Agency |
Title |
Date published |
Bid opening date |
Acadia Parish School Board |
E-001 Crowley High School Welding & Woodworking Expansion & New Restroom Building
|
ADVERTISEMENT FOR BIDS<br />Bid # E-001<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 2, 2023 at 2:00 p.m. for:<br />Crowley High School-Welding & Woodworking Expansion and New Restroom Building<br />Crowley, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 6, 2023 at 1:00 PM at Crowley High School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp46469618-e-001-crowley-high-school-welding-woodworking-expansion-new-restroom-building.html
19-Jan-2023 12:00:00 AM |
02-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-002 Ross Elementary New Multipurpose Building
|
ADVERTISEMENT FOR BIDS<br />Bid # E-002<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 2, 2023 at 2:00 p.m. for:<br />Ross Elementary-New Multipurpose Building<br />Crowley, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 6, 2023 at 2:15 PM at Ross Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />Publication Dates:<br />Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp70022943-e-002--ross-elementary-new-multipurpose-building.html
19-Jan-2023 12:00:00 AM |
02-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-003 Central Rayne Kindergarten-New Restroom Building
|
ADVERTISEMENT FOR BIDS<br />Bid # E-003<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 9, 2023 at 2:00 p.m. for:<br />Central Rayne Kindergarten-New Restroom Building<br />Rayne, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 7, 2023 at 2:00 PM at Central Rayne Kindergarten School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp42981272-e-003--central-rayne-kindergarten-new-restroom-building.html
19-Jan-2023 12:00:00 AM |
09-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-004 Martin Petitjean Elementary-New Multipurpose Building
|
ADVERTISEMENT FOR BIDS<br />Bid # E-004<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 9, 2023 at 2:00 p.m. for:<br />Martin Petitjean Elementary-New Multipurpose Building<br />Rayne, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 7, 2023 at 1:00 PM at Martin Petitjean Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp46407579-e-004--martin-petitjean-elementary-new-multipurpose-building.html
19-Jan-2023 12:00:00 AM |
09-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-005 Rayne High School-New Wood Working Shop
|
ADVERTISEMENT FOR BIDS<br />Bid # E-005<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 9, 2023 at 2:00 p.m. for:<br />Rayne High School-New Wood Working Shop<br />Rayne, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 7, 2023 at 2:45 PM at Rayne High School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp20128847-e-005--rayne-high-school-new-wood-working-shop.html
19-Jan-2023 12:00:00 AM |
09-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-006 Rayne High School-New Weight Room
|
ADVERTISEMENT FOR BIDS<br />Bid # E-006<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 9, 2023 at 2:00 p.m. for:<br />Rayne High School-New Weight Room<br />Rayne, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 7, 2023 at 2:45 PM at Rayne High School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp77209456-e-006--rayne-high-school-new-weight-room.html
19-Jan-2023 12:00:00 AM |
09-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-007 Mire Elementary-New Multipurpose Building
|
ADVERTISEMENT FOR BIDS<br />Bid # E-007<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 9, 2023 at 2:00 p.m. for:<br />Mire Elementary-New Multipurpose Building<br />Rayne, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 7, 2023 at 4:00 PM at Mire Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp9802450-e-007--mire-elementary-new-multipurpose-building.html
19-Jan-2023 12:00:00 AM |
09-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-008 Mire Elementary-New Cafeteria Addition
|
ADVERTISEMENT FOR BIDS<br />Bid # E-008<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 9, 2023 at 2:00 p.m. for:<br />Mire Elementary-New Cafeteria Addtion<br />Rayne, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 7, 2023 at 4:00 PM at Mire Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp78471086-e-008--mire-elementary-new-cafeteria-addition.html
19-Jan-2023 12:00:00 AM |
09-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-009 Church Point Elementary-New Restroom Building
|
ADVERTISEMENT FOR BIDS<br />Bid #E-009<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 16, 2023 at 2:00 p.m. for:<br />Church Point Elementary – New Restroom Building<br />Church Point, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 13, 2023 at 2:45 PM at Church Point Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp7120059-e-009--church-point-elementary-new-restroom-building.html
19-Jan-2023 12:00:00 AM |
16-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-010 Church Point High School Agriscience-New Classroom Addition
|
ADVERTISEMENT FOR BIDS<br />Bid # E-010<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 16, 2023 at 2:00 p.m. for:<br />Church Point High School Agriscience-New Classroom Addition<br />Church Point, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 13, 2023 at 2:00 PM at Church Point High School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp7175036-e-010--church-point-high-school-agriscience-new-classroom-addition.html
19-Jan-2023 12:00:00 AM |
16-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-011 Branch Elem-New Restroom Building & Addition to Existing Gymnasium
|
ADVERTISEMENT FOR BIDS<br />Bid # E-011<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 16, 2023 at 2:00 p.m. for:<br />Branch Elementary-New Restroom Building and Addition to Existing Gymnasium<br />Branch, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 13, 2023 at 1:00 PM at Branch Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp46435018-e-011--branch-elem-new-restroom-building-addition-to-existing-gymnasium.html
19-Jan-2023 12:00:00 AM |
16-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-012 Richard Elementary - New Multipurpose Building
|
ADVERTISEMENT FOR BIDS<br />Bid # E-012<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 16, 2023 at 2:00 p.m. for:<br />Richard Elementary-New Multipurpose Building<br />Church Point, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 13, 2023 at 4:00 PM at Richard Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp41833731-e-012--richard-elementary--new-multipurpose-building.html
19-Jan-2023 12:00:00 AM |
16-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-013 Iota Elementary-New Classroom Addition & Canopy
|
ADVERTISEMENT FOR BIDS<br />Bid # E-013<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 23, 2023 at 2:00 p.m. for:<br />Iota Elementary – New Classroom Addition & Canopy<br />Iota, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 14, 2023 at 4:00 PM at Iota Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp42938781-e-013--iota-elementary-new-classroom-addition-canopy.html
19-Jan-2023 12:00:00 AM |
23-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-014 Iota Middle School - Interior Renovation
|
ADVERTISEMENT FOR BIDS<br />Bid # E-014<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 23, 2023 at 2:00 p.m. for:<br />Iota Middle School– Interior Renovation<br />Iota, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 14, 2023 at 2:15 PM at Iota Middle School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp82862100-e-014--iota-middle-school--interior-renovation.html
19-Jan-2023 12:00:00 AM |
23-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-015 Iota High School-New Classrooms & Restroom Addition
|
ADVERTISEMENT FOR BIDS<br />Bid # E-015<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 23, 2023 at 2:00 p.m. for:<br />Iota High School– New Classrooms & Restroom Addition<br />Iota, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 14, 2023 at 3:15 PM at Iota High School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp42991687-e-015--iota-high-school-new-classrooms-restroom-addition.html
19-Jan-2023 12:00:00 AM |
23-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-016 Egan Elementary-Addition to Existing Gymnasium
|
ADVERTISEMENT FOR BIDS<br />Bid # E-016<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 23, 2023 at 2:00 p.m. for:<br />Egan Elementary – Addition to Existing Gymnasium<br />Egan, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Tuesday, February 14, 2023 at 1:00 PM at Egan Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp7113742-e-016--egan-elementary-addition-to-existing-gymnasium.html
19-Jan-2023 12:00:00 AM |
23-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-017 Estherwood Elementary-New Pavilion Buidling
|
ADVERTISEMENT FOR BIDS<br />Bid # E-017<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 30, 2023 at 2:00 p.m. for:<br />Estherwood Elementary – New Pavilion Building<br />Estherwood, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 27, 2023 at 4:00 PM at Estherwood Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp39865640-e-017--estherwood-elementary-new-pavilion-buidling.html
19-Jan-2023 12:00:00 AM |
30-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-018 Mermentau Elementary-New Restroom Building
|
ADVERTISEMENT FOR BIDS<br />Bid #E-018<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 30, 2023 at 2:00 p.m. for:<br />Mermentau Elementary-New Restroom Building<br />Mermentau, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 27, 2023 at 3:00 PM at Mermentau Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp72325392-e-018--mermentau-elementary-new-restroom-building.html
19-Jan-2023 12:00:00 AM |
30-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-019 Midland High School-Canopy and New Restroom Building
|
ADVERTISEMENT FOR BIDS<br />Bid # E-019<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 30, 2023 at 2:00 p.m. for:<br />Midland High School-Canopy and New Restroom Building<br />Midland, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 27, 2023 at 2:00 PM at Midland High School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp93557508-e-019--midland-high-school-canopy-and-new-restroom-building.html
19-Jan-2023 12:00:00 AM |
30-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
E-020 Morse Elementary-Gymnasium Addition
|
ADVERTISEMENT FOR BIDS<br />Bid # E-020<br />Sealed bids from contractors will be received by the Acadia Parish School Board office at 2402 North Parkerson Avenue, Crowley, LA 70526 until March 30, 2023 at 2:00 p.m. for:<br />Morse Elementary-Gymnasium Addition<br />Morse, LA<br />Electronic bidding is available online at Central Bidding https://www.centralauctionhouse.com/rfpc10607-acadia-parish-school-board.html<br />Contractors, subcontractors and material suppliers licensed under R.S. 37:2150-2164 may secure from the architect complete sets of bid documents upon the deposit of $75 for each set of contract documents. Deposit for the first set of documents is refundable, additional sets are 50% refundable within 10 days after receipt of bids. Contractors will be responsible for all shipping costs.<br />All bids must be accompanied by Bid Security equal to 5% of the base bid plus all additive alternates, and must be in the form of a Bid Bond, certified check, or cashier’s check, written by a company licensed to do business in Louisiana and payable to the Acadia Parish School Board. If a Bid Bond is used, it must meet the requirements according to R.S. 38:2218.<br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, currently on the U.S. Department of Treasury Financial Management Service list and complying with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the treasury financial management service list. The bond shall be countersigned by a person who is under contract with the Surety Company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this state and who is residing in this state.<br />Project is classified as a general construction project and requires that the bidders certify that they meet all licensing requirements of this state and are currently licensed under LA R.S. 37:2150-2164.<br />NOTE: This bid is for a Davis Bacon prevailing wage project.<br />A pre-bid conference is scheduled for Monday, February 27, 2023 at 1:00 PM at Morse Elementary School<br />No bid may be withdrawn for a period of 45 days after receipt of bids. In compliance with the guidelines of R.S. 38:2214 (B) (1), the owner reserves the right to reject any and all bids with just cause.<br />___________________________________ Publication Dates:<br />Superintendent Jan 19, 26, and Feb 2, 2023
https://www.centralauctionhouse.com/rfp850508-e-020--morse-elementary-gymnasium-addition.html
19-Jan-2023 12:00:00 AM |
30-Mar-2023 01:59:00 PM |
Acadia Parish School Board |
Church Point Middle Corridors/Classroom AC Addition
|
ADVERTISEMENT TO BID<br /> <br />ACADIA PARISH SCHOOL BOARD<br /> <br />CHURCH POINT MIDDLE CORRIDORS/CLASSROOM AC ADDITION<br />APSB Bid # E-202<br /> <br /> <br />Separate sealed bids for the CHURCH POINT MIDDLE CORRIDOR/CLASSROOM AC ADDITION project will be received by the ACADIA PARISH SCHOOL BOARD in the Finance Department (School Board Central Office - 2402 N Parkerson Ave, Crowley, LA 70526), until 2:00 P.M. (Central time), March 01, 2023. Sealed bids will then be publicly opened and read aloud in the Board Room of the Central Office. Any bid received after the specified time and date will not be considered.<br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL. Note, this bid is for a Davis Bacon prevailing wage project.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance Bond and Payment Bond, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />ADG ENGINEERING<br />3909 W CONGRESS STREET, SUITE 201<br />LAFAYETTE, LOUISIANA 70506<br /> <br />Bidding documents may be obtained from CentralAuctionHouse.com (fees may be associated with this site). Printed copies are not available from the Designer, but arrangements can be made to obtain them electronically. Send request to adginc@adginc.org.<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at the following times and locations:<br /> <br />Church Point Middle School<br />10:00 AM – February 15, 2023<br />340 Martin Luther King Drive, Church Point, LA 70525<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />ACADIA PARISH SCHOOL BOARD<br />2402 N Parkerson Ave,<br />Crowley, LA 70526<br />
https://www.centralauctionhouse.com/rfp92720329-church-point-middle-corridorsclassroom-ac-addition.html
26-Jan-2023 08:00:00 AM |
01-Mar-2023 02:00:00 PM |
Acadia Parish School Board |
AC Addition To Crowley Schools Corridors
|
ADVERTISEMENT TO BID<br /> <br />ACADIA PARISH SCHOOL BOARD<br /> <br />AC ADDITION TO CROWLEY SCHOOLS CORRIDORS<br />APSB Bid # E-201<br /> <br />Crowley Kindergarten<br />North Crowley Elementary School<br />Crowley Middle School<br /> <br />Separate sealed bids for the AC ADDITION TO CROWLEY SCHOOLS CORRIDORS project will be received by the ACADIA PARISH SCHOOL BOARD in the Finance Department (School Board Central Office - 2402 N Parkerson Ave, Crowley, LA 70526), until 2:00 P.M. (Central time), February 28, 2023. Sealed bids will then be publicly opened and read aloud in the Board Room of the Central Office. Any bid received after the specified time and date will not be considered.<br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL. Note, this bid is for a Davis Bacon prevailing wage project.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance Bond and Payment Bond, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />ADG ENGINEERING<br />3909 W CONGRESS STREET, SUITE 201<br />LAFAYETTE, LOUISIANA 70506<br /> <br />Bidding documents may be obtained from CentralAuctionHouse.com (fees may be associated with this site). Printed copies are not available from the Designer, but arrangements can be made to obtain them electronically. Send request to adginc@adginc.org.<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at the following times and locations:<br />Crowley Kindergarten<br /><br />8:00 AM – February 14, 2023<br />1119 N Parkerson Ave, Crowley, LA 70526<br /><br />North Crowley Elementary School<br /><br />9:30 AM – February 14, 2023<br />404 W 12th Street, Crowley, LA 70526<br /><br />Crowley Middle School<br /><br />11:00 AM – February 14, 2023<br />401 W Northern Ave, Crowley, LA 70526 <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />ACADIA PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />2402 N Parkerson Ave,<br />Crowley, LA 70526
https://www.centralauctionhouse.com/rfp86163335-ac-addition-to-crowley-schools-corridors.html
26-Jan-2023 08:00:00 AM |
28-Feb-2023 02:00:00 PM |
Acadia Parish School Board |
South Crowley Elementary Corridor AC Addition
|
ADVERTISEMENT TO BID<br /> <br />ACADIA PARISH SCHOOL BOARD<br /> <br />SOUTH CROWLEY ELEMENTARY CORRIDOR AC ADDITION<br />APSB Bid # E-203<br /> <br /> <br />Separate sealed bids for the SOUTH CROWLEY ELEMENTARY CORRIDOR AC ADDITION project will be received by the ACADIA PARISH SCHOOL BOARD in the Finance Department (School Board Central Office - 2402 N Parkerson Ave, Crowley, LA 70526), until 2:00 P.M. (Central time), March 02, 2023. Sealed bids will then be publicly opened and read aloud in the Board Room of the Central Office. Any bid received after the specified time and date will not be considered.<br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL. Note, this bid is for a Davis Bacon prevailing wage project.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance Bond and Payment Bond, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />ADG ENGINEERING<br />3909 W CONGRESS STREET, SUITE 201<br />LAFAYETTE, LOUISIANA 70506<br /> <br />Bidding documents may be obtained from CentralAuctionHouse.com (fees may be associated with this site). Printed copies are not available from the Designer, but arrangements can be made to obtain them electronically. Send request to adginc@adginc.org.<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at the following times and locations:<br /> <br />South Crowley Elementary School<br />1:00 PM – February 15, 2023<br />1102 S Parkerson Ave, Crowley, LA 70526<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />ACADIA PARISH SCHOOL BOARD<br />2402 N Parkerson Ave,<br />Crowley, LA 70526
https://www.centralauctionhouse.com/rfp61113807-south-crowley-elementary-corridor-ac-addition.html
26-Jan-2023 08:00:00 AM |
02-Mar-2023 02:00:00 PM |
Ascension Parish Government |
Reinforced Concrete Pipe Re-Bid
|
<a name="OLE_LINK2"></a><a name="OLE_LINK1"><b><i>BID NOTICE</i></b></a><br /> <br /><b><i>Reinforced Concrete Pipe Re-Bid</i></b><br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 (mailing address PO Box 2392, Gonzales, LA 70707-2392) until <b>January 31, 2023 at 10:00 a.m. local time</b>. The bids will be publicly opened and read aloud for the following:<br /> <br /> 15” Reinforced Concrete Pipe 15” Reinforced Concrete Pipe Arched<br /> 18” Reinforced Concrete Pipe 18” Reinforced Concrete Pipe Arched<br /> 24” Reinforced Concrete Pipe 24” Reinforced Concrete Pipe Arched<br /> 30” Reinforced Concrete Pipe 30” Reinforced Concrete Pipe Arched<br /> 36” Reinforced Concrete Pipe 36” Reinforced Concrete Pipe Arched<br /> 42” Reinforced Concrete Pipe 42” Reinforced Concrete Pipe Arched<br /> 48” Reinforced Concrete Pipe 48” Reinforced Concrete Pipe Arched<br /> 54” Reinforced Concrete Pipe 54” Reinforced Concrete Pipe Arched<br /> 60” Reinforced Concrete Pipe 60” Reinforced Concrete Pipe Arched<br /> <br />All gasket and accessories should be included with each order and be included in the bid price per linear foot.<br /> <br />Various pipe sizes and quantities per order to be delivered to various locations throughout Ascension Parish.<br /> <br />Bid will be awarded as a package bid. Bid are to be submitted for a <b>six-month</b> period.<br /> <br />Bidding Documents may be obtained at the Ascension Parish Government Purchasing Department located at 615 E. Worthey St. Gonzales, LA 70737. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>. Bidding Documents are available at Central Bidding. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualifications, or Request for Proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br />ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT<br /> <br />CHIEF - Please publish 1/12/23, 1/19/23<br />WEEKLY- Please publish 1/12/23, 1/19/23<br />
https://www.centralauctionhouse.com/rfp29260518-reinforced-concrete-pipe-re-bid.html
12-Jan-2023 08:00:00 AM |
31-Jan-2023 10:00:00 AM |
Ascension Parish Government |
Limestone #57 (Gray), #89 (Gray), #610 (Gray) & 610 (Mexican)
|
<br /><b>Bid Notice</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 (mailing address PO Box 2392, Gonzales, LA 70707-2392) until <b>January 31, 2022 at 2:00 p.m. local time.</b> The bids will be publicly opened and read aloud for the following:<br /><b>LIMESTONE</b><br /><b>#57(GRAY), #89 (GRAY), #610 (GRAY) & #610 (MEXICAN)</b><br /> <br /><b>TO BE DELIVERED TO VARIOUS LOCATIONS THROUGHOUT ASCENSION PARISH.</b><br /> <br /><b>ALTERNATE BID #1</b><br /><b>LIMESTONE PICKED UP BY PARISH TRUCKS</b><br /> <br /><b>Bid will be accepted on a <u>price per ton basis only</u> for a six-month period.</b><br /> <br />Specifications/bidding documents may be obtained at the Ascension Parish Government, Purchasing Department located at 615 E. Worthey Street, Gonzales, LA 70737. Electronic Bids are accepted at Central Bidding <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. All addenda, corrections, and responses to this public notice shall be posted to <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>.<br /> <br /> <br />The Ascension Parish shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />The lowest responsive bidder that is awarded the bid must have a minimum of $300,000 of General Liability Insurance and Workmen’s Compensation Insurance. A copy of the insurance must be sent to Ascension Parish Government before vendor can deliver the material.<br /> <br />Requirements: All material ordered must be delivered within fifteen (15) working days from the date of order. During a declared state of emergency by the Ascension Parish Government or the State of Louisiana, delivery of requested material must begin within six (6) hours of request. <b>If any name material above is not available, please state in Bid Response.</b><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 deem bids(s) non-responsive if vendor cannot comply with these requirements.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br />ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT<br /> <br />WEEKLY - 1/12/23, 1/19/23 <br /> <br />CHIEF - 1/12/23, 1/19/23
https://www.centralauctionhouse.com/rfp15508624-limestone-57-gray-89-gray-610-gray-610-mexican.html
12-Jan-2023 09:53:00 AM |
31-Jan-2023 02:00:00 PM |
Ascension Parish Government |
Community Development and Outreach Services
|
<b>REQUEST FOR QUALIFICATIONS</b><br /> <br /><b>Community Development and Outreach Services</b><br /> <br />Request for Qualifications (RFQ) will be received by the Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 <b>until February 28, 2023 @ 3:00 PM local time for the following:</b><br /> <br /><i>Ascension Parish Government (Parish) is seeking proposals from an experienced individual or firms, partnerships, joint ventures, teams, or co-proposers (Proposer) to provide community development and outreach services that promote the various interests throughout the Parish. The Parish desires to enter into a professional services contract with a qualified Proposer or Proposers (the Parish may select more than one firm and assign task orders for various services) who can demonstrate competency and experience in providing community development and outreach services with implementing local initiatives to improve quality of life for all residents in the area.</i><br /> <br />Firms/Individuals who are interested in providing services requested under this RFQ <b>must submit six (6)</b> <b>copies of qualifications by the date and time specified</b>. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthey 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, six (6) hard copies must still be submitted within 24 hours of the Proposal submission deadline. <br /> <br />Specifications/Proposal documents may be obtained at the Ascension Parish Government, Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737. <b>Electronic Request for Qualifications</b> are accepted at Central Bidding, <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. All addenda, corrections, and responses to this public notice shall be posted to <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>.<br /> <br />All questions regarding this RFQ shall be submitted to the Purchasing Department via <b><u>purchasing@apgov.us</u></b> by <b>4:00 PM on January 31, 2023.</b> Responses will be coordinated with the RFP Coordinator and posted on the <a href="http://www.centralauctionshouse.com/"><b>http://www.centralauctionshouse.com</b></a> by <b>4:00 PM on February 2, 2023.</b> <br /> <br />The Parish shall not be responsible if the bidder cannot complete and submit an RFQ due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />The Parish reserves the right to disqualify any responses to Bids, Request for Qualifications, or Request for Proposals if it is not authorized to do business in the State of Louisiana.<br /> <br />The Parish reserves the right to reject any and all bids or proposals for just cause.<br /> <br /> <br /> <br />DONALDSONVILLE CHIEF - PLEASE PUBLISH <b>01/19 01/26 02/02/2023</b><br />GONZALES WEEKLY - PLEASE PUBLISH <b>01/19 01/26 02/02/2023</b>
https://www.centralauctionhouse.com/rfp29290498-community-development-and-outreach-services.html
19-Jan-2023 12:00:00 AM |
28-Feb-2023 03:00:00 PM |
Ascension Parish School Board |
SB-10909-East Ascension High School Hurricane Ida Repairs Phase II
|
<div style="text-align: center;"><br />ADVERTISEMENT FOR BID<br /> <br />SB-10909-<br />East Ascension High School-Hurricane Ida Repairs-Phase II<br />612 E Worthey Road<br />Gonzales, La 70737</div> <br />Sealed bids will be received by the Ascension Parish School Board, not later than 2:00 p.m., Thursday, January 26, 2023, at the following address:<br /> <div style="text-align: center;">APSB Distribution Center<br />Attention: Amber Miller, Supply Chain Supervisor<br />932 W. Orice Roth Road<br />Gonzales, LA 70737</div> <br />A mandatory Pre-Bid Conference will be held at 10:00 a.m., Friday, January 13, 2023, at East Ascension High School, located at 612 E. Worthey Road. Please check in at the Freshman Academy Office off Irma Boulevard. No bid will be accepted from any contractor who does not attend and sign-in at the Pre-Bid Conference. The Bids will be opened at the APSB Distribution Center immediately following the close of bid time on the above noted date.<br /> Preliminary bid information may be obtained by emailing purchasing@apsb.org or via www.centralauctionhouse.com.<br /> It is the policy of the Ascension Public Schools to provide equal opportunities without regard to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and activities. This includes, but is not limited to, admissions, educational services financial aid and employment.<br />
https://www.centralauctionhouse.com/rfp72533887-sb-10909-east-ascension-high-school-hurricane-ida-repairs-phase-ii.html
15-Dec-2022 08:15:00 AM |
07-Feb-2023 02:01:00 PM |
Ascension Parish School Board |
SB-10911- Donaldsonville High School Commons Area Expansion and Parking Improvements
|
<div style="text-align: center;">SB-10911<br />Donaldsonville High School Commons Area Expansion and Parking Improvements<br />Donaldsonville High School</div> <br />Sealed bids will be received by the Ascension Parish School Board, not later than 10:00 a.m., Tuesday, January 31, 2023, at the following address:<br /> <div style="text-align: center;">APSB Distribution Center<br />Attention: Amber Miller, Supply Chain Supervisor<br />932 W. Orice Roth Road<br />Gonzales, LA 70737<br /> </div>A mandatory Pre-Bid Conference will be held at 10:00 a. m., Tuesday, January 24, 2023, at the main office of Donaldsonville High School located at 100 Tiger Drive, Donaldsonville, La 70346. No bid will be accepted from any contractor who does not attend and sign-in at the Pre-Bid Conference. The Bids will be opened at the APSB Distribution Center immediately following the close of bid time on the above noted date.<br /> Preliminary bid information may be obtained by emailing purchasing@apsb.org or via www.centralauctionhouse.com.<br /> It is the policy of the Ascension Public Schools to provide equal opportunities without regard to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and activities. This includes, but is not limited to, admissions, educational services financial aid and employment.
https://www.centralauctionhouse.com/rfp42559983-sb-10911-donaldsonville-high-school-commons-area-expansion-and-parking-improvements.html
29-Dec-2022 07:00:00 AM |
31-Jan-2023 10:01:00 AM |
Ascension Parish School Board |
SB-10912-Large Kitchen Equipment
|
<br /><br /> <div style="text-align: center;">SB-10912<br />Large Kitchen Equipment</div> <br /> <br />Sealed bids will be received by the Ascension Parish School Board, no later than 10:00 a.m., Monday, February 13, 2023, at the following address:<br /> <div style="text-align: center;">APSB Distribution Center<br />Attention: Amber Miller, Supply Chain Supervisor<br />932 W. Orice Roth Road<br />Gonzales, LA 70737</div> <br />The Bids will be opened at the APSB Distribution Center immediately following the close of bid time on the above noted date.<br /> Preliminary bid information may be obtained by emailing purchasing@apsb.org or via www.centralauctionhouse.com .<br /> It is the policy of the Ascension Public Schools to provide equal opportunities without regard to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and activities. This includes, but is not limited to, admissions, educational services financial aid and employment.<br />
https://www.centralauctionhouse.com/rfp67876579-sb-10912-large-kitchen-equipment.html
26-Jan-2023 07:30:00 AM |
13-Feb-2023 10:01:00 AM |
Ascension Parish Sheriff's Office |
INVITATION TO BID - ASCENSION PARISH JAIL PLUMBING UPGRADES
|
ADVERTISEMENT FOR BIDS<br /> <br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, before 9:00 AM, on February 1, 2023 at which time and place the bids will be publicly opened and read aloud for the following project:<br /> <br />Ascension Parish Jail – Unit 2 – Plumbing Upgrades<br />Donaldsonville, Louisiana<br /> <br /> <br />Project Number: Parish Engineering Project No. 22-153<br /> <br />Deliver bids to: 828 S. Irma Blvd., Gonzales, LA 70737, 9:00 AM, on February 1, 2023 at which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com). Bidders shall be solely responsible for ensuring that their bids are received on or before the bid opening and neither the Owner nor the Architect shall be responsible for any failure of the delivery method chosen. All bids received after 9:00 AM, on February 1, 2023 will be returned to the bidder unopened.<br /> <br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com . If you are not currently a subscriber, you will need to apply for access.<br /> <br />All bids must be accompanied by bid security equal to 5% of the low bid and must be in the form of a certified check, or cashier's check. The Bid Bond shall be in favor of the Ascension Parish Sheriff’s Office and shall be accompanied by the appropriate power of attorney. No bid indicating an obligation of less than five percent (5%) by any method is acceptable.<br /> <br />The successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in amount equal to 100% of the Contract amount. The Surety Company must be listed currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal or greater than the contract amount or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If The Surety Company is qualified other than by listing on the Treasury list, the contract amount may not exceed fifteen percent of policyholders' surplus as shown by The Surety's Company most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A-rating in the latest printing of the A. M. Best's Key Rating guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of the policyholders' surplus filed with the Louisiana Department of Insurance. The Bond shall be signed by The Surety's Company agent or attorney-in-fact and countersigned by a person who is under contract with The Surety’s Company as a licensed agent in this State, and who is residing in this State.<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br /> <br />At 10:00 AM on January 25, 2023, at the site.<br /> <br />BIDS SHALL BE ACCEPTED ONLY FROM CONTRACTORS THAT ATTEND THE PRE-BID CONFERENCE.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Building Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /> <br /> <br />Advertisement Dates: Gonzales Weekly Citizen December 29, 2022; January 5, 2023 & January 12, 2023
https://www.centralauctionhouse.com/rfp32624644-invitation-to-bid--ascension-parish-jail-plumbing-upgrades.html
29-Dec-2022 08:00:00 AM |
01-Feb-2023 09:00:00 AM |
Ascension Parish Sheriff's Office |
INVITATION TO BID - APSO Wag Center Project A Renovation Mechanical Bid Package
|
Ascension Parish Sheriff’s Office<br />Advertisement for Bids<br />ASCENSION PARISH SHERIFF’S OFFICE<br />Solicitation No. APSO-2023-001<br /> <br />The Ascension Parish Sheriff’s Office is seeking Bids from qualified, Louisiana-state-licensed Mechanical Contractors to provide Construction Services for the following:<br /> <br />ASCENSION PARISH SHERIFF’S OFFICE:<br />WAG CENTER PROJECT A RENOVATION – MECHANICAL BID PACKAGE<br />1221 MAGINNIS STREET<br />DONALDSONVILLE, LA 70346<br /> <br />Bids can be delivered to Ascension Parish Sheriff’s Office located at 828 South Irma Boulevard, Gonzales, Louisiana 70737 or mailed to P.O. BOX 268 Donaldsonville, Louisiana 70346 in time for bid opening which will be held at the Ascension Parish Sheriff’s Office located at 828 South Irma Boulevard, Gonzales, Louisiana 70737, on 02/24/2023 at 10:00 a.m. local time. Bids shall be submitted only in the quantity and format required by the Bid Documents. In accordance with LA RS 38: 2212.E(6), bids for this project may be submitted electronically via upload to Centerline BidConnect (www.centerlinebidconnect.com). All bid documents shall be uploaded by 10:00 a.m. CDT 02/24/2023. Questions about this procedure should be directed to Centerline (phone 504-291-5738, email: bidconnect@centerline.co).<br /> <br />Bid Documents are available in electronic form without charge or deposit from Centerline BidConnect at www.centerlinebidconnect.com For questions related to accessing the Bid Documents, please call or email Centerline Support at bidconnect@centerline.co or (504) 291-5738.<br /> <br />A Mandatory Pre-Bid Conference is to be conducted at 10:00 a.m. local time on 02/07/23 at the APSO Waguespack Center, 1201 Maginnis Street, Donaldsonville LA 70326. Attendance at the Pre-Bid Conference is mandatory in order to submit a Bid.<br /> <br />All questions regarding the Bid Documents shall be submitted to Lexi Tengco, Project Architect, via Centerline BidConnect by 4:00 p.m. local time on 02/10/23. Responses will be coordinated with Project Management and posted on www.centerlinebidconnect.com by 10:00 a.m. local time on 02/17/23.<br /> <br />Bids shall be accepted from Contractors who are licensed under L.A. R.S. 37:2150-2163 for the classification of MECHANICAL. The Ascension Parish Sheriff’s Office reserves the right to disqualify any Bidder 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. The 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 />SHERIFF BOBBY WEBRE<br /> <br />Weekly Citizen Please publish 1/26/2023, 2/2/2023, 2/9/2023
https://www.centralauctionhouse.com/rfp71927256-invitation-to-bid--apso-wag-center-project-a-renovation-mechanical-bid-package-.html
26-Jan-2023 08:00:00 AM |
24-Feb-2023 10:00:00 AM |
Assumption Parish Waterworks District No. 1 |
Assumption Parish Waterworks District No. 1 New Administration Building
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS </b><br /> </div>Sealed bids will be received by the Assumption Parish Waterworks District No. 1, 4633 Highway 1, Napoleonville, LA 70390 (between the hours of 8:30 A.M – 4:00 P.M), or send electronically through Central Bidding for from <a href="http://centralauctionhouse.com">http://www.centralauctionhouse.com</a> until <b>10:00 A.M., FEBRUARY 2, 2023</b>. Bids will be opened and publicly read aloud.<br /><br /><b>Bids will be accepted and received through Central Bidding until 10 A.M. The public bid opening will be held at the Assumption Parish Waterworks District No. 1 at 4633 Highway 1, Napoleonville, LA 70390 beginning at 10:00 A.M. on the bid opening dated for the following project:</b><div style="text-align: center;"><b> <br />ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NEW ADMINISTRATION BUILDING<br />A/E PROJECT NO. 20-1972</b></div> <br />The Contractor shall hold a Louisiana Contractor’s license in <b>Building Construction Classification</b>. The work consists of design and construction of a new administrative office building for the Assumption Parish Waterworks District No. 1 located in Napoleonville, Louisiana. <br /><br />All bids must be in accordance with the Contract Documents on file at Assumption Parish Waterworks District No. 1 at 4633 Highway 1, Napoleonville, LA 70390. L<b>ate bids will not be accepted.</b><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 submission.<br /><br />A Complete set of Contract Documents may be secured from Meyer Engineers, Ltd., Engineer and Architect, 4937 Hearst Avenue, Suite 1B, Metairie, Louisiana 70001 (telephone (504) 885-9892), by licensed Contractors upon payment of <b>$100.00 for a hard copy set and/or fee of $25.00 for an electronic set on compact disc</b>. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening 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 Assumption Parish Waterworks District No. 1 reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Assumption Parish Waterworks District No. 1 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, Assumption Parish Waterworks District No. 1 strongly encourages the involvement of minority and/or woman-owned businesses enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /><br /><b>All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00 A.M. on JANUARY 12, 2023, at 4633 LA-1, Napoleonville, LA 70390</b>. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. 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 /> <div style="text-align: right;">ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1</div><div style="text-align: right;"> </div><div style="text-align: right;">B.J. FRANICS, JR.</div><div style="text-align: right;">GENERAL MANAGER</div> <br /> <br />Publication: The Bayou Pioneer: 12/27/2022, 01/03/2023, 01/10/2023
https://www.centralauctionhouse.com/rfp1846582-assumption-parish-waterworks-district-no-1-new-administration-building.html
27-Dec-2022 05:00:00 AM |
02-Feb-2023 10:00:00 AM |
Avoyelles Parish Police Jury |
APPJ - Roadway Improvements - Phase VI
|
The work is generally described as follows:<br /> <br />Asphalt leveling and overlay of roadways or sections of roadways throughout Avoyelles Parish.
