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
https://www.centralauctionhouse.com/rfp58943957-5000147430-purchase-of-supplies-for-jefferson-parish-sewerage-department.html
13-Mar-2025 4:30:00 PM CDT |
18-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147442 PURCHASE OF TACTICAL GEAR FOR THE JEFFERSON PARISH DEPARTMENT OF EMERGENCY MANAGEMENT
|
PURCHASE OF TACTICAL GEAR FOR THE JEFFERSON PARISH DEPARTMENT OF EMERGENCY MANAGEMENT
https://www.centralauctionhouse.com/rfp92366847-5000147442-purchase-of-tactical-gear-for-the-jefferson-parish-department-of-emergency-management.html
14-Mar-2025 8:42:00 AM CDT |
19-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147341 PURCHASE OF SUBMERSIBLE SOLIDS HANDLING SEWER PUMP AND VFD FOR JEFFERSON PARISH DEPARTMENT OF SEWERAGE
|
5000147341 PURCHASE OF SUBMERSIBLE SOLIDS HANDLING SEWER PUMP AND VFD FOR JEFFERSON PARISH DEPARTMENT OF SEWERAGE
https://www.centralauctionhouse.com/rfp92348867-5000147341-purchase-of-submersible-solids-handling-sewer-pump-and-vfd-for-jefferson-parish-department-of-sewerage.html
14-Mar-2025 4:00:00 PM CDT |
20-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147424 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH WESTBANK STREETS DEPARTMENT
|
5000147424 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH WESTBANK STREETS DEPARTMENT
https://www.centralauctionhouse.com/rfp65914469-5000147424-purchase-of-supplies-for-jefferson-parish-westbank-streets-department.html
14-Mar-2025 4:00:00 PM CDT |
20-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147261 3 YEAR CONTRACT TO PROVIDE MUSIC COMPACT DISC FOR JEFFERSON PARISH DEPARTMENT OF LIBRARIES
|
3 YEAR CONTRACT TO PROVIDE MUSIC COMPACT DISC FOR JEFFERSON PARISH DEPARTMENT OF LIBRARIES
https://www.centralauctionhouse.com/rfp92312605-5000147261-3-year-contract-to-provide-music-compact-disc-for-jefferson-parish-department-of-libraries.html
14-Mar-2025 4:12:00 PM CDT |
20-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147544 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH WESTBANK PUMP STATION WAREHOUSE
|
5000147544 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH WESTBANK PUMP STATION WAREHOUSE
https://www.centralauctionhouse.com/rfp92395685-5000147544-purchase-of-supplies-for-jefferson-parish-westbank-pump-station-warehouse.html
14-Mar-2025 4:20:00 PM CDT |
20-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147363 PURCHASE OF MATERIALS FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
PURCHASE OF MATERIALS FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
https://www.centralauctionhouse.com/rfp74174537-5000147363-purchase-of-materials-for-jefferson-parish-department-of-general-services.html
17-Mar-2025 3:00:00 PM CDT |
21-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Public School System |
Hurricane Ida Damage Repair & Roof Replacement at Gretna Middle School (Currently Thomas Jefferson 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, March 11, 2025 for Hurricane Ida Damage Repair & Roof Replacement at Gretna Middle School (Currently Thomas Jefferson Academy for Advanced Studies), Project No. 2023-21. 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 Street, New Orleans, LA 70113 Phone: 504-754-5280 for a deposit of $125.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, February 18, 2025 at 4:00 p.m. at Thomas Jefferson Academy for Advanced Studies, 910 Gretna Blvd., 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 General Construction.
https://www.centralauctionhouse.com/rfp60063000-hurricane-ida-damage-repair-roof-replacement-at-gretna-middle-school-currently-thomas-jefferson-academy-for-advanced-studies.html
31-Jan-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Public School System |
Hurricane Ida Damage Repairs & Roof Replacement at Livaudais Middle 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, March 18, 2025 for Hurricane Ida Damage Repairs & Roof Replacement at Livaudais Middle School, Project No. 2023-26. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, Sizeler Thompson Brown Architects, 300 Lafayette St, Suite 200, New Orleans, LA 70130, Phone: 504.523.6472 for a deposit of $476.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Friday, March 7, 2025 at 9:00 a.m. at Livaudais Middle School, 925 Lamar Ave., Terrytown, LA 70056. to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Building Construction.
https://www.centralauctionhouse.com/rfp69028347-hurricane-ida-damage-repairs-roof-replacement-at-livaudais-middle-school.html
14-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-MAR-2601 Polaris Off Road Vehicles
|
<br />Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 10:00 a.m. Wednesday March 26, 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 March 26, 2025 and read aloud for:<br /> <br />2025 Polaris Off Road 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-MAR-2601<br /> <br />ADV: The New Orleans Advocate<br />March 5, 12 and 19, 2025
https://www.centralauctionhouse.com/rfp58577107-25-mar-2601-polaris-off-road-vehicles.html
05-Mar-2025 6:00:00 AM CST |
26-Mar-2025 10:00:00 AM CDT |
Jefferson Parish Sheriff's Office |
25-APR-0201 2025 Honda Off Road 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 April 2, 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 April 2, 2025 and read aloud for:<br /> <br />2025 Honda Off Road 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-APR-0201<br /> <br />ADV: The New Orleans Advocate<br />March 12, 19 and 26, 2025
https://www.centralauctionhouse.com/rfp40725771-25-apr-0201-2025-honda-off-road-vehicles.html
12-Mar-2025 6:00:00 AM CDT |
02-Apr-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.5120 AUXILIARY TRANSFORMER
|
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 4:00 p.m. Central Time on the 7th day of March, 2025 for the following:<br /> <br />167118.5.5120 AUXILIARY TRANSFORMER<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Auxiliary Transformer and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between January 1, 2028, and March 1, 2028<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on January 22, 2025 at 2 p.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Webex using the following link: https://lus.webex.com/lus/j.php?MTID=mee0e28ea0565385ff9eec9dac751385a or by calling into 1-408-418-9388 and using access code 2489 338 1847##. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp74583753-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711855120-auxiliary-transformer.html
14-Jan-2025 8:00:00 AM CST |
21-Mar-2025 4:00:00 PM CDT |
Lafayette Consolidated Government |
ANNUAL UPGRADE, MAINTENANCE AND SUPPORT OF BARRACUDA MESSAGE ARCHIVER 850
|
<br />REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 10:00 a.m., Monday, March 31, 2025, for the following:<br />ANNUAL UPGRADE, MAINTENANCE AND SUPPORT OF<br />BARRACUDA MESSAGE ARCHIVER 850<br />AGREEMENT FOR ONE YEAR ON TWO ARCHIVERS<br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard 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; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, 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, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp4280912-annual-upgrade-maintenance-and-support-of-barracuda-message-archiver-850.html
17-Jan-2025 10:00:00 AM CST |
31-Mar-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Thomas Park Tennis Courts Phase II
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:30 PM Central Time on the 20th day of March, 2025 for the following:<br /> <br />Thomas Park Tennis Courts Phase II<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of the demolition and removal of the existing tennis court and lighting system and the construction of a new 4 court tennis playing area according to the plans and specifications with appropriate fencing and lighting. All work to be completed within one hundred twenty (120) working days from issuance of Notice to Proceed.<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 Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $225 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on March 6, 2025 at 2:00 PM on site at Thomas Park located at 300 Geraldine Drive, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction” or “Municipal and Public Works 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: 2/19, 2/23, 3/2<br />DPR 993560<br /> <br />
https://www.centralauctionhouse.com/rfp45573195-thomas-park-tennis-courts-phase-ii.html
19-Feb-2025 8:00:00 AM CST |
20-Mar-2025 2:30:00 PM CDT |
Lafayette Consolidated Government |
Localized Flood Mitigation Contract #22
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 13th day of March, 2025 for the following:<br /> <br />Localized Flood Mitigation Contract #22<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 work shall generally consist of mitigation work on five (5) channels located within Lafayette Parish. The work shall include, but is not limited to, the cleaning and clearing with hand equipment, or mulching form inside the channel such as to minimize disturbance of the slopes; removal of vegetation and siltation above the historical grades as defined in the plans and cross sections, disposal outside floodways and flood zones; mobilization; temporary signs and barricades as needed; providing mobile sanitary facilities as well as any miscellaneous work which would be required to match the intent of the specifications. The contractor shall note that no wetlands may be disturbed as a result of activities associated with this project. All work to be completed within one hundred sixty (160) working dates from the issuance of Notice to Proceed. LCG reserves the right to increase or decrease work within the channels at the mutual agreement of owner and vendor and then availability of funds.<br /> <br />Each channel shall be priced separately and apart from the others and be distinguished with a separate and unique group of bid items. The channels shall be completed in the following order:<br />Bayou Queue de Tortue Lateral 5A-1 (B-36) – approximately 5,800’<br />Isaac Verot Coulee Lateral 6A-1 (A-38) – approximately 15,000’<br />Isaac Verot Coulee Lateral 4-1A (B-26) – approximately 1,900’<br />Dan Dabailon Lateral 3A (C-32) – approximately 6,500’<br />Dan Dabailon L1 (Coulee Bend) (C-51) – approximately 2,000’ <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 Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $50 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on February 26, 2025 at 10:00 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY STREETS AND BRIDGE CONSTRUCTION” or “HEAVY 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: 2/12, 2/16, 2/23<br />DPR 993557<br /> <br />
https://www.centralauctionhouse.com/rfp79753304-localized-flood-mitigation-contract-22.html
12-Feb-2025 8:00:00 AM CST |
27-Mar-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Fiber Optic Technician Splice Labor - Connect Louisiana Project
|
NOTICE TO CONTRACTORS<br />Notice is hereby given that sealed bids will be received either electronically at<br />www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated<br />Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM<br />Central Time on the 20th day of March, 2025 for the following:<br />Fiber Optic Technician Splice Labor<br />Connect Louisiana Project &<br />(EDA Award Number 08-79-05663)<br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705<br />West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall<br />not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into<br />the bid openings at the following phone number 337-291-5100.<br />Scope of Services: The scope of work shall consist of, but not limited to, the splicing of fiber optic<br />cables per specs.<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<br />(www.centralbidding.com). For questions related to the electronic bidding process, please call<br />Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian<br />Janes at
[email protected].<br />Bidders submitting bids electronically are required to provide the same documents as bidders<br />submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check<br />shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid<br />bond shall be included with the electronic bid.<br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or<br />Certificate of Authority authorizing the person signing the bid is required to be submitted with<br />bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be<br />cause for rejection of bid.<br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the<br />Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid<br />plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company<br />currently on the U.S. Department of the Treasury Financial Management Service list of approved<br />bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled<br />insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide<br />to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s<br />Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which<br />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<br />be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in<br />conformity with the contract documents within ten (10) days.<br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids<br />thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw<br />his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid<br />shall be submitted only on the bid form provided within the specifications. The successful bidder will<br />be required to execute performance and labor and material payment bonds in the full amount of the<br />contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least<br />forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only<br />on the bid form provided with the specifications. The successful contractor will be required to execute<br />performance and labor and material payment bonds in the full amount of the contract as more fully<br />defined in the bid documents.<br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid<br />submitted which is also in compliance with the bid documents. The Lafayette Consolidated<br />Government reserves the right to reject any and all bids for just cause in accordance with LA R.S.<br />38§2214.B.<br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that<br />they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950<br />and show their license number on the front of the sealed envelope in which their bid is enclosed.<br />Contractors shall be licensed for the classification of “Electrical Work” OR “Communications”<br />Bids in the amounts specified above which have not bid in accordance with the requirements, shall<br />be rejected and shall not be read. Additional information relative to licensing may be obtained from<br />the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs<br />(Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette<br />Consolidated Government for goods and services and labor and material. To that end, all contractors<br />and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting<br />of materials, supplies, services and labor and material in which disadvantaged businesses are<br />available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp13354001-fiber-optic-technician-splice-labor--connect-louisiana-project.html
19-Feb-2025 8:00:00 AM CST |
20-Mar-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.8290 ABATEMENT & DEMOLITION
|
NOTICE TO BIDDERS<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<br />University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 28th day of March, 2025 for the<br />following:<br />167118.5.8290 ABATEMENT & DEMOLITION<br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West<br />University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be<br />considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings<br />at the following phone number 337-291-5100.<br />Scope of Work: The scope of Work shall consist of all environmental Waste removal, decommissioning,<br />demolition of designated structures, and concrete and soil remediation located at the Project Site and shall<br />include all labor, equipment, materials, handling, permitting, and testing in accordance with the Contract<br />Drawings and Specifications. All Work shall be completed within four hundred twenty-six (426) calendar<br />days from issuance of Notice to Proceed. Refer to Article 5 Schedule, Completion and Stipulated Damages of<br />the General Conditions for further details.<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<br />(www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding<br />at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at<br />
[email protected].<br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through<br />the mail within forty-eight (48) hours from bid opening . Only a bid bond, certified check or cashier’s check shall<br />be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be<br />included with the electronic bid.<br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated<br />Government as a potential Contractor at the website listed above. Bidders submitting bids electronically shall<br />include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard<br />copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include<br />one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide<br />an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be<br />submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be<br />included with the electronic bid.<br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S.<br />44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which<br />may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit<br />documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of<br />information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such<br />information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders<br />submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s<br />submission.<br />167118.5.8290 – Notice to Bidders Rev 0 Page 2 of 2<br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written<br />evidence of authority authorizing the person signing the bid IS required to be submitted with bid. Failure<br />to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of<br />bid.<br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management<br />Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00)<br />per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE<br />ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED<br />GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date.<br />Questions relative to the bidding documents shall be directed to Christian Janes by email at<br />
[email protected].<br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a<br />bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br />Bidders are requested to attend a mandatory pre-bid meeting, which will be held on March 12th, 2025 at<br />10 a.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at<br />1314 Walker Rd., Lafayette, LA 70506. Included in the mandatory pre-bid meeting will be a site tour of<br />the demolition area. All attendees are required to provide the following minimum Personal Protective<br />Equipment (PPE) provisions; Closed toe shoes, hard hat, shirt with long sleeves, long pants (no shorts).<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 all additive line items of the base<br />bid. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department<br />of the Treasury Financial Management Service list of approved bonding companies which is published annually<br />in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest<br />printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’<br />surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed<br />to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be<br />issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond<br />shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity<br />with the Contract Documents within ten (10) working days.<br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening<br />of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder<br />will be required to execute performance and labor and material payment bonds in the full amount of the contract<br />as more fully defined in the bid documents. In accordance with Public Bid Law, bids are valid for a period of fortyfive<br />(45) calendar days from the time of the opening of bids.<br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also<br />in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any<br />and all bids for just cause in accordance with LA R.S. 38§2214.B.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged<br />Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods<br />and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs<br />business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material<br />in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by<br />calling 337-291-8410.<br />PUBLISH DATES: 02-19-25; 02-23-25; 03-02-25 PURCHASING DIVISION<br />DPR 992304 Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp34296593-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711858290-abatement-demolition.html
19-Feb-2025 8:00:00 AM CST |
28-Mar-2025 4:00:00 PM CDT |
Lafayette Consolidated Government |
613 Saint Catherine Street Demolition-CDP
|
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 />February 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />613 Saint Catherine Street, Lafayette, LA<br /> <br />Project Name<br />613 Saint Catherine Street Demolition-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 (5:00 pm) March 19, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-613 Saint Catherine Street-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp58996942-613-saint-catherine-street-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
19-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
506 Lafayette Street Demolition-CDP
|
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 />February 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />506 Lafayette Street, Lafayette, LA<br /> <br />Project Name<br />506 Lafayette Street Demolition-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 (5:00 pm) March 18, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-613 Saint Catherine Street-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp1773376-506-lafayette-street-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
18-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
226 Anne Street Demolition-CDP
|
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 />February 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />226 Anne Street Lafayette, LA<br /> <br />Project Name<br />226 Anne Street Demolition-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 (5:00 pm) March 20, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-226 Anne Street -CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp3144615-226-anne-street-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
20-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
Ranch Rd Bridge Replacement
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 3rd day of April, 2025 for the following:<br /> <br />Ranch Road Bridge Replacement<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of services includes the removal of a 20 foot timber bridge, installation of a triple box culvert, and associated earthwork and roadway work, and installation of a temporary aggregate access roadway. All work to be completed within 175 working days from issuance of Notice to Proceed.<br /> <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 Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $150 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on March 19, 2025 at 10:00 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 3/5, 3/9, 3/16<br />DPR 992857<br /> <br />
https://www.centralauctionhouse.com/rfp75275073-ranch-rd-bridge-replacement-.html
05-Mar-2025 8:00:00 AM CST |
02-Apr-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
Wired Segments and Dirt Shoe Runners
|
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 25th day of March, 2025 for the following:<br /> <br /> WIRED SEGMENTS AND DIRT SHOE RUNNERS<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: 3-5-25, 3-9-25<br />DPR # 981958
https://www.centralauctionhouse.com/rfp72688990-wired-segments-and-dirt-shoe-runners.html
05-Mar-2025 8:00:00 AM CST |
25-Mar-2025 3:00:00 PM CDT |
Lafayette Consolidated Government |
UTV Honda Pioneer-VMSS
|
REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 4:45 PM Friday, March 21, 2025 for the following:<br /> <br />UTV HONDA PIONEER– VMSS. 2025 or newer Honda Pioneer Model SXS 7002 or equivalent that must meet general dimensions for length, width, height, structure thickness, function and capacity<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard 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; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, 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, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp24957608-utv-honda-pioneer-vmss.html
05-Mar-2025 10:00:00 AM CST |
21-Mar-2025 4:45:00 PM CDT |
Lafayette Consolidated Government |
Site Clearing & Fence Work for Dugas Landfill-PWEQ-RC
|
REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 5:00 PM, April 4, 2025 for the following:<br /> <br />SITE CLEARING & FENCE WORK FOR DUGAS ROAD LANDFILL – PWEQ-RC<br /> <br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard 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; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, 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, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp92131092-site-clearing-fence-work-for-dugas-landfill-pweq-rc.html
10-Mar-2025 4:00:00 PM CDT |
04-Apr-2025 5:00:00 PM CDT |
Lafourche Parish School District |
CHILLER COMPRESSOR REPLACEMENTS
|
Sealed bids will be received by the Lafourche Parish School Board until 10:30 AM on Tuesday, March 12, 2024, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read aloud for the purchase of CHILLER COMPRESSOR REPLACEMENTS for the 2022-2023 Fiscal school year.<br /> <br />Bidding documents and detailed specifications may be obtained from the office of the Lafourche Parish School Board.<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempt local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />All bids, in duplicate copies, shall be submitted in a sealed envelope and clearly marked: BID NO. 2024-031224 Chiller Compressor Replacements, TO BE OPENED Tuesday, March 12, 2024 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 /> <br />Additionally, bids 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 />
https://www.centralauctionhouse.com/rfp98815987-chiller-compressor-replacements.html
24-Feb-2025 12:00:00 AM CST |
18-Mar-2025 10:30:00 AM CDT |
Lafourche Parish School District |
CRUSHED LIMESTONE BID
|
Sealed bids will be received by the Lafourche Parish School Board until 1:00 p.m. on Tuesday, March 25, 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 purchase of LIMESTONE, CRUSHED LIMESTONE for the 2025 Fiscal school year.<br /> <br />Bidding documents and detailed specifications may be obtained from the office of the Lafourche Parish School Board.<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempt local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />All bids, in duplicate copies, shall be submitted in a sealed envelope and clearly marked: BID NO. 2026-032525 LIMESTONE, TO BE OPENED TUESDAY, MARCH 25, 2025 AT 1:00 P.M., 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.
https://www.centralauctionhouse.com/rfp42072643-crushed-limestone-bid.html
04-Mar-2025 12:00:00 AM CST |
25-Mar-2025 1:00:00 PM CDT |
Lafourche Parish School District |
Emergency Environmental Services
|
Sealed proposals will be received by the Lafourche Parish School Board until 10:00 a.m. on Monday, March 24, 2025 , at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time proposals will be received for Emergency Environmental Services.<br />Bidding documents and detailed specifications may be obtained from the office of the Lafourche Parish School Board.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempt local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />All bids, in duplicate copies, shall be submitted in a sealed envelope and clearly marked: RFP NO. 2026-032425. EMERGENCY ENVIRONMENTAL SERVICES , TO BE DUE Monday, March 24, 2025 AT 2:00 P.M., and addressed to the District Purchasing Agent, Lafourche<br />Parish School Board, P. O. Box 879, Thibodaux, Louisiana 70302. The name and address of the company submitting the RFP should appear on the top left corner of the envelope containing the bid document.
https://www.centralauctionhouse.com/rfp73552448-emergency-environmental-services.html
04-Mar-2025 12:00:00 AM CST |
24-Mar-2025 2:00:00 PM CDT |
Lafourche Parish School District |
2025-2026 LPSD Child Nutrition Bread and Bread Products (Class 1)
|
https://www.centralauctionhouse.com/rfp73005576-2025-2026-lpsd-child-nutrition-bread-and-bread-products-class-1-.html
10-Mar-2025 12:00:00 AM CDT |
25-Mar-2025 9:00:00 AM CDT |
Lafourche Parish School District |
2025-2026 LPSD Child Nutrition Milk and Milk Products (Class 2)
|
https://www.centralauctionhouse.com/rfp53348845-2025-2026-lpsd-child-nutrition-milk-and-milk-products-class-2.html
10-Mar-2025 12:00:00 AM CDT |
25-Mar-2025 9:30:00 AM CDT |
Lafourche Parish School District |
2025-2026 LPSD Child Nutrition Food Bids (Class 3,5,6,7,8, & 9)
|
https://www.centralauctionhouse.com/rfp26721800-2025-2026-lpsd-child-nutrition-food-bids-class-35678-9.html
10-Mar-2025 12:00:00 AM CDT |
25-Mar-2025 11:00:00 AM CDT |
Lafourche Parish School District |
2025-2026 LPSD Child Nutrition Janitorial and Paper Products (Class 11)
|
https://www.centralauctionhouse.com/rfp4133291-2025-2026-lpsd-child-nutrition-janitorial-and-paper-products-class-11.html
10-Mar-2025 12:00:00 AM CDT |
25-Mar-2025 10:00:00 AM CDT |
Lafourche Parish School District |
2025-2026 LPSD Child Nutrition Grease Trap Cleaning
|
https://www.centralauctionhouse.com/rfp53326560-2025-2026-lpsd-child-nutrition-grease-trap-cleaning.html
10-Mar-2025 12:00:00 AM CDT |
25-Mar-2025 10:30:00 AM CDT |
Lafourche Parish School District |
Ida Repairs – Lafourche Parish School District – Multiple Locations.
|
<b>LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</b><br />Sealed bids will be received by the <b>Lafourche Parish School District until 2:00 PM on Thursday, April 10, 2025,</b> at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the<b> Ida Repairs – Lafourche Parish School District – Multiple Locations.</b><br /><br /><b>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.</b><br /><br /><b>It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:</b><ol> <li>Addressed to the Owner</li> <li>Name of the Project</li> <li>Contractor’s name and address</li> <li>Sealed Bid Enclosed</li></ol><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.<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.<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 Lafourche Parish School Board.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 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 <b>One-hundred Twenty (120) Calendar Days from the Notice to Proceed</b>. 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 <b>BUILDING CONSTRUCTION</b> that is in full force and effect.<br /><br /><b>A MANDATORY Pre-bid Conference will be held on April 1st, 2025 at 10:00am at the School District Office at 701 East Seventh Street, Thibodaux, Louisiana.</b><br /> <br />Lafourche Parish School Board<br />Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: March 13, 2025<br />SECOND DATE: March 20, 2025<br />THIRD DATE: March 27, 2025
https://www.centralauctionhouse.com/rfp36284645-ida-repairs-lafourche-parish-school-district-multiple-locations.html
13-Mar-2025 3:15:00 PM CDT |
10-Apr-2025 2:00:00 PM CDT |
Lincoln Parish Police Jury |
12-14 Yard Dump Truck
|
INVITATION FOR BIDS<br /> <br />Sealed bids will be received by the Police Jury of Lincoln Parish until Thursday, April 3, 2025 at 9:00 AM at its office in the Courthouse, Ruston, Louisiana, for:<br /> <br />ITEM 1: 12-14 Yard Dump Truck<br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave 3rd Floor, Ruston, Louisiana 71270. Bids can also be submitted electronically at https://www.centralauctionhouse.com/<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer<br /> <br />Pb. dts.<br />March 14th and March 26th
https://www.centralauctionhouse.com/rfp9376636-12-14-yard-dump-truck.html
14-Mar-2025 12:00:00 AM CDT |
03-Apr-2025 9:00:00 AM CDT |
Lincoln Parish School Board |
LPSB - 2024 Bond New Classroom Addition for Choudrant Elementary School and New Cheer/Weight Room Building for Choudrant High School
|
<ol> <li>Work at Choudrant Elementary School consists of the construction of a new classroom building connected to the south end of the existing building by a concrete walk and aluminum canopy. Due to the site’s potential for wet conditions during much of the year, the School Board bid a pre-foundation pad and site access drive in September 2024. This work was done by Murphy Brothers of Arcadia. The select fill was tested by a lab in 8” lifts during installation to assure proper compaction. The contours on the plans represent the grades at the time of completion of this work in October 2024. The contractor shall visit the job site and assess This work includes a building pad, dirt work and access road work has been completed (major portion) under a separate bid. The drainage, concrete walks, concrete foundation, aluminum canopy, brick veneer/CMU block walls, Pre-engineered wood trusses, fiberglass shingles, soffit panels, drywall systems, building insulation, finish carpentry, hollow metal doors, finish hardware, glazing, lay-in ceiling, paint, electrical, mechanical, and other systems as described in the contract documents. This building will also include a Tornado Shelter area with rated doors frames, reinforced concrete block walls and reinforced concrete roof on metal deck and steel joists. Coordinate work with the School, so that Owner will have use of adjacent buildings and playgrounds during construction.</li> <li>Work at Choudrant High School consists of the construction of a new spirit/weight room building. This work includes a building pad, dirtwork, concrete walk, concrete foundation, metal building, metal liner panels, drywall systems, aluminum overhangs, hollow metal doors, building insulation, paint, electrical, mechanical, and other systems as described in the contract documents. Coordinate all work with the School.</li></ol>
https://www.centralauctionhouse.com/rfp3141233-lpsb--2024-bond-new-classroom-addition-for-choudrant-elementary-school-and-new-cheerweight-room-building-for-choudrant-high-school.html
19-Feb-2025 1:00:00 PM CST |
27-Mar-2025 2:00:00 PM CDT |
Livingston Parish Airport District |
Livingston Executive Airport - Phase 1: Part 1C
|
<div> DOCUMENT 00005 - ADVERTISEMENT FOR BIDS </div><br />Sealed Bids will be received by the Livingston Parish Airport District, at 1289 Del Este Avenue, <br />Denham Springs, Louisiana 70726 until Thursday, March 27th, 2025 at 2:00 pm for the <br /><br />Livingston Executive Airport <br />Phase 1: Part 1C <br />Earthwork Stabilization & Drainage <br /><br />At which time bids will be opened and publicly read aloud. Electronic bids will also be accepted. Please <br />find bid related materials and place your electronic bids at www.centralbidding.com. Bids received after <br />the above time will be returned unopened. Complete bidding documents may be obtained from: <br /><br />ALVIN FAIRBURN & ASSOCIATES, LLC <br />1289 Del Este Avenue, Denham Springs, LA 70726 <br />PHONE (225)665-1515 FAX (225)665-1523 <br /><br />upon payment of $75.00 per set. Deposits on the first set of documents furnished to properly licensed, <br />bona fide prime bidders will be fully refunded upon return of the documents in good condition no later <br />than ten days after receipt of bids. On sets of documents issued to sub-contractors and others, one-half <br />(1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) <br />days after receipt of bids. Plans may be mailed by regular mail upon receipt of $75.00 plus an additional <br />non-refundable charge of $25.00 per set of documents. <br /><br />A Mandatory Pre-Bid Conference shall be held at: 1289 Del Este Avenue, Denham Springs, LA <br />70726 on Tuesday, March 18, 2025 @ 10:00 A.M. All bids must be accompanied by a bid security equal <br />to five percent (5%) of the base bid and any alternatives and subject to the conditions provided in the <br />Instructions to Bidders. The successful contractor will be required to enter into a contract with the <br />OWNER and to furnish all the materials, perform all of the work, supervise, coordinate, administrate, and <br />be responsible for the work of the entire project. No bids may be withdrawn after the closing time for <br />receipt of bids for at least forty-five (45) days. The bond of the low bidder will be held for forty-five (45) <br />days, or until the contract is signed, whichever is shorter. <br /><br />PERFORMANCE AND PAYMENT BOND: A performance and payment bond for the work will be <br />required upon execution of the contract, equal to one hundred percent (100%) of said contract written by <br />a company licensed to do business in Louisiana and who is currently on the U.S. Department of the <br />Treasury Financial Management Service List. The bond shall be countersigned by a person who is under <br />contract and who is licensed as an insurance agent in the State of Louisiana, and who is residing in this <br />state. <br /><br />The Livingston Parish Airport District reserves the right to reject any and all bids for just cause. In <br />accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those <br />stated in the advertisement for bids, and those required on the bid form shall not be considered as <br />informalities and shall not be waived by any public entity. <br /><br />PLEASE PUBLISH: <br />Thursday February 27, 2025 <br />Thursday March 6, 2025 <br />Thursday March 13, 2025
https://www.centralauctionhouse.com/rfp11480475-livingston-executive-airport--phase-1-part-1c.html
27-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
Livingston Parish Government |
Livingston Parish - Request for Qualifications for Engineering Services for Drainage Improvements Project
|
PUBLIC NOTICE<br /><br />INVITIATION FOR REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES<br />Livingston Parish Government invites qualified engineering firms to submit a Statement of Qualifications for the following project:<br />Drainage Improvements in Livingston Parish<br />ENGINNERING FEE: TO BE NEGOTIATED<br /> <br />This project and the procedures for the selection of this firm will be in accordance with all requirements of the Housing and Urban Development, Louisiana Office of Community Development, Federal Code of Regulations (2CRF200), the State of Louisiana, and the standard of Livingston Parish. All responses received will be evaluated in accordance with the selection criteria identified in the Request for Qualifications information packet available from the Parish. That information also identifies the scope of services to be performed by the selected firm.<br /> <br />All engineering firms shall also be registered with the Louisiana State Board of Registration for Professional Engineers and Land Surveyors, in accordance with LA RS 37:689. A copy of the current Certificate(s) of Registration shall be attached to each Statement of Qualification. Failure to be registered and in good standing with the aforementioned board will lead to the rejection of qualifications statement. <br /> <br />Livingston Parish Government will award the project to the respondent obtaining the highest recommendation and points based upon a section committee review of the submitted Statement of Qualifications and work references.<br /> <br />Interested firms are invited to secure an informational packet from Livingston Parish Government Grants Department, Heather Crain, Grants Manager, or download an electronic copy of the official Request for Qualifications packet from Central Bidding website: www.centralbidding.com. Only those firms that have responded in accordance with the official RFQ packet for this project obtained from Livingston Parish Government or Central Bidding will be considered by the Livingston Parish Selection Committee. Additionally, the firm selected for this project will be required to include the Parish’s standard contract provisions in its contract for Engineering Services as amended for this project. The overall level and scope of services will be determined by Livingston Parish Government. A fixed sum contract will be negotiated with the selected firm. Responding firms must be prepared to provide an audited overhead rate for the purpose of contract negotiation and determination of cost reasonableness. Any questions or problems related to the download of the RFQ packet should be directed by email to Heather Crain at
[email protected].<br /> <br />The response to this RFQ must be hand delivered to the above-named person at Livingston Parish Government, Grants Department, 20355 Government Blvd., Suite E, Livingston, LA 70754, (DMV Building – Second Floor) or mailed to the above-named person at P.O. Box 427, Livingston, LA 70754, in such a manner that it is received no later than 3:00 p.m. Tuesday, March 18, 2025. Statements of Qualifications that have not been received by the deadline date and time will be rejected.<br /> <br />Livingston Parish Government is an Equal Opportunity Employer. Responding firms are encouraged to utilize minority participation in this contract through the use of disadvantaged and women-owned businesses as suppliers or sub-contractors. Livingston Parish Government encourages submission by DBE, minority, veteran, and/or women owned businesses.<br /> <br />LIVINGSTON PARISH GOVERNMENT<br />RANDY DELATTE<br />PARISH PRESIDENT<br /> <br />HEATHER CRAIN<br />GRANTS MANAGER<br />
https://www.centralauctionhouse.com/rfp87448790-livingston-parish--request-for-qualifications-for-engineering-services-for-drainage-improvements-project.html
20-Feb-2025 12:00:00 AM CST |
18-Mar-2025 3:00:00 PM CDT |
Livingston Parish Government |
Lod Stafford Road Bridge Over Colyell Creek
|
The project scope of work is to include the construction of a 24-foot wide x 80-foot long 4-span cast-in-place concrete bridge on Lod Stafford Road over Colyell Creek in Livingston Parish. The new bridge will be constructed on a new alignment that will allow the existing bridge and roadway to to be used as a laydown area during construction. The existing temporary bridge and roadway approaches will be removed by the temporary bridge contractor prior to beginning construction. The new bridge and roadway approaches are to be constructed, the traffic is to be shifted to the new bridge and roadway, and the existing bridge and roadway is to be demolished. The construction will also include asphalt concrete pavement, class II crushed stone base course, drainage ditches, drainage pipe, and driveway reconstruction. <br /> <br />Sealed bids will be received by Livingston Parish Government (herein referred to as “Owner” for the construction of the project described as follows:<br /> <div style="text-align: center;">PROJECT NAME:<br /><b>LOD STAFFORD ROAD BRIDGE OVER COLYELL CREEK<br /> FEMA PROJECT NO. 4611-DR-LA, PROJECT #1040<br />LOHSEP PROJECT NO. LPR NO. 22-419</b><br /> </div>The Bidding Documents shall be addressed to Livingston Parish Government and delivered to Livingston Parish Government located at 20399 Government Blvd, Livingston, LA 70754 not later than 2:00 p.m., on the1st day of April 2025 at which time the bids will be publicly opened and real aloud. Bids must be submitted on the proper bid form. Each bid shall be enclosed in a sealed envelope showing the name, address, and license number of the bidder. Any bid received after the specified time and date will not be considered. Minority owned firms, small businesses, and/or Section 3 businesses are encouraged to participate.<br /><br />The Bidding Documents (including construction drawings and specifications) may be examined at the office of the engineer, Forte and Tablada, Inc. located at 1234 Del Este Avenue, Suite 601 Denham Springs, LA 70726.<br /><br />Copies of the bidding documents may be obtained at https://www.centralauctionhouse.com/ or at the engineer’s office located at 1234 Del Este Avenue, Suite 601 Denham Springs, LA 70726 upon deposit of $200 for each complete set. Plans and specifications will be available until twenty-four (24) hours before the bid opening. In accordance with Louisiana R.S. 38:2212, deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Highway, Street, and Bridge Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance the Louisiana R.S. 38:2214.<div style="text-align: center;"><b>A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD</b><br />at 2:00 PM on March 12, 2025 at Livingston Parish Government, 20399 Government Boulevard, Livingston, LA 70754</div><br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /><br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /><br />Any person with disabilities requiring special accommodations must contact Livingston Parish no later than seven (7) days prior to the bid opening.<br />Electronic Bid documents may be submitted by Contractors to Livingston Parish Government by submitting their bid along with their bid security to https://www.centralauctionhouse.com/.<br /> <br />Run Dates: February 27th, March 6th, March 13th
https://www.centralauctionhouse.com/rfp51594590-lod-stafford-road-bridge-over-colyell-creek.html
27-Feb-2025 6:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Livingston Parish Government |
Livingston Parish Pavement Preservation Program 2025
|
ADVERTISEMENT FOR BIDS<br /> <br />LIVINGSTON PARISH<br />PAVEMENT PRESERVATION PROGRAM 2025<br /> <br />Sealed Bids will be received at the Office of the Parish President, Livingston Parish Government Purchasing Office, located on the 2nd floor of the Livingston Parish Health Unit, located at 29261 South Frost Road Livingston, Louisiana 70754 until 2:00 p.m., 04/15/2025 at which time the sealed bids will be publicly opened and read aloud. Bids received after the above time will be returned unopened. Complete electronic bidding documents may be obtained from the office of McLin Taylor, Inc. 28339 FROST ROAD , Livingston, Louisiana. Electronic documents may be obtained upon request at no charge. Electronic bid documents may also be obtained at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br /> <br />A mandatory pre-bid meeting will be held in the conference room on the first floor of the Livingston Parish Health Unit, 29261 Frost Road, Livingston, Louisiana 70754 on April 8, 2025 at 10:00 a.m.<br /> <br />The Contract will be awarded to the lowest, responsible, responsive bidder.<br /> <br />Contractors submitting bids shall be licensed under LA License R.S. 37:2150-2164 and shall be classified under 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 />All bids must be accompanied by a bid security equal to five percent (5%) of the base bid and any alternatives and subject to the conditions provided in the instructions to Bidders. The successful contractor will be required to enter into contracts with the above OWNER and to furnish all the materials, perform all of the work, supervise, coordinate, administrate and be responsible for the work of the entire project. No bids may be withdrawn after the closing time for receipt of bids for at least forty-five (45) days. The bond of the low bidder will be held for forty-five (45) days, or until the contract is signed, whichever is shorter.<br /> <br />PERFORMANCE AND PAYMENT BOND: A performance and payment bond for the work will be required upon execution of the contract equal to one hundred percent (100%) of said contract written by a company licensed to do business in Louisiana and who is currently on the U.S. Department of the Treasury Financial Management Service List or be a Louisiana domiciled company with at least an “A” Best rating.<br /> <br />The Livingston Parish Government reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38.2212 (A) (1) (b), the provisions and requirements of this section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. <br /> <br />Equal Employment Opportunity (EEO) Statement – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will be required to comply with the President’s Executive Order No. 11246, as amended. <br /> <br /> <br />LIVINGSTON PARISH GOVERNMENT<br />BY: RANDY DELATTE, PARISH PRESIDENT<br /> <br />PUBLISH: <br />3/20/2025 <br />3/27/2025 <br />4/03/2025
https://www.centralauctionhouse.com/rfp66245767-livingston-parish-pavement-preservation-program-2025.html
13-Mar-2025 8:00:00 AM CDT |
15-Apr-2025 2:00:00 PM CDT |
Livingston Parish Public Schools |
Bid No. 25-05: Fuel for LPPS Fuel Stations
|
For questions pertaining to this bid, please contact Bridget Demonica at
[email protected]
https://www.centralauctionhouse.com/rfp40599701-bid-no-25-05-fuel-for-lpps-fuel-stations.html
27-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM 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 |
22-Apr-2025 2:00:00 PM CDT |
Livingston Parish Public Schools |
Bid No. 25-11: Custodial Supplies for Warehouse Stock
|
Questions:<br />Contact Bridget Demonica<br />
[email protected]<br />225-686-4224
https://www.centralauctionhouse.com/rfp28126460-bid-no-25-11-custodial-supplies-for-warehouse-stock.html
14-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 2:00:00 PM CDT |
Livingston Parish Public Schools |
Bid No. 25-12: Food Service Disposables for Warehouse Stock
|
Questions:<br />Contact Bridget Demonica<br />
[email protected]<br />225-686-4224
https://www.centralauctionhouse.com/rfp64439888-bid-no-25-12-food-service-disposables-for-warehouse-stock.html
13-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 1:00:00 PM CDT |
Morehouse Parish School Board |
Hunting Leases
|
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 23 North, Range 9 East – approximately 477 acres<br /> Section 16, Township 21 North, Range 7 East – approximately 440 acres<br /> Section 16, Township 20 North, Range 7 East – approximately 640 acres<br /> Section 16, Township 19 North, Range 8 East – approximately 244 acres<br /> Section 16, Township 18 North, Range 6 East – approximately 22.5 acres<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 March 20, 2025. The bids will be opened publicly at 2:00 pm Thursday, March 20, 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 />February 27, 2025<br />March 6, 2025<br />March 13, 2025
https://www.centralauctionhouse.com/rfp49994442-hunting-leases.html
27-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Morehouse Parish School Board |
Agricultural Lease
|
NOTICE TO PUBLIC: PROPERTY FOR LEASE FOR AGRICULTURAL LAND<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 2 of the Lease Agreement “For Lease Agricultural 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 /> Legal Description: Southeast corner of Section 16, Township 18 North, Range 6 East, Morehouse Parish, Louisiana consisting of approximately 22.5 acres, more or less.<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 />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 Agricultural 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 March 20, 2025. The bids will be opened publicly at 2:01 pm Thursday, March 20, 2025. Sealed bids must be hand delivered or sent by certified mail in an envelope clearly marked: “Bid for Agricultural 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 Agricultural 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 />Jesse Winston, Jr., Superintendent<br />Morehouse Parish School Board<br /> <br />Publish: February 27, 2025<br /> March 6, 2025<br /> March 13, 2025<br />
https://www.centralauctionhouse.com/rfp64753372-agricultural-lease.html
27-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2117 Furnish and Install Campus Security Office
|
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 Public Works for C-2117 Furnish and Install Campus Security Office as described in the bid documents and related exhibits. Response to this Furnish and Install does not guarantee a contract. <br />How to Obtain Documents<br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br />Response Requirements<br />All proposals are due by 10:00 a.m. on Friday, March 28, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp1409308-c-2117-furnish-and-install-campus-security-office-.html
24-Feb-2025 12:00:00 AM CST |
28-Mar-2025 10:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2121 Procurement of Janitorial Supplies
|
<u><b>Information </b></u><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Procurement Solicitation for C-2121 Procurement of Janitorial Supplies as described in the bid documents and related exhibits. Response to this solicitation does not guarantee a contract. <br /><br /><u><b>How to Obtain Documents</b></u><br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Monday, March 24, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center<br />
https://www.centralauctionhouse.com/rfp49483995-c-2121-procurement-of-janitorial-supplies.html
05-Mar-2025 12:00:00 AM CST |
24-Mar-2025 10:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2112 Procurement of Stage Risers
|
<u><b>Information </b></u><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Procurement Solicitation for C-2112 Procurement of Stage Risers as described in the bid documents and related exhibits. Response to this solicitation does not guarantee a contract. <br /><br /><u><b>How to Obtain Documents</b></u><br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Wednesday, March 19, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp21091627-c-2112-procurement-of-stage-risers.html
05-Mar-2025 12:00:00 AM CST |
19-Mar-2025 10:00:00 AM CDT |
New Orleans Public Belt Railroad |
Request for Proposals: Provide Janitorial Cleaning Services
|
<div style="text-align: center;">NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br /> <br />REQUEST FOR PROPOSALS:<br /> <br />PROVIDE JANITORIAL CLEANING SERVICES</div> <br />Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is requesting proposals to provide janitorial cleaning services in five various locations. 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 /><b>Pre-Proposal Meeting</b>: A <b>MANDATORY</b> pre-proposal meeting will be held on <b>Wednesday, March 12, 2025, at 10:00 a.m. CST</b> starting at 4822 Tchoupitoulas Street New Orleans, LA 70115, while viewing the other various locations.<br /> <br /><b>BID SUBMISSION</b>: NOPB will accept <b>ELECTRONIC BIDS</b> for this Project until <b>11:00 a.m. CDT on Tuesday, March 25, 2025</b> (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronic bids must be submitted to the project at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. NOLA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by <b>Monday, March 17, 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/rfp47262514-request-for-proposals-provide-janitorial-cleaning-services-.html
25-Feb-2025 12:00:00 AM CST |
25-Mar-2025 11:00:00 AM CDT |
New Orleans Public Belt Railroad |
INVITATION TO BID NO. 3105: NEW AND RECONDITIONED AIR BRAKE VALVES
|
<div style="text-align: center;"><b>NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br />INVITATION TO BID 3105:<br />NEW AND RECONDITIONED AIR BRAKE VALVES</b><br /> </div>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 /><b>BID SUBMISSION:</b> NOPB will accept <b>ELECTRONIC BIDS</b> for this Project until <b>10:00 a.m. CDT on Monday, March 25, 2025</b> (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /><br />• Electronic bids must be submitted for this project at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /><br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. NOLA 70115 in accordance with the bid documents.<br /><br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by <b>Monday, March 17, 2025 5:00pm CDT.</b> 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/rfp93831016-invitation-to-bid-no-3105-new-and-reconditioned-air-brake-valves.html
25-Feb-2025 6:00:00 PM CST |
25-Mar-2025 10:00:00 AM CDT |
Ochsner St. Anne Hospital |
Invitation to Bidders - Ochsner St. Anne - ED Chiller Replacement
|
Ochsner St. Anne<br />Ochsner St. Anne – ED Chiller Replacement<br /> <br />Sealed bids will be received for Ochsner St. Anne – ED Chiller Replacement at: Ochsner St. Anne, Attn: John Babin 4608 LA-1. Raceland, La 70394, PROJECT NUMBER: 2307401 or via Central Auction House. A general description of the project is an existing air-cooled chiller and associated pump is to be demolished and replaced. Existing piping is to be connected to a new chiller and pumps. New Direct Digital controls will replace the existing and controls at the air handling unit and fan coil unit. Existing chilled water piping, and electrical feeds will be modified to accommodate the new equipment. The existing ceilings shall be removed and reinstalled as required for the mechanical and electrical work associated with the project. All required fire alarm and life safety systems are to be connected to the associated existing system. Any walls, windows, doors or other architectural elements damaged because of the project, shall be repaired or replaced like new. The bid date will be <b>Tuesday March 18, 2025</b> at 2:00 pm CST. Any bid received after this time will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in Mechanical work. Each bid shall be accompanied by a bid bond, certified check or cashier’s check for an amount equal to five percent (5%) of the total base bid. An executed affidavit must be submitted prior to bid award. Bids will be publicly opened and read aloud. Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.cityblueprint.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: YKH Consulting, LLC, 3701 Hessmer Ave, Metairie, LA 70002, PHONE (504) 264-5112. Bids may also be submitted electronically by going to www.centralauctionhouse.com. Contractors opting to submit an electronic bid will be required to register on the website and pay a one-time annual service fee for this service.<br /> <br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the contract amount. A MANDATORY PRE-BID MEETING WILL BE HELD at 2:00 pm on Thursday, February 20, 2025 at the Ochsner St. Anne Maintenance office, 4608 LA-1. Raceland, La 70394.