https://www.centralauctionhouse.com/rfp17992419-appj--roadway-improvements--phase-vi.html
13-Jan-2023 12:00:00 AM |
09-Feb-2023 03:30:00 PM |
Beauregard Parish Library |
DIESEL FIRED MASTIC MIXER
|
ADVERTISEMENT FOR BIDS<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <br />Friday, February 10, 2023<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. Bids will be accepted through 9:30 a.m. on Friday, February 10, 2023<br />For the following item(s):Hot Asphaltic Mixture<br />Hydraulic Boom Mower<br />Diesel Fired Mastic Mixer<br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com<br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award.<br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury.<br />All bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Bryan McReynolds<br />Parish Administrator<br /> <br />PUBLISH: Beauregard Daily News<br /> January 27 and February 3, 2023<br />
https://www.centralauctionhouse.com/rfp75342303-diesel-fired-mastic-mixer.html
27-Jan-2023 12:00:00 AM |
10-Feb-2023 09:30:00 AM |
Beauregard Parish Police Jury |
HOT ASPHALTIC MIXTURE
|
<h1 align="center"> </h1><b>ADVERTISEMENT FOR BIDS, BID FORM, and Specifications</b><br />Material Bids for Parishwide Road Maintenance<br />Hot Asphaltic Mixture<br /> <br /><b>ADVERTISEMENT FOR BIDS</b><br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <ol> <li>Friday, February 10, 2023</li> <li>At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. <u>Bids will be accepted through 9:30 a.m. on Friday, February 10, 2023</u></li> <li>For the following item(s):</li></ol><b>Hot Asphaltic Mixture</b><br /><b>Hydraulic Boom Mower</b><br /><b>Diesel Fired Mastic Mixer</b><ol> <li value="4">All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2<sup>ND</sup> Street, DeRidder LA, or by calling (337)463-7019, or electronically at <a href="http://www.centralbidding.com/">www.centralbidding.com</a></li> <li value="5">Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award.</li> <li value="6">Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury.</li> <li value="7">All bids MUST be plainly marked on the outside of the envelope:</li></ol>BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Bryan McReynolds<br />Parish Administrator<br />
https://www.centralauctionhouse.com/rfp23088749-hot-asphaltic-mixture.html
27-Jan-2023 12:00:00 AM |
10-Feb-2023 09:30:00 AM |
Beauregard Parish Police Jury |
ONE (1) HYDRAULIC BOOM MOWER
|
ADVERTISEMENT FOR BIDS, BID FORM, and Specifications<br /><br /><br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <br />Friday, February 10, 2023<br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. Bids will be accepted through 9:30 a.m. on Friday, February 10, 2023<br />For the following item(s):Hot Asphaltic Mixture<br />Hydraulic Boom Mower<br />Diesel Fired Mastic Mixer<br />All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com<br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award.<br />Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury.<br />All bids MUST be plainly marked on the outside of the envelope:BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Bryan McReynolds<br />Parish Administrator
https://www.centralauctionhouse.com/rfp98683139-one-1-hydraulic-boom-mower.html
27-Jan-2023 12:00:00 AM |
10-Feb-2023 09:30:00 AM |
Beauregard Parish Sheriff's Office |
Beauregard Parish Sheriff's Office Training Center
|
Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of Building Construction are requested by Beauregard Parish Sheriff’s Office for construction of:<br /><br />Project Name: Beauregard Parish Sheriff’s Office Training Center<br /> 412 Bolivar Bishop Drive, DeRidder, LA 70634<br />Project Number: 5021110<br /><br />Bids will be received at the Beauregard Parish Sheriff’s Office Training Center, 412 Bolivar Bishop Drive, DeRidder, Louisiana 70634 until 2:00 PM., Local Time on Thursday, February 16, 2023, at which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com). Bidders shall be solely responsible for ensuring that their bids are received on or before the bid opening and the owner shall not be responsible for any failure of the delivery method chosen. All bids received after 2:00 pm on February 16, 2023 will be returned to the bidder unopened<br /><br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com . If you are not currently a subscriber, you will need to apply for access.<br /><br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via www.centerlinebidconnect.com. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be posted on www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br /><br />The successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in amount equal to 100% of the Contract amount on the forms provided by the Owner in the offer documents and written in accordance with State law<br /><br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /><br />A NON-MANDATORY Pre-Bid Conference will be held at 10:00 AM on Tuesday, February 7, 2023 at the Beauregard Parish Sheriff’s Office Training Center, 412 Bolivar Bishop Drive, DeRidder, Louisiana 70634. Bidders are encouraged but not required to be present in order to submit a bid.<br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered to the Architect by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of 45 days after the bid opening except as<br />provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing law, R.S. 37:2151, et seq.<br /><br />The Beauregard Parish 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.<br /><br />Advertisement Dates: January 20, 2023, January 27, 2023, February 3, 2023<br />Published in Beauregard Daily News
https://www.centralauctionhouse.com/rfp46451428-beauregard-parish-sheriffs-office-training-center-.html
20-Jan-2023 12:00:00 AM |
16-Feb-2023 02:00:00 PM |
Calcasieu Parish School System |
BID#2023-311 New WRECKER Truck Spec.
|
https://www.centralauctionhouse.com/rfp29291416-bid2023-311-new-wrecker-truck-spec.html
13-Jan-2023 11:00:00 AM |
30-Jan-2023 11:00:00 AM |
Calcasieu Parish School System |
Bid#2023-230 Large Cafeteria Equipment
|
Bid#2023-230 Large Cafeteria Equipment Specification included. Installation Required.
https://www.centralauctionhouse.com/rfp42922992-bid2023-230-large-cafeteria-equipment-.html
17-Jan-2023 11:00:00 AM |
02-Feb-2023 11:00:00 AM |
Cameron Parish School System |
HACKBERRY HIGH SCHOOL RODEO ARENA 2021-09-01
|
Attached are all documents needed for Bid purposes. Hackberry High School Rodeo Arena 2023-09-01
https://www.centralauctionhouse.com/rfp25125815-hackberry-high-school-rodeo-arena-2021-09-01.html
20-Jan-2023 12:00:00 AM |
15-Feb-2023 02:00:00 PM |
Charter Schools USA - LA |
LCCA Annex expansion for 5th grade
|
Lake Charles Charter Academy:<br />This project is to expand and existing building to accomodate an additional 4 classrooms with bathrooms.
https://www.centralauctionhouse.com/rfp22927430-lcca-annex-expansion-for-5th-grade.html
06-Jan-2023 12:00:00 AM |
01-Feb-2023 03:00:00 PM |
City of Alexandria |
Bid #2400 Operating Supplies-Gas
|
It is the intent of the City of Alexandria to secue pricing on Operating Supplies- Gas for use by the City of Alexandria Gas Department. Said material to be inventoried by the Central Warehouse Department and issued to the using department on an "as needed" basis.
https://www.centralauctionhouse.com/rfp71935211-bid-2400-operating-supplies-gas.html
13-Jan-2023 11:00:00 AM |
21-Feb-2023 10:00:00 AM |
City of Alexandria |
Bid #2397 Operating Supplies/ Wastewater
|
It is the intent of the City of Alexandria to secure pricing on Operating Supplies, for use by the City of Alexandria Wastewater Department. Said material to be inventoried by the Central Warehouse Department and issued to the using department on an “as needed” basis.<br />
https://www.centralauctionhouse.com/rfp17951454-bid-2397-operating-supplies-wastewater.html
13-Jan-2023 11:00:00 AM |
21-Feb-2023 10:00:00 AM |
City of Alexandria |
Bid #2396 Cast/Ductile Iron & Related Accessories
|
It is the intent of the City of Alexandria to secure pricing on CAST/DUCTILE IRON & RELATED ACCESSORIES, for use by the City of Alexandria Water Department. Said material is to be inventoried by the Central Warehouse Department.
https://www.centralauctionhouse.com/rfp13068679-bid-2396-castductile-iron-related-accessories.html
13-Jan-2023 11:00:00 AM |
21-Feb-2023 10:00:00 AM |
City of Alexandria |
Roof Replacement & Exterior Waterproofing City of Alexandria Swat Building
|
Seal Bids will be received for Roof Replacement and Exterior Waterproofing, Cityof Alexandria Swat Building on Tuesday February 21, 2023 at Ten O'Clock AM and then at said office publicly opened and read aloud. Addditional information concerning the bid documents can be found in the "Advertisement for Bid" included in the uploaded documents.
https://www.centralauctionhouse.com/rfp7858140-roof-replacement-exterior-waterproofing-city-of-alexandria-swat-building.html
24-Jan-2023 11:00:00 AM |
21-Feb-2023 10:00:00 AM |
City of Alexandria |
Bid #2398 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.
https://www.centralauctionhouse.com/rfp84854186-bid-2398-janitorial-supplies.html
03-Feb-2023 12:00:00 AM |
07-Mar-2023 10:00:00 AM |
City of Alexandria |
Bid #2399 Electric Metes & 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.
https://www.centralauctionhouse.com/rfp1261653-bid-2399-electric-metes-accessories.html
03-Feb-2023 12:00:00 AM |
07-Mar-2023 10:00:00 AM |
City of Alexandria |
Bid #2408 DG Hunter Units 5-11 Spare Parts-Electrical Production
|
It is the intent of the City of Alexandria to secure pricing on Spare Parts, for use by the City of Alexandria Electric Production Department for the Wartsila Reciprocating Internal Combustion Engines and ancillary parts. Said material is to be inventoried by the City of Alexandria Electric Production Department. Quantities given are estimated and not guaranteed. All products shall be new and of current manufacture.
https://www.centralauctionhouse.com/rfp67811325-bid-2408-dg-hunter-units-5-11-spare-parts-electrical-production.html
27-Jan-2023 10:00:00 AM |
07-Mar-2023 10:00:00 AM |
City of Baton Rouge |
JEFFERSON HIGHWAY AT BLUEBONNET BOULEVARD
|
Legal- December 30, 2022, January 6 & 13, 2023<br /> <br /> <br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br /> NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br /> <br />JEFFERSON HIGHWAY AT BLUEBONNER BOULEVARD<br />CITY-PARISH PROJECT NO. 20-CP-HC-0046<br /> <br />PROJECT DESCRIPTION: Portland Cement Concrete Pavement, Asphalt Concrete Pavement, Stone Base Course, Concrete Curbs, Pavement Striping, Street Lights.<br /> <br />Electronic or sealed bids will be received until 2:00 p.m. Local Time, TUESDAY _JANUARY 31, 2023, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date.<br /> <br />Bid Openings can be in person or via teleconference. <br /> <br />Teleconference Call-in Information<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. <br /> <br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in 806 of City Hall immediately after the 2:00 p.m. bid closing. <br /> <br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /> <br />Bids shall be firm for a period of sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding 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 Twenty-seven Dollars ($27.00). (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<br /> <br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />The Bidder is advised that the City of Baton Rouge and Parish of East Baton Rouge is an Equal Opportunity Employer. Therefore the Bidder is encouraged to utilize minority participation in this contract to the extent possible through the use of small, disadvantaged and women-owned businesses as suppliers or subcontractors. To assist the City-Parish in our efforts to track the minority participation on our construction projects the successful low bidder shall include CP DBE-1 (revised 3/6/2012) with the monthly partial payment request.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />For additional information please contact Mr. Brian Smith P.E., PM, Project Manager at (225) 427-0136 or email at BSmith@GOTECH-Inc.com.<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp29707954-jefferson-highway-at-bluebonnet-boulevard-.html
30-Dec-2022 08:00:00 AM |
31-Jan-2023 02:00:00 PM |
City of Baton Rouge |
A23-1417 Scale Inspection, Maintenance & Repairs
|
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. January 30, 2023 for the following:<br /> <br />A23-1417 Scale Inspection, Maintenance & Repairs<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at miduvall@brla.gov.<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 January 23, 2023<br /> <br />Full information may be obtained upon request from the above address or by telephoning Maggie Duvall at (225) 389-3259, Ext. 3272, or via email miduvall@brla.gov.<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/rfp55579245-a23-1417-scale-inspection-maintenance-repairs.html
13-Jan-2023 11:00:00 AM |
30-Jan-2023 11:00:00 AM |
City of Baton Rouge |
A23-1416 - Removal of Scrap Metal & White Goods
|
TO BE PUBLISHED – LEGAL<br /> 1.17.23 & 1.24.23<br /> BIDS TO BE OPENED:<br /> 2.1.23<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 1, 2023 for the following:<br /> <br />A23-1416 REMOVAL OF SCRAP METAL & WHITE GOODS<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 tmclark@brla.gov.<br /> <br /> <br />Bids may be submitted electronically via www.centralauctionhouse.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 January 25, 2023 CST.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Tian Clark at (225) 389-3259, Ext. 3271, or via email tmclark@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following phone line, 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 phone numbers will provide you with live audio access to this bid opening. The phone line 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/rfp29257034-a23-1416--removal-of-scrap-metal-white-goods.html
17-Jan-2023 12:00:00 AM |
01-Feb-2023 11:00:00 AM |
City of Baton Rouge |
RQ12251- CITY-PARISH PROJECT 22-DR-CP-0035- WOODRIDGE SUBDIVISION FILINGS 1, 2, & 3
|
Notice to Proposers<br /> <br />Notice is hereby given that sealed proposals will be received by the City of Baton Rouge and the Parish of East Baton Rouge Purchasing Division until February 08, 2023, at 2:00 pm local time in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 for:<br /> <br />12251- WOODRIDGE SUBDIVISION FILINGS 1, 2, & 3 / DRAINAGE IMPROVEMENT <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. Copies of the Request for Proposal may be obtained from:<br /> https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102 or at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at purchasinginfo@brla.gov.<br />A Mandatory Pre-Bid Conference: 10:00 AM CST on Wednesday, February 1st, 2023, at 222 St. Louis St, Baton Rouge, LA, 8th. Floor Conference Room-(Purchasing Division) The deadline for written inquiries is February 3, 2023 at 5:00 pm CST time.<br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<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 the Solicitation documents and as further defined in the Proposer Inquiry Periods section of the same document.<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. Central Bidding is an electronic bidding site @<br />(http://www.centralauctionhouse.com ). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<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.
https://www.centralauctionhouse.com/rfp87804067-rq12251-city-parish-project-22-dr-cp-0035-woodridge-subdivision-filings-1-2-3.html
20-Jan-2023 08:00:00 AM |
08-Feb-2023 02:00:00 PM |
City of Baton Rouge |
M14367 Vehicle Extrication Equipment
|
TO BE PUBLISHED – LEGAL<br /> 1.27.2023 & 02.03.2023<br /> BIDS TO BE OPENED:<br /> 02.13.2023<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 13, 2023 for the following:<br /> <br />M14367 Vehicle Extrication Equipment<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 miduvall@brla.gov.<br /> <br />Bids shall be submitted electronically via www.centralauctionhouse.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 February 6, 2023<br /> <br />Full information may be obtained upon request from the above address or by telephoning Tian Clark at (225) 389-3259, Ext. 3271, or via email tmclark@brla.gov.<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 phone numbers will provide you with live audio access to this bid opening. The phone line 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/rfp23953708-m14367-vehicle-extrication-equipment.html
27-Jan-2023 12:00:00 AM |
13-Feb-2023 12:00:00 AM |
City of Baton Rouge |
A23-0904 Industrial Chemicals and Solvents for Wastewater and Sewer Treatment
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 14, 2023 for the following:<br /> <br />A23-0904 Industrial Chemicals and Solvents for Wastewater and Sewer Treatment<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 dsstewart@brla.gov.<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 February 3, 2023.<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 dsstewart@brla.gov.<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/rfp66312133-a23-0904-industrial-chemicals-and-solvents-for-wastewater-and-sewer-treatment.html
24-Jan-2023 08:26:05 AM |
14-Feb-2023 11:00:00 AM |
City of Baton Rouge |
PASSENGER BOARDING BRIDGES REPLACEMENT
|
PASSENGER BOARDING BRIDGES REPLACEMENT<br /> <br /> <br />To be published three times<br />Legal - January 24th 31st , & February 1st, 2023<br /> <br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA <b> NOTICE TO CONTRACTORS</b><br /> <br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br /> <br />PASSENGER BOARDING BRIDGES REPLACEMENT<br />Baton Rouge Metropolitan Airport, East Baton Rouge Parish, Louisiana.<br /> <br />PROJECT DESCRIPTION: Replacement and installation of Six (6) new Passenger Boarding Bridges (PBBs) at the Baton Rouge Metropolitan Airport, East Baton Rouge Parish, Louisiana.<br />The project consists of the replacement of Six (6) Passenger Boarding Bridges with apron drive boarding bridges. The required minimum lengths for telescoping are indicated on the plans. Each bridge will be capable of vertical and horizontal travel. The rotunda shall have new connections to terminal doorway and face of building. Rotunda column foundations may be re-used. Ground power (28VDC and 400hz) and preconditioned air are required for the aircraft. The maneuverable tunnel sections shall be supplied with air conditioning capable of cooling all tunnel lengths for a typical summer day. A mechanical conveyor method of moving late bags and wheelchairs up and down the exterior of the bridge to the cab service door and landing shall be included. The contractor shall provide the structural, electrical, and mechanical design for all components of the project. The Bidder shall agree to fully complete the Base Bid contract within 270 consecutive calendar days - Consisting of 3 (three) Passenger Boarding Bridges, Electrical, and Pavement Markings. The additive bid consists of 3 (three) additional Passenger Boarding Bridges with an additional 90 consecutive calendar days to complete.<br /> <br />There will be a Non-Mandatory Pre-Bid Conference and Site Visit held on January 30, 2023, at 10:00 a.m. in the 1st floor conference room at the Baton Rouge Metropolitan Airport Terminal Building.<br /> <br />Electronic or sealed bids will be received until 2:00 p.m. Local Time, Monday February 13, 2023 by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date.<br />Bid Openings can be in person or via teleconference. Teleconference Call-in Information.<br />Join by phone +1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division.<br /> <br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in 806 of City Hall immediately after the 2:00 p.m. bid closing.<br /> <br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /> <br />Bids shall be firm for a period of sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding Form Revised Apr 2, 2009 NC 2 of 2 process, please call Central Bidding at 225-810-4814. Copies of the Contract Documents may be obtained and examined without charge in the office of the Project Engineer, or as requested for electronic copies via PDF from the Project Engineer by emailing Corky.Pleasant@ice-eng.com. For additional information, contact Infrastructure Consulting & Engineering, PLLC. at the above phone number or by email.<br /> <br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />The Bidder is advised that the City of Baton Rouge and Parish of East Baton Rouge is an Equal Opportunity Employer. Therefore the Bidder is encouraged to utilize minority participation in this contract to the extent possible through the use of small, disadvantaged and women-owned businesses as suppliers or subcontractors.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />Bidders should be aware that award of this contract is contingent upon receipt of a grant or grants from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development - Office of Aviation (DOTD), along with the securing of other required approvals. Project numbers will be assigned upon approval by the FAA.<br /> <br />Policy: It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds.<br />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 12% of the total value of the contract. Good faith efforts include meeting this DBE goal or providing documentation demonstrating that the Respondent or Proposer made sufficient good faith efforts in attempting to meet this goal. Only DBE firms certified by the Louisiana Unified Certification Program at the time of Qualification Statement or Proposal submittal will count toward this DBE goal. To be considered responsive, the Bidders must submit DBE Schedules A, B, C, and Letters of DBE Certification, as appropriate within three business days of bid or proposal date and time.<br />The proposed Contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s (Proposer’s) attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Project Manual.<br />The Bidder (Proposer) must supply all the information required by the bid or proposal forms. The Bidders will be required to submit a Certification of Nonsegregated Facilities, and to notify prospective Subcontractors of the requirements of such Certification as Notice to Subcontractors appears in the Project Manual.<br />Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities.<br />For contracts for $50,000 or more, a Contractor having 50 or more employees, and his Subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract.<br />Compliance Reports. Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if:<br /><br />The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and<br />The Contractor is within the definition of “employer” in Paragraphs 2e(3) of the instructions included in Standard Form 100.The Contractor shall require the Subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply.Standard Form 100 will be furnished upon request.<br />Buy American Provision. The proposed Contract is subject to the Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Project Manual. <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />For additional information please contact Doug Hambrecht, P.E., at (813) 330-2704 or doug.hambrecht@ice-eng.com
https://www.centralauctionhouse.com/rfp75356208-passenger-boarding-bridges-replacement.html
24-Jan-2023 08:00:00 AM |
13-Feb-2023 02:00:00 PM |
City of Baton Rouge |
M1218 2023 or Newer AIRBUS H125 Helicopter (Green) with Mosquito Control Package Completion
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 22, 2023 for the following:<br /> <br />M1218 2023 or Newer AIRBUS H125 Helicopter (Green) with<br />Mosquito Control Package Completion<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 dsstewart@brla.gov.<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 February 10, 2023.<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 dsstewart@brla.gov.<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/rfp6576764-m1218-2023-or-newer-airbus-h125-helicopter-green-with-mosquito-control-package-completion.html
01-Feb-2023 01:00:00 AM |
22-Feb-2023 11:00:00 AM |
City of Broussard |
Sugar Trace South Lift Station & Force Main Upgrade for the City of Broussard
|
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 February 1, 2023, for:<div style="text-align: center;"> <br /><b>SUGAR TRACE SOUTH</b><br /><b>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 3468 linear feet of Sewer Force Main and a 180 gpm duplex lift station upgrade located in the City of Broussard.</b><br /> <br /><b>A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on January 19, 2023 in the City of Broussard City Hall, 310 East Main Street, 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: 90 calendar days, 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 /> <br /> <br />1. Comeaux Engineering & Consulting<br />601 Second Street, Broussard, Louisiana, 70518<div>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</div>2. Broussard City Hall<br />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) 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 on line 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: January 4, 2023<br /> January 11, 2023<br /> January 18, 2023
https://www.centralauctionhouse.com/rfp94545016-sugar-trace-south-lift-station-force-main-upgrade-for-the-city-of-broussard.html
04-Jan-2023 12:00:00 AM |
01-Feb-2023 10:00:00 AM |
City of Eunice |
FY 2021 Park Improvements
|
<br /> <br /> ADVERTISEMENT FOR BIDS<br /> <br />CITY OF EUNICE<br /> <br />Sealed bids for Community Development Block Grant – Love Louisiana Outdoors Program Park Improvements for Fiscal Year 2021, consisting of removing and replacing 4,600 L.F. of existing asphalt surface walking track with concrete and adding an additional 500 L.F. of concrete walking track along with the purchase and installation of fitness & playground equipment will be received by the City of Eunice in the conference room at 300 South Second Street, Eunice, LA 70535, until 10:00 AM, Thursday, January 26, 2023 and then at said office publicly opened and read aloud. Electronic bidding is also available through Central Bidding. The website to send an electronic bid is www.centralauctionhouse.com.<br /> <br />Plans and specifications may be examined, without charge, in the office of the City Clerk, City Hall, 300 South 2nd Street, Eunice, Louisiana, 70535, (337) 457-7389, or at or at the offices of Aucoin & Associates, Inc., 433 N. C.C. Duson Street, Eunice, LA 70535 or will be forwarded to the prospective bidder upon deposit with the Engineers of $200.00 for one (1) set of plans and specifications.<br /> <br />The full deposit for one set of plans and specifications will be refunded to each general contractor who submits a bona-fide bid. This deposit will be refunded upon request in accordance with R.S. 38:2212. For additional sets of documents and for documents issued to subcontractors or material suppliers, the cost of reproduction and mailing of each set will be deducted and a balance of $100.00 refunded. Said refunds will only be made for a complete set of documents in good condition returned within 10 days following bid opening. Partial sets of documents will not be issued.<br /> <br />Each bidder must have an active Unique Entity ID (SAM) Number, as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />Bids must be submitted on Bid Forms furnished for this purpose by the Engineers. The bidder must execute all blanks in the bid proposal, or the bid will not be considered.<br /> <br />Each bidder must deposit with his/her bid, security in the amount, forms, and subject to the conditions provided for 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 />The Attention of Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements. Minority, female, and Section 3 participation is hereby encouraged by the City of Eunice.<br /> <br />Any person with disabilities requiring Special Accommodations must contact the City no later than seven (7) days prior to bid opening.<br /> <br />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL.<br /> <br />Bidders must comply with Title VI of the Civil Rights Act of 1964, Davis-Bacon Act, the anti-Kickback Act and the Contract Work Hours Standard Act.<br /> <br />No bidder may withdraw his 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 days of the receipt of the Notice to Proceed.<br /> <br />The City of Eunice 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 /><br /> <br /> <br />THUS DONE AND SIGNED AT EUNICE, LOUISIANA THIS THE 29th DAY OF November, 2022. <br /> <br /> <br />/s/ Scott Fontenot MAYOR<br />ATTEST:<br /> <br />/s/ Ginny Moody <br /> Town Clerk
https://www.centralauctionhouse.com/rfp5114833-fy-2021-park-improvements.html
03-Jan-2023 07:00:00 AM |
02-Feb-2023 10:00:00 AM |
City of Eunice |
Roof Replacement City of Eunice Municipal Complex
|
<br /><br /> <div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS </b><br /> </div><div><b>Sealed bids from Louisiana-licensed contractors will be received by the City of Eunice, c/o Ginny Moody, City Clerk at 300 S. Second St. / PO Box 1106, Eunice, LA 70535. or electronically via www.centralbidding.com, until 1:45 pm on Wednesday, February 15. 2023 for:<br /> </b></div><div style="text-align: center;"><b>Roof Replacement City of Eunice Municipal Complex<br />300 S. Second St., Eunice, LA 70535<br />Architect’s Project No. A21-09</b></div><div><br /><b>Bids will be opened publicly at 2:00 p.m. on the Bid Date in the Mayor’s Conference Room on the 1st floor of the Municipal Complex at the above address.</b><br /> <br />In accordance with Louisiana RS 38:2212, contractors may submit their bid electronically at www.centralbidding.com. Plans and specifications are available by electronic means from www.centralbidding.com . The web site is available 24 hours a day seven day a week. Vendors submitting bids electronically are required to provide the same documents as vendors submitting through the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from opening of the bids to provide the City of Eunice the original documents. If a certified check, or cashier’s check, is submitted as the bid security, electronic copies of both the front and back of the check shall be included with the electronic bid. If a vendor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non-responsive.<br /> <br />Bidding documents in print form may be obtained at the office of: Architects Alliance of Acadiana, 1006 Creswell Lane, Opelousas, LA 70570, Phone: (337)942-2678. Contractors who obtain printed documents will also be provided with electronic copies. Contractors and sub-contractors licensed under R.S. 37:2150-2164 may secure from the architect, complete sets of printed Bid Documents upon <u><b>deposit of $100.00</b></u> for each set. Deposit for the first set is fully refundable to all bona fide prime contract bidders and a 50% refund shall be made for all additional sets to prime bidders and other plan-holders, upon return of the documents in good condition no later than ten (10) days after receipt of bids. The deposit for damaged, incomplete or late returned documents will be forfeited. Contractors will be responsible for return shipping costs. <br /> <br /><b>A Mandatory Pre-Bid Conference will be conducted beginning in the Mayor’s Conference Room, located on the 1st floor of the Municipal Complex at 2:00 pm on Wednesday, February 1, 2023. </b>All bidders are required to have a representative of their company attend in order for their bid to be accepted. To arrange an inspection at other times, contact Ms. Ginny Moody, City Clerk, phone number (337) 457-6516, between 8:00 am and 4:00 pm, M-F.<br /> <br />All bids must be accompanied by <u><b>Bid Security</b></u> equal to five percent (5%) of the Base Bid plus all additive alternates (if any) and must be in the form of a Bid Bond, Certified Check, or Cashier's Check, written by a company licensed to do business in Louisiana and payable to the City of Eunice.<br /> <br />The successful Bidder shall be required to furnish a <u><b>Performance and Payment Bond</b></u> written by a company licensed to do business in Louisiana, in an amount equal to 100% of the contract amount and who is currently on the U.S. Department of Treasury Financial Management Service List and complies with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the Treasury Financial Management Service List. The bond shall be countersigned by a person who is under contract with the surety company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this State, and who is residing in this State.<br /> <br />This project is classified as a “<b>Roofing and Sheet Metal</b>” project and the Bidder shall certify that he meets all licensing requirements of this State and is duly and currently licensed under LA. R.S. 37:2150-2164.<br /> <br /><u><b>Performance time shall be 150 calendar days</b></u> unless extended by approved Change Order. <u><b>Liquidated Damages</b></u> in the amount of <u><b>$300.00 per calendar day</b></u> will be assessed for failure to substantially complete the work within the performance time. <br /> <br />No bid may be withdrawn for a period of forty-five (45) days after receipt of bids. The Owner reserves the right to reject any and all bids for “just cause”.</div><div style="text-align: right;"><br /><br /><b>S/ Scott A Fontenot, Mayor<br />Attest: Ginny Moody, City Clerk</b></div>
https://www.centralauctionhouse.com/rfp21852858-roof-replacement-city-of-eunice-municipal-complex.html
19-Jan-2023 12:00:00 AM |
15-Feb-2023 01:45:00 PM |
City of Gonzales |
New Type I Ambulance
|
REQUEST FOR BIDS<br /> <br />Notice is hereby given for bids to be received on the 14th Day of February, 2015 at 10:00 am local time for:<br /> <br /> ONE (1) NEW TYPE I AMBULANCE<br /> <br />Bids shall be on forms prescribed within, and in accordance with detailed specifications, which may be obtained from:<br /> <br />CITY OF GONZALES FIRE DEPARTMENT<br /> 724 W. ORICE ROTH RD.<br /> GONZALES, LA 70737<br /> <br />Bid information may be obtained and bids submitted online at www.centralbidding.com<br /> <br />Sealed proposals should be clearly marked on the exterior envelope, and bids received after the specified date and hour will be returned unopened.<br /> <br />Bids will be opened, read aloud, and may be taken under advisement for up to thirty (30) days to evaluate in detail. Purchaser reserves the right to reject any and all bids and select the proposal bid deemed in the best interest of the purchaser from among those received.<br /> <br />Detailed written technical information, required forms for bidding, and responses will be required from the bidders, as set out in the specifications. Failure of any bidder to furnish all required information will disqualify that particular bidder.<br /> <br />BIDS SHOULD BE ADDRESSED TO: <br /> <br /> City of Gonzales Fire Department<br /> 120 S. Irma Blvd.<br /> Gonzales, LA 70737
https://www.centralauctionhouse.com/rfp57130057-new-type-i-ambulance.html
25-Jan-2023 12:00:00 AM |
17-Feb-2023 11:00:00 AM |
City of Kenner, LA |
SEALED BID 22-6709 FURNISH AND INSTALL ROLLING SHEET DOORS AT FS#379
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, WEDNESDAY, FEBRUARY 1ST, 2023 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE., BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM. VIA ZOOM. INTERESTED PARTIES THAT WOULD LIKE TO PARTCIPATE, PLEASE EMAIL FINCONTRACTS@KENNNER.LA.US .THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <div style="text-align: center;"><span style="text-align: center;">FURNISH AND INSTALL ROLLING SHEET DOORS AT FS #379</span><br />FOR THE CITY OF KENNER<br /> DEPARTMENT OF GENERAL SERVICES</div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA; FINcontracts@kenner.la.us .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 22-6709<br />ADV. THE ADVOCATE<br />DECEMBER 28th, 2022, JANUARY 4th AND 11th, 2023
https://www.centralauctionhouse.com/rfp55346466-sealed-bid-22-6709-furnish-and-install-rolling-sheet-doors-at-fs379.html
28-Dec-2022 09:00:00 AM |
01-Feb-2023 09:45:00 AM |
City of Kenner, LA |
Sealed Bid 22-6710 Furnish and Install Police Vehicle Equipment
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 10:00 A.M, WEDNESDAY, FEBRUARY 1ST, 2023 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE., BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM. VIA ZOOM. INTERESTED PARTIES THAT WOULD LIKE TO PARTCIPATE, PLEASE EMAIL FINCONTRACTS@KENNNER.LA.US. BIDS WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <br /> <div style="text-align: center;">FURNISH AND INSTALL POLICE VEHICLE EQUIPMENT<br /> FOR THE KENNER POLICE DEPARTMENT</div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA; FINcontracts@kenner.la.us .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 22-6710<br />ADV. THE ADVOCATE<br />DECEMBER 28TH, 2022 AND JANUARY 4TH AND 11TH, 2023