https://www.centralauctionhouse.com/rfp88118450-invitation-to-bidders--ochsner-st-anne--ed-chiller-replacement.html
06-Feb-2025 10:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
16-25 Property Sale -- Old Myles Property
|
See Attachments
https://www.centralauctionhouse.com/rfp34282132-16-25-property-sale--old-myles-property.html
20-Feb-2025 2:00:00 PM CST |
01-Apr-2025 10:00:00 AM CDT |
Ouachita Parish School Board |
22-25 -- Property Sale Old Sterlington Middle School
|
See Attachments
https://www.centralauctionhouse.com/rfp98884292-22-25--property-sale-old-sterlington-middle-school.html
20-Feb-2025 2:00:00 PM CST |
01-Apr-2025 11:00:00 AM CDT |
Ouachita Parish School Board |
17-25 WOHS Football Stadium Renovations and Improvements
|
See Attachments for Bid documents
https://www.centralauctionhouse.com/rfp42058571-17-25-wohs-football-stadium-renovations-and-improvements.html
27-Feb-2025 2:00:00 PM CST |
01-Apr-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
25-25 Central Elementary Restroom Renovations and Canopy Improvements
|
See Attachments for Bid Documents.
https://www.centralauctionhouse.com/rfp46274553-25-25-central-elementary-restroom-renovations-and-canopy-improvements.html
27-Feb-2025 2:00:00 PM CST |
03-Apr-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
13-25 Surplus Equipment Sale
|
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp32398407-13-25-surplus-equipment-sale.html
13-Mar-2025 2:00:00 PM CDT |
07-Apr-2025 2:00:00 PM CDT |
Pointe Coupee Parish Government |
Demolition and Asbestos Abatement - LCDBG Clearance Program
|
The Pointe Coupee Parish Government (herein referred to as the "Owner") hereby solicits sealed bids for the LCDBG Clearance Program.<br /> <br />Sealed bids marked "Sealed Bid -- Parish of Pointe Coupee Community Development Block<br />Grant Project for Fiscal Year 2024 to be financed by the State of Louisiana CDBG Program” will<br />be received by the Owner for the construction of the project described as follows: LCDBG – Clearance Program which includes demolition; asbestos abatement & demolition; and RACM demolition.<br /> <br />Sealed Bids shall be addressed to the Pointe Coupee Parish Government, and delivered to the Parish located at 160 East Main Street, New Roads, LA 70760 not later than 11:00 a.m., on the 26th day of March, 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 11:00 a.m. on the 26th day of March, 2025, at the Pointe Coupee Parish Government office located at 160 East Main Street, New Roads, LA 70760.<br /> <br />A Mandatory Pre-bid Meeting will be held at the Pointe Coupee Parish Government Office located at 160 East Main Street, New Roads, LA 70760 in the training room or other reserved room on February 24, 2025 at 11:00 AM. The meeting shall start promptly at 11:00 a.m. <br /> <br />Questions shall be submitted in writing by 4:30 PM on March 13th, 2025 to
[email protected] and
[email protected].<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.centralbidding.com .<br /> <br />Pursuant to Louisiana Revised Statute 38:2212, vendors/contractors now have the option to submit their bids and bid bonds, electronically. In addition to paper bids, electronic bids and electronic bid bonds for the project will be downloaded by the Owner. 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 />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 have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working<br />days of the receipt of the Notice to Proceed. At that time, contract time shall be counted as running.<br /> <br />Any person with disabilities requiring special accommodations must contact the Parish of Pointe Coupee no later than seven (7) days prior to bid opening.<br /> <br />ALSO, MINORITY, FEMALE OWNED AND SECTION 3 (PARISH/LOCAL) CONTRACTING FIRMS ARE ENCOURAGED TO SUBMIT BIDS.
https://www.centralauctionhouse.com/rfp67329814-demolition-and-asbestos-abatement--lcdbg-clearance-program.html
06-Feb-2025 12:00:00 AM CST |
26-Mar-2025 11:00:00 AM CDT |
Pointe Coupee Parish Government |
Pointe Coupee Parish Morrison Parkway Dock Rehabilitation
|
NOTICE TO CONTRACTORS<br /> <br /> <br />Sealed bids for the construction of the following project will be received by the Pointe Coupee Parish Government, located at 160 East Main Street, New Roads, LA, until 2:00 PM on April 7th, 2025, at which time and place bids will be publicly opened and read. No bids will be received after 2:00 PM.<br /> <br /> <br /> IMPROVEMENTS TO: MORRISON PARKWAY DOCK REHABILITATION<br /> <br /> LOCATED IN: Pointe Coupee Parish, Louisiana<br /> <br /> TYPE OF CONSTRUCTION: Highway, Street, and Bridge Construction<br /> <br /> CONTRACTING AGENCY: Pointe Coupee Parish Government<br /> <br /> 160 East Main Street<br /> <br /> New Roads, LA 70760<br /> <br /> PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> <br /> Payable to Pointe Coupee Parish Government<br /> <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 www.centralauctionhouse.com and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above. No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds a Louisiana State Contractor’s License, in full force and effect in compliance with the Louisiana State Licensing Board for Contractors and Louisiana Public Bid Law.<br /> <br />A Mandatory Pre-Bid Conference will be held at the Annex Building at 160 East Main Street, New Roads, LA on March 26th, 2025 at 10:00 AM.<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 />Complete Bid Documents prepared by Pointe Coupee Parish Government for this Project are available in electronic form. Bid Documents may be obtained from www.centralauctionhouse.com for a nominal charge or subscription. Printed copies are not available from the Owner or Architect, but arrangements can be made to obtain printed Bid Documents through most reprographic firms. Bidders are responsible for any subscription, downloading, reproduction or mailing costs.<br /> <br />Bids can be mailed by US Postal Service, hand delivered or overnight courier to 160 East Main Street., New Roads, LA 70760, or submitted online through www.centralauctionhouse.com.<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 /> <br /> <br />Pointe Coupee Parish Government<br /> <br />Major Thibaut<br />Parish President<br /> <br />Advertised on the following dates:<br />March 13th, 2025<br />March 20th, 2025<br />March 27th, 2025<br />
https://www.centralauctionhouse.com/rfp12166201-pointe-coupee-parish-morrison-parkway-dock-rehabilitation.html
13-Mar-2025 8:00:00 AM CDT |
07-Apr-2025 2:00:00 PM CDT |
Port of Iberia |
AGMAC Channel Dredging Phase I - Part 2
|
Sealed bids for the construction of the following project will be received by the Port of Iberia District Board of Commissioners at the POI Port Administrative Office located at 4611 S. Lewis St., New Iberia, LA 70560, until 12:00 P.M. on Tuesday, March 18, 2025, at which time and place bids will be publicly opened and read. No bids will be received after 12:00 P.M.<br /> <br />PROJECT: Capital Outlay<br /> <br />PORT IMPROVEMENTS TO: Port of Iberia<br /> Acadiana Gulf of Mexico Access Channel<br /> AGMAC Channel Dredging Phase I - Part 2<br /> <br />LOCATED IN: Iberia Parish<br /> <br />TYPE OF CONSTRUCTION: Heavy Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia District Board of Commissioners<br /> 4611 S. Lewis Street<br /> New Iberia, LA 70560<br /> <br />ESTIMATED COST: $4,700,000.00<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <div style="text-align: justify;">PROJECT SCOPES: This is a dredging project at the Port of Iberia whereby the Contractor is responsible for dredging the specified canals and slips to the lines and grades stipulated in the Contract Documents; and transporting and properly placing all dredged material at the designated placement site. Other features of work include mobilization, construction layout, placement site management, and all other specified and incidental work required to successfully complete the project in accordance with the Contract Documents</div> <div style="text-align: justify;">Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.</div> <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 /> <div style="text-align: justify;">Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00 In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.</div> <div style="text-align: justify;">Bid documents are also posted on https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.</div> <div style="text-align: justify;">Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. A non-mandatory pre-bid meeting will be held on Thursday, February 20, 2025, at 1:00 pm at the office of the Port of Iberia (POI) District Board of Commissioners at the POI Port Administration Offices located at 4611 South Lewis St., New Iberia, LA 70562.</div> <div style="text-align: justify;">The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.</div> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br /> <br />Craig F. Romero, Executive Director<br />Port of Iberia District
https://www.centralauctionhouse.com/rfp20685643-agmac-channel-dredging-phase-i--part-2.html
12-Feb-2025 12:00:00 AM CST |
18-Mar-2025 12:00:00 PM CDT |
Port of New Orleans |
Nashville Avenue Terminal Hurricane Ida Damage Repairs Nashville Wharf Sheds A & B
|
Nashville Avenue Terminal Hurricane Ida Damage Repairs Nashville Wharf Sheds A & B per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp55158168-nashville-avenue-terminal-hurricane-ida-damage-repairs-nashville-wharf-sheds-a-b.html
19-Feb-2025 8:00:00 AM CST |
18-Mar-2025 11:00:00 AM CDT |
Port of New Orleans |
Request for Proposals - Professional Services for Sustainability Planning and Envision Verification for the Louisiana International Terminal - Re-Bid
|
Request for Proposals - Professional Services for Sustainability Planning and Envision Verification for the Louisiana International Terminal - Re-Bid per RFP documents provided.
https://www.centralauctionhouse.com/rfp17340332-request-for-proposals--professional-services-for-sustainability-planning-and-envision-verification-for-the-louisiana-international-terminal--re-bid.html
28-Feb-2025 8:00:00 AM CST |
31-Mar-2025 11:00:00 AM CDT |
Port of New Orleans |
Napoleon Avenue Gate Complex and Nashville Circle Building Hurricane Ida Damage Repairs
|
Napoleon Avenue Gate Complex and Nashville Circle Building Hurricane Ida Damage Repairs per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp31792766-napoleon-avenue-gate-complex-and-nashville-circle-building-hurricane-ida-damage-repairs.html
12-Mar-2025 8:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
Port of South Louisiana |
ADVERTISEMENT FOR AIRPORT PARKING LOT EXPANSION
|
The proposed project consists of extending existing asphaltic concrete parking areas and constructing new asphaltic parking areas in an undeveloped grass area. <br /><br />Pre-Bid Conference March 14, 2025 at 10:00 a.m. - Potential bidders attendance highly recommended
https://www.centralauctionhouse.com/rfp39412039-advertisement-for-airport-parking-lot-expansion-.html
26-Feb-2025 10:00:00 AM CST |
31-Mar-2025 10:00:00 AM CDT |
Port of South Louisiana |
ADVERTISEMENT FOR APS DITCH ENCLOSURE
|
The proposed project consists of the conversion of an existing open channel ditch to a subsurface drainage system. The subsurface drainage system will consist of concrete catch basins and reinforced concrete pipes. The project will require drainage work, grading, and sidewalk work. Alternate 1 will require base and asphalt work in addition to drainage and grading work.<br /><br />March 14, 2025 at 11:00 a.m. -Pre-Bid Conference -Potential Bidders- Attendance is highly recommended.
https://www.centralauctionhouse.com/rfp3459638-advertisement-for-aps-ditch-enclosure-.html
26-Feb-2025 11:00:00 AM CST |
31-Mar-2025 11:00:00 AM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Zachary- Church Street Improvements- 11773
|
<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br /> City of Zachary (herein referred to as the "Owner") hereby solicits sealed bids for the Church Street Improvements project described as follows:<br /> <br />STATEMENT OF WORK: Improvements to existing roadway including drainage construction, base reconstruction, asphalt overlay and miscellaneous associated items.<br /> PEC Project No. 11773.05<br /> <br />Sealed Bids shall be addressed to the _ City of Zachary ______________ , and delivered to the __Zachary City Hall, 4700 Main Street (Post Office Box 310), Zachary, LA 70791_ not later than ___2:00 p.m.__, on the 9th day of April , 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 the _9th__ day of April , 2025_, at the Zachary City Hall located at 4700 Main Street, Zachary, LA 70791.<br /> <br />Complete Bid Documents, Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of the Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be downloaded from the Professional Engineering Consultants (PEC) Plan Room as hosted by Central Bidding https://www.centralbidding.com (subject to fees and conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online bidding portal. Bids will be received by mail and/or hand delivery to the location as stated above.<br /> <br />Complete Bid Documents may also be examined by emailing
[email protected] or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br /> <br />OWNER<br />CITY OF ZACHARY<br />BY: /s/ DAVID MCDAVID, MAYOR<br /> <br /> <br />PUBLICATION/DATES:<br /> The Advocate<br /> <br /> Thursday, March 13, 2025<br /> Thursday, March 20, 2025<br /> Thursday, March 27, 2025<br />
https://www.centralauctionhouse.com/rfp46959956-city-of-zachary-church-street-improvements-11773.html
13-Mar-2025 2:00:00 PM CDT |
09-Apr-2025 2:00:00 PM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Zachary- Main Street Improvements- 11774
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br /> City of Zachary (herein referred to as the "Owner") hereby solicits sealed bids for the Main Street Improvements project described as follows:<br /> <br />STATEMENT OF WORK: Median modifications as required to extend turning lanes and miscellaneous associated items.<br /> PEC Project No. 11774.05<br /> <br />Sealed Bids shall be addressed to the _ City of Zachary ______________ , and delivered to the __Zachary City Hall, 4700 Main Street (Post Office Box 310), Zachary, LA 70791_ not later than ___2:00 p.m.__, on the 16th day of April , 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 the _16th__ day of April , 2025_, at the Zachary City Hall located at 4700 Main Street, Zachary, LA 70791.<br /> <br />Complete Bid Documents, Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of the Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be downloaded from the Professional Engineering Consultants (PEC) Plan Room as hosted by Central Bidding https://www.centralbidding.com (subject to fees and conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online bidding portal. Bids will be received by mail and/or hand delivery to the location as stated above.<br /> <br />Complete Bid Documents may also be examined by emailing
[email protected] or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br /> <br />OWNER<br />CITY OF ZACHARY<br />BY: /s/ DAVID MCDAVID, MAYOR<br /> <br /> <br />PUBLICATION/DATES:<br /> The Advocate<br /> <br /> Thursday, March 13, 2025<br /> Thursday, March 20, 2025<br /> Thursday, March 27, 2025<br />
https://www.centralauctionhouse.com/rfp93324750-city-of-zachary-main-street-improvements-11774.html
13-Mar-2025 2:00:00 PM CDT |
16-Apr-2025 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 62-24-09: Cherokee Elementary School Addition
|
ADVERTISEMENT OR INVITATION TO BID<br />RAPIDES PARISH SCHOOL BOARDCHEROKEE ELEMENTARY SCHOOL ADDITION<br />(RPSB BID #62-24-09)<br />Separate sealed bids for CHEROKEE ELEMENTARY SCHOOL ADDITION (RPSB Bid #62-24-09) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH<br />STREET, ALEXANDRIA, LOUISIANA 71301, 11:00 AM (Central Time), on February 28, 2025 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br />HOLLY & SMITH ARCHITECTS<br />100 E. Vermilion Street, Suite 406<br />LAFAYETTE, LOUISIANA 70501<br />(337) 279-2010<br /> <br />The Scope of Work Includes: A single-story (6) classroom building addition including a<br />teacher’s workroom, restrooms, resulting in a floor plate of 9477 s.f. Also, renovations occurring in an existing classroom building to include updated finishes to change its current program to an overflow dining space.<br /> <br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com. If you are not currently a subscriber, you will need to apply for access.<br /> <br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via www.CentralAuctionHouse.com. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be posted on www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br />Pursuant to L.R.S. 38:2212.E.(1) Bidders have the option to submit bids and bid bonds electronically. Electronic bids for this project may be submitted through Central Bidding at www.CentralAuctionHouse.com. To register, or for assistance with completing an e-bid, contact Central Bidding at 225-810-4814 or 866-570-9620.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of the L.R.S.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM on February 18, 2025, at Cherokee Elementary School, 5700 Prescott Rd., Alexandria, LA 71303Attendance at this conference is not mandatory, but strongly encouraged.<br /> <br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven<br />(7) days prior to bid opening.<br />RAPIDES PARISH SCHOOL BOARD ATTN: MS. ELIZABETH DOMITE, CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br />Advertisement Dates:<br />January 31, 2025<br />February 7, 2025<br />February 14, 2025
https://www.centralauctionhouse.com/rfp77994558-bid-62-24-09-cherokee-elementary-school-addition.html
31-Jan-2025 8:00:00 AM CST |
31-Mar-2025 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 62-24-10: Alexandria Middle Magnet School New Construction and Renovations
|
<br />Advertisement for Bids<br />Sealed bids will be received in the Purchasing Department of the Rapides Parish School Board, 619 Sixth Street, Alexandria, Louisiana 71301, until 2:00 P.M., Local Time, Wednesday, March 26, 2025. At this time bids will be publicly opened and read aloud in the Rapides Parish School Board Room for:<br /> <br />ALEXANDRIA MIDDLE MAGNET SCHOOL<br />NEW CONSTRUCTION AND RENOVATIONS<br />Alexandria, Louisiana <br />RPSB Bid # 62-24-10<br />RPSB Project No: 207401<br />Architect’s Project Number: 22016/CRH<br /> <br />Bids may also be submitted electronically by visiting www.centralbidding.com.<br />Any proposal received after closing time will be returned unopened.<br /> <br />Complete Bidding Documents for this project are available in electronic format only. Plan holders are responsible for their own reproduction costs.<br /> <br /> <br />Electronic format from:Central Auction House at centralbidding.com for documents in electronic format and/or other information regarding this project. Fees may be associated with the use of this site.<br /> <br />Any bids received from bidders that are not recorded as having received complete bid documents from one of the sources named above shall be rejected.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier's check or Rapides Parish School Board Bid Bond Form written by a surety company licensed to do business in Louisiana, signed by the surety's agency or attorney-in-fact. Surety must be listed on the current U.S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond or must be a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A.M. Best's Key Rating Guide. If surety qualifies by virtue of Best’s listing, the amount of the Bond may not exceed ten percent of policyholders' surplus as shown in the latest A.M. Best's Key Rating Guide. The Bid Bond shall be in favor of the Rapides Parish School Board and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount. Surety must be listed currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal to or greater than the contract amount, or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If surety is qualified other than by listing on the Treasury list, the contract amount may not exceed fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A. M. Best's Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide nor fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety's agent or attorney-in-fact.<br /> <br /> A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />at 10:00 A.M. on Wednesday, March 12, 2025 in the Alexandria Middle Magnet School, 122 Maryland Avenue, Alexandria, LA.<br /> <br />Attendance at this conference is mandatory and bids shall be accepted only from Contractors that attend the mandatory pre-bid conference.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2156.2 for the classification of Building Construction. Bidder is required to comply with provisions and requirements of LA R.S.38:2212(B)5. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)5, the provisions and requirements of this Section and those stated in the bidding documents shall not be waived by any public entity.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />MR. JEFF POWELL, SUPERINTENDENT<br /><br /> <br />Please Advertise:<br />Friday, February 21, 2025<br />Friday, February 28, 2025<br />Friday, March 7, 2025
https://www.centralauctionhouse.com/rfp34205340-bid-62-24-10-alexandria-middle-magnet-school-new-construction-and-renovations.html
21-Feb-2025 8:00:00 AM CST |
26-Mar-2025 2:00:00 PM CDT |
Rapides Parish School Board |
RFP 26-40A: Category 1 Wide Area Network E-Rate Services
|
ADVERTISEMENT<br />Request for Proposal (RFP) for Category 1 Wide Area Network E-Rate Services (RFP #26-40A)<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide goods and services to the District to obtain a solution for E-Rate services throughout Rapides Parish in the District’s schools and support facilities. Rapides Parish School Board is seeking Internet services to all schools and administrative offices.<br />Proposal information may be obtained by sending a request to
[email protected] or from www.CentralAuctionHouse.com (fees may be associated with the use of this site).<br />Sealed proposals will be received in the Purchasing Department, in the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 9:00 A.M., March 25, 2025. Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and shall be marked “RFP # 26-40A Category 1 Wide Area Network E-Rate Services” with the proposer’s name.<br />Late proposals arriving after the state due date and time will not be considered and will be returned unopened.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br /> <br /> <br /> <br />Publication Dates:<br />February 26, 2025<br />March 5, 2025<br />March 12, 2025
https://www.centralauctionhouse.com/rfp99698259-rfp-26-40a-category-1-wide-area-network-e-rate-services.html
26-Feb-2025 8:00:00 AM CST |
26-Mar-2025 9:00:00 AM CDT |
Rapides Parish School Board |
RFP 26-06: Digital Copier / Multi-Function Devices
|
ADVERTISEMENT<br />Digital Copier/Multi-Function Devices<br /> <br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers who can demonstrate their ability to provide goods and services to the District to obtain a solution for centralized, digital copiers/multi-function devices throughout Rapides Parish in the District’s schools and support facilities. Rapides Parish School Board is seeking network capable digital multi-functioned devices, supplies, and device maintenance. <br />Proposals will be accepted in the Purchasing Department at the Rapides Parish School Board Building, 619 Sixth Street, Alexandria, LA 71301 until 2:00 p.m., Wednesday, April 16, 2025. Proposals received after the stated due date and time will not be considered and will be returned unopened.<br /> <br />To obtain the RFP specifications, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to P. O. Box 7117, Alexandria, Louisiana 71306. Specifications are also available at www.centralbidding.com (fees may be associated with the use of this site).<br /> <br />All bids must be accompanied by proposal security equal to $7,500.00. Security must be in the form of a bond (from a surety company licensed to conduct business in the State of Louisiana made payable to Rapides Parish School Board.<br /> <br />Proposals shall be submitted in sealed envelopes/packages clearly marked with the vendor’s name and “RFP #26-06: DIGITAL COPIER/MULTI-FUNCTION DEVICES” and delivered to: <br />Rapides Parish School Board 619 6th Street<br />Alexandria LA 71301<br />Attn: Purchasing Department<br /> <br /> <br />The Rapides Parish School Board reserves the right to reject any and all proposals; to accept all, part, or none of any proposal; and to waive as informality any minor irregularities.<br /> <br /> <br /> <br />Advertise:<br />March 14, 2025<br />March 21, 2025<br />March 28, 2025
https://www.centralauctionhouse.com/rfp2296123-rfp-26-06-digital-copier-multi-function-devices.html
14-Mar-2025 8:00:00 AM CDT |
16-Apr-2025 2:00:00 PM CDT |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD PUBLIC SALE OF SCHOOL BUSES
|
The Sabine Parish School Board is listing for public sale the following school buses:<br />Bus #137 Year 2000 Make International<br />Bus #124 Year 2001 Make Freightliner<br />Bus #100 Year 2001 Make International<br />Bus #15 Year 2002 Make Bluebird<br />Bus #EHS2 Year 2002 Make Bluebird<br />Bus #VAN Year 1993 Make Ford<br />Bus #16 Year 1999 Make Internatioal<br /> <br />The buses can be viewed by contacting Jonathan Campbell at phone number 318-431-6234 extension 212.<br /> <br />BIDS MUST BE SUBMITTED ON FORM PROVIDED BY SABINE PARISH SCHOOL BOARD A BID FORM CAN BE OBTAINED FROM SPSB CENTRAL OFFICE OR BY EMAILING
[email protected].<br /> <br />The envelope of the sealed bid should be clearly marked and submitted to:<br />SEALED BID FOR SCHOOL BUS<br />ATTENTION: NOLAN RIVERS<br />Director of Finance<br />Sabine Parish School Board<br />PO Box 1079<br />Many LA 71449<br /> <br />Bid Submission Deadline is March 26, 2025 at 1:15 PM.<br /> <br />While we welcome the public to bid on all buses, each will be sold individually.
https://www.centralauctionhouse.com/rfp64794036-sabine-parish-school-board-public-sale-of-school-buses.html
05-Mar-2025 12:00:00 AM CST |
26-Mar-2025 1:15:00 PM CDT |
Sabine Parish School Board |
Job#2024-10 Alterations & Additions to Many High School Fieldhouse
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div> <br /> Notice is hereby given that the Sabine Parish School Board will receive sealed bids from LA licensed general contractors until 2:00 P.M., Thursday April 03, 2025, for:<br /> <div style="text-align: center;">JOB #2024-10 ALTERATIONS & ADDITIONS<br />TO MANY HIGH SCHOOL FIELDHOUSE<br />MANY, LOUISIANA</div> <div style="text-align: justify;">Bids will be accepted until the date and time specified and will be publicly opened and read aloud at that time in the School Board’s Office, 695 Peterson Street, Many, LA 71449. 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.</div> <div style="text-align: justify;">A non-mandatory Pre-bid Conference will be held at 10:30 A.M. on Wednesday, March 25, 2025 at Many High School: 100 Tiger Drive, Many, LA 71449. 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 plan holders upon return of the documents, in good condition, no later than fifteen (15) days after bid receipt deadline. Deposits will not be refunded for late returns or for bid sets returned in poor condition. A USB flash drive or CD containing the bid set PDFs may be purchased from YWA for $20, payable by check to Yeager, Watson & Associates, LLC.<br /> <br />Bid-related materials and electronic bid submittals are available at: WWW.CENTRALBIDDING.COM. For questions relating to the electronic bidding process, please contact Central Bidding at (225) 810-4814. Bid set PDFs may also be viewed through the following Plan Rooms: LAGC, ConstructConnect, Dodge, or ISqFt (membership may be required for access).<br /> <br />The Sabine Parish School Board is an equal opportunity employer.<br /> </div>Mr. Shane Wright<br />Superintendent <br />Sabine Parish School Board<br /> <br />Publication Dates:<br /> <br />March 5, 2025<br />March 12, 2025<br />March 19, 2025
https://www.centralauctionhouse.com/rfp93973650-job2024-10-alterations-additions-to-many-high-school-fieldhouse.html
05-Mar-2025 8:00:00 AM CST |
03-Apr-2025 2:00:00 PM CDT |
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 |
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 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 |
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 |
St. Bernard Parish Government |
St. Bernard Water Treatment Plant Removal and Install New Sand and Anthracite, 1-6 Filters
|
ADVERTISEMENT FOR BIDS <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br /> <br />Sealed Bids will be received until the hour of 2:00 p.m., Tuesday, March 25, 2025 at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <br />St. Bernard Water Treatment PlantRemoval and Install New Sand and Anthracite<br />One Through Six Filters<br /> <br /> <br />To be a valid delivery, Sealed Bids must be delivered electronic by Central Bidding or by hand to<br />St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana during the normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m., Tuesday, March 25, 2025.<br /> <br />Sealed bids delivered to any other St. Bernard Parish Government location or other room number prior to the bid receipt deadline will not be considered.<br /> <br />Each bid must be accompanied by a certified check, cashier's check or bid bond acceptable to the Owner in the amount equal to at least five percent (5%) of the total amount bid and payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with all terms and conditions of the Contract Documents.<br /> <br />The specifications are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, (504) 278-4314
[email protected] and may be secured from the office by only licensed contractors.<br /> <br />Bids may also be viewed and submitted online at www.centralauctionhouse.com.<br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to apply.<br /> <br /> <br />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br /><br /><br />
https://www.centralauctionhouse.com/rfp87458230-st-bernard-water-treatment-plant-removal-and-install-new-sand-and-anthracite-1-6-filters.html
27-Feb-2025 12:08:00 PM CST |
25-Mar-2025 2:00:00 PM CDT |
St. Bernard Parish Government |
RFQ - Engineering Services Emergency Backup Generators DR-4611-0126-LA
|
ADVERTISEMENT<br /> REQUEST FOR QUALIFACATIONS<br />ST. BERNARD PARISH GOVERNMENT<br />STATE OF LOUISIANA<br /> <br />St. Bernard Parish Government invites qualified engineering firms to submit a Statement of Qualifications for the following project:<br />St. Bernard Parish<br />Engineering Services<br />Emergency Backup Generators<br />DR-4611-0126-LA<br /> <br />ENGINEERING FEE: TO BE NEGOTIATED<br /> <br />St. Bernard Parish Government desires to hire a qualified consultant to assist with the evaluation and assessment of various sites, development of design plans, construction bidding and oversight for the installation of emergency back-up generators. In particular, the proposed service includes site evaluations to determine maximum continuous run time, peak load, and required starting and<br />running watts for generators at enclosed locations. Evaluation of utility lines, design plans to include utility connections, and generator pad or platform with security fencing, as needed.<br /> <br />This project and the procedures for the selection of this firm will be in accordance with all requirements of the Federal Emergency Management Agency’s Hazard Mitigation Assistance (HMA), Housing and Urban Development, Louisiana Office of Community Development, Federal Code of Regulations (2CRF200), the State of Louisiana, and the standard of St. Bernard Parish. All responses received will be evaluated in accordance with the selection criteria identified in the Advertisement and Request for Qualifications information packet available from the Parish. That information also identifies the scope of services to be performed by the selected firm.<br /> <br />All engineering firms shall also be registered with the Louisiana State Board of Registration for Professional Engineers and Land Surveyors, in accordance with LA RS 37:689. A copy of the current Certificate(s) of Registration shall be attached to each Statement of Qualification. Failure to be registered and in good standing with the aforementioned board will lead to the rejection of qualifications statement. <br /> <br />St. Bernard Parish Government will award the project to the respondent obtaining the highest recommendation and points based upon a section committee review of the submitted Statement of Qualifications and work references.<br /> <br />Selection Criteria<br /> <br />All responses to this solicitation will be evaluated according to the following criteria and will be evaluated on the basis of any written materials submitted along with verification of previous references. Incomplete or misleading/incorrect information may result in disqualification of a submittal. After initial qualification, the highest scoring firm will be interviewed for reasonable cost negotiation and pricing considerations in relationship to fees and experience.<br /> <br />The following general criteria, in combination with the enclosed Score Card, will be used in evaluating the Qualifications Statements:<br /> <br />Capability to perform all or most of the services required for the project.<br />Recent experience with project comparable to the proposed project.<br />Reputation for personal and professional integrity and competence.<br />Professional background and caliber of key personnel.<br />Capability to meet schedules and deadlines.<br />Capability to complete projects without having major construction cost escalations or overruns.<br />Qualifications and experience of outside consultants regularly engaged by the Engineer under consideration.<br />Quality of projects previously undertaken.<br />Familiarity with the project location necessary to fully understand the physical limitations, constraints etc. associated with the project.<br /> Knowledge of FEMA HMA, FHWA, LADOTD, and Parish regulations, policies, and procedures. <br />The contract for this project will be awarded through a qualifications-based selection process. This process shall consist of evaluation of written Qualification Statements. All qualification statements will be reviewed by the Parish selection committee. After contract negotiations, the selected firm will be presented to the Parish President for authorization to enter into a contract for this project.<br /> <br />SCORE CARD<br /> <br />Weighted Points<br />Firm/Team Qualifications and Experience<br />Firm shall be evaluated based on project specific experience and resources. Primary focus should be on the prime consultant’s experience; however, other team members must be considered.<br /> <br />0 – 30<br />Key Personnel Qualifications and Experience<br />Specific personnel experience with similar projects must be considered. While firm Principals are listed, they traditionally have little involvement in the design; emphasis should be placed on the project managers and project engineers.<br /> <br />0 – 30<br />Local Project Experience<br />Consideration must be given to the firm/team that can show experience with the Parish, local criteria, codes, policies, procedures, and standards to successfully facilitate project completion.<br /> <br />0 – 15<br />Proposal/Project Understanding<br />Firm RFQ should identify understanding of project scope, the past work experience for both the firm and the personnel should properly reflect project scope.<br /> <br />0 – 20<br />Current Workload and Project Awards<br />Number and size of projects currently under contract must be considered in relation to available staff.<br /> <br />0 – 5<br /> <br />Total Possible Points = 100<br /> <br />Request for Qualifications Package:<br />Interested parties are invited to secure a RFQ Package from the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043 (504) 278-4314. Packages may be secured from the office between the hours of 8:00 a.m. to 4:30 p.m. Monday thru Friday (except legal holidays) or requested by e-mail at
[email protected]. Packages may be obtained from St. Bernard Parish Government Department of Public Works upon request.<br />Qualification Package may also be viewed and submitted online at www.centralauctionhouse.com.<br />Submittal Date and Time:<br />Sealed Request for Qualifications Packages will be received until the hour of 10:00 a.m. on Tuesday, April 1, 2025, in the St. Bernard Parish Government, Office of the Department of Public Works, located at 1125 East St. Bernard Highway, Chalmette, Louisiana.<br />To be a valid delivery, Sealed Qualifications Packages must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:00 a.m. to 4:30 p.m. Monday through Friday on or before 10:00 a.m. on Tuesday, April 1, 2025.<br />Sealed Qualifications Packages delivered to any other St. Bernard Parish Government location or other room number prior to the receipt deadline will not be considered.<br />Additional Information:<br /> <br />Federal funded contract(s) are subject to Federal Procurement Requirements with certification required by the Byrd Anti-Lobbying Amendment. Firms must actively be registered on Sam.gov www.sam.gov. Firms must make positive efforts to use small and minority owned business and women business enterprises as required by 2 CFR 200.321. In addition, CDBG contract(s) must comply with CDBG compliance provisions for professional services.<br /> <br />Compliance with Section 404 of the Robert T. Stafford Disaster Relief and Emergency Assistance Act is required for HMGP funded projects. Compliance Provisions for CDBG Professional Services must be complied to related CDBG funding projects.<br /> <br />The Contractor agrees to abide by the requirements of the Title VI and Title VII of the Civil Rights Act of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order 11246 and 11375, the Federal Rehabilitation Act of 1973, as amended, the Vietnam Era Veteran's Readjustment Assistance Act of 1974, Title IX of the Education Amendments of 1972, the Age Act of 1975, and Contractor agrees to abide by the requirements of the Americans with Disabilities Act of 1990. Contractor agrees not to discriminate in its employment practices, and will render services under this contract without regard to race, color, religion, sex, national origin, veteran status, political affiliation, or disabilities. Any act of discrimination committed by Contractor, or failure to comply with these statutory obligations when applicable shall be grounds for termination of this agreement/contract.<br />The St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish encourages all small and minority-owned firms, DBE, veteran, women’s business enterprises, and Section 3 businesses to apply. Responding firms are encouraged to utilize minority participation in this contract through the use of disadvantaged and women-owned businesses as suppliers or sub-contractors, etc.<br /> <br /> <br />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp6480219-rfq--engineering-services-emergency-backup-generators-dr-4611-0126-la.html
28-Feb-2025 9:48:00 AM CST |
01-Apr-2025 10:00:00 AM CDT |
St. Bernard Parish Government |
St. Bernard Parish Sheriff’s Office Headquarters, Exterior Waterproofing Renovations
|
<h1>ADVERTISEMENT FOR BIDS</h1> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br /> <br />Sealed Bids will be received until the hour of <b>2:00 p.m., on Tuesday, April 1, 2025</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <h2>St. Bernard Parish Government</h2><b>St. Bernard Parish Sheriff’s Office Headquarters, Exterior Waterproofing Renovations</b><br /> <br />To be a valid delivery, Sealed Bids must be delivered electronic by Central Bidding or by hand to<br />St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana during the normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m., <b>Tuesday, April 1, 2025.</b><br /> <br /><b><u>Sealed bids delivered to any other St. Bernard Parish Government location or other room number prior to the bid receipt deadline will not be considered. </u></b><br /> <br />This project consists of furnishing all supervision, labor, equipment, and materials necessary to <b>repair and renovate the St. Bernard Parish Sheriff’s Office Headquarters located at 2 Courthouse Square in Chalmette, Louisiana.</b><br /> <br />Each bid must be accompanied by a certified check, cashier's check or bid bond acceptable to the Owner in the amount equal to at least five percent (5%) of the total amount bid and payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with all terms and conditions of the Contract Documents.<br /> <br />A Pre-Bid Conference will be held on<b> Tuesday, March 18, 2025 at 10:00 a.m.</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana. All bidders and sub-contractors are encouraged to attend.<br /> <br />The drawings and specifications are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, and may be secured from the office of <b>M</b><b>eyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001 (Phone: (504) 885-9892)</b> by only licensed contractors upon payment of <b><u>$75.00 for a hard copy set and/or a non-refundable fee of $25.00 for an electronic set on compact disc</u></b>. 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. Questions about this procedure shall be directed to the Architect/Engineer.<br /> <br /><b>Bids may also be viewed and submitted online at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>.</b><br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to apply.<br /> <br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br /> <br />
https://www.centralauctionhouse.com/rfp12187448-st-bernard-parish-sheriffs-office-headquarters-exterior-waterproofing-renovations.html
06-Mar-2025 3:22:00 PM CST |
01-Apr-2025 2:00:00 PM CDT |
St. Charles Parish Government |
St. Charles Parish Edward A. Dufresne Community Center Chiller Replacement/Upgrade
|
SECTION 00010<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Parish of St. Charles, hereby advertises bids for construction of Edward A. Dufresne Community Center Chiller Replacement/Upgrade as follows:<br /> <br />Owner: St. Charles Parish<br /> <br />Project Title: Edward A. Dufresne Community Center Chiller Replacement/Upgrade<br /> <br />Project No.: GB240701<br /> <br />Principal Work Location: 274 Judge Edward Dufresne Pkwy. Luling LA 70070<br /> <br />Description of Basic Work: Replacement of existing Air-Cooled Chiller, along with the addition of a new redundant Air-Cooled Chiller. Work includes full integration of replacement and new chiller to building systems including but not limited to piping, BAS, electrical, etc.<br /> <br />Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057, either by registered or certified mail with return receipt requested, or hand delivered, or electronically submitted at www.centralbidding.com, no later than 1:00P.M. local time on March 18, 2025. Promptly thereafter, the bids will be publicly opened and read aloud in the 2nd floor 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, Huseman & Associates, LLC 3501 N. Causeway Blvd. Ste.710, Metairie, LA. 70002<br /> <br />A payment of $ 300.00 in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D).<br /> <br />Pre-Bid Conference: A Pre-Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on February 25, 2025 at 10:00 a.m. the St. Charles Parish Edward Dufresne Community Center, 274 Judge Edward Dufresne Pkwy. Luling., LA 70070. Attendance of the Pre-Bid Conference is Mandatory.<br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid.<br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title.<br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation.<br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening.<br /> <br /> <br />St. Charles Parish Council<br />Matthew Jewell, Parish President<br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br />The Advocate (Baton Rouge)<br />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /> <br />Thursday, February 06, 2025<br />Thursday, February 13, 2025<br />Thursday, February 20, 2025
https://www.centralauctionhouse.com/rfp51281857-st-charles-parish-edward-a-dufresne-community-center-chiller-replacementupgrade.html
06-Feb-2025 12:00:00 AM CST |
18-Mar-2025 1:00:00 PM CDT |
St. Charles Parish Government |
Montz Pump Station No. 1
|
ADVERTISEMENT FOR BIDS <br /> <br />The Parish of St. Charles, hereby advertises bids for construction of Montz Pump Station No. 1 (P210301) as follows: <br /> <br />Owner: St. Charles Parish <br /> <br />Project Title: Montz Pump Station No. 1 <br /> <br />Project No.: P210301 <br /> <br />Principal Work Location: Montz, LA <br /> <br />Description of Basic Work: Construct a new drainage pump station with discharge over the Bonnet Carré Spillway upper guide levee. <br /> <br />Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3<br />rd 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 March 18, 2025. Promptly thereafter, the bids will be publicly opened and read aloud in the Parish Council Chambers of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. <br /> <br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available to Contractors who are properly licensed in Louisiana or to bona fide <br />suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, GIS Engineering, LLC. 935 Gravier Street, New Orleans, LA 70112. <br /> <br />A payment of $ 200.00 in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D). <br /> <br />Pre-Bid Conference: A Pre-Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on February 19, 2025 at 10:00 a.m. the St. Charles Parish Department of Public Works and Wastewater, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is Mandatory. <br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid. <br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title. <br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation. <br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening. <br /> <br /> <br />St. Charles Parish Council <br />Matthew Jewell, Parish President
https://www.centralauctionhouse.com/rfp46036014-montz-pump-station-no-1.html
06-Feb-2025 12:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
St. Charles Parish Government |
S230501 River Oaks Lift Station Replacement
|
Owner: St. Charles Parish<br /> <br />Project Title: RIVER OAKS LIFT STATION REPLACEMENT <br /> <br />Project No.: S230501<br /> <br />Principal Work Location: West Bank of the Parish near 430 River Oaks Dr.<br /> <br />Description of Basic Work: 1. Construction of a new duplex submersible sewerage pumping station, complete with pumps, piping, valves, and electrical appurtenances. 2. Construction of interconnecting gravity sewerage and forced sewerage main piping. 3. Roadway restoration. 4. Demolition of the existing pumping equipment and backfilling of the existing steel dry pit structure. 5. Appurtenant civil, structural, mechanical, and electrical construction.<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 March 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 in Adobe portable document format (.pdf) only 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, Fairway Consulting + Engineering, LLC; 827 W. 22nd Ave., Covington, Louisiana 70433.<br /> <br /><b>Pre?Bid Conference: A Pre?Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on February 25, 2025 at 10 a.m. the St. Charles Parish Department of Public Works and Wastewater, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is Non-Mandatory.</b><br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid.<br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title.<br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation.<br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening.<br /> <br /> <br />St. Charles Parish Council<br />Hon. Matthew Jewell, Parish President<br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /> <br />Thursday, February 06, 2025<br />Thursday, February 13, 2025<br />Thursday, February 20, 2025
https://www.centralauctionhouse.com/rfp95810735-s230501-river-oaks-lift-station-replacement-.html
06-Feb-2025 12:00:00 AM CST |
20-Mar-2025 11:00:00 AM CDT |
St. Charles Parish Government |
WWKS 113 - LA 18 Cast Iron Water Main Replacement, Phase III
|
Principal Work Location: Along LA 18, Hahnville, from Fashion Plantation Blvd. to Annie Lane (+/- 0.9 miles)<br /> <br />Description of Basic Work: a “new” waterline to replace the existing cast iron system from approximately Fashion Plantation Blvd. to Annie Lane, along LA 18 in Hahnville, LA.<br /> <br />
https://www.centralauctionhouse.com/rfp40509240-wwks-113--la-18-cast-iron-water-main-replacement-phase-iii.html
13-Mar-2025 12:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
St. Charles Parish Government |
Construction Management at Risk (CMAR) for Hahnville Branch Library
|
REQUEST FOR QUALIFICATIONS<br />Construction Management at Risk (CMAR) Contractor for<br />St. Charles Parish<br />Hahnville Branch Library Construction Project<br /> <br />Notice is hereby given that St. Charles Parish (SCP) is requesting statements of qualifications for a Construction Management at Risk (CMAR) contractor to perform pre-construction services for the Hahnville Branch Library Construction Project. A<b>ll Request for Qualifications (RFQ) documents will be available on SCP’s website at https://www.stcharlesparish.gov/government/component-pages/bids-and-proposals, as well as Central Bidding’s website, on Thursday, February 27th, 2025.</b><br /> <br /><b>Proposals must be submitted in writing, no later than 2:00 PM (CDT), on Tuesday, April 1st 2025, to be considered.</b> Respondents shall follow the instructions given in this Request for Qualifications (RFQ) in order to respond with a valid proposal for evaluation by St. Charles Parish Library Evaluation Committee. <b>Proposals will only be accepted via hand delivery at the St. Charles Parish Library East Regional Library at 160 West Campus Drive, Destrehan LA 70047. No proposal will be accepted electronically.</b><br /> <br /><b>All inquiries shall be directed to the Grace Hebert Curtis Architect at
[email protected], with a copy to Ms. Leann Benedict, Director of St. Charles Parish Library
[email protected] by Monday, March 24, 2025 at 2:00PM (CDT). Addenda to this RFQ will be issued via SCP’s website and Central Bidding by Thursday, March 27, at 2:00PM (CDT). </b>All forms required will be posted on SCP’s website at https://www.stcharlesparish.gov/government/component-pages/bids-and-proposals.<br /> <br />Pre-Proposal Meeting<br /> <br /><b>A Pre- Proposal Meeting will be held at 10:00 AM Thursday, March 20, 2025 at St. Charles Parish Library West Regional Library at 105 Lakewood Drive, Luling LA 70070 and will be followed by an optional visit to the site at 15090 River Road, Hahnville LA 70057. Attendance at this Pre – Proposal Meeting is Mandatory.</b><br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br /> <br />Thursday, February 27, 2025<br />Thursday, March 06, 2025<br />Thursday, March 13, 2025
https://www.centralauctionhouse.com/rfp58202931-construction-management-at-risk-cmar-for-hahnville-branch-library.html
27-Feb-2025 12:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
St. Charles Parish Public Schools |
Request for Qualifications for Employee Benefits Brokerage Services and Consulting
|
St. Charles Parish Public Schools (“SCPPS”) is seeking qualifications from licensed insurance brokers to assist SCPPS in providing a full range of services related to the design, marketing, improvement, and compliance of SCCPS’ employee benefits program for all employees and retirees. Qualifications are to be submitted electronically. Herein, the words “respondent(s)”, “vendor(s)”, “firm(s)”, or “proposer(s)” are used interchangeably, and refer to the entity who is submitting such a proposal.<br />Interested firms are invited to submit proposals to SCPPS electronically via the Central Auction House website located at the “Online Bids & RFPs” link under the Resources tab at the SCPPS website https://www.wearescpps.org. Questions should be submitted electronically via the online site no later than March 03, 2025. Firms are responsible for checking the website above periodically for any updates or revisions to the RFQ. SCPPS will not accept any paper or emailed submissions. All proposals must be submitted via Central Auction House.<br />All proposals will be accepted until 4:00 pm Central Standard Time on March 31, 2025. All Qualifications received will be taken under advisement as submitted by the assigned date and time at SCPPS. All requirements must be addressed in your proposal. Non-responsive proposals will not be considered. Failure to follow these instructions could result in disqualification of the qualification. SCPPS reserves the right to reject any and all proposals. <br /><br />All qualifications, whether selected or rejected, shall become the property of the SCPPS. All information submitted with the proposal must be typed or legibly written. <br />This RFQ does not commit SCPPS to award a contract or pay any costs incurred in the preparation of a proposal responsive to this request. SCPPS reserves the right to accept all or part of any proposal or to cancel in part or in its entirety this RFQ. SCPPS further reserves the right to accept the proposal that it considers to be in the best interest of SCPPS. Firms are not allowed to contact other SCPPS departments, schools or centers about the RFQ. After thirty (30) days from delivery of written notice to either the school district or the successful proposer without cause and without prejudice to any other right or remedy, either party may elect to abandon and terminate this agreement.