https://www.centralauctionhouse.com/rfp67492684-sealed-bid-22-6710-furnish-and-install-police-vehicle-equipment.html
28-Dec-2022 09:00:00 AM |
01-Feb-2023 10:00:00 AM |
City of Kenner, LA |
SEALED BID 23-6712 CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, THURSDAY, FEBRUARY 23RD, 2023 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE., BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM. VIA ZOOM. INTERESTED PARTIES THAT WOULD LIKE TO PARTCIPATE, PLEASE EMAIL FINCONTRACTS@KENNNER.LA.US .THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <br /> <div style="text-align: center;"> CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED<br /> FOR THE CITY OF KENNER<br /> DEPARTMENT OF GENERAL SERVICES</div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA; FINcontracts@kenner.la.us .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 23-6712<br />ADV. THE ADVOCATE<br />JANUARY 25th, FEBRUARY 4th AND 11th, 2023
https://www.centralauctionhouse.com/rfp62113966-sealed-bid-23-6712-contract-to-provide-electrical-supplies-as-needed.html
25-Jan-2023 09:00:00 AM |
23-Feb-2023 09:45:00 AM |
City of Kenner, LA |
SEALED BID 23-6713 CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, THURSDAY, FEBRUARY 23RD, 2023 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE., BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:30 AM. VIA ZOOM. INTERESTED PARTIES THAT WOULD LIKE TO PARTCIPATE, PLEASE EMAIL FINCONTRACTS@KENNNER.LA.US .THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <br /> <div style="text-align: center;"> CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS <br />FOR THE CITY OF KENNER<br /> DEPARTMENT OF FIELD SERVICES</div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA; FINcontracts@kenner.la.us .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 23-6713<br />ADV. THE ADVOCATE<br />JANUARY 25th, 2023, FEBRUARY 1ST AND 8th, 2023
https://www.centralauctionhouse.com/rfp70180056-sealed-bid-23-6713-contract-to-supply-traffic-signal-parts.html
25-Jan-2023 09:00:00 AM |
23-Feb-2023 10:30:00 AM |
City of Kenner, LA |
SEALED BID 23-6714 CONTRACT TO PROVIDE STREETLIGHT POLES & ACCESSORIES
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, FRIDAY, FEBRUARY 24TH, 2023 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE., BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM. VIA ZOOM. INTERESTED PARTIES THAT WOULD LIKE TO PARTCIPATE, PLEASE EMAIL FINCONTRACTS@KENNNER.LA.US .THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <br /> <div style="text-align: center;"> CONTRACT TO SUPPLY STREETLIGHTS AND ACCESSORIES<br />FOR THE CITY OF KENNER<br />DEPARTMENT OF FIELD SERVICES</div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA; FINcontracts@kenner.la.us .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 23-6714<br />ADV. THE ADVOCATE<br />JANUARY 25th,FEBRUARY 1ST AND 8th, 2023
https://www.centralauctionhouse.com/rfp40893431-sealed-bid-23-6714-contract-to-provide-streetlight-poles-accessories.html
25-Jan-2023 09:00:00 AM |
24-Feb-2023 09:45:00 AM |
City of Kenner, LA |
SEALED BID 23-6715 CONTRACT FOR GUARDRAIL MAINTENANCE
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, TUESDAY, FEBRUARY 28TH, 2023 IN THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE., BUILDING D, KENNER, LOUISIANA 70062 AND OPENED ON THE SAME DAY, VIA ZOOM AT 10:00 A.M. IF YOU WOULD LIKE TO PARTICIPATE IN THE CALL, PLEASE EMAIL FINCONTRACTS@KENNER.LA.US. THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <br /> <div style="text-align: center;"> CONTRACT TO PROVIDE GUARDRAIL MAINTENANCE<br /> ON AN AS NEEDED BASIS<br /> FOR THE CITY OF KENNER<br /> DEPARTMENT OF FIELD SERVICES</div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA; FINcontracts@kenner.la.us .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 23-6715<br />ADV. THE ADVOCATE<br />JANUARY 25TH, FEBRUARY 1ST & 8TH, 2023
https://www.centralauctionhouse.com/rfp45450936-sealed-bid-23-6715-contract-for-guardrail-maintenance.html
25-Jan-2023 09:00:00 AM |
28-Feb-2023 09:44:00 AM |
City of Kenner, LA |
SEALED BID 23-6716 ELECTRICAL SUPPLIES FOR SEWER LIFT STATION (VETS & PARISH LINE)
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, MONDAY, FEBRUARY 27TH, 2023 IN THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM. VIA ZOOM. INTERESTED PARTIES THAT WOULD LIKE TO PARTCIPATE, PLEASE EMAIL FINCONTRACTS@KENNNER.LA.US. BIDS WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <br /> <div style="text-align: center;"> ELECTRICAL SUPPLIES FOR SEWER LIFT STATION (VETS & PARISH LINE)<br />FOR THE CITY OF KENNER<br /> PUBLIC WORKS DEPARTMENT</div> <br /> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062, OR BY CONTACTING THE FINANCE DEPARTMENT AT: FINcontracts@kenner.la.us<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com.<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE:<br />www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 23-6716<br />ADV. THE ADVOCATE<br />JANUARY 25th, FEBRUARY1st AND 8th, 2023
https://www.centralauctionhouse.com/rfp70232422-sealed-bid-23-6716-electrical-supplies-for-sewer-lift-station-vets-parish-line.html
25-Jan-2023 09:00:00 AM |
27-Feb-2023 09:45:00 AM |
City of Kenner, LA |
RFP 23-6717 Provide Disaster Services and Support
|
<div style="text-align: center;">PUBLIC NOTICE<br />RFP 23-6717<br />Provide Disaster Services and Support<br />For the City of Kenner</div> <br />The City of Kenner is seeking competitive proposals from bonafide, qualified proposers who are interested in providing disaster services and support. The Purpose of this RFP is to establish a pre-placement and post-event contract to provide Disaster Services and Support for Disaster and/or Emergency Events on an as needed basis. This contract may be invoked for Parish, State and Federally declared disasters or emergency events. In addition to this Request for Proposal (RFP), vendors are also encouraged to visit www.Kenner.la.us for additional City solicitations.<br />Interested individuals or firms can obtain a copy of the Request for Proposal packets by emailing the City of Kenner Finance Department at Fincontracts@kenner.la.us or visiting www.Kenner.la.us . Completed packets are to be returned to the Finance Department by mail via USPS, Fed Ex, UPS or emailed to Fincontracts@kenner.la.us no later than 9:30 A.M., Monday, February 27th, 2023.<br />The City of Kenner reserves the right to reject any and all submissions. For additional information regarding this project, please contact FINcontracts@kenner.la.us.<br /> <br /> <br />Michael J. Glaser Elizabeth Herring<br /> Mayor Chief Financial Officer<br />City of Kenner City of Kenner<br /> <br /> <br />RFP No. 23-6717<br />The Advocate<br />January 25th, and February 1st and 8th, 2023
https://www.centralauctionhouse.com/rfp84892910-rfp-23-6717-provide-disaster-services-and-support.html
26-Jan-2023 06:00:00 PM |
27-Feb-2023 09:30:00 AM |
City of Pineville |
Cedar Lake Pump Station Reconstruction
|
Work includes, but is not limited to, the following: The project includes demolition of the existing pump station. New construction includes R.C. wet pit, lower level spread footings and piers, upper level concrete pad, (2) 90 HP dry weather submersible pumps with motors, (2) 250 HP wet weather submersible pumps with motors, all VFD controlled; new 14” D.I. discharge piping, fittings, valving, etc.; 18” D.I. discharge piping and fittings and connection to existing 18” SFM; 12” D.I. discharge for future by-pass including piping, fittings, valving, valve vault with hatch, connection to new 18” D.I. discharge, etc.; 350kW natural gas fired back-up generator enclosed in a new metal building including intake and exhaust dampers, muffler, silencer, wall thimble, thermal protection, exhaust fan, etc.; metal hand rails, metal guard rails, metal stairs and landings with heavy duty steel grating; structural steel superstructure with trolley hoist for pump lifting; new influent wet pit/sewer manhole with S.S. sluice gate, concrete top and hatch; new 20” D.I. gravity sewer influent; reconstruction of existing sewer manhole top; site water and natural gas including all related piping, fittings, valving, regulator, backflow prevention, hose bibbs; site security fencing and gates; stone access surfacing; complete electrical for pump controls, gen set transfer, metal building lighting, power, site lighting, etc.
https://www.centralauctionhouse.com/rfp72272061-cedar-lake-pump-station-reconstruction.html
11-Jan-2023 09:00:00 AM |
21-Feb-2023 02:00:00 PM |
City of Ponchatoula |
Renovations to Buddy Dufreche Baseball Stadium
|
<div style="text-align: center;"><br /><b>Section 00100 - Advertisement for Bids</b></div><br />Sealed Bids will be received by the <b>City of Ponchatoula</b>, located at 125 W Hickory St, Ponchatoula, LA 70454 <b>until Friday February 17, 2023 at 10:00</b> am for the <br /> <div style="text-align: center;"><b>Renovations to Buddy Dufreche Baseball Stadium<br /><br />N. 4th Street <br />Ponchatoula, Louisiana 70454</b></div><br />At which time bids will be opened and publicly read aloud. Electronic bids will also be accepted. Please find bid related materials and place your electronic bids at Central Bidding, www.centralauctionhouse.com. Bids received after the above time will be returned unopened. Complete bidding documents may be obtained from the Central Bidding website. <b>All documents will only be distributed electronically</b>. If you have any questions, please call Alvin Fairburn’s office.<br /> <div style="text-align: center;"><b>ALVIN FAIRBURN & ASSOCIATES, LLC<br />1289 Del Este Avenue, Denham Springs, LA 70726<br />PHONE (225)665-1515 FAX (225)665-1523</b></div><br />A <b>Mandatory Pre-Bid Conference</b> will be held on <u><b>Friday February 10, 2023 @ 10:00 A.M. at Buddy Dufreche Baseball Stadium located at N. 4th Street Ponchatoula, Louisiana 70454</b></u>.<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 <b>OWNER</b> 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 /><b>PERFORMANCE AND PAYMENT BOND:</b> 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 <b>City of Ponchatoula</b> reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. <br /><br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq.<br /> <br /><b>NOTE: BIDS SHALL ONLY BE ACCEPTED FROM CONTRACTORS WHO ARE LICENSED UNDER LOUISIANA CONTRACTORS LICENSING LAW.</b><br /><br />The <b>City of Ponchatoula </b>encourages all small business, minority owned firms, and veteran owned firms and women’s business enterprises to participate.<br /><br />Please also note that Federal guidelines require a bid bond, performance bond and payment bond.<br /><br /><br /><b>PLEASE PUBLISH: </b><div style="text-align: right;"><b>City of Ponchatoula</b></div><br />Thursday January 26, 2023<br />Thursday February 02, 2023<br />Thursday February 09, 2021<div style="text-align: right;">_____________________________</div><div style="text-align: right;">Bob Zabbia, Mayor</div> <div style="text-align: center;">END OF SECTION</div>
https://www.centralauctionhouse.com/rfp25214129-renovations-to-buddy-dufreche-baseball-stadium.html
26-Jan-2023 12:00:00 AM |
17-Feb-2023 10:00:00 AM |
City of Sulphur |
Chemicals
|
PURCHASING<br />CITY OF SULPHUR<br />SULPHUR, LA. 70664-1309<br /> <br />Is accepting bids on:<br /> <br />ANNUAL SUPPLY OF<br />CHEMICALS<br /> <br />This proposal will be received by<br />THE CLERK OF THE COUNCIL<br />101 N. HUNTINGTON ST.<br />SULPHUR, LA. 70663<br /> <br />UNTIL<br /> <br />10:00 A.M.<br /> <br />WEDNESDAY, February 1, 2023<br /> <br /> <br />AT WHICH TIME BIDS WILL BE PUBLICLY OPENED AND READ<br />ALOUD<br /> <br />Advertisement in the Official Journal<br /> <br />Southwest Daily News
https://www.centralauctionhouse.com/rfp61969125-chemicals.html
16-Dec-2022 12:00:00 AM |
01-Feb-2023 10:00:00 AM |
City of Sulphur |
Limestone & Asphalt
|
<br />PURCHASING <br />CITY OF SULPHUR <br />SULPHUR, LA. 70664-1309 <br /> <br />Is accepting bids on: <br /> <br />ANNUAL SUPPLY OF LIMESTONE AND ASPHALT <br /> <br />This proposal will be received by <br />THE CLERK OF THE COUNCIL 101 N. HUNTINGTON ST. <br />SULPHUR, LA. 70663 <br /> <br />UNTIL <br /> <br />10:00 A.M. <br /> <br />WEDNESDAY, February 1, 2023<br /> <br />AT WHICH TIME BIDS WILL BE PUBLICLY OPENED AND READ <br />ALOUD <br /> <br />Advertisement in the Official Journal <br /> <br />Southwest Daily News
https://www.centralauctionhouse.com/rfp44005196-limestone-asphalt.html
16-Dec-2022 12:00:00 AM |
01-Feb-2023 10:00:00 AM |
City of Sulphur |
Debris Monitoring and Management
|
<br />PACKAGE CONTENTS: RFP Proposal Debris Monitoring and Management<br />ADVERTISEMENT<br />ACKNOWLEGMENT OF ARMY CORPS OF ENGINEERS<br />TABLE OF CONTENTS<br />SECTION I – General Instructions<br />SECTION II- Proposal Format and Criteria for Award <br />SECTION III – Scope of Services <br />SECTION IV – Method of Compensation<br />EXHIBIT “A” – Price Proposal Form <br /><br />CITY OF SULPHUR<br />REQUEST FOR PROPOSAL<br />Notice is Hereby given that the City of Sulphur will be receiving sealed proposals at the Sulphur City Hall located at 101 N. Huntington Street, Sulphur, LA 70663 for:<br />Sulphur Disaster Response Services<br />RFP-2023-Debris Monitoring and Management<br />The City of Sulphur is seeking experienced and qualified firms/individuals to assist the City in the monitoring and management of disaster recovery efforts resulting from a declared emergency or disaster event.<br />Proposal Due Date, Time and Location:<br />February 6, 2023 <br />4:00 p.m.<br />Sulphur City Hall, 101 N. Huntington Street, Sulphur, LA 70663<br />SULPHUR ADMINISTRATION<br />MAYOR<br />Mike Danahay <br />COUNCIL<br />Dru Ellender, District 1<br />Nick Nezat, District 2<br />Melinda Hardy. District 3<br />Joy Abshire, District 4<br />Mandy Thomas, District 5<br />DIRECTOR OF PUBLIC WORKS<br />Austin Abrahams<br />DIRECTOR OF FINANCE<br />Jennifer Thorn<br /><br /><br />TO ALL PROSPECTIVE PROPOSER’S, BE ADVISED THAT IN THE EENT THE CORP OF ENGINEERS SHOULD OFFER THEIR SERVICES PRIOR TO A HURRICANE LANDFALL – THE CITY OF SULPHUR MAY TASK THEM WIT THE DEBRIS REMOVAL OPERATIONS AND MAY NOT ACTIVATE THIS CONTRACT.<br />SHOULD THE CORP OF ENGINEERS OFFER THEIR SERVICES AFTER THIS CONTRACT HAS BEEN ACTIVATED, AT THAT TIME, THE CITY OFSULPHUR MAY ACCEPT THE CORP OF ENGINEERS OFFER AND THIS CONTRACT MAY BE CANCELLED SEVENTY – TWO (72) HOURS AFTER WRITTEN NOTFICATION FROM THE CITY OF SULPHUR.<br /><br /><br />TABLE OF CONTENTS <br />EMERGENCY DEBRIS MONITORING SERVICES <br />RFP-2023- DEBRIS MONITORING AND MANAGEMENT<br /> <br />SECTION I – General Instructions<br />SECTION II- Proposal Format and Criteria for Award <br />SECTION III – Scope of Services <br />SECTION IV – Method of Compensation<br />EXHIBIT “A” – Price Proposal Form <br />SECTION I<br />GENERAL INSTRUCTIONS<br />1) Invitation<br />The City of Sulphur, hereinafter referred to as “CITY”, requests written proposals (or electronic responses) from experienced and qualified firms to assist the CITY in the monitoring of Debris Removal Firm(s) in the removal of debris (vegetative, C&D and/or hazardous materials- as each situation warrants) resulting from a catastrophic event. <br />The CITY will accept proposals from individuals, corporations, partnerships and other legal entities licensed and authorized to do business in the State of Louisiana, until 4:00 P.M., Central Time Zone, February 6, 2023. <br />Contract Award <br />The CITY reserves the right to award this contract to one or more firms – as necessary – who submit proposals judged to be most advantageous to the City.<br />This contract will most likely be awarded to one Prime CONTRACTOR and it will be his/her responsibility to ensure all aspects of the Request for Proposal (RFP be complied with. After the award, said Proposer(s) will be referred to as the “CONTRACTOR”. For the purpose of this document, the term “Proposer” means the Prime CONTRACTOR acting on its own behalf and those individuals, partnerships, firms or corporations comprising the Proposer team. The term “proposal” means the complete response of the Proposer to the Request for Proposal, including properly completed forms and supporting documentation. If applicable, the successful CONTRACTOR to whom this contract is awarded must at all time, while this contract is in effect, be in compliance with 44CFR Parts 13 and 206.<br />The Proposer understands that this RFP does not constitute an agreement or contract with the Proposer. A proposal is not binding until proposals are reviewed and accepted by the CITY and both parties execute a contract.<br />The successful CONTRACTOR to whom this contract is awarded also understand that; a) in the event the Corp of Engineers offer their services prior to a hurricane landfall, the CITY may task them with the debris removal operations and the CITY may not be activating this contract; and b) should the Corp of Engineers offer their service after this contract has been activated, at that time the CITY may accept the Corp of Engineers offer and this contract may be cancelled seventy-two (72) hours after written notification from the CITY. <br />The Federal Emergency Management Agency (FEMA) requires that a contract be awarded for Debris Removal as well as Debris Monitoring. The CITY will issue a separate Request for Proposal for Debris Removal Services. In the event the CITY does not offer an award for BOTH services (Debris Removal and Monitoring), an award may not be offered for either service. <br />The CITY reserves the right to make changes to this RFP, post award, through a written agenda issued by the CITY. <br />2) Special Conditions<br />3.1 Oral Instructions/ Changes to the RFP (Addenda)<br />No negotiations, decisions, or actions will be initiated or executed by a proposer as a result from any oral discussions with a CITY employee. Only those communications which are in writing from the CITY will be considered as a duly authorized expression on behalf of the CITY. <br />3.2 Proposal Submission<br />Submission of Paper Proposal: One (1) Signed original response, marked “ORIGINAL” and three (3) copies, marked “COPY” of the proposal are to be submitted to the City of Sulphur. In addition to the hard copies, one digital should by submitted in PDF format. <br />Contact Person: All questions must be submitted in writing no less than seven (7) days prior to the opening of proposals. Questions regarding the proposal may be addressed to:<br /> City of Sulphur <br />Attn: Austin Abrahams<br />Director of Public Works<br />101 N. Huntington Street <br />Sulphur, LA 70663<br />Phone: (337) 527-4510<br />Email: aabrahams@sulphur.org<br />3.3 Proposal Restrictions<br />In order to control the cost of preparation, submittals should be restricted to a maximum of thirty (30) pages, one-sided, excluding cover letter, index, resumes, dividers, and required forms. <br />3.4 Qualifications<br />a) General<br />The CITY will determine whether the Proposer is qualified to perform the services being contracted based upon their proposal demonstrating satisfactory experience and capability in the work area. The Proposer shall identify necessary experience personnel and facilities to support the activities associated with this proposal.<br />b) Qualifications of Key Personnel <br />Those individuals who will be directly involved in the project should have demonstrated experience in the areas delineated in the scope of work. Individuals whose qualifications are presented will be committed to the project for its durations unless otherwise accepted by the Department’s Project Manager. Where CITY registrations or certification is deemed appropriate, a copy of the registration or certificate should be provided upon request of the CITY. <br />c) Authorized To Do Business in the State of Louisiana<br />Companies submitting proposals must be authorized to do business in the State of Louisiana. Such authorization should be obtained by the proposal due date and time. <br />d) Licensed to Conduct Business in the State of Louisiana<br />If the business being provided requires that individuals be licensed by the State of Louisiana or Calcasieu Parish, such licenses should be obtained by the proposal due date and time. <br />3) Scope of Services <br />Details of the services, information and items to be furnished by the CONTRACTOR are described in Scope of Services, attached hereto and made a part hereof. <br />4) Insurance Requirements<br />Prior to commencing work hereunder, Vendor at his/its expense will procure and maintain the following minimum insurance naming the City- as an additional insured for both ongoing and completed operations on liability coverage and furnish certificates as to such on the City’s standard certificate form or standard Acord form certifying the coverage as follows:<br />Contractor shall maintain the following minimum insurance coverages for the duration of the contract with carriers having a current A.M. Best Rating A-: VI or better. Such limits are minimum limits and do not serve as a cap on Contractor’s liability under this contract.<br />5.1 Commercial General Liability Insurance <br />The Vendor shall have and maintain during the life of the contract, Commercial General Liability Insurance in at least the following limits:<br />Limits $1,000,000 each occurrence<br />$2,000,000 general aggregate<br />$1,000,000 products/completed operations aggregate<br />$1,000,000 personal injury and advertising coverage<br />Such insurance shall name the City of Sulphur as additional insured for both ongoing and completed operations by use of endorsements CG 20 10 and 20 37 or equivalent. Such insurance shall provide a waiver of subrogation in favor of the City of Sulphur and be primary and noncontributory with any coverage maintained by the City of Sulphur.<br />5.2 Business Automobile Liability Insurance<br />The Vendor shall have and maintain during the life of this contract, Comprehensive Automobile Liability, including owned, non-owned and hired vehicle, of below minimum limits.<br />Limits $1,000,000 combined single limit<br />Such insurance shall name the City of Sulphur as additional insured, contain a waiver of subrogation in favor of the City of Sulphur, and be primary and noncontributory with any insurance coverage maintained by the City of Sulphur.<br />5.3 Workers’ Compensation Insurance.<br />Limits- Statutory benefits for the State in which operations are being performed Employers’ Liability Insurance.<br />Limits $1,000,000 each accident<br />$1,000,000 each employee – disease<br />$1,000,000 policy limit – disease<br />Such insurance shall contain a waiver of subrogation in favor of the City of Sulphur. To the fullest extent permitted by law, Contractor agrees to fully defend, indemnify and hold harmless Owner and its employees, officers, and agents, from and against all losses, expenses, liens, claims, demands, damages, or causes of action of every kind of character whatsoever, for the injury to or death of any persons or damage to property, including costs, attorney’s fees and settlements, arising out of or in any way related to Contractor’s operations under this agreement.<br />The Vendor shall not cause any insurance to be cancelled or permit any insurance to lapse.<br />All insurance policies shall contain a clause to the effect that the City shall receive by written notice as evidenced by return receipt of registered or certified letter a ten (10) day notice of non-payment of premiums and notice on cancellation or non-renewal on the policy in accordance with policy provisions.<br />In all instances, Vendor must procure insurance naming the City of Sulphur as an additional insured for ongoing and completed operations on the general and auto liability coverage and include a waiver of subrogation and be primary and noncontributory with any insurance maintained by the City.<br />5) Unauthorized Aliens<br />The employment of unauthorized aliens by any contractor is considered a violation of Section 274 (e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. <br />6) Reservations<br />The CITY reserves the right to accept or reject any or all proposals, received and reserves the right to make an award without further discussion of the proposals submitted. Therefore, the proposals should be submitted initially in the most favorable manner. It is understood that the proposal will become a part of the CITY’s official file, without obligation to the CITY. Upon opening, proposals become “public records” and shall be subject to public disclosure. <br />7) Additional Terms and Conditions<br />No conditions may be applied to any aspect of the RFP by the proposer. Any condition placed on any aspect of the proposal documents by the proposer may result in the proposal being rejected as a conditional proposal. DO NOT WRITE CHANGES ON ANY RFP SHEET. The only recognized changes to the RFP prior to proposal opening will be a written addenda issue by the CITY.<br />8) Beginning and Length of Services <br />The performance period of the Agreement shall commence upon execution of the contract and shall be a three (3) year contract utilized on an "as needed" basis with the option to renew for an additional two (2) year period upon the mutual consent of both parties. Services will begin and be performed as directed by the Letter of Authorization, issued in accordance with Section IV of this RFP. Any renewal shall be mutually agreed to in writing by the CITY and CONTRACTOR, subject to the same terms, prices, and conditions set forth in this RFP and Agreement.<br />SECTION II<br />PROPOSAL FORMAT AND CRITERIA FOR AWARD<br />1) Responsiveness of Proposals<br />Proposals will not be considered if not received by the CITY on or before the date and time specified as the due date for submission. All paper proposals must be typed of printed in ink. A responsive proposal is an offer to perform the scope of services called for in the RFP in accordance with all requirements of the RFP. Proposals found to be non-responsive shall not be considered. Proposals may be rejected if found to be irregular or not in conformance with the requirements and instructions contained herein. A proposal may be found to be irregular or non-responsive by reasons that include, but are not limited to, indefinite or ambiguous proposals, and improper and /or undated signatures. <br />Other conditions which may cause rejection of proposals include, but are not limited to, evidence of collusion among Proposer, obvious lack of experience or expertise to perform the required work, failure to perform or meet financial obligations on previous contracts, or in the event an individual, firm, partnership, or corporation is on the United States Controller General’s List of Ineligible Contractors for Federally Financed of Assisted Projects. <br />2) Proposal Requirements <br />The Proposer shall provide a management plan which describes administration, management and key personnel and other pertinent information listed below.<br />2.1 Management Plan<br />a) Administration, Management and General Qualifications (15 points):<br />Multiple firms or joint venture teams should clearly identify the roles and responsibilities of the proposed participants. Team and project management structure should be documented. The principle within the prime firm responsible for the project should be identified and a statement presented that those persons would not be substituted without the express permission of the CITY.<br />In order to help determine Contractor General Qualifications please respond to the questions listed below, in the order in which they are asked:<br />a1) Has the Proposer ever been terminated from a contract? If so, provide details including the client information, contact number and type of work performed and reason for termination. <br />a2) Has the Proposer ever failed to complete any work awarded to them? If so, where and why?<br />a3) Has the Proposer, its principles, officers, or predecessor organization ever been debarred of suspended from bidding any federal, state or local government agency during the last five (5) years? If yes, provide details.<br />a4) List and describe all criminal proceedings or hearings concerning business related offenses in which the Proposer, its principles, officers or predecessor organizations were defendants?<br />a5) List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer, its predecessor organizations, or any wholly owned subsidiary during the last five (5) years. <br />a6) Provide the names and contact numbers of entities for whom you provided debris removal services over the last 5 (years).<br />b) Identification of Key Personnel and Individual Qualifications (10 points) <br />Proposers should submit the resumes of key personnel to be involved in the contract. Proposers should specifically identify the lead personnel on the project and his / her qualifications. Describe the qualifications and experience of key personnel that will provide these services including demonstrated knowledge and understanding of the types of service to be performed; previous experience in similar or related work; local codes, laws and regulation governing the work, especially any business relationships with Federal Emergency Management Agency (FEMA) representatives. Also list the position titles and the number of support personnel available that will work on this contract. The Project Management Team should consist of, but is not limited to the following positions:<br />• Project Manager <br />• Operations Manager <br />• FEMA Coordinator<br />• Scheduler<br />• GIS Analyst<br />• Field Supervisors<br />• Temporary Debris Staging and Reduction Site (TDSRS) Monitors <br />• Environmental Specialist <br />• Load Ticket Data Entry Clerks<br />• QA/QC Inspector<br />• Billing and Invoice Analysts<br />• FEMA Reimbursement Manager<br />• Contractor Crew Monitors<br />The Proposer shall provide an estimate of the percentage of work to be completed by subcontractors. <br />2.2 Technical Plan<br />a) Technical Approach (10 points) <br />Show evidence of the Proposer’s ability to manage tasks simultaneously and expeditiously, especially if the company has additional contracts for service in other areas of the state of country; approach to problem / task resolution; and teamwork. <br />The Proposer shall provide a detailed list of all of the services that the company is able to provide and explain how these services will be accomplished. Please include a guaranteed response time in this portion of the submittal. <br />b) Quality Management, Training, Experience and References (15 points):<br />Provide information indicative of experience of other projects of similar complexity that documents successful and reliable experiences in past performances within the last five (5) years, as it relates to tis proposal. A reference list for each Proposer is required, to demonstrate the company’s long-term commitment and investment in the emergency disaster services field; including a current list of clients, type of contract and dollar amount, including name, project, and telephone number. <br />The Proposer must demonstrate that they, or the principals assigned to the project, have successfully completed services, similar to those specified in the Scope of Services, to at least one (1) agency similar in size and complexity to that of Calcasieu Parish. <br />The Proposer’s company should be currently engaged in emergency disaster services on a full-time basis, year-round, for a minimum of five (5) years, with dedicated management and administrative support staff, including housed employees and company-owned equipment. The Proposer shall have the financial strength to assume extensive and large expenditures. <br />2.3 Work Plan (25 points) <br />Proposer should demonstrate their understanding of the scope of services required for emergency disaster assistance; understanding how these services effect the community and the economic impact understanding the need to work with City officials and the community; and the willingness to design the best response plan to meet the CITY’s needs in the event of a disaster. Proposers should also include details of their plan as to how they will train and utilize local labor during the recovery effort. <br />2.4 Price (20 pints): <br />Price Proposals will be opened if the vendor meets the required minimum points award for Technical Proposal submittals (see Proposal Evaluation). Proposer may receive up to a maximum twenty (20) points added to their Technical Proposal Score. <br />2.5 Current Commitment (5 points):<br />The Proposer will list all current contractual obligations regarding debris removal services for all clients on the Gulf Coast, including but not limited to, Louisiana, Mississippi, Alabama and Texas. <br />3) Costs Incurred in Responding<br />This RFP does not commit the CITY or any other public agency to pay any cost incurred by an individual firm, partnership, or corporation in the submission of a proposal or to make necessary studies or designs for the preparation thereof, nor to procure or contract for any articles or services. <br />4) Proposal Evaluation<br />4.1 Evaluation Process <br />The City of Sulphur will review and evaluate each proposal submitted in response to this RFP. The City of Sulphur’s review team will include individuals with background, experience, and /or professional credentials in relative service areas. The review team will each receive a copy of the proposal submitted and will independently evaluate the proposal based on the criteria established in the section below “Criteria for Evaluation” in order to ensure that proposals are uniformly rated. The review team will assign points to the proposal. The Proposer must attain a score of sixty (60) points or higher (not including points for price) on the Technical Proposal to be considered responsive. Should a Proposer receive fewer than sixty (60) points on their Technical Proposal score, the Price Proposal will not be considered. <br />4.2 Price Proposal: <br />The Proposer shall complete the Price Proposal form and submit as part of the Price Proposal Package. Any proposal in which this form is not used or in which the form is improperly executed may be considered non-responsive and the proposal will be subject to rejection. The CONTRACTOR’s completed form shall become part of the contract upon award of the contract. <br />The City of Sulphur will open Price Proposals. The City of Sulphur and /or its review team will review and evaluate the (1) technical proposals, then (2) price proposals and prepare a summary of its price evaluation. The Purchasing Agent and /or the City of Sulphur and /or its review team will assign points based on technical evaluation criteria identified herein. <br />4.3 Criteria for Evaluation of Technical Proposal:<br />Proposals will be evaluated and graded in accordance with the criteria detailed below. The Technical evaluation is based on an 80-point scale. <br />Technical evaluation is the process of reviewing the Proposer’s Management Plan, Technical Plan, Work Plan, and Current Commitments for understanding of the project, qualifications, approach and capabilities, and to assure a quality service. <br />The following point system is established for scoring the technical proposals:<br />Point Value<br />1. Management Plan 25<br />Administration, Management, <br />and General Qualifications (15)<br />Identification of Key Personnel<br />and Individual Qualifications (10)<br />2. Technical Plan 25<br /> Technical Approach (10)<br />Quality Management, Training<br />Experiences and References (15)<br />3. Work Plan 25<br />4. Current Commitments 5<br />_______<br />Total Possible Points 80<br />4.4 Criteria for Evaluation of Price Proposal:<br />Proposals will be evaluated and graded in accordance with the criteria detailed below. The rating of the price proposal will be determined based on the following formula:<br />Each proposer will submit an hourly rate for each respective position or classification detailed in the proposal. Proposal shall be evaluated for reasonableness. <br />The following point system is established for scoring the price proposals:<br />Point Value<br />1. Price 20<br />_______<br />Total Possible Points 20<br />4.5 Termination:<br />This contract may be terminated for cause and convenience. Contract may be terminated at any time, for any reason. <br />This contract will be terminated if at any time collusion between CONTRACTORS to whom this contract is awarded, is suspected. <br />SECTION III<br />SCOPE OF SERVICES<br />1) General: <br />The CITY requires the professional services of a debris monitoring and management contractor to provide support in oversight and management of disaster recovery operations. The successful CONTRACTOR to whom this contract is awarded shall provide all services (on an as needed basis) described herein as well as any other necessary services not listed, which may be required, in order to complete the project. It will be the Monitor’s responsibility to ensure that Debris Removal Contractor complies with his/her duties and ensure the CITY receives maximum reimbursement from FEMA for disaster related cleanups. <br />Activates for which the Monitoring CONTRACTOR will be responsible include, but are not limited to, management of disaster recovery efforts, payment and reimbursement allocation and audit services. It is imperative that the CONTRACTOR to whom this contract is awarded, ensures that all debris removal and waste management services care in accordance with all applicable federal and state law, environmental regulations and FEMA requirements. <br />Upon request by the CITY, the CONTRACTOR to whom this contract is awarded will be required to participate in a pre-planning workshop and / or training exercise at least once per year at no cost to the CITY. <br />Proper documentation as required by FEMA or other State and Federal natural disaster response agencies shall be provided for all debris removal operations to ensure reimbursement to the CITY from the appropriate agency.