https://www.centralauctionhouse.com/rfp77837706-request-for-qualifications-for-employee-benefits-brokerage-services-and-consulting.html
20-Feb-2025 10:20:37 AM CST |
31-Mar-2025 4:00:00 PM CDT |
St. Charles Parish Public Schools |
Request for Proposals Emergency Construction of Building Components and /or Grounds
|
Request for Proposals Emergency Construction of Building Components and /or Grounds
https://www.centralauctionhouse.com/rfp53991572-request-for-proposals-emergency-construction-of-building-components-and-or-grounds.html
27-Feb-2025 12:00:00 AM CST |
25-Mar-2025 11:00:00 AM CDT |
St. Charles Parish Public Schools |
Request for Proposals Environmental Monitoring Services
|
Request for Proposals for Environmental Monitoring Services
https://www.centralauctionhouse.com/rfp58899612-request-for-proposals-environmental-monitoring-services.html
27-Feb-2025 12:00:00 AM CST |
25-Mar-2025 11:45:00 AM CDT |
St. Charles Parish Public Schools |
Request for Proposals for Debris Monitoring Services
|
Request for Proposals for Debris Monitoring Services
https://www.centralauctionhouse.com/rfp36013338-request-for-proposals-for-debris-monitoring-services.html
27-Feb-2025 12:00:00 AM CST |
25-Mar-2025 11:30:00 AM CDT |
St. Charles Parish Public Schools |
Request for Proposals for Emergency Janitorial and Restoration Services
|
Request for Proposals for Emergency Janitorial and Restoration Services
https://www.centralauctionhouse.com/rfp36082068-request-for-proposals-for-emergency-janitorial-and-restoration-services.html
27-Feb-2025 12:00:00 AM CST |
25-Mar-2025 12:15:00 PM CDT |
St. Charles Parish Sheriff's Office |
St. Charles Parish Sheriff's Office Exterior Improvements
|
ADVERTISEMENT FOR BIDS<br />PROJECT IDENTIFICATIONSealed bids are requested by the St. Charles Parish Sheriff’s Office from general contractors for construction of:<br />ST. CHARLES PARISH SHERIFF’S OFFICE<br />EXTERIOR IMPROVEMENTS<br />Bids will be received at the St. Charles Parish Sheriff’s Office, 260 Judge Edward Dufresne Parkway, Luling, LA 70070 at 2:00 P.M., LOCAL TIME, MARCH 20, 2025 at which time the bids will be publicly opened and read aloud in the conference room.<br />BID DOCUMENTS AND DEPOSITSComplete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit by visiting the public projects area at www.cityblueprint.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through City Blueprint & Supply or most other reprographic firms. Please note that Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to:<br />City Blueprint & Supply Co.<br />1904 Poydras Street<br />New Orleans, LA 70112<br />Phone: 504-522-0387<br />Email:
[email protected]<br />All other questions regarding the scope of work of the project should be directed to the Project Architect in writing via email only:
[email protected].<br />BID SECURITY AND PERFORMANCE AND PAYMENT BONDSBids must be accompanied by a bid security at least equal to five percent (5%) of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond. The successful bidder will be required to furnish a performance bond and a payment bond, each in an amount equal to one hundred percent (100%) of the contract amount.<br />Contract, if awarded, will be on the basis of the lowest responsive and responsible bidder, if within the budget. No bid may be withdrawn for a period of 45 days after bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq.<br /> <br /> <br />REJECTION OF BIDSSt. Charles Sheriff Sheriff’s Office reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities as allowed by law.<br />PRE-BID CONFERENCEA PRE-BID CONFERENCE will be held at the project site, 260 Judge Edward Dufresne Parkway, Luling, LA 70070 on March 11, 2025 at 10:00 a.m. Attendance at this pre-bid conference is MANDATORY.<br />ADVERTISEMENT DATES <br /> LEGAL AD TO RUN: <br />February 20, 2025<br />February 27, 2025<br />March 6, 2025<br /> <br /> <br />St. Charles Parish Sheriff’s Office<br /> Sheriff Greg Champagne<br />260 Judge Edward Dufresne Parkway<br />Luling, LA 70070<br />
https://www.centralauctionhouse.com/rfp25450108-st-charles-parish-sheriffs-office-exterior-improvements.html
20-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
St. Helena Parish School District |
Milk And Milk Products Bid 2025-2025
|
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. Official bidding documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp92127637-milk-and-milk-products-bid-2025-2025.html
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Bread & Bread Product bid 2025- 2026
|
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. Official bidding documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp92120201-bread-bread-product-bid-2025-2026.html
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Processed Food Products Bid 2025- 2026
|
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. Official bidding documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp63133034-processed-food-products-bid-2025-2026.html
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Frozen Foods Bid 2025-2026
|
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. Official bidding documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp45447508-frozen-foods-bid-2025-2026.html
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Paper and Chemicals Bid 2025-2026
|
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. Official bidding documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp11025397-paper-and-chemicals-bid-2025-2026-.html
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Waste Services Bid 2024-2025
|
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. Official bidding documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp92109038-waste-services-bid-2024-2025.html
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Pest Control bid 2025-2026
|
March 10, 2025 <br /><br />St. Helena Parish School District <br /><br />BIDS START: March 13, 2025 <br /><br />INVITATION TO BID <br /><br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street <br /><br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories. <br /><br /> <br /><br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes) <br /><br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS <br /><br />FROZEN FOOD PRODUCTS <br /><br />BREAD & BREAD PRODUCTS <br /><br />MILK & MILK PRODUCTS <br /><br />PAPER & CHEMCIALS <br /><br />PEST CONTROL <br /><br />WASTE SERVICE <br /><br />All bids will be opened at the St. Helena Parish Central Office on <br /><br />Thursday April 24, 2025, 10:00 a.m. <br /><br /> <br /><br />THE PUBLIC IS INVITED <br /><br />Vendors should make sure sealed bids are clearly marked with the correct bid category. <br /><br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441. <br /><br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder. <br /><br /> <br /><br />All bids received after 4:00 p.m. on Tuesday April 22, 2025. <br /><br />Will not be accepted due to late submission. <br /><br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date. <br /><br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”. <br /><br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. Official bidding documents can be downloaded from Central Bidding at?www.centralbidding.com.? Electronic bids can be submitted at?www.centralbidding.com.? For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814 <br /><br /> <br /><br />Publish on the following days: March 11, and April 10, 2025 <br /><br /> <br /><br />This Institution is an equal opportunity provider. <br /><br />
https://www.centralauctionhouse.com/rfp29605973-pest-control-bid-2025-2026.html
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. James Parish Government |
Gas Meters Twelve (12) Month Period
|
ST. JAMES PARISH GOVERNMENT<br /> <br />NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received by St. James Parish Government, 5800 Hwy 44, Convent, LA, 70723 Operations Department 3rd floor until 2:00 P.M., on Wednesday, April 2, 2025, at which time bids will be publicly opened and read aloud for the purchase of the following equipment:<br /> <br />GAS METERS – TWELVE (12) MONTH PERIOD<br />Detailed specifications and proposal forms can be obtained from St. James Parish Government Operations Office located at 5800 Hwy 44, Convent, LA 70723 3rd floor between the hours of 8:00 A.M. and 3:30 P.M., Monday-Thursday and 8:00-10:00 on Friday, or by emailing Ryan Larousse @
[email protected], except holidays or by electronic bid at www.centralauctionhouse.com.<br /> <br />All bids shall be submitted in a sealed envelope and bearing the Bidder’s name, address and must be addressed as Follows:<br /> <br />PROPOSAL: GAS METERS – TWELVE (12) MONTH PERIOD<br /> <br />ADDRESS : 5800 La. Hwy. 44<br /> P.O. Box 106 Convent, LA 70723<br /> <br />Any bid received after the deadline specified will not be accepted and will be returned unopened.<br /> <br />Bids shall be evaluated and awarded, based on the lowest qualified bid that is in compliance with the bid specifications. St. James Parish reserves the right to reject any and all bids or any portions thereof or to accept any bid(s) which in the opinion of the St. James Parish Council will be in the best interest of the Parish and to waive all informalities.<br /> <br />Owner:St. James Parish Government By: Rick Webre<br />Advertisement Dates: March 20, 2025<br />March 27, 2025<br />
https://www.centralauctionhouse.com/rfp19242332-gas-meters-twelve-12-month-period.html
20-Mar-2025 12:00:00 AM CDT |
02-Apr-2025 2:00:00 PM CDT |
St. John the Baptist Parish Government |
RFP 2025.03 Chemical Control and Canal Spraying
|
RFP 2025.03 Chemical Control and Canal Spraying
https://www.centralauctionhouse.com/rfp82675833-rfp-202503-chemical-control-and-canal-spraying.html
26-Feb-2025 9:11:00 AM CST |
20-Mar-2025 9:45:00 AM CDT |
St. John the Baptist Parish Government |
RFQ 2025.04 -Green Infrastructure Pilot Project
|
RFQ 2025.04 -Green Infrastructure Pilot Project
https://www.centralauctionhouse.com/rfp68812080-rfq-202504-green-infrastructure-pilot-project.html
06-Mar-2025 2:35:00 PM CST |
28-Mar-2025 9:45:00 AM CDT |
St. John the Baptist Parish Public Schools |
Bid 25.101Air Conditioning Parts
|
The St. John the Baptist Parish School Board will receive sealed bids for the following: <br />Air Conditioning Parts <br />
https://www.centralauctionhouse.com/rfp51569493-bid-25101air-conditioning-parts--.html
26-Feb-2025 11:00:00 AM CST |
26-Mar-2025 11:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Bid 25.15 Plumbing supplies
|
The St. John the Baptist Parish School Board will receive sealed bids for the following: Plumbing Supplies <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp23147986-bid-2515-plumbing-supplies-.html
26-Feb-2025 10:00:00 AM CST |
26-Mar-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Bid 25.13 Electrical Supplies
|
The St. John the Baptist Parish School Board will receive sealed bids for Electrical Supplies <br /> <br /> <br /><br />
https://www.centralauctionhouse.com/rfp30430012-bid-2513-electrical-supplies-.html
26-Feb-2025 6:00:00 PM CST |
26-Mar-2025 10:30:00 AM CDT |
St. John the Baptist Sheriff's Office |
TRAINING CENTER SJPSO RENOVATIONS
|
ADVERTISEMENT FOR BIDS<br />PROJECT IDENTIFICATIONSealed bids are requested by the St. John the Baptist Parish Sheriff’s Office from general contractors for construction of:<br />LLOYD B. JOHNSON LAW ENFORCEMENT<br />TRAINING CENTER SJPSO RENOVATIONS<br />Bids will be received at the Lloyd B. Johnson Law Enforcement Training Center, 947 Cambridge Drive, LaPlace, LA 70068 at 2:00 P.M., LOCAL TIME, MARCH 27, 2025 at which time the bids will be publicly opened and read aloud.<br />BID DOCUMENTS AND DEPOSITSComplete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit by visiting the public projects area at www.cityblueprint.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through City Blueprint & Supply or most other reprographic firms. Please note that Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to:<br />City Blueprint & Supply Co.<br />1904 Poydras Street<br />New Orleans, LA 70112<br />Phone: 504-522-0387<br />Email:
[email protected]<br />All other questions regarding the scope of work of the project should be directed to the Project Architect in writing via email only:
[email protected].<br />BID SECURITY AND PERFORMANCE AND PAYMENT BONDSBids must be accompanied by a bid security at least equal to five percent (5%) of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond. The successful bidder will be required to furnish a performance bond and a payment bond, each in an amount equal to one hundred percent (100%) of the contract amount.<br />Contract, if awarded, will be on the basis of the lowest responsive and responsible bidder, if within the budget. No bid may be withdrawn for a period of 45 days after bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq.<br /> <br /> <br />REJECTION OF BIDSSt. John the Baptist Sheriff’s Office reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities as allowed by law.<br />PRE-BID CONFERENCEA PRE-BID CONFERENCE will be held at the project site, 947 Cambridge Drive, LaPlace, LA 70068 on March 18, 2025 at 10:00 a.m. Attendance at this pre-bid conference is MANDATORY.<br />ADVERTISEMENT DATES <br /> LEGAL AD TO RUN: <br />February 26, 2025<br />March 5, 2025<br />March 12, 20<br /> <br /> <br />St. John the Baptist Parish Sheriff’s Office<br /> Sheriff Mike Tregre<br />1801 W. Airline Highway<br />LaPlace, LA 70068
https://www.centralauctionhouse.com/rfp20560328-training-center-sjpso-renovations.html
26-Feb-2025 4:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
St. Martin Parish Government |
ROADWAY IMPROVEMENTS FOR PETROLEUM PARKWAY EXTENSION
|
Notice is hereby given that sealed bids will be received either electronically at http://www.centralbidding.com or at St. Martin Parish Government, in the Carroll J. Fuselier Parish Council Meeting Room, at the St. Martin Parish Annex Building, located at 301 West Port Street, St. Martinville, Louisiana 70582 until 10:00 a.m. Central Time on March 26, 2025, for the following:<br /> <br />ROADWAY IMPROVEMENTS FOR PETROLEUM PARKWAY EXTENSION<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 work shall consist of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc. for approximately 1 mile of replacement of asphalt concrete pavement with Portland cement concrete pavement and drainage improvements (subsurface drainage, side drains, roadside ditch regrading & installation of reinforced concrete box culvert) along Petroleum Parkway Extension in St. Martin Parish. All work shall be completed within 200 working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 contractors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Contractor may request the bid package electronically from C.H. Fenstermaker & Associates, LLC (337) 237-2200, Attention: Joshua L. Laborde, P.E.<br /> <br />Bidders 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. Martin Parish Government the original documents. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid. If a vendor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non responsive.<br />
https://www.centralauctionhouse.com/rfp65424070-roadway-improvements-for-petroleum-parkway-extension.html
12-Feb-2025 12:00:00 AM CST |
26-Mar-2025 10:00:00 AM CDT |
St. Martin Parish Government |
HERMAN DUPUIS ROAD IMPROVEMENTS PROJECT
|
Notice is hereby given that sealed Bids will be received by the St. Martin Parish Government, State of Louisiana, for roadway improvements for the HERMAN DUPUIS ROAD IMPROVEMENTS PROJECT, and other work in connection therewith.<br /> <br />Bids will be on a unit price basis; segregated Bids will not be accepted.<br /> <br />Bids will be received by the St. Martin Parish Government until 10:00 A.M., April 9th, 2025 at the Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana, 70582. Bids received after this time will not be accepted and will be returned unopened. Bids will be opened and publicly read aloud after specified closing time.<br /> <br />Complete sets of the Bidding Documents may be examined in the office of the Parish President in the Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana, or in the office of the Engineer, Duplantis Design Group, PC, 1308 Camellia Blvd., Suite 200, Lafayette, Louisiana.<br /> <br />Complete sets of the Bidding Documents may be obtained at the Engineer's office in accordance with the Instructions to Bidders upon payment of a deposit of one hundred twenty-five dollars ($125) for each set of documents to St. Martin Parish Government.<br /> <br />To qualify to bid, each bidder shall be a properly licensed Contractor in accordance with Louisiana Revised Statutes 37:2150-2163 for the classification of Highway, Street, and Bridge Construction. Contractors desiring to bid shall submit evidence that they hold license of proper classification in full force and effect at the time the bidding documents are requested from the office of the Engineers. The Contractor shall show his license number on the bid form and on the envelope containing his Bid.<br /> <br />A voluntary Pre-Bid Meeting is to be held at 9:00 a.m. on March 27, 2025 at the St. Martin Parish Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana, 70582.<br /> <br />Bidding documents shall not be issued later than 24 hours prior to the hour and date set for the opening of Bids. Bids must be submitted on forms provided by the Engineer.<br /> <br />Each Bid shall be accompanied by Bid Security made payable to St. Martin Parish Government in an amount of at least five percent of the Bidder's maximum Bid price and in the form of a certified check, cashier's check, or a Bid Bond. This check or Bid Bond shall be given as a guarantee that the Bidder will execute the Agreement, should it be awarded to him.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with LA R.S. 38:2212(A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />Bid Forms and other related information is available to be viewed, downloaded, and submitted on-line at https://www.centralbidding.com/.<br />
https://www.centralauctionhouse.com/rfp32562188-herman-dupuis-road-improvements-project-.html
05-Mar-2025 12:00:00 AM CST |
09-Apr-2025 10:00:00 AM CDT |
St. Martin Parish School Board |
Fresh Produce
|
<b>Fresh Produce</b>
https://www.centralauctionhouse.com/rfp68867933-fresh-produce.html
06-Mar-2025 12:00:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Martin Parish School Board |
Grocery Bid
|
Grocery Bid
https://www.centralauctionhouse.com/rfp54967611-grocery-bid.html
06-Mar-2025 8:10:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Martin Parish School Board |
Milk & Milk Products
|
Milk & Milk Products
https://www.centralauctionhouse.com/rfp72117926-milk-milk-products.html
06-Mar-2025 8:11:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Martin Parish School Board |
Meat & Frozen Food Products
|
Meat & Frozen Food Products
https://www.centralauctionhouse.com/rfp52233521-meat-frozen-food-products.html
06-Mar-2025 8:12:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Martin Parish School Board |
Small Equipment & Supplies
|
Small Equipment & Supplies
https://www.centralauctionhouse.com/rfp72102460-small-equipment-supplies.html
06-Mar-2025 12:39:00 PM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Mary Parish Government |
MATERIAL SUPPLY CONTRCT 2025-2026
|
NOTICE IS HEREBY given by St. Mary Parish Government that sealed bids will be received at the office of the St. Mary Parish Purchasing Department, Fifth Floor Courthouse, Franklin, Louisiana 70538, until<br />10:00 A.M. on Thursday, March 27, 2025, at which time bids will be publicly opened and read aloud for:<br /> <br />“CATIONIC EMULSIFIED ASPHALT”<br />“WIRE ROPE”<br />“LIMESTONE BY PARISH TRUCKS”<br />“LIMESTONE BY VENDOR TRUCK”<br />“LIMESTONE BY BARGE”<br />“ALTERNATE DAILY COVER”<br /> <br />Bids received after the above-specified time will not be considered.<br />Specifications and contract documents for the above can be obtained upon request from the St. Mary Parish Purchasing Department, Fifth Floor Courthouse, Franklin, Louisiana 70538. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.