<br />The CITY will not provide price adjustments for cost increases or decreases in the price of fuel. <br />It is the responsibility of the CONTRACTOR to whom this contract is awarded to provide the following to its personnel, subcontractor, and its personnel; Communications; Life Support (housing and sustenance); fuel and gas, special needs (security, food service, laundry service, charter aircraft, etc.); mobile command center and any other supplies that may be deemed necessary. <br />The CONTRACTOR shall provide technical guidance and consultation before, during and after the disaster event. CONTRACTOR shall provide administrative support for contracted operations; staff to work with City of Sulphur officials; field supervisors; operators; drivers and laborers, along with appropriate vehicles and any necessary equipment and /or tools to ensure a successful recovery operation.<br />The CONTRACTOR to whom this is awarded will be required to come to Sulphur within 30 days of contract award, obtain copies of our city maps and prepare a pre-hurricane survey. CONTRACTOR will be required to compose a plan describing what they will do; how they will do it; and a time table- when they will do it. The plan will be due thirty (30) days after initial visit to Sulphur. <br />Roads will be identified by the CITY and direction given to the CONTRACTOR as to which road and limits the CONTRACTOR will be responsible. The CITY reserves the right to add or delete roadway segments at the direction of the debris removal Project Manager at no additional cost to the CITY. The CITY, at its sole discretion, may elect to perform work with in-house forces or additional contract forces at any time throughout the debris operations. <br />The Prime CONTRACTOR may be called upon throughout the year to render services to assist the CITY with special needs events for other than full-scale disasters. <br />Work will begin upon written authorization by the CITY. No guarantee of minimum or maximum amounts per bid item is made by the CITY under this contract. No adjustment to proposal prices will be considered due to increases or decreases in estimated disaster recovery time. <br />The CITY, at its sole of discretion, may award one or more contracts based on the proposals received and the impact of natural disasters encountered. If more than one award is made, such award will be to the highest (points) proposer, and then to the next highest proposer(s) based on availability of the proposer’s and the proposer’s ability to satisfy the needs of the CITY at the time contacted<br />Monitoring debris removal operations achieves two objectives:<br />a) Verifying that the work completed by the contractor of Debris Removal is within the scope of work;<br />b) Providing the required documentation for Public Assistance grant reimbursement<br />Field and Site monitors must have a good understanding of eligible debris and any time limits imposed on picking up specific types of debris. Debris monitors should have experience working on construction sites and be familiar with safety regulations. Primarily, debris monitors should be able to estimate debris quantities, differentiate between debris types, properly fill out load tickets and follow safety procedures. <br />The Debris Monitoring Services contract must be awarded to a contractor who has no vested interest in the debris removal contract or contractor. There must be no conflict or interest between the monitoring contractor and the debris removal contractor. <br />Debris monitors will be required to submit the following reports and /or any additional reports the CITY deems appropriate:<br />• Debris collected from curbside and /or collection centers <br />• Debris accepted at the TDSRS and /or final disposition<br />• Debris recycled/reduced at the RDSRS and taken to final disposition<br />• Any operational safety issues <br />Changes to the scope and responsibilities listed in this Contract may be made at anytime during the contractual period in order to satisfy FEMA and/or CITY requirements. <br />2) Services to be Provided by the Contractor<br />2.1 Disaster Response Administration and Documentation: <br />Upon notification of the CITY, the CONTRACTOR shall establish a Project Manager who will be responsible for the overall monitoring and management of the Consultant’s monitoring team. The Project Manager shall also serve as the consultant’s poin of contact for all parties involved in the disaster recovery operation. The Project Manager will be physically located in the City of Sulphur’s Emergency Operations Center or location specified by the City of Sulphur. The Project Manager shall be supported by any and all necessary resources to enhance efficiency and expedite deliverables. The Project Manager’s responsibilities shall include, but are not limited to: <br />• Coordinating daily meetings, work progress, staffing and any other objectives necessary for the City of Sulphur. <br />• Daily scheduling of work for all monitoring team members and contractors <br />• Daily review of disaster recovery efforts and making / implementing recommendations to improve efficiency, speed and safety. <br />• Assisting the CITY in public notifications, responses, concerns, and comments. <br />• Conducting Safety Inspections<br />• Scheduling and managing periodic status meetings will all parties (contractors, monitors, etc)<br />The Project Manager shall assemble a project management team consisting of following positions at a minimum:<br />• Operations Manager<br />• FEMA Coordinator<br />• Scheduler<br />• GIS Analyst<br />• Field Supervisors<br />• Temporary Debris Staging and Reduction Sites (TDSRS) Monitors<br />• Environmental Specialist<br />• Load Ticket Data Entry Clerks <br />• QA/QC Inspector <br />• Billing and Invoice Analysts <br />• FEMA Reimbursement Manager <br />• Contractor Crew Monitors <br />The CONTRACTOR may choose to establish alternative positions other than the recommended team structure above but shall only do so with the written approval of the CITY. All positions and their applicable hourly rates shall be listed in the price proposal form. <br />2.2 Operational Reports and Record Documentation:<br />The CONTRACTOR shall prepare and submit Debris Monitor Reports. Debris monitor reports must use only reporting documents that are approved for use by the CITY, ensuring that all reporting documents are consistent regardless of who performs the work. Paper and /or electronic reporting documents should include, but not be limited to:<br />• Date,<br />• Contractor Name<br />• Contract Number<br />• Actual labor hours worked<br />• Equipment being utilized <br />• Actual equipment hours operated <br />• Type and specification used <br />• Size of hauling bed in cubic yards<br />• License plat number of truck hauling debris <br />• Truck Identification number <br />• Short physical description of truck <br />• GIS data<br />• Time of Completion<br />• All team member information (name, position, etc.) involved in the collection of the data <br />Each monitor will be required to keep a copy of the load ticket, and the driver /contractor keeps three (3) copies for billing purposes. <br />2.3 Technical Expertise and Guidance:<br />The CITY will be required to rely on the CONTRACTOR’S technical experience and recommendations during recovery operations. The CONTRACTOR shall be prepared to manage and assist the CITY in the development of the following tasks:<br />• Damage Assessment of the City (all public facilities and rights of ways)<br />• Staff training and augmentation<br />• Establishing a debris management plan<br />• Project management to include the formation and management of permanent work projects and task force management <br />• Technical support and assistance in developing public information <br />• Technical support and assistance in coordination of all local, state, and federal agency responses. <br />2.4 Field Operations<br />The CONTRACTOR will in the presence of the CITY’s personnel or their designated representative perform the following listed services:<br />• Upon notification from the CITY, the CONTRACTOR has within eighteen (18) hours to have a representative on site at the CITY’s Emergency Operations Center (prior to a hurricane landfall) and will have sufficient crews mobilized to the area within twenty- four (24) hours after hurricane landfall and notification from the representative. Hours can only be extended with written approval from the CITY. Work crews will be expected to work daylight hours, seven (7) days a week as necessary. <br />• Documenting daily and weekly disaster recovery work such as; removing all debris on the affected roadways from within the right-of-way (ROW) as directed and authorized by the CITY and / or their designated representative, cutting fallen vegetative debris, removing stumps, leaning trees and dangerous limbs; removing debris from drainage structures, ditches and canals; picking up and loading vegetative and construction and demolition (C & D) debris; hauling material to a TDSRS; volume reduction at the TDSRS; final hauling to an appropriate disposal site.<br />• Once road priorities are established by the CITY and /or its representative, monitors will ensure work crews complete entire sectors and /or corridors prior to moving on to other areas. No assigned streets should be bypassed on quantity of debris alone. <br />• Temporarily halting recovery work that is not being performed or documented in the appropriate manner.<br />• Periodically inspecting debris material being collected and ensuring that the proper procedures and disposal /storage locations are being utilized.<br />• Verify all necessary work authorizations, permits and other prerequisites have been executed.<br />• Maintain digital photo documentation of disaster recovery work.<br />• Ensure all contractor and subcontractor personnel have and utilize personal protective safety gear in accordance with Occupational Safety and Health Administration (OSHA) and/or FEMA requirements and company safety policies. <br />• Coordinate with utility companies, as required, to permit safe removal of debris.<br />• Provide hotspot crews to respond to hazardous debris conditions the same day as directed by the CITY or its representative. <br />2.5 Meetings and Communications:<br />Open, timely discussions and detailed documentation are significant actions to the successful completion of the Disaster Response Plan. Throughout the implementation of the plan, the CONTRACTOR will be required to conduct progress and coordination meetings with the CITY and its representatives on a regular / periodic basis. The CONTRACTOR will also be required to attend all pre-disaster and post-disaster meetings requested by the CITY. The CONTRACTOR will be responsible for documentation and issuance of all meeting minutes. Minutes shall be provided within three (3) business days after the meeting occurs. <br />In the event, between the CITY and other local, state and federal agencies are necessary, the CONTRACTOR shall be prepared to provide a representative and any necessary documentation relevant to the meeting’s agenda or as requested by the CITY.<br />2.6 Review, Permits, Licenses and Certificates:<br />A wide variety of permits, licenses and certificates may be required to perform disaster recovery operations. The CONTRACTOR will be required to assist the CITY in obtaining the necessary permits, licenses and certificates required by any local, state and federal regulation agencies. Upon the CITY’s approval and receipt of any permits and licenses, the CONTRACTOR, on behalf of the CITY, shall be responsible for the management and compliance by all parties of the rules and regulations enacted under such permits and licenses.<br />2.7 Final Report: <br />The CONTRACTOR is responsible for preparing and submitting to the CITY a comprehensive final report of all disaster recovery operations monitored and managed by their respective firm. The report is required within thirty (30) days of the completion of all disaster recovery operations. At a minimum, the following information shall be included in the report: <br />• Discussion and summarization of disaster response requirements and results. <br />• Recommendations for future disaster response strategies. <br />• Copies of any certificates, manifests, log books or any other operational related documents and materials. <br />2.8 Event Close – Out:<br />The CONTRACTOR will assist the CITY in preparing all documentation necessary for the reimbursement of disaster recovery expenditures from FEMA, FHWA and any other applicable agency. <br />2.9 Other Services:<br />The CONTRACTOR shall also be required to provide the following:<br />• Training and Assistance- CONTRACTOR shall conduct training sessions for all personnel involved in the monitoring and management of disaster recovery operations. Monitoring staff shall be trained and instructed to follow all current local, state and federal guidelines (FEMA, GOHSEP, etc.)<br />• Preliminary Damage Assessment - CONTRACTOR shall determine the impact and magnitude of the disaster prior to federal assistance being requested. Assessment shall include identifying damaged locations and facilities, pre and post disaster estimates of debris, documenting eligible costs and describing the physical and financial impact of the disaster. <br />• Debris Planning Efforts – CONTRACTOR shall assist the CITY as requested in tall debris recovery efforts. Efforts may include but are not limited to the development of a debris management plan, assistance in the identification and assessment of the TDSRS, estimation of quantities, and emergency action plans for debris removal. <br />• Digitization of All Source Documentation – CONTRACTOR shall input all source documentation into a CITY approved format to be provided to the CITY upon request. A sample of the anticipated formal shall be reviewed and approved by the CITY prior to its implementation by the CONTRACTOR. Load tickets, supplies and daily reports shall be submitted to the CITY in PDF format along with each invoice. Invoices (Debris Removal CONTRACTOR and Monitor) shall be submitted in a format acceptable by the CITY and in accordance with federal, state, and local rules, regulations and laws. Invoices shall include original receipts and all backup necessary to support the quantities and amounts invoiced. <br />• Soil Sampling – CONTRACTOR shall provide pre and post sampling from of the TDSRS. <br />• Mapping- CONTRACTOR shall provide legible and scalable size map including documented sensitive areas (wetlands, historical sites, etc.), recovery area limits, street names, and anticipated priority work zones if available. <br />2.10 Schedule:<br />The Contractor during the Preliminary Damage Assessment, shall provide an estimated schedule of disaster recovery operations. Based on the estimated schedule, the CONTRACTOR shall provide the CITY an estimated fee for monitoring and management services. The fee shall be representative of the hourly rates proposed under the Price Proposal Form. The projected CONTRACTOR fee will be utilized as a mutually agreed no-to-exceed fee. During the course of disaster recovery efforts, the CONTRACTOR shall advise the CITY of any projected overruns and additional costs. In the event the CONTRACTOR’s services are required for a longer period of time, the CONTRACTOR will prepare and submit a proposal for additional costs, consistent with the rates provided in the Price Proposal Form.<br />2.11 Administration and Paperwork:<br />The CONTRACTOR shall be responsible that each invoice submitted for payment, include a certification Disbursement of Previous Periodic Payment to any subcontractors and the amount paid to all subcontractors performing work under this contract date. The CONTRACTOR shall be responsible for ensuring the disaster recovery contractors preparation of all invoices in a format acceptable to the CITY and in accordance with all federal, state and local rules, regulations and laws. Invoices must be submitted in hard copy and electronic format, in a database program compatible with Excel. Invoices shall include original receipts and all backup necessary to support the quantities and amounts invoiced. Invoices shall illustrate pay item, pay item number, pay item description, current pay item quantity and cost, total to date pay item quantity and cost. <br />3) Services to be Provided by CITY or its Designated Representative<br />3.1 Administration and Paperwork<br />Spreadsheet format for invoices will be provided to properly document the contract work in accordance with LADOTD, FHWA and FEMA requirements. <br />3.2 Payment<br />Progress payments, less five percent (5%) retainage, will be made in accordance with the Fee Rates shown in the submittal forms. Progress invoices and payments shall be structured for billable periods not to exceed 31 days. Such payments will be made upon the completion of all work performed as required in Section 1 and 2 of Section III- Scope of Services, for the invoice period. Proposal prices shall include all direct costs for performing the work as required as well as indirect costs including, but not limited to, administrative costs, all overheads and profits. The retainage will be paid to the CONTRACTOR upon satisfactory completion of the entire project, including final approval of expense by FEMA – if required. <br />SECTION IV<br />METHOD OF COMPENSATION<br />1) Purpose <br />This exhibit defines the limits and method of compensation to be made to the CONTRACTOR for services set forth in Section III and the method by which payments are made. <br />2) Assignment of Work:<br />The CITY shall request CONTRACTOR services on an as-needed basis. Services to be provided on each project will be initiated and completed as directed by the CONTRACTOR. A “Letter of Authorization” will be issued for each project.<br />3) Compensation:<br />This is a Term Contract for an Indefinite Quantity whereby the CONTRACTOR agrees to furnish services during a prescribed period of time. The specific period of time completes such a contract. The CITY will authorize services based on need and availability of budget. Execution of this Agreement does not guarantee that the work will be authorized. <br />4) Progress Payments:<br />The CONTRACTOR shall submit monthly invoices, for a period not exceeding 31 days, in a format acceptable to the CITY. CONTRACTOR shall be compensated for the amount of time incurred by each staff classification /position based on the hourly rates proposed under the Proposal Price Form or as approved by the CITY. The unit billing rates shall include cost of salaries, overhead, fringe benefits, and operating margin. Invoices shall be submitted to:<br />City of Sulphur <br />Attn: Austin Abrahams<br />101 N. Huntington Street<br />Sulphur, LA 70663<br />Progress payments, less five percent (5%) retainage, will be made in accordance with the Fee Rates shown in submittal forms. Such payments will be made upon the completion of all work performed as required in Section III- Scope of Services, for the invoice period. Proposal prices shall include all direct cost for performing the work as required as well as all indirect costs including, but not limited to, administrative costs, all overheads, and profits. The retainage will be paid to the CONTRACTOR upon satisfactory completion of the entire project, including final approval of expense by FEMA- if required. <br />5) Tangible Property:<br />This contract does not involve the purchase of tangible property.<br />CONTRACTOR’s Equipment – City of Sulphur will not be responsible for replacement /repair of equipment/material that may sustain damage in the performance of services under this contract. <br />CONTRACTOR’s equipment used during the effective period of this contract is expected to adequately perform the duties at hand in a reasonable time and in a safe manner. Should the CITY at any time determine a CONTRACTOR is using equipment that is not effective and efficient in executing the duties of the contract, the CONTRACTOR will replace defective equipment when the CITY makes such request in writing. <br />
https://www.centralauctionhouse.com/rfp97352091-debris-monitoring-and-management.html
06-Jan-2023 10:00:00 AM |
06-Feb-2023 04:00:00 PM |
City of Sulphur |
Sulphur Disaster Response Services RFP-2023-Debris Removal Services
|
<br />PACKAGE CONTENTS: RFP Debris Removal Services<br />ADVERTISEMENT<br />ACKNOWLEGMENT OF ARMY CORPS OF ENGINEERS<br />TABLE OF CONTENTS<br />SECTION I – General Instructions<br />SECTION II- Proposal Format and Criteria for Award <br />SECTION III – Scope of Services <br />SECTION IV – Method of Compensation<br />EXHIBIT “A” – Price Proposal Form <br />CITY OF SULPHUR<br />REQUEST FOR PROPOSAL<br />Notice is Hereby given that the City of Sulphur will be receiving sealed proposals at the Sulphur City Hall located at 101 N. Huntington Street, Sulphur, LA 70663 for:<br />Sulphur Disaster Response Services<br />RFP-2023-Debris Removal Services<br />The City of Sulphur is seeking experienced and qualified firms/individuals to assist the City in the monitoring and management of disaster recovery efforts resulting from a declared emergency or disaster event.<br />Proposal Due Date, Time and Location:<br />February 6, 2023<br />4:00 P.M.<br />Sulphur City Hall, 101 N. Huntington Street, Sulphur, LA 70663<br />SULPHUR ADMINISTRATION<br />MAYOR<br />Mike Danahay <br />COUNCIL<br />Dru Ellender, District 1<br />Nick Nezat, District 2<br />Melinda Hardy. District 3<br />Joy Abshire, District 4<br />Mandy Thomas, District 5<br />DIRECTOR OF PUBLIC WORKS<br />Austin Abrahams<br />DIRECTOR OF FINANCE<br />Jennifer Thorn<br /><br /><br />TO ALL PROSPECTIVE PROPOSER’S, BE ADVISED THAT IN THE EENT THE CORP OF ENGINEERS SHOULD OFFER THEIR SERVICES PRIOR TO A HURRICANE LANDFALL – THE CITY OF SULPHUR MAY TASK THEM WIT THE DEBRIS REMOVAL OPERATIONS AND MAY NOT ACTIVATE THIS CONTRACT.<br />SHOULD THE CORP OF ENGINEERS OFFER THEIR SERVICES AFTER THIS CONTRACT HAS BEEN ACTIVATED, AT THAT TIME, THE CITY OF SULPHUR MAY ACCEPT THE CORP OF ENGINEERS OFFER AND THIS CONTRACT MAY BE CANCELLED SEVENTY – TWO (72) HOURS AFTER WRITTEN NOTFICATION FROM THE CITY OF SULPHUR.<br />TABLE OF CONTENTS <br />EMERGENCY DEBRIS REMOVAL SERVICES <br />RFP-2023- DEBRIS REMOVAL SERVICES<br />SECTION I – General Instructions<br />SECTION II- Proposal Format and Criteria for Award <br />SECTION III – Scope of Services <br />SECTION IV – Method of Compensation<br />EXHIBIT “A” – Price Proposal Form <br /> <br />SECTION I<br />GENERAL INSTRUCTIONS<br />1) Invitation<br />The City of Sulphur, hereinafter referred to as “CITY”, requests written proposals (or electronic responses) from experienced and qualified individuals/firms to assist in the clean-up, demolition, removal, reduction, and disposal of debris as directed by the CITY in order to provide disaster recovery services resulting from a catastrophic event. <br />The CITY will accept proposals from individuals, corporations, partnerships and other legal entities licensed and authorized to do business in the State of Louisiana, until 4:00 P.M., Central Time Zone, on February 6, 2023.<br />2) Contract Award <br />The CITY reserves the right to award this contract to one or more firms – as necessary – who submit proposals judged to be most advantageous to the City.<br />This contract will most likely be awarded to one Prime CONTRACTOR and it will be his/her responsibility to ensure all aspects of the Request for Proposal (RFP) be complied with. After the award, said Proposer(s) will be referred to as the “CONTRACTOR”. For the purpose of this document, the term “Proposer” means the Prime CONTRACTOR acting on its own behalf and those individuals, partnerships, firms or corporations comprising the Proposer team. The term “proposal” means the complete response of the Proposer to the Request for Proposal, including properly completed forms and supporting documentation. If applicable, the successful CONTRACTOR to whom this contract is awarded must always, while this contract is in effect, be in compliance with 44CFR Parts 13 and 206.<br />The Proposer understands that this RFP does not constitute an agreement or contract with the Proposer. A proposal is not binding until proposals are reviewed and accepted by the CITY and both parties execute a contract.<br />The successful CONTRACTOR to whom this contract is awarded also understand that; a) in the event the Corp of Engineers offer their services prior to a hurricane landfall, the CITY may task them with the debris removal operations and the CITY may not be activating this contract; and<br />b) should the Corp of Engineers offer their service after this contract has been activated, at that time the CITY may accept the Corp of Engineers offer and this contract may be cancelled seventy-two (72) hours after written notification from the CITY. <br />The Federal Emergency Management Agency (FEMA) requires that a contract be awarded for Debris Removal as well as Debris Monitoring. The CITY will issue a separate Request for Proposal for Debris Removal Services. In the event the CITY does not offer an award for BOTH services (Debris Removal and Monitoring), an award may not be offered for either service. <br />The CITY reserves the right to make changes to this RFP, post award, through a written agenda issued by the CITY. <br />3) Special Conditions<br />3.1 Oral Instructions/ Changes to the RFP (Addenda)<br />No negotiations, decisions, or actions will be initiated or executed by a proposer as a result from any oral discussions with a CITY employee. Only those communications which are in writing from the CITY will be considered as a duly authorized expression on behalf of the CITY. <br />3.2 Proposal Submission<br />Submission of Paper Proposal: One (1) Signed original response, marked “ORIGINAL” and three (3) copies, marked “COPY” of the proposal are to be submitted to the City of Sulphur. In addition to the hard copies, one digital should be submitted in PDF format. <br />Contact Person: All questions must be submitted in writing no less than seven (7) days prior to the opening of proposals. Questions regarding the proposal may be addressed to:<br /> City of Sulphur <br />Attn: Austin Abrahams<br />Director of Public Works<br />101 N. Huntington Street <br />Sulphur, LA 70663<br />Phone: (337) 527-4510<br />Email: aabrahams@sulphur.org<br />3.3 Proposal Restrictions<br />In order to control the cost of preparation, submittals should be restricted to a maximum of thirty (30) pages, one-sided, excluding cover letter, index, resumes, dividers, and required forms. <br />3.4 Qualifications<br />a) General<br />The CITY will determine whether the Proposer is qualified to perform the services being contracted based upon their proposal demonstrating satisfactory experience and capability in the work area. The Proposer shall identify necessary experience personnel and facilities to support the activities associated with this proposal.<br />b) Qualifications of Key Personnel <br />Those individuals who will be directly involved in the project should have demonstrated experience in the areas delineated in the scope of work. Individuals whose qualifications are presented will be committed to the project for its durations unless otherwise accepted by the Department’s Project Manager. Where CITY registrations or certification is deemed appropriate, a copy of the registration or certificate should be provided upon request of the CITY. <br />c) Authorized To Do Business in the State of Louisiana<br />Companies submitting proposals must be authorized to do business in the State of Louisiana. Such authorization should be obtained by the proposal due date and time. <br />d) Licensed to Conduct Business in the State of Louisiana<br />If the business being provided requires that individuals be licensed by the State of Louisiana or Calcasieu Parish, such licenses should be obtained by the proposal due date and time. <br />4) Scope of Services <br />Details of the services, information and items to be furnished by the CONTRACTOR are described in Scope of Services, attached hereto and made a part hereof. <br />5) Insurance Requirements<br />The CONTRACTOR will comply with the insurance requirements as specified in the attached document, "City of Sulphur - Insurance Requirements for Projects One Hundred Thousand Dollars and Greater". Prior to executing the contract, the Awarded CONTRACTOR will provide a Certificate of Insurance to the CITY showing evidence of compliance with all insurance requirements.<br />The CITY shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any CONTRACTOR or subcontractor's insurance policy. The payment of such deductible shall be the sole responsibility of the CONTRACTOR or subcontractor providing such insurance.<br />6) Unauthorized Aliens<br />The employment of unauthorized aliens by any contractor is considered a violation of Section 274 (e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. <br />7) Reservations<br />The CITY reserves the right to accept or reject any or all proposals, received and reserves the right to make an award without further discussion of the proposals submitted. Therefore, the proposals should be submitted initially in the most favorable manner. It is understood that the proposal will become a part of the CITY’s official file, without obligation to the CITY. Upon opening, proposals become “public records” and shall be subject to public disclosure. <br />8) Additional Terms and Conditions<br />No conditions may be applied to any aspect of the RFP by the proposer. Any condition placed on any aspect of the proposal documents by the proposer may result in the proposal being rejected as a conditional proposal. DO NOT WRITE CHANGES ON ANY RFP SHEET. The only recognized changes to the RFP prior to proposal opening will be a written addenda issue by the CITY.<br />9) Beginning and Length of Services <br />The performance period of the Agreement shall commence upon execution of the contract and shall be a three (3) year contract utilized on an "as needed" basis with the option to renew for an additional two (2) year period upon the mutual consent of both parties. Services will begin and be performed as directed by the Letter of Authorization, issued in accordance with Section IV of this RFP. Any renewal shall be mutually agreed to in writing by the CITY and CONTRACTOR, subject to the same terms, prices, and conditions set forth in the Agreement. <br />SECTION II<br />PROPOSAL FORMAT AND CRITERIA FOR AWARD<br />1) Responsiveness of Proposals<br />Proposals will not be considered if not received by the CITY on or before the date and time specified as the due date for submission. All paper proposals must be typed or printed in ink. A responsive proposal is an offer to perform the scope of services called for in the RFP in accordance with all requirements of the RFP. Proposals found to be non-responsive shall not be considered. Proposals may be rejected if found to be irregular or not in conformance with the requirements and instructions contained herein. A proposal may be found to be irregular or non-responsive by reasons that include, but are not limited to, indefinite or ambiguous proposals, and improper and /or undated signatures. <br />Other conditions which may cause rejection of proposals include, but are not limited to, evidence of collusion among Proposer, obvious lack of experience or expertise to perform the required work, failure to perform or meet financial obligations on previous contracts, or in the event an individual, firm, partnership, or corporation is on the United States Controller General’s List of Ineligible Contractors for Federally Financed of Assisted Projects. <br />2) Proposal Requirements <br />The Proposer shall provide a management plan which describes administration, management and key personnel and other pertinent information listed below. <br />2.1 Administration, Management and General Qualifications (15 points):<br />Multiple firms or joint venture teams should clearly identify the roles and responsibilities of the proposed participants. Team and project management structure should be documented. The principle within the prime firm responsible for the project should be identified and a statement presented that those persons would not be substituted without the express permission of the CITY.<br />In order to help determine Contractor General Qualifications please respond to the questions listed below, in the order in which they are asked:<br />a1) Has the Proposer ever been terminated from a contract? If so, provide details including the client information, contact number and type of work performed and reason for termination. <br />a2) Has the Proposer ever failed to complete any work awarded to them? If so, where and why?<br />a3) Has the Proposer, its principles, officers, or predecessor organization ever been debarred of suspended from bidding any federal, state or local government agency during the last five (5) years? If yes, provide details.<br />a4) List and describe all criminal proceedings or hearings concerning business related offenses in which the Proposer, its principles, officers, or predecessor organizations were defendants?<br />a5) List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer, its predecessor organizations, or any wholly owned subsidiary during the last five (5) years. <br />a6) Provide the names and contact numbers of entities for whom you provided debris removal services over the last 5 (years).<br />2.2 Identification of Key Personnel and Individual Qualifications (10 points) <br />Proposers should submit the resumes of key personnel to be involved in the contract. Proposers should specifically identify the lead personnel on the project and his / her qualifications. Describe the qualifications and experience of key personnel that will provide these services including demonstrated knowledge and understanding of the types of service to be performed; previous experience in similar or related work; local codes, laws and regulation governing the work, especially any business relationships with Federal Emergency Management Agency (FEMA) representatives. Also list the position titles and the number of support personnel available that will work on this contract. <br />The Proposer shall provide an estimate of the percentage of work to be completed by subcontractors. <br />2.3 Technical Approach (10 points) <br />Show evidence of the Proposer’s ability to manage tasks simultaneously and expeditiously, especially if the company has additional contracts for service in other areas of the state of country; approach to problem / task resolution; and teamwork. <br />The Proposer shall provide a detailed list of all of the services that the company is able to provide and explain how these services will be accomplished. Please include a guaranteed response time in this portion of the submittal. <br />2.4 Quality Management, Training, Experience and References (15 points):<br />Provide information indicative of experience of other projects of similar complexity that documents successful and reliable experiences in past performances within the last five (5) years, as it relates to its proposal. A reference list for each Proposer is required, to demonstrate the company’s long-term commitment and investment in the emergency disaster services field; including a current list of clients, type of contract and dollar amount, including name, project, and telephone number. <br />The Proposer must demonstrate that they, or the principals assigned to the project, have successfully completed services, similar to those specified in the Scope of Services, to at least one (1) agency similar in size and complexity to that of Calcasieu Parish. <br />The Proposer’s company should be currently engaged in emergency disaster services on a full-time basis, year-round, for a minimum of five (5) years, with dedicated management and administrative support staff, including housed employees and company-owned equipment. The Proposer shall have the financial strength to assume extensive and large expenditures. <br />2.5 Work Plan (25 points) <br />Proposer should demonstrate their understanding of the scope of services required for emergency disaster assistance; understanding how these services effect the community and the economic impact understanding the need to work with City officials and the community; and the willingness to design the best response plan to meet the CITY’s needs in the event of a disaster. Proposers should also include details of their plan as to how they will train and utilize local labor during the recovery effort. <br />2.6 Price (20 pints): <br />Price Proposals will be opened if the vendor meets the required minimum points award for Technical Proposal submittals (see Proposal Evaluation). Proposer may receive up to a maximum twenty (20) points added to their Technical Proposal Score. <br />2.7 Current Commitment (5 points):<br />The Proposer will list all current contractual obligations regarding debris removal services for all clients on the Gulf Coast, including but not limited to, Louisiana, Mississippi, Alabama and Texas. <br />3) Costs Incurred in Responding<br />This RFP does not commit the CITY or any other public agency to pay any cost incurred by an individual firm, partnership, or corporation in the submission of a proposal or to make necessary studies or designs for the preparation thereof, nor to procure or contract for any articles or services. <br />4) Proposal Evaluation<br />4.1 Evaluation Process <br />The CITY will review and evaluate each proposal submitted in response to this RFP. The City of Sulphur’s review team will include individuals with background, experience, and /or professional credentials in relative service areas. The review team will each receive a copy of the proposal submitted and will independently evaluate the proposal based on the criteria established in the section below “Criteria for Evaluation” to ensure that proposals are uniformly rated. The review team will assign points to the proposal. The Proposer must attain a score of sixty (60) points or higher (not including points for price) on the Technical Proposal to be considered responsive. Should a Proposer receive fewer than sixty (60) points on their Technical Proposal score, the Price Proposal will not be considered. <br />4.2 Price Proposal<br />The Proposer shall complete the attached Price Proposal form and submit as part of the Price Proposal Package. Any proposal in which this form is not used or in which the form is improperly executed may be considered non-responsive and the proposal will be subject to rejection. The CONTRACTOR’s completed form shall become part of the contract upon award of the contract. <br />The CITY will open Price Proposals. The CITY and /or its review team will review and evaluate the (1) technical proposals, then (2) price proposals and prepare a summary of its price evaluation. The CITY and/or its review team will assign points based on technical evaluation criteria identified herein. <br />4.3 Criteria for Evaluation<br />Proposals will be evaluated and graded in accordance with the criteria detailed below. The Technical evaluation is based on an 80-point scale. <br />Technical evaluation is the process of reviewing the Proposer’s Management Plan, Technical Plan, Work Plan, and Current Commitments for understanding of the project, qualifications, approach, and capabilities, and to assure a quality service. <br />The following point system is established for scoring the technical proposals:<br />Point Value<br />1. Management Plan 25<br />Administration, Management, <br />and General Qualifications (15)<br />Identification of Key Personnel<br />and Individual Qualifications (10)<br />2. Technical Plan 25<br /> Technical Approach (10)<br />Quality Management, Training<br />Experiences and References (15)<br />3. Work Plan 25<br />4. Current Commitments 5<br />_______<br />Total Possible Points 80<br />4.4 Criteria for Evaluation of Price Proposal:<br />Proposals will be evaluated and graded in accordance with the criteria detailed below. The rating of the price proposal will be determined based on the following formula:<br />Each proposer will submit a fee schedule for each item in Attachment I for Debris Removal, Reduction, and Disposal. Proposers will assign pricing for the equipment list on Attachment II for the first 72 (seventy-two) hours for clearance. This is the only time FEMA acknowledges hourly rates. Proposal shall be evaluated for reasonableness. <br />The following point system is established for scoring the Price Proposals<br />Point Value<br />1. Price 20<br />_______<br />Total Possible Points 20<br />4.5 Termination:<br />This contract may be terminated for cause and convenience. Contract may be terminated at any time, for any reason. <br />This contract will be terminated if at any time collusion between contractors to whom this contract is awarded, is suspected. <br />SECTION III<br />SCOPE OF SERVICES<br />1) General: <br />The CITY is requesting proposals from experienced firms to enter a pre-event contract at no immediate cost to the CITY for the following services. Contractors shall provide clean-up, demolition, removal, reduction, and disposal of debris resulting from a natural or manmade disaster as directed by the CITY to eliminate immediate threats to the public health and safety. Also required is the elimination of immediate threats of significant damage to improved public or private property and that which is considered essential to ensure economic recovery of the affected community. Contractors shall also provide disaster recovery technical program management assistance to the CITY officials. One or more proposers may be selected to provide differing elements or levels of scope of work in accordance with the capabilities and extent of involvement each respondent proposes.<br />It is imperative that the CONTRACTOR to whom this contract is awarded, ensures that all debris removal and waste management services care in accordance with all applicable federal and state law, environmental regulations and FEMA requirements. <br />Upon request by the CITY, the CONTRACTOR to whom this contract is awarded will be required to participate in a pre-planning workshop and/or training exercise at least once per year at no cost to the CITY. <br />Proper documentation as required by FEMA or other State and Federal natural disaster response agencies shall be provided for all debris removal operations to ensure reimbursement to the CITY from the appropriate agency.<br />The CITY will not provide price adjustments for cost increases or decreases in the price of fuel. <br />It is the responsibility of the CONTRACTOR to whom this contract is awarded to provide the following to its personnel, subcontractor, and its personnel; Communications; Life Support (housing and sustenance); fuel and gas, special needs (security, food service, laundry service, charter aircraft, etc.); mobile command center and any other supplies that may be deemed necessary. <br />The CONTRACTOR shall provide technical guidance and consultation before, during and after the disaster event. CONTRACTOR shall provide administrative support for contracted operations; staff to work with City of Sulphur officials; field supervisors; operators; drivers and laborers, along with appropriate vehicles and any necessary equipment and /or tools to ensure a successful recovery operation.<br />The CONTRACTOR to whom this is awarded will be required to come to Sulphur within 30 days of contract award, obtain copies of our city maps and prepare a pre-hurricane survey. CONTRACTOR will be required to compose a plan describing what they will do; how they will do it; and a timetable- when they will do it. The plan will be due thirty (30) days after initial visit to Sulphur. <br />Roads will be identified by the CITY and direction given to the CONTRACTOR as to which road and limits the CONTRACTOR will be responsible. The CITY reserves the right to add or delete roadway segments at the direction of the debris removal Project Manager at no additional cost to the CITY. The CITY, at its sole discretion, may elect to perform work with in-house forces or additional contract forces at any time throughout the debris operations. <br />The Prime CONTRACTOR may be called upon throughout the year to render services to assist the CITY with special needs events for other than full-scale disasters. <br />Work will begin upon written authorization by the CITY. No guarantee of minimum or maximum amounts per bid item is made by the CITY under this contract. No adjustment to proposal prices will be considered due to increases or decreases in estimated disaster recovery time. <br />The CITY, at its sole of discretion, may award one or more contracts based on the proposals received and the impact of natural disasters encountered. If more than one award is made, such award will be to the highest (points) proposer, and then to the next highest proposer(s) based on availability of the proposer’s and the proposer’s ability to satisfy the needs of the CITY at the time contacted<br />The Debris Removal Services contract must be awarded to a contractor who has no vested interest in the debris monitoring contract or contractor. There must be no conflict of interest between the monitoring contractor and the debris removal contractor. <br />Changes to the scope and responsibilities listed in this Contract may be made at anytime during the contractual period in order to satisfy FEMA and/or CITY requirements. <br />2) Services to be Provided by the Contractor:<br />2.1 Emergency Road Clearance<br />Removal of debris from the primary transportation routes as directed by the CITY.<br />2.2 Debris Removal from Public Property<br />Removal of debris from public rights of way. Removal of debris beyond public rights of way as necessary to abate imminent and/or significant threats to the public health and safety of the community.<br />2.3 Debris Removal from Private Property<br />Should an imminent threat to life, safety, and health to the general public be present on private property, the CONTRACTOR, as directed by the CITY, will accomplish the removal of debris from private property. This item will be monitored for strict compliance with FEMA regulations regarding eligibility.<br />2.4 Debris Removal from Rights of Way (ROW) with FHWA Requirements<br />Federal-Aid Requirements of the Federal Highway Administration's Form FHWA-1273 titled "Required Contract Provisions - Federal-Aid Construction Contracts" and FEMA FACT SHEET 9580.214, "Debris Removal on Federal-Aid Highways, shall apply to all work performed by the Contractor or any of its Subcontractors.<br />2.5 Debris Management Sites (OMS), formally known as Temporary Staging and Reduction Sites (TDSRS)<br />The Contractor will prepare and maintain a sufficient number of OMS facilities to accept and process all eligible storm debris. Preparation and maintenance of facilities shall include maintenance of the OMS approach and interior road(s) for the entire period of debris hauling, including provision of crushed concrete for any roads that require stabilization for ingress and egress. Each facility shall include a roofed inspection tower sufficient for a minimum of three (3) inspectors for the inspection of all incoming and exiting loads.<br />All debris shall be processed in accordance with local, state and federal law, standards and regulations. Processing shall include, but is not limited to, reduction by tub grinding and/or incineration when approved by the CITY. Prior to reduction, all debris shall be segregated between vegetative debris, construction and demolition debris, recyclable debris, white goods, and hazardous waste. <br />2.6 General Hazardous Waste Abatement<br />Abatement of hazardous waste identified by the CITY OF SULPHUR in accordance with all applicable Federal, State and local laws, standards and regulations.<br />2.7 Demolition of Hazardous or Condemned Structures<br />The CONTRACTOR is responsible for the demolition of hazardous or condemned structures that are a hazardous to public health and safety.<br />2.8 Debris Disposal<br />The CONTRACTOR shall dispose of all eligible debris, reduced debris, ash residue and other products of the debris management process in accordance with all applicable Federal, State, and local laws, standards, and regulations.<br />2.9 Documentation and Inspections<br />Storm debris shall be subject to inspection by the CITY. Inspections will be to ensure compliance with the contract and applicable local, state, and federal laws. The Contractor will, at all times, provide the CITY access to all work sites and disposal areas. The Contractor and the CITY will have in place at the DMS, personnel to verify and maintain records regarding the contents and cubic yards of the vehicles entering and leaving the DMS's. The Contractor will assist the CITY in preparation of the Federal, (FEMA), and State reports for any potential reimbursement through the training of CITY employees and the review of documentation prior to submittal. The Contractor will work closely with the State Division of Emergency Management, FEMA and other applicable State and Federal Agencies to ensure that eligible debris collection and data documentation is appropriately addressed. <br />2.10 Work Sites<br />The CITY will establish and approve all sites that the CONTRACTOR will be allowed to work. The Contractor will remove all eligible debris and leave the site from which the debris was removed in a clean and neat condition. This condition of the work site shall be equal to or better than the original condition of the site.<br />2.11 White Goods<br />The CONTRACTOR may expect to encounter white goods available for disposal. White goods will constitute household appliances. The CONTRACTOR will dispose of all white goods encountered in accordance with applicable Federal, State and local laws.<br />2.12 Hazardous Stumps<br />The CONTRACTOR shall remove all stumps that are determined to be hazardous to public access and as directed by the CITY. Stumps will be approved for removal by FEMA under FEMA guidelines. Documentation before, during and after stump removal must be according to FEMA 325 Guidelines, Hazardous Stump Policy.<br />2.13 Clean Fill Dirt<br />The CONTRACTOR shall place compacted fill dirt in ruts created by equipment, holes created by removal of hazardous stumps end other areas that pose a hazard to public access upon direction by the CITY. This clean fill dirt shall be compacted as directed by the CITY.<br />2.14 Documentation and Recovery Process<br />The CONTRACTOR shall provide the following in addition to debris removal:<br />a) Maintain documentation of recovery process.<br />b) Provide written and oral status as requested by the CITY.<br />c) Review documentation for accuracy and quantity.<br />d) Assist in preparation of claim documentation for FEMA reimbursement.<br />These costs for the documentation and recovery process shall be included in the items in the pricing attachments (Attachments I & II). Proposers shall have proven experience with overall management and FEMA requirements, rules and regulations to qualify for this scope.<br />2.15 Compliance with FEMA Guidelines<br />The Federal laws applicable to and incorporated into this RFP are 2 C.F.R. 200.326 as described in Appendix II to Part 200 - Contract Provisions for non-Federal Entity Contracts Under Federal Awards, FEMA Public Assistance Program and Policy Guide, FEMA 325 Debris Management Guide, FEMA Recovery Policy 9500 series and any other Federal rule, regulation or policy relating to disaster debris. <br />2.16 Event Close – Out<br />The CONTRACTOR will assist the CITY in preparing all documentation necessary for the reimbursement of disaster recovery expenditures from FEMA, FHWA and any other applicable agency. <br />3) Services to be Provided by CITY or its Designated Representative:<br />3.1 Administration and Paperwork<br />Spreadsheet format for invoices will be provided to properly document the contract work in accordance with LADOTD, FHWA and FEMA requirements. <br />3.2 Payment<br />Progress payments, less five percent (5%) retainage, will be made in accordance with the Fee Rates shown in the submittal forms. Progress invoices and payments shall be structured for billable periods not to exceed 31 days. Such payments will be made upon the completion of all work performed as required in Section 1 and 2 of Section III- Scope of Services, for the invoice period. Proposal prices shall include all direct costs for performing the work as required as well as indirect costs including, but not limited to, administrative costs, all overheads, and profits. The retainage will be paid to the CONTRACTOR upon satisfactory completion of the entire project, including final approval of expense by FEMA – if required. <br />SECTION IV<br />METHOD OF COMPENSATION<br />1) Purpose:<br />This exhibit defines the limits and method of compensation to be made to the CONTRACTOR for services set forth in Section III and the method by which payments are made. <br />2) Assignment of Work:<br />The CITY shall request COTNRACTOR services on an as-needed basis. Services to be provided on each project will be initiated and completed as directed by the CONTRACTOR. A “Letter of Authorization” will be issued for each project.<br />3) Compensation:<br />This is a Term Contract for an Indefinite Quantity whereby the CONTRACTOR agrees to furnish services during a prescribed period of time. The specific period of time completes such a contract. The CITY will authorize services based on need and availability of budget. Execution of this Agreement does not guarantee that the work will be authorized. <br />4) Progress Payments:<br />The CONTRACTOR shall submit monthly invoices, for a period not exceeding 31 days, in a format acceptable to the CITY. CONTRACTOR shall be compensated for the amount of time incurred by each staff classification/position based on the hourly rates proposed under the Proposal Price Form or as approved by the CITY. The unit billing rates shall include cost of salaries, overhead, fringe benefits, and operating margin. Invoices shall be submitted to:<br />City of Sulphur <br />Attn: Austin Abrahams<br />101 N. Huntington Street<br />Sulphur, LA 70663<br />Progress payments, less five percent (5%) retainage, will be made in accordance with the Fee Rates shown in submittal forms. Such payments will be made upon the completion of all work performed as required in Section III- Scope of Services, for the invoice period. Proposal prices shall include all direct cost for performing the work as required as well as all indirect costs including, but not limited to, administrative costs, all overheads, and profits. The retainage will be paid to the CONTRACTOR upon satisfactory completion of the entire project, including final approval of expense by FEMA- if required. <br />5) Tangible Property:<br />This contract does not involve the purchase of tangible property.<br />CONTRACTOR’s Equipment – City of Sulphur will not be responsible for replacement /repair of equipment/material that may sustain damage in the performance of services under this contract. <br />CONTRACTOR’s equipment used during the effective period of this contract is expected to adequately perform the duties at hand in a reasonable time and in a safe manner. Should the CITY at any time determine a CONTRACTOR is using equipment that is not effective and efficient in executing the duties of the contract, the CONTRACTOR will replace defective equipment when the CITY makes such request in writing. <br />
https://www.centralauctionhouse.com/rfp63548390-sulphur-disaster-response-services-rfp-2023-debris-removal-services.html
09-Jan-2023 12:00:00 AM |
06-Feb-2023 04:00:00 PM |
Diocese of Houma-Thibodaux |
Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church, Roof Replacement Building "C" - Mauret Family Life Center, 1985 Hwy 308, Thibodaux, LA 70301
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed Bids will be received by the Diocese of Houma-Thibodaux on behalf of and for the benefit of St. Charles Borromeo Church at the Diocese of Houma-Thibodaux Pastoral Center, 2779 Highway 311, Schriever, LA 70395, until 3:00 pm, Tuesday, February 7, 2023, at which time all bids will be opened and read aloud.<br /> <br />For: Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church<br /> Roof Replacement Building “C” – Mauret Family Life Center<br /> 1985 Highway 308, Thibodaux, LA 70301<br /> <br /> OWNER’S PROJECT NUMBER: PACS-1-925<br /> ARCHITECT'S PROJECT NUMBER: 2201A<br /> <br /> The estimated probable construction cost for the Base Bid for this project is $56,000.00.<br /> <br />Bids shall be submitted in accordance with LA R.S. 37:2163, in an envelope displaying the Contractor’s license number, except bids submitted electronically, which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br /> <br />It is highly recommended that each bid shall be enclosed in a sealed envelope and displaying legibly on the exterior, the following information:<br /> <br />1. Address to Owner:<br /> The Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of the Congregation of St. Charles Borromeo Catholic Church<br /> 2779 Highway 311, Schriever, LA 70395<br />2. Name of Project:<br /> Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church - Roof Replacement Building “C”<br /> Mauret Family Life Center<br /> 1985 Highway 308, Thibodaux, LA 70301<br />3. Contractor’s Name:<br /> <br />4. Contractor’s Address:<br /> <br />5. Contractor’s License #:<br /> <br />5. Include the words:<br /> “SEALED BID ENCLOSED”<br /> <br />Bid documents will be posted on www.centralbidding.com. To view, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy. Electronic Bids can be submitted at www.centralbidding.com . Contact Central Bidding at (225)810-4814 concerning any questions about this process.<br /> <br />Any bids received after the above-mentioned time will be returned unopened.<br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5%) of the sum of the base bid and all alternates. The form of security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />The successful bidder will be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana in an amount equal to one hundred percent (100%) of the contract amount.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at the site, in the Administration Conference Room at 3:00 PM on Tuesday, January 24, 2023.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of “Building Construction” or subclassification “Roofing and Sheet Metal, Siding”. Bidder is required to comply with the provisions and requirements of LA. R.S. 38:2212(B)(5). No bid may be withdrawn for a period of thirty (30) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with LA. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /> <br />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The Owner shall incur no obligation to the Contractor until the Contract between the Owner and Contractor is fully executed.<br /> <br />Advertise January 5, 2023, January 10, 2023, January 18, 2023<br />
https://www.centralauctionhouse.com/rfp17678252-hurricane-ida-damage-repairs-to-st-charles-borromeo-catholic-church-roof-replacement-building-c--mauret-family-life-center-1985-hwy-308-thibodaux-la-70301.html
05-Jan-2023 03:00:00 PM |
07-Feb-2023 03:00:00 PM |
Duplantis Design Group |
John Alario Jr. Sports Complex Development Package (RE-BID)
|
<h1 style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b></h1>Sealed bids will be received for the State of Louisiana by the Louisiana Stadium and Exposition District (LSED), at the offices of the Program Manager, Legends, Attention Mark Giles, Caesars Superdome, Gate A, Mezzanine Level, New Orleans, Louisiana 70112 (325.267.5603) until 3:00 P.M, Thursday, February 16, 2023, for the following scope:<br /> <br />Earthwork, grading and drainage, sitework, utility infrastructure, and development of an entry road, parking lot, two (2) multi-purpose synthetic fields with fencing and athletic field lighting as alternate bid items, pedestrian sidewalks and plazas, shade canopies, three (3) buildings, batting cages, irrigation, and grassing.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY THE LOUISIANA STADIUM AND EXPOSITION DISTRICT OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br />FOR: John Alario Jr. Sports Complex<br /> 11080 Nicolle Blvd, Avondale, LA 70094<br /> <br />LSED PROJECT NUMBER: ASC-2023-DEVELOP-AFC22.9M<br /> <br />Complete Bid Documents for this project are available in electronic form from www.centralbidding.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Please note that Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to: Central Bidding at (225) 810-4814 or info@centralbidding.com. All other questions regarding the scope of work of the project should be directed to the Program Manager in writing via email only: MGiles@legends.net. <br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project. 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 /><b>A MANDATORY PRE-BID CONFERENCE WILL BE HELD</b><br /><b>at 10:00am on Thursday; January 26th at Alario Center; 2000 Segnette Blvd., Westwego, LA 70094</b><br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Building OR Heavy 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 LSED Business Opportunity Program (BOP) is designed to strengthen our local community engagement by proactively seeking eligible business enterprises that represent the communities that LSED serves. The LSED BOP will provide equitable opportunities for small and diverse suppliers of goods and services integral to the day-to-day operation and ongoing capital needs of the LSED facilities. Through this program, the LSED will contribute to the economic vitality of the community we serve, while benefitting directly from a broader selection of competitively priced goods and services. LSED is seeking DBE participation for this project and Proposers are encouraged to engage DBE certified firm as a part of their bid package. SMG/LSED is committed to achieving inclusion of minority and women-owned business with respect to the procurement of goods, products, and services. If applicable, provide your firm’s or your subcontractor’s Disadvantaged Business Enterprise SLDBE Certification in accompaniment of the Bid.<br /> <br />The Owner reserves the right to reject any or all bids for just cause, in accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity. The funds available for construction of this project shall not exceed $22,900,000.00.<br /><br />STATE OF LOUISIANA<br />LOUISIANA STADIUM AND EXPOSITION DISTRICT<br />KYLE FRANCE, CHAIRMAN<br /> <br />Advertisement Dates:<br /> Tuesday; January 10, 2023<br /> Tuesday; January 17, 2023<br /> Tuesday; January 24, 2023<br /><br />
https://www.centralauctionhouse.com/rfp52997202-john-alario-jr-sports-complex-development-package-re-bid.html
10-Jan-2023 07:00:00 AM |
16-Feb-2023 03:00:00 PM |
East Carroll Parish School Board |
RFP-1-2023 - High Speed Internet and WAN services
|
<br />NOTICE TO PROPOSERS<br /><br />East Carroll Parish Public Schools, located at 514 3 Street, Lake Providence, Louisiana 71254, will be accepting E-rate qualified proposals for for the following solicitations:<br /><br />RFP-1-2023 - High Speed Internet and WAN services<br />RFP-2-2023 - E-rate Category 2 Services<br /><br />Sealed bids will be received until 2:00PM CST on February 23, 2023 by the East Carroll Parish School Board, 514 3rd Street, Lake Providence, LA 71254<br /><br />Complete bidding documents forthese projects may be obtained on the district website at: www.ecarrollschools.org and Central Bidding (https://www.centralauctionhouse.com). E-rate Form 470 information can ben found using the Universal Service Schools and Libraries Division Form 470 search tool:<br />http://www.slforms.universalservice.org/Form470Expert/Search_FundYear_Select.aspx<br /><br />All proposals must adhere to E-rate guidelines, denote service eligibility, and bemade by qualified "green light" companies (http://www.universalservice.org/sl/).<br /><br />The East Carroll Parish School Board reserves the right to reject any and all proposals forjust cause. In accordance with La. R.S. 38:2237, the provisions and requirements of this section, those stated in the advertisement for proposals, and those required on the proposal form shall not be considered as informalities and shall not be waived by any public entity.<br /><br />East Carroll Parish School District<br />Meagan Brown, Superintendent
https://www.centralauctionhouse.com/rfp98322031-rfp-1-2023--high-speed-internet-and-wan-services.html
24-Jan-2023 12:00:00 AM |
23-Feb-2023 02:00:00 PM |
East Carroll Parish School Board |
RFP-2-2023 - E-rate Category 2 Services
|
<br />NOTICE TO PROPOSERS<br /><br />East Carroll Parish Public Schools, located at 514 3 Street, Lake Providence, Louisiana 71254, will be accepting E-rate qualified proposals for for the following solicitations:<br /><br />RFP-1-2023 - High Speed Internet and WAN services<br />RFP-2-2023 - E-rate Category 2 Services<br /><br />Sealed bids will be received until 2:00PM CST on February 23, 2023 by the East Carroll Parish School Board, 514 3rd Street, Lake Providence, LA 71254<br /><br />Complete bidding documents forthese projects may be obtained on the district website at: www.ecarrollschools.org and Central Bidding (https://www.centralauctionhouse.com). E-rate Form 470 information can ben found using the Universal Service Schools and Libraries Division Form 470 search tool:<br />http://www.slforms.universalservice.org/Form470Expert/Search_FundYear_Select.aspx<br /><br />All proposals must adhere to E-rate guidelines, denote service eligibility, and bemade by qualified "green light" companies (http://www.universalservice.org/sl/).<br /><br />The East Carroll Parish School Board reserves the right to reject any and all proposals forjust cause. In accordance with La. R.S. 38:2237, the provisions and requirements of this section, those stated in the advertisement for proposals, and those required on the proposal form shall not be considered as informalities and shall not be waived by any public entity.<br /><br />East Carroll Parish School District<br />Meagan Brown, Superintendent
https://www.centralauctionhouse.com/rfp96979239-rfp-2-2023--e-rate-category-2-services.html
24-Jan-2023 12:00:00 AM |
23-Feb-2023 02:00:00 PM |
East Feliciana Parish School Board |
EFPS Steam-Phase 2-FullBidSet Project Manual (2022-12-20)
|
REQUEST FOR BIDS Sealed BIDS are invited by East Feliciana Parish Schools from contractors for repair, alteration, or construction of: PROJECT NAME: Main Building Renovation – Phase 2 SCHOOL: East Feliciana Parish Schools STEAM Academy PROJECT NO.: 13-006-22 Bids will be received at the East Feliciana Parish School Board main office; 12732 Silliman Street, Clinton, LA 70722, in the Board Room until: 10:00 am CST, LOCAL TIME Friday February 17th, 2023 at which time and place the offers will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Centralauctionhouse.com. Complete Bid Documents for this project are available in electronic form. 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: Fusion Architects, APC email: biddocs@fusionapc.com The successful Offeror is allowed One Hundred Twenty-Five (125) calendar days to complete the Project from the date stated in the Contract. Liquidated damages will be assessed at $500 for each consecutive calendar day for which the work is not substantially complete and $500 for each consecutive calendar day for which all of the work listed on the punch list is not complete. Bid Documents may be reviewed at the office of the Architect 3488 Brentwood Drive, Suite 101, Baton Rouge, Louisiana 70809. A PRE-BID CONFERENCE will be held at: 10:00am on Tuesday February 7th, 2023, at the site- East Feliciana Parish Schools STEAM Academy, 9414 Plank Road, Clinton, LA 70722. Attendance at this Pre-bid Conference is Mandatory and invited contractors must be seated prior to 10 a.m. Contract, if awarded, will be on the basis stated in the Instructions to Offerors. No offer may be withdrawn for a period of 45 days after the date of the offer opening. If the offer sum is $50,000 or more Offerors must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R. S. 37:2151 et seq. East Feliciana Parish Schools 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 offers and to waive technicalities and informalities. Richard W. Terrell, Board President East Feliciana Parish Schools Keisha L. Netterville, Superintendent of Schools
https://www.centralauctionhouse.com/rfp96489801-efps-steam-phase-2-fullbidset-project-manual-2022-12-20.html
19-Jan-2023 08:00:00 AM |
17-Feb-2023 10:00:00 AM |
England Economic and Industrial Development District |
AIR TRAFFIC CONTROL RADIO REPLACEMENT PHASE 1
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />AIR TRAFFIC CONTROL RADIO REPLACEMENT PHASE 1<br /> <br />Separate sealed bids for the construction of the Air Traffic Control Radio Replacement Phase 1 project will be received by the England Economic and Industrial Development District, at 1611 Arnold Drive, Building 1803, Alexandria, LA 71303, until 2:00 p.m. local time on Thursday, February 16, 2023 and then at said location publicly opened and read aloud.<br /> <br />If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the England Economic and Industrial Development District, 1611 Arnold Drive Building 1803, Alexandria, LA 71303.<br /> <br />The Bidding Documents may be examined at the office of the Engineer:<br /> <br /> MEYER, MEYER, LACROIX & HIXSON, INC.<br /> TELEPHONE (318) 448-0888<br /> 100 ENGINEER PLACE<br /> ALEXANDRIA, LOUISIANA 71303<br /> <br />Bidding documents on a USB flash drive may be obtained from the office of the Engineer.<br /> <br />Each bid must be accompanied by bid security made payable to Owner in an amount of 5 percent of bidder’s maximum bid price and in the form of a certified check, cashier’s check or a bid bond. The successful bidder will be required to obtain a Performance Bond and a Payment Bond each in the amount of 100% of the contract amount. All bonds shall be executed by such sureties as are named in U.S. Department of the Treasury Circular 570. A bond signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual’s authority to bind the surety.<br /> <br />Bidders may not withdraw their bid within forty-five (45) days after the actual date of opening thereof. The Owner reserves the right to reject any and all bids for just cause in accordance with Louisiana R.S. 38:2214B.<br /> <br />Bidders shall have the option to submit bids electronically through a uniform and secure electronic interactive system. Those seeking to submit bids electronically shall register online at www.centralauctionhouse.com and shall follow such procedures as are established by Central Auction House, and will be charged a fee. In addition, contractors shall be required to obtain a digital signature certificate prior to submitting bids online. Proper and timely submission of an electronic bid is the responsibility of the Bidder. Bidders are encouraged to complete the electronic bid documents in advance of bid closing. Late bids due to malfunction of internet infrastructure, certificate service providers, electronic bid bond providers, or other interruptions shall not be accepted. The England Authority is not responsible for damages, lost revenue, etc., for bids not timely received due to malfunctions or breakdown of Central Auction House. Telephone or facsimile bids are invalid and shall not receive consideration. The owner’s electronic address is kwells@englandairpark.org.<br /> <br />The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the England Economic and Industrial Development District (EEIDD) to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals.<br /> <br />DBE Required Contract Provisions:<br /> <br />Contract Assurance (§26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the EEIDD deems appropriate.<br /> <br />Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 15 days from the receipt of each payment the prime contractor receives from EEIDD. The prime contractor agrees further to return retainage payments to each subcontractor within 15 days after the subcontractor's work is satisfactorily completed. (The EEIDD will hold retainage from prime contractors and provide for prompt and regular incremental acceptances of portions of the prime contract and pay retainage to prime contractors based on these acceptances). Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the EEIDD. This clause applies to both DBE and non-DBE subcontractors.<br /> <br />Bidders are hereby advised that the Owner, England Economic and Industrial Development District, has employed the services of Eddlemon & Associates LLC to administer the Disadvantaged Business Enterprise Program for this project. The DBE Administrator’s address is 5237 Raphael Drive; Alexandria, Louisiana 71303 and the telephone number is (318) 613-8143.<br /> <br />Date: January 17, 2023 <br /><br />/s/ Ralph Hennessey, Executive Director<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp87894194-air-traffic-control-radio-replacement-phase-1.html