https://www.centralauctionhouse.com/rfp54969724-material-supply-contrct-2025-2026.html
12-Mar-2025 12:00:00 AM CDT |
27-Mar-2025 10:00:00 AM CDT |
St. Mary Parish Government |
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-phase-ii-four-corners-water-treatment-plant-renovations.html
19-Mar-2025 12:00:00 AM CDT |
17-Apr-2025 10:00:00 AM CDT |
St. Mary Parish School Board |
JS Aucoin Boiler Replacement
|
ADVERTISEMENT FOR BIDS<br /> <br /> ST. MARY PARISH SCHOOL BOARD<br />JS AUCOIN ELEMENTARY<br />BOILER REPLACEMENT<br />AMELIA, LA<br /> <br />Sealed bids for, JS AUCOIN ELEMENTARY BOILER REPLACEMENT, AMELIA, LA, ST. MARY PARISH, LOUISIANA for the St. Mary Parish School Board, Centerville, Louisiana, will be received until 11:00 AM CST on March 20, 2025, at the St. Mary Parish School Board Central Office Complex (Maintenance Department Conference Room), Centerville, Louisiana, after which the bids will be publicly opened and read aloud. Any bids received after the above mentioned time will be returned unopened. Electronic bids at www.centralbidding.com as allowed by Act 590 amended Title 38:2212 are acceptable. <br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL.<br /> <br />Copies of the contract documents are on file in the Central Office Complex, Centerville, Louisiana and the office of the Engineer, Associated Design Group, Inc., 3909 West Congress Street, Suite 201, Lafayette, Louisiana 70506, (337) 234-5710 and are open for inspection without charge.<br /> <br />Mechanical Contractors may obtain contract documents from the Engineer by paying a deposit of Twenty Five Dollars ($25.00). The full amount of the deposit, on the first set, will be refunded to each contractor who submits a bona fide bid, upon return of the documents in good condition within ten (10) days after the receipt of bids. Additional sets of plans and specifications, if available, may be obtained by Contractors and Material Dealers upon making a deposit in the amount named above. Upon return of these documents, in good condition, one half of the deposit will be refunded, the difference representing the cost of printing, assembling, and distributing the sets. No refund will be made on any set not returned in good condition within ten (10) days after the receipt of bids.<br /> <br />No bid may be withdrawn after the scheduled closing time for receipt of bids for thirty (30) days.<br /> <br />Each proposal must be accompanied by a bid bond, a certified check, or cashier's check in an amount equal to at least five percent (5%) of the amount bid, made payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute the contract documents. The bid security of all bidders, except the three lowest, will be returned promptly after the canvas of bids.<br /> <br />All contractors and/or subcontractors whose bid exceeds Fifty Thousand Dollars ($50,000.00) shall be licensed under R.S. 37:2151-2163 of Louisiana Law.<br /> <br />The St. Mary Parish School Board reserves the right to waive any and all informalities in, or to reject any/or all bids.<br /> <br />St. Mary Parish School Board <br /> <br />Dr. Buffy S. Fegenbush <br /> <br />Advertise: February 19, 2025<br /> February 26, 2025<br /> March 5, 2025<br />
https://www.centralauctionhouse.com/rfp73504551-js-aucoin-boiler-replacement.html
19-Feb-2025 6:00:00 PM CST |
20-Mar-2025 11:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Dry & Canned Purchased Foods Bid
|
https://www.centralauctionhouse.com/rfp93850905-2025-2026-dry-canned-purchased-foods-bid.html
06-Mar-2025 9:00:00 AM CST |
01-Apr-2025 9:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Paper & Cleaning Supplies Bid
|
https://www.centralauctionhouse.com/rfp65649646-2025-2026-paper-cleaning-supplies-bid.html
06-Mar-2025 9:00:00 AM CST |
03-Apr-2025 9:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Milk Bid
|
https://www.centralauctionhouse.com/rfp26571835-2025-2026-milk-bid.html
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 9:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Fresh Shell Eggs Bid
|
https://www.centralauctionhouse.com/rfp62937291-2025-2026-fresh-shell-eggs-bid.html
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 9:30:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Frozen or Fresh Chilled Juice Bid
|
https://www.centralauctionhouse.com/rfp67432669-2025-2026-frozen-or-fresh-chilled-juice-bid.html
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 10:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Fresh Produce Bid
|
https://www.centralauctionhouse.com/rfp93814186-2025-2026-fresh-produce-bid.html
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 10:30:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Small Kitchen Equipment Bid
|
https://www.centralauctionhouse.com/rfp53395676-2025-2026-small-kitchen-equipment-bid.html
08-Mar-2025 9:00:00 AM CST |
08-Apr-2025 9:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Frozen Foods & Meat Bid
|
https://www.centralauctionhouse.com/rfp75842637-2025-2026-frozen-foods-meat-bid.html
06-Mar-2025 9:00:00 AM CST |
02-Apr-2025 9:00:00 AM CDT |
St. Tammany Parish Fire District 1 |
St. Tammany FD1 New Training Classroom Building #2
|
St. Tammany Fire Protection District No. 1 522 Robert Blvd.<br />Slidell, LA 70458<br /> <br />St. Tammany Fire Protection District No. 1 will be accepting sealed bids for the construction of a 1,950 square foot new Training Facility located at 34780 S. Range Rd, Slidell, LA 70458 (On Camp Villere).<br /> <br />Those interested in submitting bids may obtain drawings and specifications, upon deposit of $400.00 at Dammon Engineering, Inc located at 554 Old Spanish Trail, Slidell La. 70458 or by emailing
[email protected] for information, or by downloading documents at Central Bidding.<br /> <br />Sealed bids shall be marked "SEALED-TRAINING FACILITY" and shall also contain the respondent's Louisiana Contractor's Name and License Number on the outside of the envelope. In accordance with La. R.S. 37:2163, the Contractor shall certify that he holds an active license. The contractor shall hold a Louisiana Contractor's license in Municipal & Public Works Construction and/or Building Construction.<br /> <br />Bids will be accepted through Central Bidding or manual submission. Manually-submitted bids can be submitted to the Receptionist at the St. Tammany Fire Protection District No. 1 Headquarters, 522 Robert Boulevard, Slidell, LA 70458 no later than 4:00 p.m., Thursday, March 20, 2025. Any bid received after 4:00 p.m. will be returned unopened.<br /> <br />In the case of an electronic bid, a contractor may submit an authentic digital signature on the electronic bid accompanied by the contractor's license number in order to meet the requirements of La. R.S. 37:2163. Except as otherwise provided in<br />R.S. 37:2163, if the bid does not contain the contractor's certification and show the contractor's license number on the bid envelope, the bid shall be automatically rejected and shall be returned to the bidder marked "Rejected" and shall not be read aloud.<br /> <br />Bids will be opened on Thursday, March 20, 2025, at 4:00 PM at Fire District Headquarters, 522 Robert Blvd, Slidell, LA 70458.<br /> <br />In accordance with La. R.S. 37:2163, the Contractor shall certify that he holds an active license under the provisions of La. R.S. 37:2163 and all architects, engineers, and awarding authorities shall place in their bid specifications the requirement.<br /> <br />There will be a mandatory pre-bid meeting held of all respondents at the jobsite at 34780 S. Range Rd, Slidell, LA 70460 (On Camp Villere) on Monday, March 10, 2025, at 10:00 AM. All prime respondents must have an officer, principal, manager, or supervisor present during the entire duration of the pre-bid meeting.<br /> <br />The signature on the bid must be that of an authorized representative of the corporation, partnership or other legal entity, as defined by Louisiana Public Bid Law Revised Statute 38:2212.A.(l)(c) which dictates parties authorized to submit bids for public contracts.<br /><br />All entities submitting a bid must have at least 5 years previous construction experience in the State of Louisiana. This requirement is applicable to all persons holding an ownership interest of five (5%) percent or greater in any partnership or joint venture submitting a bid.<br /> <br />All required Certificates of Liability Insurance shall list the Fire District as an "additional insured."<br /> <br />All applicable Federal, State, Local laws, ordinance, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout.<br /> <br />The bid must be accompanied by a bid security equal to five percent (5%) of the base bid and must be in the form of a certified check, cashier’s check or bid bond written by a company licensed to do business in Louisiana. If submitting a bid online, vendors must submit an electronic bid bond through the respective online clearing house 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. The successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in the amount equal to one hundred percent (100%) of the Bid amount. Certificates of Insurance will also be required<br /> <br />No bidder may withdraw his/her Bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />All proposals, bids and applications are welcomed. The Fire District encourages participation by Minority, Women-Owned, and Disadvantaged Business Enterprise firms.<br /> <br />Deposits are refundable to bonafide prime respondents and will be 50% refundable to all others with return of complete and unmarked documents no later than 10 days after receipt of bids.
https://www.centralauctionhouse.com/rfp17577178-st-tammany-fd1-new-training-classroom-building-2.html
19-Feb-2025 4:00:00 PM CST |
20-Mar-2025 4:00:00 PM CDT |
State of Louisiana Military Department |
BLDG 132 Modernization, Camp Minden, Minden, LA
|
See the attached solicitation for: BLDG 132 Modernization, Camp Minden, Minden, LA
https://www.centralauctionhouse.com/rfp52390772-bldg-132-modernization-camp-minden-minden-la.html
12-Feb-2025 12:00:00 AM CST |
26-Mar-2025 1:00:00 PM CDT |
State of Louisiana Military Department |
JB Exterior Lighting Retrofit, Jackson Barracks, New Orleans, LA
|
See attached Solicitation for: JB Exterior Lighting Retrofit, Jackson Barracks, New Orleans, LA
https://www.centralauctionhouse.com/rfp60318546-jb-exterior-lighting-retrofit-jackson-barracks-new-orleans-la.html
12-Feb-2025 12:00:00 AM CST |
19-Mar-2025 11:00:00 AM CDT |
State of Louisiana Military Department |
Gillis W. Long Bldg 125 Chillers Replacement, Gillis W. Long Center, Carville, LA
|
See attached Solicitation for: Gillis W. Long Bldg 125 Chillers Replacement, Gillis W. Long Center, Carville, LA
https://www.centralauctionhouse.com/rfp87266179-gillis-w-long-bldg-125-chillers-replacement-gillis-w-long-center-carville-la.html
26-Feb-2025 12:00:00 AM CST |
09-Apr-2025 10:00:00 AM CDT |
Tangipahoa Parish Government |
PONCHATOULA PEDESTRIAN IMPROVEMENTS
|
SEALED BIDS WILL BE RECEIVED BY TANGIPAHOA PARISH GOVERNMENT AT THE COUNCIL MEETING CHAMBERS AT 206 E MULBERRY ST. AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp59341934-ponchatoula-pedestrian-improvements.html
12-Feb-2025 10:33:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish Government |
TIRES BIDS
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, MARCH 26, 2025M AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp79499885-tires-bids.html
28-Feb-2025 8:44:00 AM CST |
26-Mar-2025 10:00:00 AM CDT |
Tangipahoa Parish Government |
TANGIPAHOA PARISH - PARISH WIDE GENERATOR PROJECT PARISH PROJECT NO 4611-F51 ELECTRICAL ENGINEERING
|
THIS PROJECT AND THE PROCEDURES FOR THE SELECTION OF THIS FIRM WILL BE IN ACCORDANCE WITH REQUIREMENTS OF THE FEDERAL EMERGENCY MANAGEMENT AGENCY'S HAZARD MITIGTION ASSISTANCE (HMA), FEDERAL CODE OF REGUALTIONS (2CRF200), THE STATE OF LOUISIANA, AND THE STANDARD OF TANGIPAHOA PARISH.
https://www.centralauctionhouse.com/rfp2299961-tangipahoa-parish--parish-wide-generator-project-parish-project-no-4611-f51-electrical-engineering.html
11-Mar-2025 8:25:00 AM CDT |
10-Apr-2025 3:00:00 PM CDT |
Tangipahoa Parish Government |
REQUEST FOR PROPOSALS-GIA PLANNING AND COORDINATION
|
TANGIPAHOA PRISH GOVERNMENT (THE PARISH) IS INTERESTED IN PROCURING THE SERVICES OF AN EXPERIENCED GIA PLANNING AND ENGINEERING CONSULTING FIRM WITH APPROPRIATE GOVERNMENT RELATED PROJECT/PROGRAM DEVELOPMENT EXPERIENCE AND A PROVEN TRACT RECORD IN GEOSPATIOAL STRATEGIC PLANNING FOR USE BY VARIOUS PARISH DEPARTMENTS AND AGENCIES. THE PROPOSED PROJECT/PROGRAM WILL BE DEVELOPED IN PHASES, WITH DEFINED SCOPES OF WORK AND CONSULTANT FEE/COSTS ESTABLISHED PER PHASE.
https://www.centralauctionhouse.com/rfp44810993-request-for-proposals-gia-planning-and-coordination.html
11-Mar-2025 8:59:00 AM CDT |
10-Apr-2025 3:00:00 PM CDT |
Tangipahoa Parish School System |
Advanced Career Center Gym and Kitchen Remediation Protocol and Asbestos Abatement
|
BID REQUIREMENTS<br /> <br />Advanced Career Center Gym and Kitchen Remediation Protocol and Asbestos Abatement<br />February 4, 2025<br /> <br />Bid Submission: To receive consideration, Bids shall be made in accordance with the following instructions:<br /> <br />Bidders are to be submitted electronically via Central Bidding www.centralbidding.com before 2:00 p.m., Wednesday, March 12, 2025. Bids received after the above specified time for opening shall not be considered. Hand delivered, emailed or fax copies will not be accepted. Bids will be publicly opened at Tangipahoa Parish School Board Maintenance Office, 59660 Puleston Rd, Amite, LA 70422 in the Conference Room.<br /> <br />Addenda’s: If necessary addendum will be provided. Addenda will be posted on Central Bidding. Last day for questions will be on Thursday, March 6, 2025 by 12:00 p.m.. Final addendum will post on Friday, March 7, 2025 by 2:00 p.m.. All questions are to be made in writing and submitted to Dustin Viviano with Ritter Consulting Engineers.<br /> <br />Print Dates: Tuesday, February 4, 2025<br /> Tuesday, February 11, 2025<br /> Tuesday, February 18, 2025<br /> <br />If you have any questions, please call Dustin Viviano at 337/984-8498 (O) or 337/316-5871 (C).<br /> <br />Tangipahoa Parish School District <br />59656 Puleston Rd, Amite, LA 70422<br /> <br />This project consists of the Abatement and Remediation of Advanced Career Center Gym and Kitchen<br /> <br />Completion Time: The bidder hereby agrees to commence work under this contract upon receipt of Notice to Proceed letter from the owner within _35_ calendar days.<br /> <br />A Corporate Resolution & Bid Bond must accompany each bid in accordance with the Instructions to Bidders.<br /> <br />A MANDATORY Pre-Bid Conference will be held at Advanced Career Center Gym and Kitchen 300 W 2nd St, Independence, LA 70443 at _10:00 a.m. February 20, 2025__. All prospective bidders shall be advised that attendance at the pre-bid conference is MANDATORY. While not mandatory, it is strongly recommended that Prime contractors have their subcontractors attend the pre-bid.<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. Department of the Treasury’s Circular 570, licensed to do business in the state of Louisiana, in the amounts and for the purposes 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 /> <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 />Complete Bidding Documents provided by Abatement Designer, Ritter Consulting Engineers, 2014 West Pinhook, Suite 200, Lafayette, LA 70508, 337-984-8498 are available in electronic form on www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Abatement Designer as set forth above or notify the Abatement Designer of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Abatement Designer at:<br /> <br />Ritter Consulting Engineers Ltd.<br />2014 W. Pinhook Rd. Suite 200<br />Lafayette, LA 70508<br />Telephone: 337-984-8498<br />Fax: 337-984-8576<br />E-mail:
[email protected]<br /> <br />The bidder certifies that he meets all Licensing requirements of the state of Louisiana and is duly & currently licensed under the La.R.S.37:2150.1through 2164 of the state of Louisiana.<br /> <br />A preference in favor of Louisiana Bidders may be applied by Owner in accordance with the La.R.S.38:2225 as amended.
https://www.centralauctionhouse.com/rfp70376553-advanced-career-center-gym-and-kitchen-remediation-protocol-and-asbestos-abatement-.html
04-Feb-2025 8:00:00 AM CST |
19-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Woodland Park Phase 2 Six Classroom Addition with Library
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on March 27, 2025, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room
https://www.centralauctionhouse.com/rfp31599731-woodland-park-phase-2-six-classroom-addition-with-library.html
13-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Loranger High Girls Locker Room Renovation
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on March 27, 2025, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.<br /><br />Please note the bid opening date has been changed to April 3 as per Addendum No. 1.
https://www.centralauctionhouse.com/rfp3186192-loranger-high-girls-locker-room-renovation.html
20-Feb-2025 12:00:00 AM CST |
03-Apr-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Ponchatoula Jr High Gym HVAC
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on April 1, 2025, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp97675273-ponchatoula-jr-high-gym-hvac.html
25-Feb-2025 12:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Cafeteria Uniforms and Shoes
|
The Tangipahoa Parish School System will receive sealed bids in its office in Amite, Louisiana, or on-line at www.centralauctionhouse.com, up until 10:00 a.m., Monday, May 31, 2025 for the following:<br /> <br /> Bid # 2025-01 Cafeteria Employee Uniforms and Shoes<br /> <br />For information and specifications, contact Kendra Reed, Tangipahoa Parish School System, at (985) 284-2486.