20-Jan-2023 12:00:00 AM |
16-Feb-2023 02:00:00 PM |
Grand Isle Independent Levee District |
Drainage Pumping Station – Town of Grand Isle (Vicinity of Orange Lane)
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS<br />BID NO. 20230101</b></div><br />Sealed bids will be received on February 13, 2023 by the Grand Isle Independent Levee District (GIILD), at the Grand Isle Independent Levee District located at 170 Ludwig Lane, in Grand Isle, Louisiana until 2:00 P.M. All bids will be publicly open and read aloud upon completion of administrative tasks at the Grand Isle Multiplex Center, 3101 Hwy 1, Grand Isle, LA 70358 after 2:00 PM on February 13, 2023.<br /> <br />Bid documents are posted on Central Bidding. To view these, download, and receive bid notices by e-mail, you must register with Central Bidding. Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Bidding at 1-833-412-5717. <br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Bidding. Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Grand Isle Independent Levee District<br /> P. O. BOX 757<br /> Grand Isle, LA 70358<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />Project Name: Drainage Pumping Station – Town of Grand Isle (Vicinity of Orange Lane) <br /> <br />Project Description: This project consists of the construction of a new Storm Sewer Drainage Pump Station including procurement and installation of all related mechanical and electrical components including two 24” vertical propellor pumps. The pump station shall be constructed of a timber platform on driven timber piling with a suction basin below. The work also includes excavation of a new drainage ditch along Orleans Avenue directing flow into the new suction basin as well excavation of the existing drainage ditch along Orange Lane at the outfall into the new basin.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors. <br /> <br />This Project shall require a Louisiana Contractors license number for one of the following: Heavy Construction.<br /> <br />Bidding Documents for this Project are on file in the office of AIMS Group, Inc. located at 4421 Zenith Street, Metairie, Louisiana 70001 (Phone: 504-887-7045, Fax: 504-887-7088) and a single copy may be obtained by each prospective bidder at a cost of $125.00 by contacting Lowell Pitre, P.E. or ljp@aimsgroupinc.com for any clarification or information with regard to the specifications. 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 />A non-mandatory Pre-Bid Conference will be held on January 24, 2023 at 2:00 P.M. at the Grand Isle Multiplex Center, located at 3101 Hwy 1 in Grand Isle, Louisiana.<br /> <br />The Grand Isle Independent Levee District reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br />David Camardelle<br />President<br />GI Independent Levee District
https://www.centralauctionhouse.com/rfp70203250-drainage-pumping-station-town-of-grand-isle-vicinity-of-orange-lane.html
13-Jan-2023 12:00:00 AM |
13-Feb-2023 02:00:00 PM |
Greater Lafourche Port Commission |
Dredging of Flotation Canal and Front Commercial Marina
|
<div style="text-align: justify;">Either sealed paper bids or electronic bids for the Dredging of Flotation Canal and Front Commercial Marina will be received by the Greater Lafourche Port Commission located at 131 East 91st Street, Cut Off, LA 70345 until 2:00 PM local time, February 28, 2023, and then at said office publicly opened and read aloud. Electronic bids must be submitted through www.centralauctionhouse.com prior to electronic bidding deadline.<br /> <br />The Project consists of hydraulic dredging.<br /> <br />The cost estimate is $4,500,000.<br /> <br />No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds a Louisiana State Contractor's License in Heavy Construction or Specialty: Dredging, in full force and effect and in compliance with the Louisiana State Licensing Board for Contractors and Louisiana Public Bid Law.<br /> <br />Plans and specifications may be examined online at www.centralauctionhouse.com or at the Engineer’s office of Picciola & Associates, Inc. located at 115 Picciola Parkway, Cut Off, LA 70345. Plans and specifications may be obtained from the Engineer upon payment of $100. In accordance with R.S. 38:2212 (D), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex, or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br /> <br />Greater Lafourche Port Commission<br /> <br /> <br />Chett Chiasson<br />Executive Director</div>
https://www.centralauctionhouse.com/rfp35564686-dredging-of-flotation-canal-and-front-commercial-marina.html
30-Jan-2023 12:00:00 AM |
28-Feb-2023 02:00:00 PM |
Iberville Parish Government |
Bayou Blue Volunteer Fire Department
|
https://www.centralauctionhouse.com/rfp15252572-bayou-blue-volunteer-fire-department.html
29-Dec-2022 10:00:00 AM |
02-Feb-2023 02:00:00 PM |
Iberville Parish School Board |
RFP Dish Machine Lease for School Food Service #2023-SFS-1
|
Per bid specifications
https://www.centralauctionhouse.com/rfp82647319-rfp-dish-machine-lease-for-school-food-service-2023-sfs-1.html
19-Jan-2023 12:00:00 AM |
06-Feb-2023 08:59:00 AM |
Jefferson Parish Economic Development Commission (JEDCO) |
Avondale Marine Facility Improvements, Planning and Construction FP&C, Project No. 36-P41-20-01 (“Avondale Truck Entrance and Weight Station”)
|
Sealed bids will be received until the hour of 10:00 A.M., local time, the 16th of February 2023, at The Jefferson Parish Port District, Formally Known As The Jefferson Parish Economic Development and Port District (“JEDCO”), 700 Churchill Parkway, Avondale, LA 70094 or electronically through Central Bidding for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete the Avondale Marine Facility Improvements, Planning and Construction, FP&C Project No. 36-P41-20-01 (“Avondale Truck Entrance and Weight Station”), A/E Project No. 20-2105, (the “Project”). Bids will be opened and publicly read aloud at 1:00 P.M., local time, the 16th of February 2023.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in Heavy Construction and/or Highway , Street, and Bridge Construction Classification. The work consists of concrete and asphalt road repairs, and all other incidental work as detailed on the Plans and stated in the Specifications.<br /> <br />A Complete set of Contract Documents may be secured from Meyer Engineers, Ltd., Engineer and Architect, 4937 Hearst Avenue, Suite 1B, Metairie, Louisiana 70001 (telephone (504) 885-9892), by licensed Contractors upon payment of $100.00 for a hard copy set and/or fee of $25.00 for an electronic set on compact disc. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids.<br /> <br />Each bid must be accompanied by a bid security in the form of 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 conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents.<br /> <br />A MANDATORY Pre-Bid Conference will be held on February 2, 2023, at 10:00 A.M. The meeting will be held at The Jefferson Parish Port District, Formally Known As The Jefferson Parish Economic Development and Port District (“JEDCO”), 700 Churchill Parkway, Avondale, LA 70094. Participants must attend the entirety of the mandatory pre-bid conference in accordance with La. R.S. 38:2212(1).<br /> <br />The envelope in which the bid is placed must be clearly marked as follows:<br /> <br />Sealed Bid: Avondale Marine Facility Improvements, Planning and Construction<br /> FP&C Project No. 36-P41-20-01<br /> (“Avondale Truck Entrance and Weight Station”)<br />Opening Date: February 16, 2023<br /> <br />The outside of the envelope should also include the name of the Contractor, address and Louisiana State License Number. In the case of an electronic bid proposal, a Contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the Contractor’s license number in order to meet the statutory certification requirements. If the bid does not display the Contractor’s license number, the bid shall be automatically rejected.<br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Contract throughout.<br /> <br />Any person with disabilities requiring special accommodations must contact JEDCO no later than 7 days prior to the Pre-Bid Conference and/or Bid Opening.<br /> <br /> * * *<br /> <br />Publication: January 18, 2023, January 25, 2023, February 1, 2023
https://www.centralauctionhouse.com/rfp53994986-avondale-marine-facility-improvements-planning-and-construction-fpc-project-no-36-p41-20-01-avondale-truck-entrance-and-weight-station-.html
18-Jan-2023 08:00:00 AM |
16-Feb-2023 10:00:00 AM |
Jefferson Parish Government |
5000139969 Leo Kerner Bike Path (Barateria Blvd, to Parc Des Families)
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00139969<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 26, 2023 and shall at the below listed time and place 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 />Leo Kerner Parkway Bike Path<br />(Barataria Blvd. to Parc Des Familles)<br />JEFFERSON PARISH PROJECT NO. 2017-050-RBP<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 Corporation, 7600 Innovation Park Drive, Baton Rouge, LA, 70820, Phone: 225-769-2810 or fax 225-769-2882 by licensed contractors upon receipt of $150.00 per manual set and/or $0.00 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. On other sets of documents furnished to bidders, the deposit less the actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after receipt of bids.<br /> <br />The successful bidder will be required to furnish a performance bond and a payment 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 /> <br /> <br /> <br /> <br /> <br /> <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 />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at GGB - 200 Derbigny Street, Suite 4400, Gretna, LA 70053 on January 5, 2023 at 10:00 A.M. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <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: December 14, 21 and 28, 2022<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/rfp92056651-5000139969-leo-kerner-bike-path-barateria-blvd-to-parc-des-families.html
14-Dec-2022 10:00:00 AM |
07-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140395-Parc des Familles Soccer Fields Parc des Familles 5801 Leo Kerner Parkway Marrero, LA 70072 Project No. 20-2061
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140395<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 24, 2023 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 />Parc des Familles Soccer Fields<br />Parc des Familles<br />5801 Leo Kerner Parkway<br />Marrero, LA 70072<br />Project No. 20-2061<br /> <br />The work consists of construction of soccer fields at Parc des Familles including fill and sodding for grass fields, subsurface drainage, and field lighting.<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, FAX 504-887-5056) by licensed contractors upon receipt of $80.00 for a hard copy set and/or a non-refundable fee of $25.00 for an electronic set on compact disc. 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 /> <br /> <br /> <br /> <br /> <br /> <br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at Estelle Playground located at 5801 Leo Kerner/Lafitte Pkwy, Marrero, La 70072 on January 9, 2023 at 9:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <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: December 21 & 28, 2022 & January 4, 2023<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/rfp66178559-5000140395-parc-des-familles-soccer-fields-parc-des-familles-5801-leo-kerner-parkway-marrero-la-70072-project-no-20-2061.html
21-Dec-2022 09:56:00 AM |
07-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140462 Furnish Labor, Materials and Equipment to Renovate Parc Des Familles
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140462<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 19, 2023 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 to Renovate Parc Des Familles Dog Park for The Jefferson Parish Department of Parks and Recreation<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: December 21, 28 and January 04, 2023<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/rfp42542087-5000140462-furnish-labor-materials-and-equipment-to-renovate-parc-des-familles-.html
21-Dec-2022 11:00:00 AM |
31-Jan-2023 02:00:00 PM |
Jefferson Parish Government |
5000140805-Two (2) Year Contract to Provide Ready-Mix Concrete for the Jefferson Parish Department of Public Works, Streets and All Jefferson Parish Agencies and Municipalities
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140805<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 31, 2023 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract to Provide Ready-Mix Concrete for the Jefferson Parish Department of Public Works, Streets and All Jefferson Parish Agencies and Municipalities<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net 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 /><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: January 4, 11 and 18, 2023<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/rfp32975746-5000140805-two-2-year-contract-to-provide-ready-mix-concrete-for-the-jefferson-parish-department-of-public-works-streets-and-all-jefferson-parish-agencies-and-municipalities.html
04-Jan-2023 08:55:00 AM |
31-Jan-2023 02:00:00 PM |
Jefferson Parish Government |
5000140791 Labor, Materials and Equipment Necessary to Fabricate and Install a Mural at Bayou Metairie Park for Jefferson Parish Parks and Recreation.
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140791<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 31, 2023 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor, Materials and Equipment Necessary to Fabricate and Install a Mural at Bayou Metairie Park for Jefferson Parish Parks and Recreation.<br /> <br /> <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 /> <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 /> <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: January 4, 11 and 18, 2023.<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/rfp27184134-5000140791-labor-materials-and-equipment-necessary-to-fabricate-and-install-a-mural-at-bayou-metairie-park-for-jefferson-parish-parks-and-recreation.html
04-Jan-2023 08:59:00 AM |
31-Jan-2023 02:00:00 PM |
Jefferson Parish Government |
SOQ-23-002 To Provide Routine Engineering Services for Water Projects.
|
PUBLIC NOTICE<br />SOQ 23-002<br /> <br />To Provide Routine Engineering Services for Water Projects.<br /> <br /> <br /> The Parish of Jefferson authorized by Resolution No. 140877, is hereby soliciting Statements of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in being placed on a Supplemental List to provide routine engineering services for Water Projects in Jefferson Parish. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment.<br /> <br />Deadline for Submissions: 3:30 p.m., February 10, 2023<br /> <br /> <br /> <br />Firms deemed qualified for this work shall be eligible for award of routine water contracts for the remainder of the two-year period, which began on June 29, 2022, and who are not one of the persons or firms approved by Resolution No. 139982, dated June 29, 2022. The following criteria will be used to evaluate the statement of the firms submitting: <br /> <br />Professional training and experience in relation to the type of work required for the routine engineering services - 35 points <br />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 />Location of the principal office - 15 points (Preference shall be given to persons or firms as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points). <br />Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.) <br /> <br />Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 15 points <br />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 />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 /> <br />The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br /> <br />One principal who is a professional engineer who shall be registered as such in Louisiana<br />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 />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 /> <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 /> <br />The firms submitting a Statement of Qualifications (Jefferson Parish TEC Professional Services Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (Jefferson Parish TEC Professional Services Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code of Ordinances, Section 2-928).<br /> <br /> <br />All firms (including sub-consultants) must submit a Statement of Qualifications (Jefferson Parish TEC Questionnaire). Please obtain the latest questionnaire form by calling the Purchasing Department by telephone at (504) 364-2678 or via the Jefferson Parish website at www.jeffparish.net. This questionnaire can be accessed by hovering over “Business and Development” on the website and clicking on the Professional Services Questionnaires option under “Doing Business in Jefferson Parish”.<br /> <br /> <br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding, Central Bidding can be accessed by visiting either www.centralauctionhouse.com or www.jeffparishbids.net. All vendors will be required to register with Central Bidding. Jefferson Parish vendors are able to register for free by accessing the following link: www.centralauction.house.com/registration.<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 />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: January 11, 2023
https://www.centralauctionhouse.com/rfp12812683-soq-23-002-to-provide-routine-engineering-services-for-water-projects.html
11-Jan-2023 09:18:00 AM |
10-Feb-2023 03:30:00 PM |
Jefferson Parish Government |
5000140786 Canal Street Improvements ( I-10 Service Road to Lake Avenue) Project No. 2017-008-RBP
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140786<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 16, 2023 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 />Canal Street Improvements<br />(I-10 Service Road to Lake Avenue<br />JEFFERSON PARISH PROJECT NO. 2017-008-RBP<br />The project consists of mill and overlay, concrete pavement with base, concrete sidewalks and striping.<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. All bidders must show the Bid Number on the outside of their bid envelope. Late bids will not be accepted.<br />Each Bid must be accompanied by 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 Linfield, Hunter & Junius, Inc., 3608 18th Street, Metairie, LA, 70002, Phone: 504-833-5300 or fax 504-833-5350 by licensed contractors upon receipt of $100.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the<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 this non-mandatory pre-bid conference which will be held at General Government Building – 200 Derbigny St. Suite 400, Gretna, La. 70053 on January 27, 2023 at 10:00 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 11, 18 and 25,2023<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/rfp98277585-5000140786-canal-street-improvements-i-10-service-road-to-lake-avenue-project-no-2017-008-rbp.html
11-Jan-2023 09:00:00 AM |
16-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
50-00140708 Ames Boulevard Decorative Street Lighting Improvements (From Lapalco Blvd. to Westbank Expressway)
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140708<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 09, 2023, 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 /> <br />Ames Boulevard Decorative Street Lighting Improvements (From Lapalco Blvd. to Westbank Expressway)<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 Gulf Engineers and Consultants (GEC), 3445 North Causeway Boulevard, Suite 707, Metairie, La. 70002, Phone: 504-838-6009 by licensed contractors upon receipt of $300.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <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 10:00 AM on January 26, 2023 at 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 /> <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: January 11, 18 and 25, 2023.<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/rfp62266855-50-00140708-ames-boulevard-decorative-street-lighting-improvements-from-lapalco-blvd-to-westbank-expressway.html
11-Jan-2023 01:06:00 PM |
09-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140869 Three (3) Year Contract for the Rental of Various Sizes of Heating, Ventilation Air Conditioning (HVAC) and Emergency Equipment for the Jefferson Parish Department of General Services
|
ADVERTISEMENT FOR BIDS<br />BID NO. <avayaelement class="contentWrapper"><avayaelement callelement="+15000140869" class="dcelink" id="dceLink-2" originaltext="50-00140869">50-00140869</avayaelement></avayaelement><br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 26, 2023 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 />Three (3) Year Contract for the Rental of Various Sizes of Heating, Ventilation, Air Conditioning (HVAC) and Emergency Power Equipment for the Jefferson Parish Department of General Services<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: January 11 and 18, 2023<br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call <avayaelement class="contentWrapper"><avayaelement callelement="+15043642678" class="dcelink" id="dceLink-3" originaltext="504-364-2678">504-364-2678</avayaelement></avayaelement>.
https://www.centralauctionhouse.com/rfp25288357-5000140869-three-3-year-contract-for-the-rental-of-various-sizes-of-heating-ventilation-air-conditioning-hvac-and-emergency-equipment-for-the-jefferson-parish-department-of-general-services.html
11-Jan-2023 01:00:00 PM |
16-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140938 - Furnish Labor, Material and Equipment Necessary to Provide a Two (2) Year Contract for Janitorial Services for Jefferson Parish Department of Engineering
|
Furnish Labor, Material and Equipment Necessary to Provide a Two (2) Year Contract for Janitorial Services for Jefferson Parish<br /> Department of Engineering
https://www.centralauctionhouse.com/rfp55034099-5000140938--furnish-labor-material-and-equipment-necessary-to-provide-a-two-2-year-contract-for-janitorial-services-for-jefferson-parish-department-of-engineering-.html
20-Jan-2023 12:00:00 AM |
03-Feb-2023 11:00:00 AM |
Jefferson Parish Government |
5000141063 - One (1) Year Contract for Supply of Produce for Jefferson Parish Department of Juvenile Services
|
One (1) Year Contract for Supply of Produce for Jefferson Parish Department of Juvenile Services
https://www.centralauctionhouse.com/rfp66372952-5000141063--one-1-year-contract-for-supply-of-produce-for-jefferson-parish-department-of-juvenile-services.html
24-Jan-2023 12:00:00 AM |
31-Jan-2023 11:00:00 AM |
Jefferson Parish Government |
5000140988 Sale of Surplus Immovable Jefferson Parish Property 1154 Hesper Avenue Metairie, LA 70005
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140988<br /> <br /> <br />SEALED BIDS will be received until the hour of 2:00 p.m., local time on February 16, 2023 in the Jefferson Parish Purchasing Department, 200 Derbigny Street, Suite 4400, Jefferson General Government Building, Gretna, LA 70053.<br /> <br />All bids will be accepted until 2 p.m. in the Jefferson Parish Purchasing Department. 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 />Sale of Surplus Immovable Jefferson Parish Property<br />1154 Hesper Avenue<br />Metairie, LA 70005<br /><br />Consolidated Drainage District No. 2 of the Parish of Jefferson, State of Louisiana hereby advertise for the submission of offers to purchase Lot X-1, Square 74, Bonnabel Place Subdivision, previous municipal address 1154 Hesper Avenue, Metairie, LA 70005, zoned R-1A (single-family residential), for a starting minimum bid of $191,217.00. Bid Applications can be obtained through the Jefferson Parish Purchasing Department, Jefferson Parish General Government Building, 200 Derbigny St., Suite 4400, Gretna, LA 70053, (504) 364-2678.<br /> <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 online free of charge at www.jeffparishbids.net. <br /> <br />Each bid must be accompanied by a 10% deposit in the form of either an original cashier’s check or an original certified check.<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: January 25, February 1 and 8, 2023
https://www.centralauctionhouse.com/rfp75396341-5000140988-sale-of-surplus-immovable-jefferson-parish-property-1154-hesper-avenue-metairie-la-70005.html
25-Jan-2023 08:46:00 AM |
16-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140894-A Pre-Placed Emergency Contract to supply equipment and operators on an emergency basis to compliment Jefferson Parish forces in clean up and/or restoration efforts, as needed, in unincorporated Jefferson Parish in response to a Natural Di
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140894<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 9, 2023 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 />A Pre-Placed Emergency Contract to supply equipment and operators on an emergency basis to compliment Jefferson Parish forces in clean up and/or restoration efforts, as needed, in unincorporated Jefferson Parish in response to a Natural Disaster or other State of Emergency, for a period of two (2) years<br /><br /><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 /> <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 /><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: January 25 & February 1, 2023<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/rfp15285212-5000140894-a-pre-placed-emergency-contract-to-supply-equipment-and-operators-on-an-emergency-basis-to-compliment-jefferson-parish-forces-in-clean-up-andor-restoration-efforts-as-needed-in-unincorpo.html
25-Jan-2023 09:44:00 AM |
23-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140971 - One Time Purchase to Remove and Replace Engine for Jefferson Parish Fleet Management
|
One Time Purchase to Remove and Replace Engine for Jefferson Parish Fleet Management
https://www.centralauctionhouse.com/rfp75380301-5000140971--one-time-purchase-to-remove-and-replace-engine-for-jefferson-parish-fleet-management.html
25-Jan-2023 12:00:00 AM |
30-Jan-2023 11:00:00 AM |
Jefferson Parish Government |
5000140969 Labor, Materials and Equipment Necessary to Repair Unit 8114 for the Department of Fleet Management
|
Labor, Materials and Equipment Necessary to Repair Unit 8114 for the Department of Fleet Management
https://www.centralauctionhouse.com/rfp75338104-5000140969-labor-materials-and-equipment-necessary-to-repair-unit-8114-for-the-department-of-fleet-management.html
25-Jan-2023 12:48:00 PM |
30-Jan-2023 11:00:00 AM |
Jefferson Parish Government |
5000140903-Westbound Veterans Boulevard Improvements (Severn Avenue to Bonnabel Boulevard) Jefferson Parish Project No. 2017-029-RBP Department of Capital Projects
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140903<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m. February 28, 2023 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 />Westbound Veterans Boulevard Improvements<br />(Severn Avenue to Bonnabel Boulevard)<br />Jefferson Parish Project No. 2017-029-RBP<br />Department of Capital Projects<br /> <br />The project consists of Grading, Base Course, Asphalt Concrete, Portland Cement Concrete, Concrete Curb, Traffic Signal Loops, Manhole Adjustment.<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. All bidders must show the Bid Number on the outside of their bid envelope. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by 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 Digital Engineering and Imagining, Inc., 527 W Esplanade Ave., Suite 200, Kenner, LA 70065, Phone: 504-468-6129 or fax 504-461-5150 by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a 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 /> <br /> <br /> <br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00 a.m. on February 9, 2023 at The Joseph Yenni Bldg., 1221 Elmwood Park Blvd., Suite 309, 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: January 25, & February 1, & 8, 2023<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/rfp75315699-5000140903-westbound-veterans-boulevard-improvements-severn-avenue-to-bonnabel-boulevard-jefferson-parish-project-no-2017-029-rbp-department-of-capital-projects.html
25-Jan-2023 01:04:00 PM |
28-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140616 South Laurel Street and Mistletoe Street Sewer Lift Station D4-5 Rehabilitation
|
ADVERTISEMENT FOR BIDS BID NO. 50-00140616 Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 02,2023 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. 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: SOUTH LAUREL STREET AND MISTLETOE STREET SEWER LIFT STATION D4-5 REHABILITATION SEWER CAPITAL IMPROVEMENTS PROGRAM (SCIP) NO. 55126 FUNDED BY THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT UNDER THE COMMUNITY DEVELOPMENT BLOCK GRANT CORONAVIRUS (CDBG-CV) PROGRAM HUD ID # B-20-UW-22-0001 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. 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. 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. 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 Infinity Engineering Consultants, LLC, 4001 Division Street, Metairie, Louisiana 70002 PHONE (504) 304-0548, FAX (504) 355-0265 by licensed contractors upon receipt of $200.00 per set. Deposit onthe first set of documents furnished bona fide prime bidders will be fully refunded upon returnof 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-<br />R.S. 38:2218 and R.S. 38:2219 as applicable.<br />ADV-1<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) and Section 3 Business Concerns to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which<br />will be held at 10:00 AM on 02/09/2023 in the Purchasing Department, located at 200 Derbigny<br />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 />This project is funded by a Community Development Block Grant (CDBG) grant from the<br />U.S. Department of Housing and Urban Development (HUD) and shall be subject to their requirements.<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 (Low Income Resident Participation) of the Housing and Community Development Act of 1968, Section 109 (Non Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities) and Section 504 (non- discrimination against individuals with disabilities) of the Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.<br />All contractors and subcontractors will be required to comply with the Title VI of the Civil Rights Act of 1964, the Davis Bacon Act, the Anti-Kickback Act, and the Contract Work Hours and Safety Standards Act.<br />Sureties used for obtaining bonds for this project must appear as acceptable on the<br />U.S. Department of the Treasury Circular 570. This is required by the funding agency.<br />Each bidder must have an active Unique Entity ID, as verified on www.sam.gov, prior to beginning of construction<br />Renny Simno Director<br />Purchasing Department<br />Misty A. Camardelle Assistant Director Purchasing Department ADV: The New Orleans Advocate: January 25, February 01 and 08, 2023 For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />ADV-2
https://www.centralauctionhouse.com/rfp75304774-5000140616-south-laurel-street-and-mistletoe-street-sewer-lift-station-d4-5-rehabilitation.html
25-Jan-2023 01:00:00 PM |
02-Mar-2023 02:00:00 PM |
Jefferson Parish Government |
5000140873 Furnish Labor, Materials and Equipment to Provide and Install Play Equipment and a One Layer Bonded Rubber Surfacing on Two Areas on Existing Concrete Slab for the Jefferson Parish Department of Parks and Recreation
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00140873<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 23, 2023 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 TO PROVIDE AND INSTALL PLAY EQUIPMENT AND A ONE (1) LAYER BONDED RUBBER SURFACING IN TWO (2) AREAS ON EXISTING CONCRETE SLABS AT WALLY PONTIFF PLAYGOUND – 1521 PALM ST. METAIRIE, LA 70001 FOR THE JEFFERSON PARISH DEPARTMENT OF PARKS AND – RECREATION.<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 />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 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: JANUARY 25, FEBRUARY 01 and 08, 2023<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/rfp33170457-5000140873-furnish-labor-materials-and-equipment-to-provide-and-install-play-equipment-and-a-one-layer-bonded-rubber-surfacing-on-two-areas-on-existing-concrete-slab-for-the-jefferson-parish-departme.html
25-Jan-2023 03:00:00 PM |
23-Feb-2023 02:00:00 PM |
Jefferson Parish Government |
5000140696 Supplies for the Public Works Warehouse
|
Purchase of pipe, schedule 80, flanges, cap, PVC, Bushing, Couplings, and other miscelleanous items
https://www.centralauctionhouse.com/rfp29821589-5000140696-supplies-for-the-public-works-warehouse.html
26-Jan-2023 11:15:00 AM |
03-Feb-2023 11:00:00 AM |
Jefferson Parish Government |
5000141035 - One Time Purchase of Biomonitoring Analysis for Jefferson Parish Eastbank Wastewater Treatment Plant
|
One Time Purchase of Biomonitoring Analysis for Jefferson Parish Eastbank Wastewater Treatment Plant
https://www.centralauctionhouse.com/rfp27325334-5000141035--one-time-purchase-of-biomonitoring-analysis-for-jefferson-parish-eastbank-wastewater-treatment-plant.html
26-Jan-2023 12:00:00 AM |
31-Jan-2023 11:00:00 AM |
Jefferson Parish Government |
5000140934 - One Time Purchase of Orbit ECR Equipment for Jefferson Parish Scada Department
|
One Time Purchase of Orbit ECR Equipment for Jefferson Parish Scada Department
https://www.centralauctionhouse.com/rfp53881831-5000140934--one-time-purchase-of-orbit-ecr-equipment-for-jefferson-parish-scada-department.html
26-Jan-2023 12:00:00 AM |
31-Jan-2023 11:00:00 AM |
Jefferson Parish Government |
5000140972 A One Time Purchase of Parts for a Capitol Control Monitor for Online Monitoring for the Jefferson Parish Water Department
|
A One Time Purchase of Parts for a Capitol Control Monitor for Online Monitoring for the Jefferson Parish Water Department
https://www.centralauctionhouse.com/rfp97071660-5000140972-a-one-time-purchase-of-parts-for-a-capitol-control-monitor-for-online-monitoring-for-the-jefferson-parish-water-department.html
26-Jan-2023 02:00:00 PM |
31-Jan-2023 11:00:00 AM |
Jefferson Parish Government |
5000141016 A Purchase of a 185 CFM Air Compressor for the Jefferson Parish Drainage Department
|
A Purchase of a 185 CFM Air Compressor for the Jefferson Parish Drainage Department
https://www.centralauctionhouse.com/rfp10105889-5000141016-a-purchase-of-a-185-cfm-air-compressor-for-the-jefferson-parish-drainage-department.html
27-Jan-2023 10:00:00 AM |
03-Feb-2023 11:00:00 AM |
Jefferson Parish Government |
50001409678 - Two (2) Year Contract for the Purchase of Cat Litter on an as Needed Basis for West Bank Jefferson Protection and Animal Welfare Services
|
Two (2) Year Contract for the Purchase of Cat Litter on an as Needed Basis for West Bank Jefferson Protection and Animal Welfare Services
https://www.centralauctionhouse.com/rfp16251919-50001409678--two-2-year-contract-for-the-purchase-of-cat-litter-on-an-as-needed-basis-for-west-bank-jefferson-protection-and-animal-welfare-services.html
27-Jan-2023 12:00:00 AM |
01-Feb-2023 11:00:00 AM |
Jefferson Parish Government |
5000140978 A One Time Purchase of a Sluice Gate Actuator and Gearbox with Startup and Commissioning.
|
A One Time Purchase of a Sluice Gate Actuator and Gearbox with Startup and Commissioning.
https://www.centralauctionhouse.com/rfp91284837-5000140978-a-one-time-purchase-of-a-sluice-gate-actuator-and-gearbox-with-startup-and-commissioning.html
27-Jan-2023 04:00:00 PM |
06-Feb-2023 11:00:00 AM |
Jefferson Parish Public School System |
Full Replacement of the HVAC System at Bonnabel Magnet Academy High School
|
Sealed bids will be received by the Facilities Department for Jefferson Parish Schools, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Thursday, February 2, 2023 for Full Replacement of the HVAC System at Bonnabel Magnet Academy High School, Project No. 2021-14. Bids will be publically 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, IMC Consulting Engineers, Inc., 2714 Independence St., Metairie, LA 70006 Phone: 504-831-9119 for $800.00 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, January 24, 2023 at 10:00 a.m. at Bonnabel Magnet Academy High School, 2801 Bruin Dr., Kenner, LA 70065 to allow prospective bidders to review the job scope and site conditions. Social distancing as per requirements of the state will be followed. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”.<br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Commercial Mechanical.
https://www.centralauctionhouse.com/rfp66029273-full-replacement-of-the-hvac-system-at-bonnabel-magnet-academy-high-school.html
06-Jan-2023 12:00:00 AM |
09-Feb-2023 02:00:00 PM |
Jefferson Parish Public School System |
Lighting and Electrical Upgrades at West Jefferson High School Stadium
|
Sealed bids will be received by the Facilities Department for Jefferson Parish Schools, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Thursday, February 2, 2023 for Lighting and Electrical Upgrades at West Jefferson High School Stadium, Project No. 2021-07 B. Bids will be publically 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, GVA Engineering, 2615 Edenborn Avenue, Metairie, LA 70002 Phone: 780-9330 for $100.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect /engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Wednesday, January 25, 2023 at 10:00 a.m. at West Jefferson High School, 2200 Eighth St., Harvey, LA 70058 to allow prospective bidders to review the job scope and site conditions. Social distancing as per requirements of the state will be followed. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”.<br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Commercial Electrical.
https://www.centralauctionhouse.com/rfp62623130-lighting-and-electrical-upgrades-at-west-jefferson-high-school-stadium.html
06-Jan-2023 12:00:00 AM |
02-Feb-2023 02:00:00 PM |
Jefferson Parish Public School System |
Phase I Roof and Storm Damage and Repairs at Lincoln School for the Arts
|
Sealed bids will be received by the Facilities Department for Jefferson Parish Schools, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, February 28, 2023 for Phase I Roof and Storm Damage and Repairs at Lincoln School for the Arts, Project No. 2022-31 A. Bids will be publically 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, Hewitt Washington & Associates, 6100 Elysian Fields Ave, Suite 100, New Orleans, LA 70122 Phone: 504-286-1432 for $100.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect /engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Wednesday, February 15, 2023 at 11 :00 a.m. at Lincoln School for the Arts, 1429 Ames Blvd., Marrero, LA 70072 to allow prospective bidders to review the job scope and site conditions. Social distancing as per requirements of the state will be followed. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”.<br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Commercial Roofing.
https://www.centralauctionhouse.com/rfp95043897-phase-i-roof-and-storm-damage-and-repairs-at-lincoln-school-for-the-arts.html
27-Jan-2023 06:00:00 PM |
28-Feb-2023 02:00:00 PM |
Jefferson Parish Sheriff's Office |
23-FEB-0101 Harley Davidson Motorcycles
|
The New Orleans Advocate
https://www.centralauctionhouse.com/rfp83376735-23-feb-0101-harley-davidson-motorcycles.html
11-Jan-2023 05:00:00 AM |
01-Feb-2023 10:00:00 AM |
Jefferson Parish Sheriff's Office |
RFP 23-FEB-0101 457 Recordkeeping Services
|
JEFFERSON PARISH SHERIFF'S OFFICE<br />REQUEST FOR PROPOSALS<br /> <br /> <br />457 Recordkeeping services<br />The purpose of this Request for Proposal “RFP” is to identify a vendor with whom Jefferson Parish Sheriff’s Department (JPSO) will negotiate contracts to supply and support 457 plan administration and services. A proposal submitted in response to this RFP should contain enough information to allow for a full evaluation of your capabilities and fees. Proposals must be received via email to Creative no later than February 1, 2023 by 12:00PM CT. Please do not provide hard copies. Late bids will not be accepted. <br /> <br />All questions concerning the RFP and final Responses should be directed via email to Meredith Moore:<br />Meredith Moore<br />Creative Planning<br />meredith.moore@creativeplanning.com<br />Creative will notify each vendor via email as to whether further consideration will be given as a finalist in the selection process.<br />To access the RFP:<br />JPSO RFP<br />Password: JPSO457plan<br />https://creativeplanning.egnyte.com/fl/HH5nkeLPkV<br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />RFP #23-FEB-0101<br /> <br />ADV: The New Orleans Advocate Official Journal<br />January 11 and 18, 2023
https://www.centralauctionhouse.com/rfp38280763-rfp-23-feb-0101-457-recordkeeping-services.html
13-Jan-2023 06:00:00 AM |
01-Feb-2023 12:00:00 PM |
Lafayette Parish School System |
Bid# 46-23 Calculators
|
<br />Advertisement for Bids <br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School System by the Purchasing Department located at 113 Chaplin Drive, Lafayette, LA 70508 for the following as delineated on the Proposal Form:<br />Bids will be marked as follows:<br />Calculators<br />Bid #46-23<br />Opening: January 30, 2023 @ 10:00 am CST<br />The bid #46-23 is to purchase various calculators for the Lafayette Parish School System.<br />Bids will be publicly opened and read aloud at the above stated time and date in a LPSS Conference Room of the Lafayette Parish School System Central Office Building.<br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com. Specifications will be available Friday, January 13, 2023.<br />The owner reserves the right to reject any and all bids for just cause. In accordance with LA. R.S. 38:2212 (a)(1)(b), the provisions and requirements of this section, those stated in the Advertisement for Bids, and those required on the bid form shall not be waived by any public entity.<br />Preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state.<br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br />LAFAYETTE PARISH SCHOOL SYSTEM<br />Lee Francis<br />Purchasing Agent<br />PUBLISH DATES:<br />January 13, 2023<br />January 20, 2023<br /><br /><br />Please provide an Affidavit of Publication<br /><br />
https://www.centralauctionhouse.com/rfp74938393-bid-46-23-calculators.html
17-Jan-2023 10:05:00 AM |
30-Jan-2023 10:00:00 AM |
Lafayette Parish School System |
Bid# 47-23 Duplicator Ink & Masters
|
Advertisement for Bids <br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School System by the Purchasing Department located at 113 Chaplin Drive, Lafayette, LA 70508 for the following as delineated on the Proposal Form:<br /> <br />Bids will be marked as follows:<br /> <br /> <br /> Duplicator Ink & Masters<br /> Bid #47-23<br /> Opening: January 30, 2023 @ 10:30 am CST<br /> <br />The bid #47-23 is to purchase duplicator machine ink and master rolls for the annual requirements for the Lafayette Parish School System.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in a Conference Room of the Lafayette Parish School System Central Office Building.<br /> <br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com. Specifications will be available Friday, January 13, 2023.<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 waived by any public entity.<br /> <br />Preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state.<br /> <br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br /> <br /> LAFAYETTE PARISH SCHOOL SYSTEM<br /> Lee Francis<br /> Purchasing Agent<br />PUBLISH DATES:<br /> <br />January 13, 2023<br />January 20, 2023<br /> <br />Please provide an Affidavit of Publication
https://www.centralauctionhouse.com/rfp16136093-bid-47-23-duplicator-ink-masters.html
17-Jan-2023 10:05:00 AM |
30-Jan-2023 10:30:00 AM |
Lafayette Parish School System |
Bid# 48-23 Pea Gravel
|
Advertisement for Bids <br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School System by the Purchasing Department located at 113 Chaplin Drive, Lafayette, LA 70508 for the following:<br /> <br />Bids will be marked as follows:<br /> <br /> Pea Gravel<br /> Bid #48-23<br /> Opening: January 30, 2023 @ 11:00 am CST<br /> <br />The bid #48-23 is to procure an estimated quantity of 820 tons of pea gravel as needed by our Grounds Maintenance Department for playgrounds and some other areas within the Lafayette Parish School district during the 2022-2023 school year.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in the Personnel Conference Room of the Lafayette Parish School System Office Building.<br /> <br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com. Specifications will be available Friday January 13, 2023.<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 waived by any public entity.<br /> <br />Preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state.<br /> <br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br /> <br /> LAFAYETTE PARISH SCHOOL SYSTEM<br /> Lee Francis<br /> Purchasing Agent<br /> <br /> <br />PUBLISH DATES:<br /> <br />January 13, 2023<br />January 20, 2023
https://www.centralauctionhouse.com/rfp63746529-bid-48-23-pea-gravel.html
17-Jan-2023 10:05:00 AM |
30-Jan-2023 11:00:00 AM |
Lafayette Parish School System |
Bid# 49-23 #610 Limestone
|
Advertisement for Bids <br />Notice is hereby given that a sealed bid will be received by the Lafayette Parish School System by the Purchasing Department located at 113 Chaplin Drive, Lafayette, LA 70508 for the following:<br /> <br />Bids will be marked as follows:<br /> <br /> #610 Limestone<br /> Bid #49-23<br /> Opening: January 30, 2023 @ 11:30 am CST<br /> <br />The bid #49-23 is to procure #610 grey limestone for parking lots within the Lafayette Parish School district.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in a Conference Room of the Lafayette Parish School System Central Office Building.<br /> <br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com. Specifications will be available Friday, January 13, 2023.<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 waived by any public entity.<br /> <br />Preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state.<br /> <br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br /> <br /> LAFAYETTE PARISH SCHOOL SYSTEM<br /> Lee Francis<br /> Purchasing Agent<br /> <br /> <br />PUBLISH DATES:<br /> <br />January 13, 2023<br />January 20, 2023<br /> <br />
https://www.centralauctionhouse.com/rfp17005857-bid-49-23-610-limestone.html
17-Jan-2023 10:08:00 AM |
30-Jan-2023 11:30:00 AM |
Lafayette Regional Airport |
Request for Proposals - Interior Plants and Interior Plant Maintenance Services
|
PUBLIC NOTICE<br /> <br />The Lafayette Airport Commission (LAC) is seeking sealed written proposals from experienced and professional interior landscaping firms to provide plant maintenance services at the Lafayette Regional Airport in order to provide and maintain a visually attractive display of live plants. The term of the contract will be for a period of three (3) years, with two (2) renewal option periods of one (1) year each.<br /> <br />Proposals must be received no later than Friday, February 24, 2023 at 10:00 a.m. C.S.T. by the Lafayette Airport Commission (LAC) by one of the following methods: U.S. Mail or Hand Delivery to 200 Terminal Drive – Suite 200, Lafayette, Louisiana 70508-2159; Email to Rene Cotton at renec@lftairport.com and Jennifer Comeaux at jenniferc@lftairport.com; or Online at https://www.centralauctionhouse.com.<br /> <br />Proposals will be received in accordance with instructions to proposers and the proposal form at the set time. Proposals received after the specified closing time will be returned to sender unopened.<br /> <br />The Request for Proposal (RFP), which includes the draft contract and scope of services may be obtained at the administrative offices of the LAC, 200 Terminal Drive - Suite 200, Lafayette, LA 70508, (337) 703-4800, Monday through Friday, 8:00 a.m. – 4:00 p.m. Each interested party requesting a printed RFP will be required to submit, to the LAC, a $50.00 non-refundable deposit to cover the cost of reproduction. The RFP in PDF format may be obtained, at no cost, by sending an email request to Rene Cotton at renec@lftairport.com and Jennifer Comeaux at jenniferc@lftairport.com. The RFP is also available online at https://www.centralauctionhouse.com. Use only original Proposal forms which are part of the RFP. The LAC does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of the RFP.<br /> <br /> <br />Questions regarding this solicitation shall be placed in writing and directed to:<br /> <br />Rene Cotton, Property Administrator and<br />Jennifer Comeaux, Assistant Properties/Accounting Administrator 200 Terminal Drive – Suite 200<br />Lafayette, LA 70508-2159<br />Ph: 337-703-4800<br />E: renec@lftairport.com and jenniferc@lftairport.com<br /> <br />A non-mandatory pre-proposal meeting will be held on Thursday, February 9, 2023, at 10:00 a.m. in the Lafayette Airport Commission Conference Room, 200 Terminal Drive – Ste. 200, Lafayette, LA 70508. All prospective bidders are encouraged to attend. Any questions regarding the Proposal Document, are requested to be submitted, in writing, prior to the pre-proposal meeting to renec@lftairport.com and jenniferc@lftairport.com by Friday, February 2, 2023.<br /> <br />The LAC reserves the right to waive any irregularities in any proposal and/or any informalities in this RFP, to cancel this RFP, to reject any or all proposals, to re-advertise for proposals, and/or to accept the proposal which, in the judgement of the LAC, even though it does not offer the lowest direct expenditure, is nevertheless deemed the most advantageous for the public and the LAC, i.e., the most responsible proposal.<br /> <br />It is the policy of the LAC to create a level playing field on which Small Business Enterprises (SBEs) can compete fairly for opportunities. Accordingly, the LAC has established a Small Business Enterprise (SBE) Participation Goal of 3.06% for this solicitation.<br /> <br />In compliance with the LAC’s commitment to inclusion of small businesses and to be eligible for award of a contract, the contractor/prime Proposer MUST either:<br /><br />Meet the SBE goal as advertised with meaningful small business participation through subcontracts, joint ventures, or suppliers; OR<br />Demonstrate Good Faith Efforts to meet the SBE goal. <br />An SBE must meet the following criteria:<br />The firm MUST be at least 51% owned and controlled by an economically disadvantaged individual. Economically disadvantaged is defined as a person whose personal net worth is less than $1.32 million.<br />The economically disadvantaged owner MUST be a resident of Louisiana.<br />The firm MUST meet the Small Business Administration’s size standard and MUST NOT exceed $23.98 million gross receipts. <br />LAC will accept businesses certified as a Disadvantaged Business Enterprise (DBE) by the Louisiana Department of Transportation and Development (LADOTD) DBE Program. DBE businesses certified by the LADOTD can be found at http://www.laucp.org/UCP/UCPSearch.aspx.<br /> <br />LAC will also accept certified Small Entrepreneurs certified through the Louisiana Division of Administration (LDOA) - Louisiana Hudson Initiative Small Entrepreneurship Program. Small entrepreneurs certified through the LDOA Hudson Initiative can found at https://smallbiz.louisianaeconomicdevelopment.com/Search/default.aspx.<br /> <br />The LAC, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award<br /> <br />Lafayette Airport Commission<br /> <br />/s/ Steven L Picou, A.A.E. Executive Director Lafayette Regional Airport<br /> <br />To Be Advertised:<br /> <br />Wednesday, January 25, 2023<br />Wednesday, February 1, 2023<br />Wednesday, February 8, 2023
https://www.centralauctionhouse.com/rfp43355463-request-for-proposals--interior-plants-and-interior-plant-maintenance-services.html
25-Jan-2023 08:00:00 AM |
24-Feb-2023 10:00:00 AM |
Lafourche Parish Government |
RFQ - Disaster Recovery and Mitigation Related Engineering Services
|
<div style="text-align: center;"><br /><b>LAFOURCHE PARISH GOVERNMENT<br /> <br />Request for Qualifications (RFQ)<br /> <br />Disaster Recovery and Mitigation Related Engineering Services<br />______________________________________________________<br /> <br />PROPOSAL PACKET</b></div> <br /><b>INTRODUCTION</b><br />Lafourche Parish Government (hereinafter referred to as LPG) has suffered extensive damage to pump stations, drainage, and other facilities and infrastructure resulting from Hurricane Ida and needs disaster recovery and engineering services. LPG wishes to hereby solicit the submittal of Request for Qualifications (RFQ) from firms interested in and qualified to fulfill these professional services in compliance with Disaster Recovery CDBG Program requirements. This Request for Statements of Qualifications and Cost Proposals is to obtain information and costs for planning purposes and does not guarantee an award. This information will be reviewed and discussed by the LPG Administration and may or may not result in an award of a contract/purchase order. LPG reserves the right to make multiple awards, as deemed in the best interest of the Parish. The agreement will be on a lump sum, fixed price basis (or cost reimbursement “not to exceed” basis), with payment terms to be negotiated with the selected offeror. Reimbursement for services will be contingent on LPG receiving funding.<br /> <br /><b>MINIMUM QUALIFICATIONS</b><br />Minimum Personnel Requirements of this RFQ is as follows:<ul> <li>At least one professional structural engineer registered in the State of LA shall have a minimum of ten years of experience in working on public infrastructure.</li> <li>At least one professional electrical engineer registered in the State of LA shall have a minimum of ten years of experience in working on public infrastructure.</li> <li>At least one professional mechanical engineer registered in the State of LA shall have a minimum of ten years of experience in working on public infrastructure.</li> <li>At least one professional water resource engineer registered in the State of LA shall have a minimum of ten years of experience in working on public infrastructure. </li></ul><b>EXPERIENCE / SPECIALIZED KNOWLEDGE</b><br />In addition to all other requested information, the applicant shall include a list of Pump Stations they have designed or repaired. This list should be accompanied by a brief description and photos of each Pump Station. Additionally, the applicant shall be able to provide information showing their experience with regards to the installation of engineered and tested Vertical Line Shaft Pumps powered by non-road diesel engines that qualify for Tier 1-3 emission standards. Detailed examples of project experience shall be provided. The applicant will also have to portray and describe their expertise with Pump Station design.<ul> <li>Expertise shall include compliance with Hydraulic Institute (HI) Standards for Sump and Station Design, adequate motor selection and sizing, adequate pump submergence, discharge pipe and appurtenances design. </li></ul> <br /><b>DELIVERABLES / SCOPE OF SERVICES</b><br />The services provided will include, but not be limited to:<br /> <br /><b>Pre-Construction Services</b><ul> <li>The Consultant should have the capabilities of providing professional civil, mechanical, structural, and electrical engineering services. The consultant shall have experience in the H&H modeling of drainage basins, both forced and gravity. The consultant will be responsible for, but not limited, to the following deliverables:</li> <li>Hydrologic & Hydraulic (H&H) Study (Drainage Impact Study)</li> <li>Topographic Survey</li> <li>Geotechnical Investigation</li> <li>Preliminary inspection of existing pump stations and recommendations</li> <li>Benefit Cost Analysis</li> <li>Providing bi-weekly design updates</li> <li>Design Report including all engineering calculations</li> <li>Provide Project Progress plan sets, calculations, and specifications (30%, 60%, 90%)</li> <li>Cost Analyses as requested by LPG</li> <li>Complete set of signed and sealed final design plans (100%)</li> <li>Permits as applicable</li></ul> <br /><b>Bidding & Construction Services</b><ul> <li>The consultant will be responsible for but not limited to the following deliverables:</li> <li>Preparing all required documents for bidding</li> <li>Attending all bid meetings</li> <li>Responding to questions during bidding via addenda</li> <li>Assisting Lafourche Parish Government during bidding as needed</li> <li>Providing qualified and experienced Construction Resident Inspectors</li> <li>Providing weekly construction updates</li> <li>Providing construction administration services including response to RFI’s, Submittals, Pay Application review</li> <li>Providing As-Built Record Drawings of pump station</li></ul> <br />The consultant selection will be for all tasks, but the project will be in multiple phases pending its review, approval, and final funding. Phase 1 will consist of H&H, Feasibility, Cost Estimating, and Application Assistance. Phase 2 will consist of Design and Construction Services. The consultant should be able to perform all of the required engineering services.<br /> <br /><b>SUBMITTALS & SCHEDULE OF EVENTS:</b><br /> <br /><u><b>SCHEDULE OF EVENTS</b></u><br />Public notice of RFQ: Wednesday 1/18/2023, 8:00 AM<br />Deadline for receipt of written inquiries: Wednesday 1/25/2023, 1:00 PM<br />Deadline to answer written inquiries: Wednesday 2/1/2023, 2:00 PM<br />Deadline for receipt of RFQ responses: Wednesday 2/8/2023, 4:00 PM<br />Presentations & Discussions (if applicable): N/A<br /><br /> <br /><b><i>(See attached document(s) for more information)</i></b>
https://www.centralauctionhouse.com/rfp28439482-rfq--disaster-recovery-and-mitigation-related-engineering-services.html
18-Jan-2023 08:00:00 AM |
08-Feb-2023 04:00:00 PM |
Lafourche Parish School District |
Lafourche Parish School District - Thibodaux Area Schools - Hurricane Ida Damage - Building Repairs
|
ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School District until 2:00 PM on Tuesday, February 7, 2023, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the Hurricane Ida Damage Building Repairs at Pupil Appraisal Center, Thibodaux Elementary School, Thibodaux High School and West Thibodaux Middle School.<br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid EnclosedOfficial bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is of prime importance. All of the work required shall be completed within One Hundred Eighty (180) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such monies which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br />A NON-MANDATORY Pre-bid Conference will be held at 11:00 a.m. on Monday, 23 January 2023, at Pupil Appraisal Center.<br /> <br />Lafourche Parish School Board<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: 6 January 2023<br />SECOND DATE: 13 January 2023<br />THIRD DATE: 20 January 2023
https://www.centralauctionhouse.com/rfp64566934-lafourche-parish-school-district--thibodaux-area-schools--hurricane-ida-damage--building-repairs.html
06-Jan-2023 11:00:00 AM |
07-Feb-2023 02:00:00 PM |
Lafourche Parish School District |
LPSB: Hurricane Ida-South Lafourche High School Part 3: Permanent Interior Repairs and Renovations
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School Board until 2:00 PM on Monday, February 13, 2023, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the Interior Repairs and Renovations at South Lafourche High School.<br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid EnclosedOfficial bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed in within One Hundred Fifty (150) Calendar Days from the Notice to Proceed in the following phases: Phase 1: All Classroom and Administrative Spaces (75 Days), Other Spaces (90 Days), Auditorium (150 Days). Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br />A NON-MANDATORY Pre-bid Conference will be held on Tuesday, January 31, 2023 at 10:00 AM, located at South Lafourche High School, 16911 East Main Street, Cut Off LA, 70345.<br /> <br /> Lafourche Parish School Board<br /> Tina Naquin Babin, President<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 18, 2023<br />SECOND DATE: January 23, 2023<br />THIRD DATE: January 30, 2023
https://www.centralauctionhouse.com/rfp42938119-lpsb-hurricane-ida-south-lafourche-high-school-part-3-permanent-interior-repairs-and-renovations.html
18-Jan-2023 10:00:00 PM |
13-Feb-2023 02:00:00 PM |
Lafourche Parish School District |
Chiller Compressor Replacements
|
Sealed bids will be received by the Lafourche Parish School Board until 10:30 AM on Tuesday, February 21, 2023, 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. 2023-022123 Chiller Compressor Replacements, TO BE OPENED Tuesday, February 21, 2023 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.
https://www.centralauctionhouse.com/rfp25017298-chiller-compressor-replacements.html
31-Jan-2023 07:00:00 AM |
21-Feb-2023 10:30:00 AM |
Lafourche Parish School District |
Limestone Bid
|
Sealed bids will be received by the Lafourche Parish School Board until 1:00 p.m. on Tuesday, February 21, 2023 , 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 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. 2023-022123. LIMESTONE, TO BE OPENED TUESDAY, FEBRUARY 21, 2023 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.<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.