https://www.centralauctionhouse.com/rfp32340365-cafeteria-uniforms-and-shoes.html
13-Mar-2025 12:00:00 AM CDT |
31-Mar-2025 10:00:00 AM CDT |
Terrebonne Levee and Conservation District |
Reach L Floodwall
|
<i><b>THE BUDGET FOR THIS PROJECT IS $5.4 MILLION</b></i><br /><br />SECTION A<br /> <br />INVITATION TO BIDDERS<br /> <br />Sealed bids will be received on ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­Tuesday, March 18, 2025 by the Terrebonne Levee and Conservation District (TLCD), at the office of the TLCD, located at; 220A Clendenning Road, Houma, Louisiana 70363 until 10:00 A.M. CST as shown on the TLCD Conference Room Clock at which time sealed bids shall be publicly opened and read. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Director for handling in accordance with the Louisiana Public Bid Law.<br /> <br />A mandatory Pre-Bid Conference will be held on Wednesday, February 26, 2025 at 2:00 PM at the office of Terrebonne Levee and Conservation District located at 220-A Clendenning Rd, Houma, LA 70363. All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br />Each bid shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Terrebonne Levee and Conservation District<br />220A Clendenning Road<br /> Houma, Louisiana 70363<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />Official bid documents are posted on http://www.centralauctionhouse.com/ To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />The plans, specifications, and proposal forms will also be available upon request at the office of Angelette Design, LLC, 13379 Highway 3235, Larose, Louisiana 70373, Phone: (985) 798-7700. In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $175.00 for one (1) set of Contract Documents and Specifications, and upon return of the complete Contract Documents and Specifications in good condition within 10 days from receipt of Bids, shall be refunded the full deposit.<br /> <br />Project Name: Floodwall Structure for Reach L Pipeline Crossings<br /> Larose, Lafourche Parish, Louisiana<br /> <br /> Project Description: Construction of the project generally consist of clearing, excavation and embankment and other miscellaneous items show on the drawings or herein specified.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended. Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. <br /> <br />Contractor Classifications: Heavy Construction, Highway Street & Bridge Construction,<br /> Earthwork Drainage & Levees <br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization will result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(B)(5).<br /> <br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Terrebonne Levee & Conservation District. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents.In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes.<br /> <br />The Terrebonne Levee and Conservation District (TLCD) reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br />Angela Hidalgo<br />Executive Director<br />Terrebonne Levee and Conservation District<br /> <br /><br />
https://www.centralauctionhouse.com/rfp38355383-reach-l-floodwall-.html
10-Feb-2025 10:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
Terrebonne Levee and Conservation District |
Reach H2/H3 Levee Improvements To Lift EL. +15'
|
SECTION A<br />INVITATION TO BIDDERS<br /> <br />Sealed bids will be received by the Terrebonne Levee & Conservation District at their office located at 220 Clendenning Rd., Houma, LA 70363 until 2:00 P.M. on Tuesday, March 25, 2025. At 2:00 P.M., bids will be publicly opened and read aloud at their office.<br /> <br />Bidders will have the option to submit their Bids electronically or by paper copy. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process or obtaining the Bidding / Contract Documents & Specifications electronically, please call Central Bidding at 225-810-4814.<br /> <br />Each Bid shall be either hand delivered by the bidder or his agent, or such Bid shall be sent by United States Postal Service or another express carrier or delivery service or shall be submitted electronically. 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. Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No Bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the Bid prior to the date and time of the above stated Bid Opening shall not be considered due cause for the scheduled time of the Bid Opening to be extended.<br /> <br />Reach H2/H3 Levee Improvements Lift to EL. +15’<br />Project consists of:<br /> <br />Furnish and install hauled-in earthen embankment.<br />Shape and grade levee to sections H3 as detailed on the plans.<br />Install access platform using OWNER supplied Flexifloat system.<br />Fertilizing and Seeding H3 Levee.<br />Remove existing floodgate tie-in abutment scour protection and re-install/furnish new riprap at levee abutments of Bush Canal Floodgate, Placid Canal Floodgate.<br />Alt 1 - Furnish and install hauled-in earthen embankment for the H2 levee section.<br />Alt 1 – Remove existing floodgate tie-in protection and re-install/furnish new riprap at levee abutments of Placid canal floodgate and Bayou Petit Caillou Floodgate. <br />Alt 1 – Fertilizing and Seeding H2 Levee. <br />Bids must be submitted on the Louisiana Uniform Public Work Bid Form furnished with the Contract Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of LA R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Numbers as evidence that they hold a license of the proper classification that is in full force and effect.<br /> <br />Contract Documents are on file in the office of GIS Engineering, LLC, hereinafter referred to as ENGINEER, located at 197 Elysian Drive, Houma, Louisiana 70363 or by contacting Ann Schouest at (985) 219-1000 or
[email protected].<br /> <br />In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $150.00 for one (1) set of Contract Documents, and upon return of the complete Contract Documents in good condition within 10 days from receipt of Bids, shall be refunded the full deposit. <br /> <br />A Non-Mandatory Pre-Bid Conference will be held on Wednesday March 12, 2025 at 2:00 P.M. at the office of GIS Engineering, LLC located at 197 Elysian Drive, Houma, LA 70363.<br /> <br />Bidders are required to comply with La. R.S. 38:2212.B.(5), as may be amended (further described in the Instructions to Bidders). Failure to include a copy of the appropriate signature authorization, if required, shall result in the rejection of the bid as non-responsive.<br /> <br />All Bids shall be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the Bid made payable to the Terrebonne Levee & Conservation District. Failure to do so will result in the Bid/Bids being declared nonresponsive and shall be cause for rejection.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Contract Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed and signed and be responsive in all respects to the Contract Documents; (b) be made on the Bid Forms provided. The Terrebonne Levee & Conservation District reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br />The Bidder must be a properly licensed CONTRACTOR under the provision of Chapter 24 of Title 37, Louisiana Revised Statutes, together with any other applicable laws. Work Classification: TYPE II – HIGHWAY, STREET, AND BRIDGE CONSTRUCTION.<br /> <br />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed (including but not limited to the Contract Work Hours and Safety Standards Act - 40 U.S.C.<br />§§ 3701-3708). Attention of Bidders is also called to Section 3 of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non- Discrimination Against Employees with Disabilities) of Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, insurance and bonding requirements of the contract documents, and all applicable laws and regulations of Federal government and State of Louisiana.<br /> <br />Any person with disabilities requiring special accommodations must contact the OWNER no later than seven (7) days prior to bid opening.<br /> <br />Successful Bidder must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes.<br /> <br />/s/ ANGELA HIDALGO <br />ANGELA HIDALGO, EXECUTIVE DIRECTOR TERREBONNE LEVEE & CONSERVATION DISTRICT<br /> <br />
https://www.centralauctionhouse.com/rfp42098350-reach-h2h3-levee-improvements-to-lift-el-15.html
24-Feb-2025 12:00:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |
Terrebonne Levee and Conservation District |
Annual Aggregate Materials Bid TLCD Bid No. HRM 2025
|
<br />INVITATION TO BIDDERS <br /><br /><br />Sealed bids will be received on Tuesday March 25, 2025, by Terrebonne Levee & Conservation District, at 220-A Clendenning Road, Houma, Louisiana until 10:00 A.M. CST. At exactly 10:00 A.M. CST all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Executive Director for awarding, rejecting, or holding for further advisement and/or evaluation. <br /><br />ANNUAL AGGREGATE MATERIALS BID <br />TLCD Project No. HRM 2025 <br /><br />Official Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. To view the bid documents, download, and receive bid notices by e-mail, you will have to register with Central Bidding. Vendors/Contractors will have the option to submit their bids & bid bonds (if applicable) electronically through Central Bidding or by paper copy to TLCD. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /><br />Digital copies of Specifications and bid forms are also on file at the office of T. Baker Smith, LLC, 412 South Van Ave, in Houma, Louisiana, and may be obtained by prospective bidders at no cost. Please contact OWNER’S AGENT, Philip Chauvin, Jr., at 985-223-9228 or by email at
[email protected] concerning the specifications or for any clarifications or information about the bid documents. <br /><br />Written evidence of the authority of the person signing the bid for public works shall be submitted at the time of bidding unless the bidder has complied with La. R.S. 38:2212(B)(5). <br />The LOWEST qualified bid will be the one determined to offer the best advantage to the Terrebonne Levee & Conservation District. The Terrebonne Levee & Conservation District reserves the right to reject any bid for just cause in the best interest of the Terrebonne Levee & Conservation District. <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 Notice to Contractors and Instructions to Bidders; (b) be made on the Proposal Forms provided and submitted intact as part of the Contract Documents; (c) be accompanied by the required items listed in the appropriate sections of the Bidding documents. <br /><br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. The envelope shall be marked with the bid number, bid title, name, and address and state license number (if applicable) of the Bidder as set forth in the Invitation to Bidders. The Terrebonne Levee & Conservation District reserves the right to reject any and all bids in accordance with State Bid Law. <br /><br />/s/ Angela Hidalgo. <br />ANGELA HIDALGO., EXECUTIVE DIRECTOR <br />TERREBONNE LEVEE & CONSERVATION DISTRICT <br /> <br /><br /> <br />
https://www.centralauctionhouse.com/rfp3758253-annual-aggregate-materials-bid-tlcd-bid-no-hrm-2025-.html
03-Mar-2025 10:00:00 AM CST |
25-Mar-2025 10:00:00 AM CDT |
Terrebonne Levee and Conservation District |
Surplus Sale of 2017 CAT330F Marsh Buggy with MBI Bottom
|
INVITATIONS TO BIDDERS<br /> <br /> <br />Sealed bids will be received on Tuesday, March 25, 2025 by the Terrebonne Levee & Conservation District, located at 220 Clendenning Road, Houma Louisiana 70363 until 11:00 A.M. At 11:00 A.M. all bids will be publicly opened and read aloud.<br /> <br />SURPLUS SALE OF 2017 CAT330F Marsh Buggy with MBI Bottom<br /> <br />Official bid documents are posted on http://www.centralauctionhouse.com/ To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />Bid packets are on file at the office of the Program Manager (Delta Coast Consultants, LLC.), 631 South Hollywood Road, Houma LA, 70360, and may be obtained by interested parties at no cost. Bid Packets can also be acquired by requesting via email, please contact Benjamin Elliott, P.E., at 985-655-3100, or at
[email protected] with regard to acquiring the specifications or for any clarifications about the bid documents.<br /> <br />Each bid shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Terrebonne Levee & Conservation District<br /> 220 Clendenning Road<br /> Houma, Louisiana 70363<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />The HIGHEST qualified bid will be the one determined to offer the best advantage to the Levee District. The Terrebonne Levee & Conservation District reserves the right to reject all bids for just cause.<br /> <br /> <br /> <br />__/s/ Angela Hidalgo. ___ <br /> Executive Director
https://www.centralauctionhouse.com/rfp37306980-surplus-sale-of-2017-cat330f-marsh-buggy-with-mbi-bottom.html
03-Mar-2025 12:00:00 AM CST |
25-Mar-2025 11:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Request for Proposals: #25-SW-08 Collection of Residential and Small Commercial Solid Waste in Terrebonne Parish, Louisiana
|
Sealed proposals will be received on <b>March 25, 2025</b>, by the Terrebonne Parish Consolidated Government Purchasing Division, 301 Plant Road, in Houma, Louisiana 70363 until 2:00 P.M. as shown on the Purchasing Division Conference Room Clock at which time sealed proposals shall be publicly opened and the name of the Proposers read aloud.<br /> <br />The Request for Proposal is available in electronic form at the Terrebonne Parish Consolidated Government website http://www.tpcg.org/bids. Proposal documents are also posted on www.centralauctionhouse.com. To view these, download, and receive proposal notices by email, you must register with Central Auction House (CAH). For information or technical support about the electronic submittal process on the Central Bidding website, please contact Central Bidding Support at (225) 810-4814 or send an e-mail to
[email protected] .<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 United States Postal Service registered or certified mail with a return receipt requested. Proposals shall not be accepted or taken, including receiving any hand delivered proposals, on days which recognized as holidays by the United States Postal Service.<br /> <br />Request for Proposals (RFP): #25-SW-08 COLLECTION OF RESIDENTIAL AND SMALL COMMERICAL SOLID WASTE IN TERREBONNE PARISH, LOUISIANA<br /> <br /><b>A mandatory pre-proposal conference will be held at 10:30 AM on March 18, 2025, in the Purchasing Division, 301 Plant Road Houma, Louisiana. The mandatory pre-proposal conference will be limited to one representative per proposal company.<br /> </b><br />Proposals must be submitted on the Official Proposal Forms furnished with the Proposal Documents. Specifications and proposal forms are on file at the Purchasing Division, 301 Plant Road in Houma, Louisiana and may be obtained by prospective Proposers at no cost. <br /> <br />Please contact Clay Naquin, Solid Waste Director at 985-873-6739 about the specifications or contact Sharon Ellis, Purchasing and Warehouse Manager at 985-873-6821 for any clarifications about the proposal documents.<br /> <br />No proposals will be received after the date and time specified. The Terrebonne Parish Consolidated Government (TPCG) reserves the right to reject all proposals.<br />
https://www.centralauctionhouse.com/rfp32877956-request-for-proposals-25-sw-08-collection-of-residential-and-small-commercial-solid-waste-in-terrebonne-parish-louisiana.html
28-Feb-2025 8:00:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-1002 2011 Audi A6
|
Runs. Fair Condition. VIN# WAUFGAFB8BN063337. Approximately 138,035 miles.
https://www.centralauctionhouse.com/rfp93860916-24-1002-2011-audi-a6.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1020 1998 Blue Ford 6640 Tractor No keys
|
25-1020 1998 Blue Ford 6640 Tractor
https://www.centralauctionhouse.com/rfp93820695-25-1020-1998-blue-ford-6640-tractor-no-keys.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1021 1998 Blue Ford 640 Tractor no keys
|
25-1021 1998 Blue Ford 640 Tractor
https://www.centralauctionhouse.com/rfp26577285-25-1021-1998-blue-ford-640-tractor-no-keys.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1022 1997 yellow master craft fork lift
|
1997 yellow master craft fork lift <br />Bad motor / bad transmission
https://www.centralauctionhouse.com/rfp93889980-25-1022-1997-yellow-master-craft-fork-lift--.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1023 YELLOW MITSUBISHI FORKLIFT
|
Yellow Mitsubishi Forklift <br />Fork lift works and lifts as it should
https://www.centralauctionhouse.com/rfp26597983-25-1023-yellow-mitsubishi-forklift.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-1024 1998 Chevy Pick up truck(no keys)
|
1998 Chevy Pick up Truck Unit 206 (NO keys)
https://www.centralauctionhouse.com/rfp26556068-25-1024-1998-chevy-pick-up-truckno-keys.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0007 Toshiba TV
|
Model PN50B450B1D<br />No remote. No stand
https://www.centralauctionhouse.com/rfp93822862-24-0007-toshiba-tv.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0008 (4) 20" Chrome Rims with (3) mounted tires
|
, (4) 20” Chrome Rims with (3) mounted tires
https://www.centralauctionhouse.com/rfp82433941-24-0008-4-20-chrome-rims-with-3-mounted-tires.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0019, Lot of 2 Folding Chairs w/Tablet Arms
|
<div style="text-align: justify;">Lot of 2 Folding Chairs w/Table Arms</div>
https://www.centralauctionhouse.com/rfp26594590-24-0019-lot-of-2-folding-chairs-wtablet-arms.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0022, Lot of (8) Children’s Tables
|
Lot of (8) Children’s Tables
https://www.centralauctionhouse.com/rfp93825421-24-0022-lot-of-8-childrens-tables.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0023, Bus Equipment
|
, Bus Equipment<br />(12) fareboxes<br />(4) brackets<br />(21) 2-way radios<br />(17) Motorolla radio cases & extended mics<br />(2) EF Johnson handheld radio<br />(4) Mobile DVR; (3) S28, (1) 508HD1022242<br />(6) Gateway boxes for surveillance system<br />(1) Monitor<br />(7) Cameras<br />(10) Handheld radios w/batteries w/(4) chargers<br />(1) 8-port switch
https://www.centralauctionhouse.com/rfp93857353-24-0023-bus-equipment.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0024, Bus Parts
|
Miscellaneous Bus Parts (Brake Drums, Belts, Filters, Lights, G3 Dinex Tool Kit)<br />(2) Carrier Condenser Motors, SN-5BC58JBS6287
https://www.centralauctionhouse.com/rfp93815455-24-0024-bus-parts.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0026, Lot of (2) Toddler Play Chairs
|
Two toddler play chairs. New
https://www.centralauctionhouse.com/rfp93829855-24-0026-lot-of-2-toddler-play-chairs-.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0028 1 Pallet New/Unused 70W Streetlight Fixtures (Obsolete)
|
1 Pallet of obsolete street light
https://www.centralauctionhouse.com/rfp93838899-24-0028--1-pallet-newunused-70w-streetlight-fixtures-obsolete.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0032 IBM WW3O TYPEWRITER
|
IBM WW30 TYPEWRITER
https://www.centralauctionhouse.com/rfp62949537-24-0032-ibm-ww3o-typewriter.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0033 Pitney Bowes D1425 3 station folder-inserter
|
Pitney Bowes D1425 3 station folder-inserter
https://www.centralauctionhouse.com/rfp55467835-24-0033-pitney-bowes-d1425-3-station-folder-inserter-.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0034 Trusted clean 2000 rpm floor buffer new in box
|
Trusted clean 2000 rpm floor buffer new in box
https://www.centralauctionhouse.com/rfp93899503-24-0034-trusted-clean-2000-rpm-floor-buffer-new-in-box.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0035 Trusted clean 2000 rpm floor buffer new--OUT OF box
|
Trusted clean 2000 rpm floor buffer like new out of box
https://www.centralauctionhouse.com/rfp98497648-24-0035-trusted-clean-2000-rpm-floor-buffer-new-out-of-box.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0036 2-polycom sound station IP5000
|
2-polycom sound station IP5000
https://www.centralauctionhouse.com/rfp26503966-24-0036-2-polycom-sound-station-ip5000.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0037 Pallet of street lights obsolete
|
Pallet of street lights obsolete
https://www.centralauctionhouse.com/rfp93836030-24-0037-pallet-of-street-lights-obsolete.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0038Trusted clean 2000 rpm floor buffer new in box
|
Trusted clean 2000 rpm floor buffer new in box
https://www.centralauctionhouse.com/rfp93888792-24-0038trusted-clean-2000-rpm-floor-buffer-new-in-box.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0039 LOT OF VCR/DVD PLAYERS
|
EMERSON EV506N VCR ----HEAD START<br />MAGNOVOX VCR/DVD----HEAD START<br />EMERSON DVD---HUMAN RESOURCES<br />SONY VCR--- ADMINISTRATION
https://www.centralauctionhouse.com/rfp26577636-24-0039-lot-of-vcrdvd-players.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0040 CASSETTE DECK
|
SONY STERO CASETTE DEC TCWE305<br />RCA SCT-520 HIGH SPEED DUBBER
https://www.centralauctionhouse.com/rfp9987246-24-0040-cassette-deck.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0041 American traffic Control sign
|
American traffic control sign
https://www.centralauctionhouse.com/rfp26599817-24-0041-american-traffic-control-sign.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0042 American Traffic Control Sign
|
American Traffic Control Sign
https://www.centralauctionhouse.com/rfp78880864-24-0042-american-traffic-control-sign.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0045 TRUCK CAMPER SHELL
|
TRUCK CAMPER SHELL/TOP FOR TRUCK WITH 8FT BED
https://www.centralauctionhouse.com/rfp93842263-24-0045-truck-camper-shell.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
24-0047 YARDMAN LAWNMOWER
|
Yardman Lawnmower
https://www.centralauctionhouse.com/rfp93895580-24-0047-yardman-lawnmower.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0001 10- Variety Scent Candles (Box 1)
|
10 Variety Scented Candles
https://www.centralauctionhouse.com/rfp26573159-25-0001-10-variety-scent-candles-box-1.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0002 11-Variety Scent and size Candles (Box 2)
|
11 Variety Scented Candles
https://www.centralauctionhouse.com/rfp26577267-25-0002-11-variety-scent-and-size-candles-box-2.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0003 10-Variety Scented candles (Box 3)
|
10 Variety Scented Candles
https://www.centralauctionhouse.com/rfp82600625-25-0003-10-variety-scented-candles-box-3.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0004 10- Variety of Scented and Size candles (Box 4)
|
10 Variety Scented Candles
https://www.centralauctionhouse.com/rfp93868990-25-0004-10-variety-of-scented-and-size-candles-box-4.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0005 12 8oz variety scented candles ( Box 5)
|
12 8 oz Variety Scented Candles
https://www.centralauctionhouse.com/rfp16121252-25-0005-12-8oz-variety-scented-candles-box-5.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0006 24 8oz Assorted Scented Candles ( Box 6
|
24 8 oz Variety Scented Candles ( Box 6)
https://www.centralauctionhouse.com/rfp26549540-25-0006-24-8oz-assorted-scented-candles-box-6.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0007 12 8-oz Variety Candles (Box 7)
|
12 8 oz Variety Scented Candles ( Box 7)
https://www.centralauctionhouse.com/rfp10144012-25-0007-12-8-oz-variety-candles-box-7.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0008 10-Assorted Variety and Scents (Box 8)
|
10 8 oz Variety Scented Candles ( Box 8)
https://www.centralauctionhouse.com/rfp7955772-25-0008-10-assorted-variety-and-scents-box-8.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0009 12 Assorted Variety Scents (Box 9)
|
12 Assorted Scented Candles ( Box 9
https://www.centralauctionhouse.com/rfp10178812-25-0009-12-assorted-variety-scents-box-9.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0010 12-Assorted Scents Candles(Box 10)
|
12 Assorted Scented Candles ( Box 10)
https://www.centralauctionhouse.com/rfp10183010-25-0010-12-assorted-scents-candlesbox-10.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0011 24 8 oz Assorted Scented Candles Box 11
|
24 8 oz Assorted Scented Candles ( Box 11)
https://www.centralauctionhouse.com/rfp49903915-25-0011-24-8-oz-assorted-scented-candles-box-11.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0012 20 8oz Assorted Scented Candles Box 12
|
20 8 oz Assorted Scented Candles ( Box 12)
https://www.centralauctionhouse.com/rfp49941558-25-0012-20-8oz-assorted-scented-candles-box-12.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0013 11 Teacup Candles with Saucers and Creamer Candles (Box 13)
|
11 teacup candles with saucers and 2 extra cups with creamer candles ( Box 13)
https://www.centralauctionhouse.com/rfp30493614-25-0013-11-teacup-candles-with-saucers-and-creamer-candles-box-13.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0014 18 Variety Scented Candles (Box 14)
|
18 Variety Scented Candles ( Box 14)
https://www.centralauctionhouse.com/rfp10142097-25-0014-18-variety-scented-candles-box-14.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0015 12-Citrnonella bug repellant,7 healing hemp candles Box 15
|
12 Citronella Bug repellant and 7 Honey Healing Hemp Candles Box 15
https://www.centralauctionhouse.com/rfp32865893-25-0015-12-citrnonella-bug-repellant7-healing-hemp-candles-box-15.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0016 10 8 oz Assorted Scented Candles Box 16
|
10 8 oz Assorted Scented Candles Box 16
https://www.centralauctionhouse.com/rfp30410175-25-0016-10-8-oz-assorted-scented-candles-box-16.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0017 12 20 oz Assorted Scents Box 17
|
12-20 oz Assorted Scented Candles Box 17
https://www.centralauctionhouse.com/rfp10186959-25-0017-12-20-oz-assorted-scents-box-17.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0019 24 Assorted Scented Candles Box 19
|
24 Assorted Scented Candles Box 19
https://www.centralauctionhouse.com/rfp49929125-25-0019-24-assorted-scented-candles-box-19.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0020 17 Assorted Scented Candles Box 20
|
17 Assorted Scented Candles Box 20
https://www.centralauctionhouse.com/rfp10124284-25-0020-17-assorted-scented-candles-box-20.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0021 4 -64 oz Assorted Scented Candles w/ wick 1 64 oz without Box 21
|
4 -64 oz Assorted Scented Candles w/ wick 1 64 oz without Box 21
https://www.centralauctionhouse.com/rfp32819183-25-0021-4-64-oz--assorted-scented-candles-w-wick-1-64-oz-without--box-21.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0022 17-8 oz Assorted Scented Candles Box 22
|
17-8 oz Assorted Scented Candles Box 22
https://www.centralauctionhouse.com/rfp87444827-25-0022-17-8-oz--assorted-scented-candles-box-22.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0023 15-8 oz Assorted Scents (Box 23)
|
15-8 oz Assorted Scented Candles Box 23
https://www.centralauctionhouse.com/rfp73876149-25-0023-15-8-oz-assorted-scents-box-23.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0024 18-8 oz Assorted Scented Candles Box 24
|
4- Decorative dough bowls with Candles Box 25
https://www.centralauctionhouse.com/rfp73830629-25-0024-18-8-oz--assorted-scented-candles-box-24.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0026 5 healing hemp candles, 3 assorted candles with oil Box 26
|
5 healing hemp candles, 3 assorted candles with oil, Box 26
https://www.centralauctionhouse.com/rfp10147727-25-0026-5-healing-hemp-candles-3-assorted-candles-with-oil-box-26.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0027 10-Assorted Wax Candles (Box 27)
|
10-Assorted Wax Candles (Box 27)
https://www.centralauctionhouse.com/rfp10152609-25-0027-10-assorted-wax-candles-box-27.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0028 12-Assorted Wax Candles (Box 28)
|
12-Assorted Wax Candles (Box 28)
https://www.centralauctionhouse.com/rfp10109122-25-0028-12-assorted-wax-candles-box-28.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0029 12 20oz-Assorted Wax Candles (Box 29)
|
12 20oz-Assorted Wax Candles (Box 29)
https://www.centralauctionhouse.com/rfp87438458-25-0029-12-20oz-assorted-wax-candles-box-29.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0030 26 Assorted Size Scented used/damaged candles (Box 30)
|
26 Assorted Size Scented used/damaged candles (Box 30)
https://www.centralauctionhouse.com/rfp34478848-25-0030-26-assorted-size-scented-useddamaged-candles-box-30.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0031 8 pks Wax melts (4 Magnolia Breeze, 4 Eucalyptus Spearmint)(Bag 1)
|
8 pks Wax melts (4 Magnolia Breeze, 4 Eucalyptus Spearmint)(Bag 1)
https://www.centralauctionhouse.com/rfp53262567-25-0031-8-pks-wax-melts-4-magnolia-breeze-4-eucalyptus-spearmintbag-1.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0032 8 pks Wax melts (4 Magnolia Breeze, 4 Eucalyptus Spearmint)(Bag 2)
|
8 pks Wax melts (4 Magnolia Breeze, 4 Eucalyptus Spearmint)(Bag 2)
https://www.centralauctionhouse.com/rfp42304852-25-0032-8-pks-wax-melts-4-magnolia-breeze-4-eucalyptus-spearmintbag-2.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0033 8 pks Wax melts (4 Creole Lady, 4 Lexton Sugarcane)(Bag 3)
|
8 pks Wax melts (4 Creole Lady, 4 Lexton Sugarcane)(Bag 3)
https://www.centralauctionhouse.com/rfp73832239-25-0033-8-pks-wax-melts-4-creole-lady-4-lexton-sugarcanebag-3.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0034 8 pks Wax melts (4 Creole Lady, 4 Lexton Sugarcane)(Bag 3)
|
8 pks Wax melts (4 Creole Lady, 4 Lexton Sugarcane)(Bag 3)
https://www.centralauctionhouse.com/rfp10133143-25-0034-8-pks-wax-melts-4-creole-lady-4-lexton-sugarcanebag-3.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0035 8 pks Wax melts (4 Creole Lady, 4 Apple Maple Bourbon)(Bag 5)
|
8 pks Wax melts (4 Creole Lady, 4 Apple Maple Bourbon)(Bag 5)
https://www.centralauctionhouse.com/rfp10188637-25-0035-8-pks-wax-melts-4-creole-lady-4-apple-maple-bourbonbag-5.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0036 8 pks Wax melts (4 Swamp Lady, 4 Apple Maple Bourbon)(Bag 6)
|
8 pks Wax melts (4 Swamp Lady, 4 Apple Maple Bourbon)(Bag 6)
https://www.centralauctionhouse.com/rfp10159053-25-0036-8-pks-wax-melts-4-swamp-lady-4-apple-maple-bourbonbag-6.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0037 8 pks Wax melts (4 Wine Cellar, 4 Peach Bellini)(Bag7)
|
8 pks Wax melts (4 Wine Cellar, 4 Peach Bellini)(Bag7)
https://www.centralauctionhouse.com/rfp49974178-25-0037-8-pks-wax-melts-4-wine-cellar-4-peach-bellinibag7.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0038 8 pks Wax melts (4 Wine Cellar, 4 Peach Bellini)(Bag 8)
|
8 pks Wax melts (4 Wine Cellar, 4 Peach Bellini)(Bag 8)
https://www.centralauctionhouse.com/rfp69809807-25-0038-8-pks-wax-melts-4-wine-cellar-4-peach-bellinibag-8.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0039 8 pks Wax melts (4 Creole Lady, 4 Bayou Pine)(Bag 9)
|
8 pks Wax melts (4 Creole Lady, 4 Bayou Pine)(Bag 9)
https://www.centralauctionhouse.com/rfp10102318-25-0039-8-pks-wax-melts-4-creole-lady-4-bayou-pinebag-9.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0040 8 pks Wax melts (4 Golden Meadows, 4 Pumpkin Caramel Crunch)(Bag 10)
|
8 pks Wax melts (4 Golden Meadows, 4 Pumpkin Caramel Crunch)(Bag 10)
https://www.centralauctionhouse.com/rfp10136642-25-0040-8-pks-wax-melts-4-golden-meadows-4-pumpkin-caramel-crunchbag-10.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0041 8 pks Wax melts (4 Frankincense and Myrhh, 4 Apple Maple Bourbon)(Bag 11)
|
8 pks Wax melts (4 Frankincense and Myrhh, 4 Apple Maple Bourbon)(Bag 11)
https://www.centralauctionhouse.com/rfp34766590-25-0041-8-pks-wax-melts-4-frankincense-and-myrhh-4-apple-maple-bourbonbag-11.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0042 8 pks Wax melts Unknown Assorted Scents)(Bag 12)
|
8 pks Wax melts Unknown Assorted Scents)(Bag 12)
https://www.centralauctionhouse.com/rfp10102926-25-0042-8-pks-wax-melts-unknown-assorted-scentsbag-12.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0043 8 pks Wax melts Unknown Assorted Scents)(Bag 13)
|
8 pks Wax melts Unknown Assorted Scents)(Bag 13)
https://www.centralauctionhouse.com/rfp79216580-25-0043-8-pks-wax-melts-unknown-assorted-scentsbag-13.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0044 8 pks Wax melts Unknown Assorted Scents)(Bag 14)
|
8 pks Wax melts Unknown Assorted Scents)(Bag 14)
https://www.centralauctionhouse.com/rfp87401031-25-0044-8-pks-wax-melts-unknown-assorted-scentsbag-14.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0045 8 pks Wax melts Unknown Assorted Scents)(Bag 15)
|
8 pks Wax melts Unknown Assorted Scents)(Bag 15)
https://www.centralauctionhouse.com/rfp30471255-25-0045-8-pks-wax-melts-unknown-assorted-scentsbag-15.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0046 10 HP ink Cartridges
|
2-902xl Yellow<br />2 902xl Magenta<br />2 902 xl cyan<br />2 902 xl black<br />2-63 xl tri color
https://www.centralauctionhouse.com/rfp10114973-25-0046-10-hp-ink-cartridges.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
25-0047 11 Tobshiba Telephone w/ 4 ext modules
|
11- Toshiba Telephone w/ 4 ext modules
https://www.centralauctionhouse.com/rfp64764342-25-0047-11-tobshiba-telephone-w-4-ext-modules.html
17-Mar-2025 8:00:00 AM CDT |
19-Mar-2025 1:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
RFQ #25-JAILGEN-10 Criminal Justice Complex Generators Engineering Services
|
Qualifications must be received by March 26, 2025, at 2:00 p.m., to be considered responsive. Qualifications submitted after this time will not be considered. Qualifications must be submitted in a sealed envelope and clearly marked on the outside of the envelope as "QUALIFICATIONS ENCLOSED FOR CRIMINAL JUSTICE COMPLEX GENERATORS." Qualifications may be delivered by United Stated Postal Service registered or certified mail with a return receipt requested or hand delivered to:<br />Attn: Terrebonne Parish Consolidated Government<br />Purchasing Division<br />301 Plant Road<br />Houma, LA 70363<br />All applicants must be registered with the Federal System of Awards Management.