https://www.centralauctionhouse.com/rfp35597665-limestone-bid.html
31-Jan-2023 02:00:00 AM |
21-Feb-2023 01:00:00 PM |
LaSalle Parish School Board |
LaSalle Parish School Board Request for Proposals for E-rate MIBS
|
LaSalle Parish School District is seeking bids for Managed Internal Broadband Services
https://www.centralauctionhouse.com/rfp22046103-lasalle-parish-school-board-request-for-proposals-for-e-rate-mibs.html
27-Jan-2023 04:00:00 PM |
27-Feb-2023 02:00:00 PM |
Lincoln Parish Police Jury |
Item 1: Railroad Tankcar Culverts FIVE (5) each 10 ft. x 60 ft
|
INVITATION FOR BIDS<br /> <br /> <br />Sealed bids will be received by the Police Jury of Lincoln Parish until Friday,<br />February 3, 2023 at 9:00 a.m. at its office in the Courthouse, Ruston, Louisiana, for furnishing:<br /> <br />Item 1: Railroad Tankcar Culverts FIVE (5) each 10 ft. x 60 ft<br /> <br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston LA 71270. Bids can also be submitted electronically at www.centralauctionhouse.com.<br /> <br /> <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 />
https://www.centralauctionhouse.com/rfp53062225-item-1-railroad-tankcar-culverts-five-5-each-10-ft-x-60-ft-.html
18-Jan-2023 12:00:00 AM |
03-Feb-2023 09:00:00 AM |
Lincoln Parish School Board |
Lincoln Parish School Board_Sale of Surplus Chromebooks
|
<div style="text-align: center;"><b>Notice of Bid</b></div> <br />Notice is hereby given that the Lincoln Parish School Board is accepting sealed bids for the following surplus property:<br />SALE OF SURPLUS CHROMEBOOKS<br /> <div style="text-align: center;">Bundle Lot: 1500: N22 Lenovo Chromebooks<br />Bundle Lot: 500: N23 Lenovo Chromebooks</div> <br /> <br /> <br /> <br />Bids will be accepted until February 10, 2023, at 2:00 p.m. at the Lincoln Parish School Board at 410 S. Farmerville Street, Ruston, LA 71270.<br /><br />Bid instructions and required bid form are available at the Lincoln Parish School Board located at 410 South Farmerville Street, Ruston, Louisiana, 71270 or online at www.centralauctionhouse.com under Central Bidding. Inquiries should be directed to Debbie Pender, Technology Coordinator, at 318-255-1430.<br /> <br />Bids hand-delivered or sent by registered or certified mail must be received at 410 S. Farmerville Street, Ruston, LA 71270, in a sealed envelope marked “Technology Surplus Chromebooks” by the submission deadline. The responsibility for timely delivery of bids rests solely with the bidder. Bids delayed through the mail and arriving after the stated date and time cannot be accepted.<br /><br />Bidders may also submit bids electronically. To submit a bid electronically, bidders must register at Central Bidding by visiting https://www.centralauctionhouse.com. For technical questions relating to the electronic bidding process for Central Bidding call Support 1-833-412-5717. Fees to submit electronically may apply. Payments of fees are the responsibility of the bidder. The winning bidder must pick up the chrome books and provide the necessary supplies and labor for packing and shipping of the 2000 chrome books. The chrome books are sold "as is" with no warranties or service contracts.<br /> <br />The School Board reserves the right to waive defects and informalities in bids, to reject any or all bids, and accept such bid as it may deem to be in its best interest as provided by Louisiana Statute.<br /><br />/S/Ricky Durrett, Superintendent<br />Lincoln Parish School Board<br />
https://www.centralauctionhouse.com/rfp82657596-lincoln-parish-school-board_sale-of-surplus-chromebooks.html
25-Jan-2023 12:00:00 AM |
10-Feb-2023 02:00:00 PM |
Lincoln Parish School Board |
Lincoln Parish School Board_Fiber Project_Choudrant High School
|
<div style="text-align: center;">E-Rate Proposal for<br />Internal Connections (Fiber Project)<br /><b>NOTICE TO BIDDERS</b></div> <br />LINCOLN PARISH SCHOOL DISTRICT, aka "District," seeks proposals for (3) three Internal Connections fiber projects for 2023-2024 and other fiber projects within the term of the contract. The District desires a turn-key solution.<br /><br />The three fiber projects (Internal Connections) will connect the Choudrant High School to the athletic facilities located on the property. All vendors MUST schedule a site visit to bid on the fiber projects. Vendor’s not visiting the site are disqualified from bidding on this project due to the complexity of the fiber routes.<br /><br />A complete, detailed “Request for Proposal” will be available at the Lincoln Parish School Board located at 410 South Farmerville Street, Ruston, Louisiana, 71270 or online at www.centralauctionhouse.com under Central Bidding. Inquiries should be directed to Debbie Pender, Technology Coordinator, at 318-255-1430 ext 251. <br /><br />Sealed proposals must be sent by certified mail, UPS, Fed Ex, or hand-delivered to LINCOLN PARISH SCHOOL DISTRICT. Proposals may also be uploaded http://centralauctionhouse.com (Please check the Central Auction House website in ADVANCE for rules and fees for uploading to the bidding site). For technical questions relating to the electronic bidding process for Central Bidding call Support 1-833-412-5717. Fees to submit electronically may apply. Payments of fees are the responsibility of the bidder.<br /><br />The District is not responsible for delays in uploading, and proposals received after the deadline will be disqualified. The School Board reserves the right to waive defects and informalities in bids, to reject any or all bids, and accept such bid as it may deem to be in its best interest as provided by Louisiana Statute.<br /> <div style="text-align: center;">Sealed proposals can also be delivered OR mailed to:<br />LINCOLN PARISH SCHOOL DISTRICT<br />E-Rate RFP #2023-2024<br />Attention: DEBBIE PENDER<br />Technology Coordinator<br />410 FARMERVILLE STREET<br />RUSTON, LA. 71270</div><div style="text-align: center;"><b>Proposals must be received no later than<br />Monday, February 27, 2023, 2:00 PM (CST)</b></div> <br />/S/Ricky Durrett, Superintendent<br />Lincoln Parish School Board<br />Publish:<br />January 25, 2023<br />February 1, 2023<br />February 8, 2023
https://www.centralauctionhouse.com/rfp65734248-lincoln-parish-school-board_fiber-project_choudrant-high-school.html
25-Jan-2023 12:00:00 AM |
27-Feb-2023 02:00:00 PM |
Livingston Parish Government |
Livingston Parish - Beaver Creek Bank Stabilization
|
Sealed bids will be received until Wednesday, February 1, 2023, 2:00 PM, by Livingston Parish, at the Livingston Parish Office of Homeland Security and Emergency Preparedness at 20355 Government Blvd. Livingston LA 70754 (Second Floor Conference Room). Livingston Parish shall at that time and place publicly open the bids and read them aloud for the furnishing of item/items for the project listed below:Project Name: Beaver Creek Bank StabilizationProject consists of:• Bank stabilization including site access, clearing, grading, fill, riprap placement, steel sheet pile installation, and site cleanupConstruction shall be done as shown on the plans.Electronic bids may be submitted online at 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.The plans, specifications, and proposal forms will also be available at the Metairie office of All South Consulting Engineers, LLC: 652 Papworth Ave., Metairie, LA 70005. Phone: (504) 322-2783, Fax: (504) 322-2787 In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $75.00 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. Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. This Project shall require a Class III Louisiana Contractors license number for HEAVY CONSTRUCTION.Each bid shall either be hand delivered by the bidder (or his agent); be submitted electronically with Central Auction House (CAH); be sent by United States Postal Service registered or certified mail with a return receipt requested to Livingston Parish Grants Office, P.O. Box 427, Livingston LA 70754; or, if using a delivery service (e.g., FedEx, UPS, etc.), be sent to Livingston Parish Grants Office at 20355 Government Blvd., Suite E, Livingston LA 70754. 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 shall be accompanied with a Certified Check, Cashier's Check, or Bid Bond with Power of Attorney (Money Orders or Letters of Credit will not be accepted) in the amount not less than 5% of the amount of the proposal, made payable to Livingston Parish Council. Failure to do so will result in the bid being declared irregular and shall be cause for rejection.The mailing address for bids is: Livingston Parish Grants OfficeP.O. Box 427Livingston, LA 70754No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mailto deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Livingston Parish Council (OWNER) for awarding, rejection, or holding for further advisement and/or evaluation.Bidding Documents for this Project are on file in the office of All South Consulting Engineers, LLC, 652 Papworth Ave., Metairie, LA 70005. Please contact Emily Newell, P.E. at All South Consulting Engineers, LLC at 504-322-2783 or enewell@ascellc.com for any clarification or information with regard to the specifications.A Non-mandatory Pre-Bid Conference will be held on Tuesday, January 17th, 2023, 10:00 a.m., at the office of the Livingston Parish Office of Homeland Security and Emergency Preparedness at 20355 Government Blvd. Livingston LA 70754 (Second Floor Conference Room).All areas of requested information on the Bid Form shall be filled out; if none applies, fill with “None” or “Not Applicable”, as see fit. The bidder shall certify that he is licensed under R.S. 37:2151-2163 and show his license number on the bid above the signature of his duly authorized representative, as well as showing his license number on the outside of the sealed envelope containing his bid. The successful bidder must register with sales tax department of the Livingston Parish School Board for Use Tax purposes. If OWNER fails to make an award within 45 calendar days of the bid opening, the bidders may withdraw their proposal without forfeiture of bid security.The LOWEST qualified bid for this Work will be the one determined to offer the best advantage to Livingston Parish. Successful bidder(s) will be required to provide a performance and payment bond upon award of the bid(s). Livingston Parish reserves the right to waive any informality in awarding the bid(s) in the best interest of the Parish.Livingston Parish reserves the right to reject any and all bids for just cause.
https://www.centralauctionhouse.com/rfp32383763-livingston-parish--beaver-creek-bank-stabilization-.html
05-Jan-2023 12:00:00 AM |
01-Feb-2023 02:00:00 PM |
Livingston Parish Government |
Livingston Parish - RFQ for Town of Killian Waterline Improvements Project
|
The Livingston Parish Government has secured funding through the Coronavirus State and Local Fiscal Recovery Funds (SLFRF) to respond to the economic and public health impacts of COVID-19 and to contain its impacts on the communities, residents, and businesses of the parish. The Parish is interested in procuring the services of a qualified engineering firm to provide engineering services necessary to provide innovative solutions and design required to perform required waterline improvements for the Town of Killian. The selected firm will provide the following professional engineering services but not limited to schematic design, design development, plans and specifications, and bidding and contract oversight for the Town of Killian Waterline Improvements Project.<br /><br />Interested parties are invited to obtain a Qualification Statement package by contacting Ms. Heather Crain at (225) 686-4415 or by sending an email request to hcrain@lpgov.com or by mailing a written request to Ms. Heather Crain, Grant Manager, P.O. Box 427, Livingston, LA 70754.<br />Responses to the Request for Qualification Statements shall be mailed to the above address, or in the case of hand delivery, to Ms. Heather Crain, 20355 Government Blvd., Livingston, Louisiana 70754 (DMV Building, Second Floor). Responses to this RFQ must be received no later than 3 p.m. on Thursday, February 9, 2023. Please state “Request for Qualification Statements – Engineering Services – Town of Killian Waterline Improvements Project” on the cover. Responses received after the time and date set forth will not be considered.<br /> <br />Electronic bidding and official bid documents are available at https://www.centralauctionhouse.com/main.php.<br /> <br />Livingston Parish Government is an Equal Opportunity Employer and follows federal provisions that are part of the 2 CFR 200 and the FEMA Public Assistance Program. Certified DBE firms are encouraged to submit or to be used as sub-consultants with the primary responding firm.
https://www.centralauctionhouse.com/rfp33965900-livingston-parish--rfq-for-town-of-killian-waterline-improvements-project-.html
12-Jan-2023 12:00:00 AM |
09-Feb-2023 03:00:00 PM |
Livingston Parish Government |
PA 4611-1463 Hills Road Washout Engineering RFQ
|
The Livingston Parish Government has secured funding through the FEMA Public Assistance (PA) Program under 4611-DR-LA (Hurricane Ida) for the Hills Road Washout Engineering Services Project. The parish is interested in procuring the services of an engineering firm. The selected firm will provide the following professional engineering services but not limited to land surveying services, hydrologic and hydraulic analysis, geotechnical services, environmental assessment and preliminary and final design as well as plans, and bidding and contract oversight for the above-mentioned project.<br /><br />Interested parties are invited to obtain a Qualification Statement package by contacting Shannon Dyer at (225) 686-3066 or by sending an email request to lohsep1@lpgov.com or by mailing a written request to Shannon Dyer, LOHSEP Deputy Director, P.O. Box 1060, Livingston, LA 70754.<br /><br />Responses to the Request for Qualification Statements shall be mailed to the above address, or in the case of hand delivery, to Shannon Dyer, 20355 Government Blvd., 2nd Floor, Suite D, Livingston, Louisiana 70754 (DMV Building). Responses to this RFQ must be received no later than 3:00 P.M. on Thursday, February 16, 2023. Please state “Hills Road Washout Qualifications Statement-Engineering Services” on the cover. Responses received after the time and date set forth will not be considered.<br /> <br />Electronic bidding and official bid documents are available at:<br />https://www.centralauctionhouse.com/main.php.<br /><br /> <br />Livingston Parish Government is an Equal Opportunity Employer and follows federal provisions that are part of the 2 CFR 200 and the FEMA Public Assistance Program. Certified DBE firms are encouraged to submit or to be used as sub-consultants with the primary responding firm.
https://www.centralauctionhouse.com/rfp58902678-pa-4611-1463-hills-road-washout-engineering-rfq.html
19-Jan-2023 12:00:00 AM |
16-Feb-2023 03:00:00 PM |
Livingston Parish Gravity Drainage District No. 1 |
REQUEST FOR PROPOSALS - Debris Removal and Disposal Services
|
<div style="text-align: center;"><b>PUBLIC NOTICE<br />Debris Removal and Disposal Services<br />Livingston Parish Gravity Drainage District 1<br />REQUEST FOR PROPOSALS</b></div> <br />Sealed Proposals will be received by Livingston Parish Gravity Drainage District 1 (LPGDD1), Parish of Livingston, at 8098 B Florida Boulevard, Denham Springs, LA 70726, either by electronic submission through Central Auction House or hand delivered, no later than 10:00 a.m. local time on Thursday, February 16, 2023. Bid opening will occur immediately following the submission deadline. Submittals shall be made in accordance with instructions in the Proposal Package furnished by LPGDD1.<br /> <br />A mandatory Pre-Bid Meeting will be held on February 9, 2023, at 10:00 AM at the LPGDD1 Office. The District reserves the right to reject any or all Proposals, to waive irregularities and/or informalities in any Proposal, and to make and award in any manner, consistent with law, deemed in the best interest of the District.<br /> <br />The Proposal Package (Forms and Instructions) is available to interested parties with demonstrated experience in providing Debris Removal and Disposal Services located throughout LPGDD1 and funded by governmental agencies. Office hours are Monday – Thursday 7:30 AM to 4:30 PM. Telephone number is 225-664-5827.<br />The Proposal Package can be obtained from the LPGDD1 Office, at 8098 B Florida Boulevard, Denham Springs, LA 70726, or via electronic submission through Central Bidding:<br /> <div style="text-align: center;">https://www.centralauctionhouse.com/advertisement-la?order=ag_a</div> <br />The successful proposer will be required to furnish a Letter of Surety from a 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. Certificates of Insurance will also be required as specified.<br /> <br />LPGDD1 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 LPGDD1 Office at 225-664-5827 no later than twenty-four (24) hours prior to Proposal opening.<br /> <br />David Provost<br />LPGDD1 Board Chairman<br /> <br />Advertisement Source and Dates:<br />Livingston Parish News & Central Bidding<br /><br />January 19th , January 26th , February 2nd<br /><br />
https://www.centralauctionhouse.com/rfp74293345-request-for-proposals--debris-removal-and-disposal-services.html
19-Jan-2023 10:00:00 AM |
16-Feb-2023 10:00:00 AM |
Livingston Parish Public Schools |
LIVE OAK HIGH SCHOOL FOOTBALL FIELD TURF & TRACK SURFACING REPLACEMENT PROJECT
|
LIVE OAK HIGH SCHOOL FOOTBALL FIELD TURF & TRACK SURFACING REPLACEMENT PROJECT<br /><br />Questions, please contact: <br />Simpson Sports Engineering, LLC<br />4241 Little Farms Drive<br />Zachary, LA 70791<br />(225) 572-8852<br />dsimpson@simpsonsportseng.com<br /><br />OR, Jimmie Willson, Livingston Parish Public Schools, at (225) 686-4324 or Jimmie.Willson@lpsb.org
https://www.centralauctionhouse.com/rfp92259624-live-oak-high-school-football-field-turf-track-surfacing-replacement-project.html
19-Jan-2023 12:00:00 AM |
14-Feb-2023 10:00:00 AM |
Livingston Parish Public Schools |
RFP 23-01 NETWORKING HARDWARE
|
RFP 23-01 NETWORKING HARDWARE<br /><br />QUESTIONS: <br />DENEE AYDELL, LPPS<br />(225) 686-4209<br />DENEE.AYDELL@LPSB.ORG<br />
https://www.centralauctionhouse.com/rfp40817071-rfp-23-01-networking-hardware.html
26-Jan-2023 12:00:00 AM |
02-Mar-2023 10:00:00 AM |
New Orleans Public Belt Railroad |
INVITATION TO BID 3072: Rail, Switch Points, Frogs, and Plate Packages
|
INVITATION TO BID 3072: Rail, Switch Points, Frogs, and Plate Packages - Per Specifications Provided<br />
https://www.centralauctionhouse.com/rfp4682234-invitation-to-bid-3072-rail-switch-points-frogs-and-plate-packages.html
17-Jan-2023 12:00:00 AM |
07-Feb-2023 10:00:00 AM |
New Orleans Public Belt Railroad |
INVITATION TO BID 3063: Rotary Dump Truck Re-Advertisement
|
INVITATION TO BID 3063: Rotary Dump Truck Re-Advertisement - Per specifications provided
https://www.centralauctionhouse.com/rfp71601644-invitation-to-bid-3063-rotary-dump-truck-re-advertisement.html
23-Jan-2023 12:00:00 AM |
14-Feb-2023 10:00:00 AM |
New Orleans Public Belt Railroad |
INVITATION TO BID 3077: France Yard Extension New Rail Configuration
|
INVITATION TO BID 3077: France Yard Extension New Rail Configuration - Per Specifications Provided<br />
https://www.centralauctionhouse.com/rfp5850043-invitation-to-bid-3077-france-yard-extension-new-rail-configuration.html
27-Jan-2023 12:00:00 AM |
24-Feb-2023 10:00:00 AM |
North Lafourche Levee District |
Lockport to Larose Hurricane Protection Levee Reach B1, Phase 1 Levee Improvements
|
<div style="text-align: justify;">Sealed bids for LOCKPORT TO LAROSE HURRICANE PROTECTION LEVEE REACH B1, PHASE 1 LEVEE IMPROVEMENTS project will be received on Tuesday, January 31, 2023, until 2:00 PM, by the North Lafourche Conservation, Levee and Drainage District, 3862 Hwy 1, Raceland, LA 70394. At 2:00 p.m., all bids will be publicly opened and read aloud. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the North Lafourche Conservation, Levee, and Drainage District for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /><br />All bids must reach the North Lafourche Conservation, Levee and Drainage District, 3862 Highway 1, Raceland, Louisiana 70394 before 2:00 p.m. on the day of the bid opening. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /><br />Official bid documents are posted on http://www.centralauctionhouse.com. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 1-866-570-9620. <br /> <br />Project Name: LOCKPORT TO LAROSE HURRICANE PROTECTION LEVEE REACH B1, PHASE 1 LEVEE IMPROVEMENTS<br /> <br />Project Description: The Project consists of levee construction using borrow material, storm drain pipe, fencing and other related items. <br /> <br />Probable Construction Cost: ENGINEER’S ESTIMATE $2,200,000<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 HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, OR HEAVY CONSTRUCTION, OR SUBCLASSIFICATION: EARTHWORK, DRAINAGE AND LEVEES, that is in full force and effect.<br /><br />The plans, specifications, and proposal forms are on file in the office of North Lafourche Conservation, Levee and Drainage District, 3862 Highway 1, Raceland, Louisiana 70394 and may be obtained by each prospective bidder from PICCIOLA & ASSOCIATES, INC. located at 115 PICCIOLA PARKWAY, CUT OFF, LOUISIANA upon payment of $100.00 per set. Please contact Ben Hodson at ben@picciola.com for any clarification or information with regard to the specifications. The cost of mailing, if required, shall be billed separately for an additional non-refundable $25.00.<br /><br />All questions relating to the project shall be submitted in written form or email. The deadline for submitting questions relating to the project is 2:00 p.m. local time, Tuesday, January 24, 2023.<br /><br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(A)(1)(C) or LA R.S. 38:2212(0).<br /><br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the North Lafourche Conservation, Levee, and Drainage District. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection.<br /><br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /><br />Successful bidders must register with the Lafourche Parish Sales and Use Tax Department for use tax purposes. The North Lafourche Conservation, Levee, and Drainage District reserves the right to reject any and all bids in accordance with State Bid Law.</div> <br /><br />Dwayne Bourgeois, Executive Director<br />North Lafourche Conservation, Levee, and Drainage District
https://www.centralauctionhouse.com/rfp79719484-lockport-to-larose-hurricane-protection-levee-reach-b1-phase-1-levee-improvements.html
03-Jan-2023 12:00:00 AM |
14-Feb-2023 02:00:00 PM |
Orleans Parish Sheriff's Office |
RFP-Jail Management Software Proposal #342844
|
The Orleans Parish Sheriff’s Office requests proposals from qualified individuals and firms with experience in providing an automated Inmate Information Management System. <br /> <br />The successful responder shall provide all software, system engineering, training manuals, training aids, materials maintenance, maintenance manuals, labor, and all things necessary to provide, install, implement, interface, and maintain the software to operate an automated Inmate Information Management System that enables users to manage inmate records and perform all of the comprehensive jail management activities delineated in this RFP
https://www.centralauctionhouse.com/rfp37278399-rfp-jail-management-software-proposal-342844.html
21-Dec-2022 12:00:00 AM |
01-Mar-2023 10:00:00 AM |
Orleans Parish Sheriff's Office |
RFP-Grievance, Commissary, and Tablet Proposal #342836
|
The Orleans Parish Sheriff’s Office requests proposals from qualified individuals and firms with experience in providing a Grievance, Commissary, and Tablet Management System. <br /> <br />The successful responder shall provide all software, system engineering, training manuals, training aids, materials maintenance, maintenance manuals, labor, and all things necessary to provide, install, implement, interface, and maintain the software and electronics to operate an automated Grievance, Commissary, and Tablet Management System that enables users to manage and perform all of the comprehensive activities delineated in this RFP.
https://www.centralauctionhouse.com/rfp85060669-rfp-grievance-commissary-and-tablet-proposal-342836.html
21-Dec-2022 12:00:00 AM |
28-Feb-2023 10:00:00 AM |
Orleans Parish Sheriff's Office |
RFP-Case Management Software Proposal #342852
|
The Orleans Parish Sheriff’s Office requests proposals from qualified individuals and firms with experience in providing an automated Case Management Software System. <br /> <br />The successful responder shall provide all software, system engineering, training manuals, training aids, materials maintenance, maintenance manuals, labor, and all things necessary to provide, install, implement, interface, and maintain the software to operate an automated Case Management Software System that enables users to manage information and perform all of the comprehensive activities delineated in this RFP.
https://www.centralauctionhouse.com/rfp37240917-rfp-case-management-software-proposal-342852.html
22-Dec-2022 12:00:00 AM |
02-Mar-2023 10:00:00 AM |
Ouachita Parish School Board |
BID 17-23 OUACHITA HIGH SCHOOL ADDITIONS AND ALTERATIONS
|
Mandatory pre-bid meeting will be held January 31, 2023 @ 9:00 am at OPHS home side restrooms. See all uploaded documents for the Ouachita High School Alternations and New Additions bid.
https://www.centralauctionhouse.com/rfp92763288-bid-17-23-ouachita-high-school-additions-and-alterations.html
12-Jan-2023 12:00:00 AM |
09-Feb-2023 02:00:00 PM |
Ouachita Parish School Board |
Bid 30-23 Security Access for 6 Ouachita Parish Schools
|
All inquiries should be directed to TBA Studio; 103 Cypress Street; West Monroe, LA 71291; 318-340-1550; hterrell@tbastudio.com<h1><b>A MANDATORY PRE-BID MEETING WILL BE HELD FEBRUARY 3RD @ 10:00 AM AT HIGHLAND ELEMENTARY SCHOOL @ 1501 WELLERMAN RD.; WEST MONROE, LA 71291</b></h1>
https://www.centralauctionhouse.com/rfp354456-bid-30-23-security-access-for-6-ouachita-parish-schools.html
19-Jan-2023 12:00:00 AM |
13-Feb-2023 10:00:00 AM |
Rapides Parish School Board |
Bid 23-51: Turnkey Replacement of Flooring and Seating in Auditorium at Oak Hill High
|
ADVERTISEMENT<br /> <br />INVITATION TO BID<br /> <br />Sealed bids will be received in the Purchasing Department of the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana 71301 until 11:00 AM, Friday, February 3, 2023 for:<br /> <br /> Turnkey Replacement of Flooring and Seating in Auditorium at Oak Hill High<br /> <br />(BID NO. 23-51) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time (11:00 AM, Friday, February 3, 2023) will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to purchasingdept@rpsb.us or sending your written request to 619 Sixth Street, Alexandria, LA 71301. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />A Non-mandatory Pre-Bid Conference will be held on Tuesday, January 24, 2023 at 10am (Central Time) at Oak Hill High, 7362 Highway 112, Elmer, LA 71424.<br /> <br />All bids must be accompanied by an original bid security equal to five (5%) of the total amount bid and must be in the form of a Certified Check, Cashier’s Check, Bank Money Order or Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />Award will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211, et seq., the Rapides Parish School Board reserves the right to reject any or all bids for just cause. Each bidder, shall submit with their bid satisfactory evidence that they have complied with the requirements of the LA Contractor's Licensing Law, Louisiana R.S. 37:2150, et seq., and are fully qualified to enter into contract with the Rapides Parish School Board. <br /> <br />Bid envelopes shall be marked "Turnkey Replacement of Flooring and Seating in Auditorium at Oak Hill High Bid # 23-51” and delivered to:<br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, CFO<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />Publication Dates: January 06, 2023<br /> January 13, 2023<br /> January 20, 2023
https://www.centralauctionhouse.com/rfp5690882-bid-23-51-turnkey-replacement-of-flooring-and-seating-in-auditorium-at-oak-hill-high.html
06-Jan-2023 12:00:00 AM |
03-Feb-2023 11:00:00 AM |
Sabine Parish Police Jury |
2023 5/6 Yard Dump Body Truck
|
2023 5/6 Yard Dump Body Truck
https://www.centralauctionhouse.com/rfp91262060-2023-56-yard-dump-body-truck-.html
01-Feb-2023 12:00:00 AM |
15-Feb-2023 08:00:00 AM |
Sabine Parish School Board |
SABINE PARISH SCHOOL BOARD E-RATE RFP FOR INTERNET SERVICE PROVIDER SERVICES AND WIDE AREA NETWORK CONNECTIONS
|
Request for Proposals<br /> <br />This serves as notice that the Sabine Parish School Board is accepting proposals for the following:<br /> <br />Proposals for Wide Area Network Connections RFP No: 747E-23A.11<br />Proposals for Internet Service Provider Services RFP No: 747E-23A.5 <br /><br />Each of the above proposals will be considered separately. Proposals will be accepted until January 31, 2023, at 1:00 PM local time (central), and will be opened at 1:10 PM. Proposals will be opened publicly in a designated Meeting Room located at 695 Peterson Street, Many, Louisiana. Any proposals received late will be marked with the time received and returned unopened. The Sabine Parish School Board is not responsible for proposals misplaced, mailed incorrectly or delivered to the wrong location. It is the sole responsibility of the respondents to ensure that their responses arrive in a timely manner. Emailed or faxed responses will not be considered. The Sabine Parish School Board reserves the right to accept, or reject any and/or all proposals, waive minor technicalities, or to award the proposal to the most responsive offer which best serves the interest of the District. Proposals are to be hand delivered or mailed and must be in a sealed envelope and addressed to:<br /> <br />Sabine Parish School Board<br />SEALED E-RATE RESPONSE<br />ATTENTION RODNEY WILSON<br />695 Peterson Street<br />Many LA 71449<br /> <br />If a vendor wishes to submit a proposal electronically, they must utilize the online bidding website, www.centralauctionhouse.com<br /> <br />Please visit the Technology Department website for the RFP DOCUMENTS, pertinent links, and more information: https://sites.google.com/spsb.la/spsbtechnology/home or call SPSB technology department at 318-431-6234 and ask for Ron Williams. Questions and inquiries should be sought and are due to be asked by January 4, 2023.<br /> <br />
https://www.centralauctionhouse.com/rfp54814251-sabine-parish-school-board-e-rate-rfp-for-internet-service-provider-services-and-wide-area-network-connections.html
14-Dec-2022 12:00:00 AM |
31-Jan-2023 01:00:00 PM |
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
20-Jun-2021 12:00:00 PM |
20-Jun-2023 02:00:00 PM |
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 |
30-Dec-2023 11:00:00 AM |
South Lafourche Levee District |
Repairs to Leon Theriot Lock Floodwall and LOOP Floodwall
|
<div style="text-align: justify;">Either sealed paper bids or electronic bids for Repairs to Leon Theriot Lock Floodwall and LOOP Floodwall will be received by the South Lafourche Levee District located at 17771 Hwy 3235, Galliano, LA 70354 until 10:00 AM local time, February 28, 2023, and then at said office publicly opened and read aloud. Electronic bids must be submitted through www.centralauctionhouse.com prior to electronic bidding deadline.<br /> <br />The project consists of the installation of cabled articulated concrete block mattress and other related items.<br /> <br />The cost estimate for the project $400,000.<br /> <br />No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds a Louisiana State Contractor's License in Highway, Street, and Bridge Construction, Heavy Construction, or Specialty: Earthwork, Drainage, and Levees in full force and effect and in compliance with the Louisiana State Licensing Board for Contractors and Louisiana Public Bid Law.<br /> <br />Plans and specifications may be examined online at www.centralauctionhouse.com or at the Engineer’s office of Picciola & Associates, Inc. located at 115 Picciola Parkway, Cut Off, LA 70345. Plans and specifications may be obtained from the Engineer upon payment of $100. In accordance with R.S. 38:2212 (D), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex, or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br /> <br />South Lafourche Levee District<br /> <br /> <br />Windell Curole<br />General Manager</div>
https://www.centralauctionhouse.com/rfp61847132-repairs-to-leon-theriot-lock-floodwall-and-loop-floodwall.html
24-Jan-2023 12:00:00 AM |
28-Feb-2023 10:00:00 AM |
South Tangipahoa Parish Port Commission/Port Manchac |
Port Manchac/STPPC Warehouse Building#2 Structural Repair PROJECT NR:2023-01-B2
|
NOTICE TO CONTRACTORS - REQUEST FOR BID<br /> <br />The South Tangipahoa Parish Port Commission gives public notice that it will be requesting bid proposals from interested and qualified contractors for STPPC PROJECT NR: 2023-01-B2 for structural repair of Warehouse Building #2 @ the Port Manchac inter-modal terminal located @ 31450 Hwy. 51 South – Manchac, LA 70421. <br /> <br />Bids must be submitted on the Louisiana Uniform Public Work Bid Form and must include all of the information required by the bid form and meet all requirement of law. Each bid shall include a bid bond as required by law. The contract will be awarded to the lowest qualified and responsible bidder without discrimination on grounds of race, color, sex or national origin.<br /> <br />Plans and specifications may be seen at the office of the project engineer of record - Ragland, Aderman & Associates located @ 3888 Government St. Suite 100 – Baton Rouge, LA 70806 - (225) 343-4129. Plans may be obtained from the Engineer upon payment of $50. In accordance with R.S. 38:2212 A(1)(e), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents, if within ten days after receipt of bids. The bid plans & specifications information will also be available online @ centralauctionhouse.com <br /> <br />All contractors submitting bids are required to attend a mandatory pre-bid meeting to be held @ the Port Manchac inter-modal terminal located @ 31450 Hwy. 51 South - Manchac, LA @ 10:00 a.m. on Thursday - February 16, 2023.<br /> <br />The awarded contractor shall provide