https://www.centralauctionhouse.com/rfp68842193-rfq-25-jailgen-10-criminal-justice-complex-generators-engineering-services.html
07-Mar-2025 8:00:00 AM CST |
26-Mar-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
RFP: Support the Seafood Industry: Market Analysis, Needs Assessment and Investment Plan for Sustainable Infrastructure
|
Respondents are to submit one (1) original complete submittal with signatures in blue ink, and one (1) electronic form of the complete submittal package that can be reproduced.<br />At due date and time, all submittals received by the due date will be opened for the sole purpose of recording the names of the individuals or firms submitting written responses.<br />If the submittal is mailed, sufficient time must be allowed to ensure TPCG’s proper receipt of the package by the time specified above. Allow an additional 24 hours for TPCG ’s internal mail process. It is the responsibility of the firms to ensure that the properly marked and sealed submittal arrives at Terrebonne Parish Consolidated Government, Sharon Ellis, Purchasing Manager, 301 Plant Road, Houma, LA 70363. Submittals received after the due date and time will be returned to Respondent unopened.<br /> <br />The Proposals submittals should be sent/delivered to:<br /> <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 />Request for Proposals – Support the Seafood Industry: Market Analysis, Needs Assessment and Investment Plan for Sustainable Infrastructure<br /> <br /><b>Proposals must be received by April 10, 2025, at 2:00 PM CST, in order to be considered responsive.</b>
https://www.centralauctionhouse.com/rfp19972629-rfp-support-the-seafood-industry-market-analysis-needs-assessment-and-investment-plan-for-sustainable-infrastructure.html
11-Mar-2025 8:00:00 AM CDT |
10-Apr-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Bid 25-WHSE-06 Purchase of New/Unused Wire (6 Month Requirements Contract)
|
<b>TITLE: </b>Bid 25-WHSE-06 Purchase of New/Unused Wire (6 Month Requirements Contract)<br /><b>BID DATE & TIME: </b>March 27, 2025 @ 2:00 P.M. CST
https://www.centralauctionhouse.com/rfp63594325-bid-25-whse-06-purchase-of-newunused-wire-6-month-requirements-contract.html
11-Mar-2025 12:30:00 PM CDT |
27-Mar-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Waterworks District No. 1 |
CIP-12-23-01 Replacement of 24” Transmission – Williams Pump Station Toward Connely Street
|
NOTICE TO CONTRACTORS<br /><br />Sealed bids will be received on Wednesday, March 12th, 2025, by the Board of Commissioners of Terrebonne Parish Consolidated Waterworks District No. 1, at 8814 Main Street, Houma, Louisiana, until 2:00 p.m. At exactly 2:00 p.m., all bids will be publicly opened and read in the Board meeting room. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Board for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Sealed bids shall be either hand-delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. Bids may also be delivered by a package or express delivery service or carrier. However, if this form of delivery is utilized, the form of delivery receipt utilized by said carrier or service shall be considered as a sufficient written receipt received by the bidder.<br /> <br />Bid documents will be posted on http://www.centralauctionhouse.com/rfp.php?cid=65. To view, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids & bid bonds electronically or by paper copy. Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />The project is receiving construction grant assistance from the Community Development Block Grant (CDBG) Program.<br /> <br />The attention of bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal government, State of Louisiana and bonding and insurance requirements.<br /> <br />All proposals must be sealed and addressed as follows:<br /> <br /> PROPOSAL: TPCW Project No. CIP-12-23-01<br /> Replacement of 24” Transmission – Williams Pump Station Toward Connely Street<br /> <br /> LICENSE NO.: <br /> <br />Work on which proposals are invited consists of the horizontal directional drilling of a 20-inch HDPE waterline from the Williams pump station to Connely Street along with necessary fittings to connect them to the existing water system.<br /> <br />Base Bid: From Cenac Pump Station to East of Connely St. = 4,300 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Alternate No. 1 Bid: From East of Connely St. to East of Hunley St. = 4,000 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Alternate No. 2 Bid: From East of Hunley St. to West of Foolkes Ct = 2,300 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Alternate No. 3 Bid: From Williams Ave Pump Station to Cenac Pump Station = 2,000 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the bidding documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect.<br /> <br />Specifications and proposal forms are on file in the office of All South Consulting Engineers, LLC, 5300 Hwy 311, Houma, Louisiana 70360 and a single copy may be obtained by each prospective bidder upon the payment of $100.00 per set (non-refundable) to cover the cost of printing. Please contact Melanie B. Caillouet, P.E. at
[email protected], for any clarification or information with regard to the specifications and plans.<br /> <br />A Nonmandatory Prebid Conference will be held on Wednesday, February 26th, 2025, at 2:00 PM at the office of Terrebonne Parish Consolidated Waterworks District No. 1, located at 8814 Main Street, Houma, Louisiana, 70363. Following the conference, a project tour may be conducted, weather or conditions permitting. All prospective bidders are cordially invited and encouraged to attend the Prebid Conference.<br /> <br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Terrebonne Parish Consolidated Waterworks District No. 1. Failure to do so will result in the bid/bids being declared non-responsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /><br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. The Terrebonne Parish Consolidated Waterworks District No. 1, reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br /> <br /> /s/ Teri Chatagnier <br /> Teri Chatagnier, President<br /> Board of Commissioners<br /> Terrebonne Parish Consolidated Waterworks District No. 1<br /> <br />Publish three (3) times on:<br />February 12, 2025<br />February 21, 2025<br />February 28, 2025
https://www.centralauctionhouse.com/rfp83916020-cip-12-23-01-replacement-of-24-transmission-williams-pump-station-toward-connely-street-.html
12-Feb-2025 12:00:00 AM CST |
26-Mar-2025 2:00:00 PM CDT |
Terrebonne Parish School District |
SOUTH TERREBONNE MIDDLE SCHOOL
|
<b>ADVERTISEMENT FOR BIDS (LEGAL NOTICE)</b><br /> <br />Sealed bids will be received on (<b>MARCH 20, 2025</b>), by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until <b>(2:00 PM</b>). Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly (<b>2:00 PM</b>), all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br /><b>WORK DESCRIPTION:<br /> <br />TERREBONNE PARISH SCHOOL BOARD<br />SOUTH TERREBONNE MIDDLE SCHOOL<br />3839 LA HWY 24<br />Bourg, LA 70343<br />Architect’s Project No. 2023.03</b><br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within <b>SIX HUNDRED calendar days</b> from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An <b>On-Site Mandatory Pre-Bid Conference</b> shall be held for bidders on <b>MARCH 6, 2025</b>, commencing at <b>9:00 AM</b> at <b>SOUTH TERREBONNE HIGH SCHOOL, 3879 HIGHWAY 24 BOURG, LA 70343</b>. <br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br />Bid Security in an amount equal to not less than <b>FIVE PERCENT (5%)</b> of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the <b>TERREBONNE PARISH SCHOOL BOARD</b>. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />A corporate resolution or other written evidence of the person signing the bid for the Public Work as prescribed by LA RS 38: 2212 (B) (5) shall be required for submission of bid. Failure to include shall result in the rejection of the bid. <br />Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />All other information contained in the Instructions to Bidders, Articles 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of <b>BUILDING CONSTRUCTION</b>.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The <b>TERREBONNE PARISH SCHOOL BOARD,</b> to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any or all Bids/Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /><b>Dane Voisin, President<br />Terrebonne Parish School Board </b><br /> <br /><b>FIRST PUBLICATION: February 19, 2025 <br />SECOND PUBLICATION: February 26, 2025 <br />THIRD PUBLICATION: March 5, 2025 </b>
https://www.centralauctionhouse.com/rfp93402199-south-terrebonne-middle-school.html
19-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Town of Church Point |
Church Point Detention and Floodproofing Phase 1
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />Notice is hereby given that sealed bids will be received by the Town of Church Point, Acadia Parish, either electronically at http://www.centralbidding.com or in the Town Clerk, Town of Church Point, located at 741 South Main Street, Church Point, Louisiana 70525 until eleven o’clock a.m. (11:00) central standard time determined by the clock located in the Council Chambers at City Hall on Tuesday, March 25, 2025 for the following:<br /> <br /> <br />PHASE 1 CHURCH POINT DETENTION AND FLOOD PROOFING<br />FOR THE<br />LOUISIANA WATERSHED INITIATIVE<br /> <br />and will, shortly thereafter, be opened and read aloud at the Town of Church Point, Town Hall. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. <br /> <br />The project scope includes the construction of approximately 7.5 acres of detention ponds, drainage intake and outfall control structures, and improvements at the Town Wastewater Treatment Plant.<br /> <br />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract (Davis-Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 703 (Non Discrimination Against Employees with Disabilities) of the Rehabilitation Act of 1972, Segregated Facilities, Executive Order 1126, and all applicable laws and regulation of the Federal government and State of Louisiana and bonding and insurance requirements.<br />Bid documents may be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed above. Prior to submitting an electronic bid with the Town of Church Point, the vendor must register online with Central Auction House, (CAH), through http://www.centralbidding.com in order to establish an account. For assistance on how to register online or if encountering problems with the web site, please contact CAH at (225) 810-4814.<br /> <br />Complete bid documents are available at the office of the Engineer, McBade Engineers & Consultants, LLC, located at 327 Iberia Street, Suite 5, Youngsville, LA 70592, telephone number 337-451-5823 at a charge of Eighty-five dollars ($85.00) for each set.<br /> <br />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 />Contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include but are not limited to the Bid Form and Bid Security. Regardless of the bid results, the contractor will have 48 hours from opening of the bids to provide the Town of Church Point the original documents. If a certified check or cashier’s check is submitted as the bid security, electronic copies of both the front and the back of the check shall be included with the electronic bid. If a contractor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered nonresponsive.<br /> <br />A pre-bid conference will be held on Thursday, March 6, 2025, at 10:00 a.m. in the office of the Town of Church Point, located at 741 South Main Street, Church Point, Louisiana 70525<br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner's approval:<br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, or other negotiable instrument made payable to the Town of Church Point, 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. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<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 as described in Instructions to Bidders.<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 as described in Instructions to Bidders.<br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2173 for the classification of “Municipal and Public Works 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. Each bid shall be submitted only on the Bid Form.<br /><br />Bids will be evaluated by the Town of Church Point based on the lowest responsible bid submitted which is also in compliance with the specifications. The Town of Church Point reserves the right to reject any and all bids or portions thereof, 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 />The Town of Church Point strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Town of Church Point 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 in which disadvantaged businesses are available.
https://www.centralauctionhouse.com/rfp1776686-church-point-detention-and-floodproofing-phase-1.html
19-Feb-2025 4:45:00 PM CST |
25-Mar-2025 11:00:00 AM CDT |
Town of Jean Lafitte |
Town of Jean Lafitte - Quinten Couevas Ball Field Repairs
|
ADVERTISEMENT FOR BIDS<br /><br />Sealed Bids will be received until 2:00 p.m., March 28, 2025 at Jean Lafitte Multi-Purpose Center (Temporary Town Hall), located at 4917 City Park Drive, Lafitte, LA 70067 and publicly opened upon completion of administrative tasks for the following: <br /><br />Quinten Couevas Ball Field<br />Baseball Field Repairs<br />4917 City Park St.<br />Jean Lafitte, Louisiana 70067<br /><br />Bids shall be addressed to the Town of Jean Lafitte and delivered to the Jean Lafitte Multi-Purpose Center (Temporary Town Hall) located at 4917 City Park Drive, Lafitte, LA 70067 not later than 2 p.m., on March 28, 2025. Sealed bids to be marked “Sealed Bid –Quinten Couevas Ball Field Baseball Field Repairs.” 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. 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 p.m. on March 28, 2025, at the aforementioned location <br /><br />All bids must be in accordance with the contract documents on file with the Town of Jean Lafitte, 2654 Jean Lafitte Blvd, Lafitte, Louisiana 70067. Late bids will not be accepted.<br /><br />Each Bid must be accompanied by certified check, cashier’s check, or bid bond acceptable to the owner in the amount equal to five percent (5%) of the total amount bid, including all alternates, and payable without condition to the owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with his proposal and all terms and conditions of the contract documents.<br /><br />A complete set of Contract Documents may be secured electronically online from: centralauctionhouse.com or from N-Y Associates, Inc., 2750 Lake Villa Drive, Metairie, LA 70003 attn. Michael Schmidt Phone: 504-885-0500 by licensed contractors upon receipt of $350.00 per set for hard copy set and/or a non-refundable fee of $25.00 for an electronic set on USB flash drive. 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 />Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br /><br />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 Town of Jean Lafitte reserves the right to reject all bids, waive informalities and to reject non-conforming, non-responsive, un-balanced, or conditional bids, pursuant to the law.<br /><br />A Pre-Bid Conference will be held on March 14, 2025 at 2:00 p.m. – 3:00 p.m. at Jean Lafitte Multi-purpose Center (Temporary Town Hall), Lafitte, Louisiana 70067. All interested parties are strongly encouraged to attend. 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.
https://www.centralauctionhouse.com/rfp99647865-town-of-jean-lafitte--quinten-couevas-ball-field-repairs.html
24-Feb-2025 10:00:00 AM CST |
28-Mar-2025 2:00:00 PM CDT |
Vermilion Parish School Board |
Vermilion Parish School System- Fresh Produce SY24-25
|
Produce Bid for 3/20/25 for Menu Dates 5/1/25-5/23/25
https://www.centralauctionhouse.com/rfp31393778-vermilion-parish-school-system-fresh-produce-sy24-25.html
17-Mar-2025 9:00:00 AM CDT |
20-Mar-2025 10:00:00 AM CDT |
Vernon Parish Police Jury |
2025 Road Overlay
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the Vernon Parish Police Jury, PO Box 1548, Leesville, LA 71496, will receive sealed bids until Thursday, March 27, 2025, at 10 a.m. Bids will be opened publically and read aloud; bids received after the specified closing time will not be accepted. All interested parties are welcome to attend the bid opening. Bid specifications may be viewed online and bids may be submitted online at www.centralbidding.com.<br /> <br />Bid Forms may be obtained from the Vernon Parish Police Jury, 300 S. 3rd St., Leesville, Louisiana 71446, between the hours of 8 a.m. and 4 p.m., Monday – Friday, by calling 337-238-0324 or emailing
[email protected].<br /> <br />Bid envelopes MUST be sealed and marked on outside with company name, item being bid, date and time of bid opening, and contractor’s license number. Failure to seal and mark bid envelopes correctly will result in your bid being rejected.<br /> <br />The Vernon Parish Police Jury reserves the right to reject any or all bids for just cause in accordance with R.S. 38:2212 & 2214.<br />
https://www.centralauctionhouse.com/rfp1112361-2025-road-overlay.html
08-Mar-2025 6:00:00 PM CST |
27-Mar-2025 10:00:00 AM CDT |
Vernon Parish School District |
Bid on copier paper
|
Bids must be submitted on attached forms.
https://www.centralauctionhouse.com/rfp78579481-bid-on-copier-paper.html
07-Mar-2025 12:00:00 AM CST |
08-Apr-2025 9:00:00 AM CDT |
West Baton Rouge Parish School Board |
BRUSLY UPPER ELEMENTARY SCHOOL WINDOW REPLACEMENT
|
Advertisement for Bids<br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for<br />the major classification of Building Construction are requested by West Baton Rouge Parish School Board<br />for construction of:<br />Project Name: Brusly Upper Elementary School Window Replacement<br />Project Address: 601 North Kirkland Road Brusly, LA 70719.<br />Project Number: 061-014-25A<br />The West Baton Rouge Parish School System has issued this project with a bid duration as follows:<br />Bids will be received at the West Baton Rouge School Board Office, 3761 Rosedale Road, Port Allen, LA<br />70767 until 2:00 PM., Local Time on March 18, 2025.<br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit<br />their bids electronically to Jared Gibbs (
[email protected]) and please CC Jessica Blanchard<br />(
[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 />The successful Bidder will be issued a notice to proceed on April 2, 2025, procurement of window materials<br />is expected to begin immediately to allow delivery for a start of construction on May 27, 2025. The project<br />must reach final completion by July 28, 2025. Damages will be assessed at $1,000 for each consecutive<br />calendar day for which work is not substantially completed beyond the date set as the completion date in<br />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<br />the form of either a certified check or a bid bond.<br />A Pre-Bid Conference will be held at 9:00 AM on March 11th, 2025 at Brusly Upper Elementary<br />School, 601 North Kirkland Road, Brusly, LA 70719. Attendance at this Pre-Bid Conference is nonmandatory<br />but highly encouraged.<br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Bid Documents<br />must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may<br />be withdrawn from a period of 45 days after the bid opening except as provided by law. Bidders must meet<br />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<br />the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<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/rfp73545661-brusly-upper-elementary-school-window-replacement.html
20-Feb-2025 12:00:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |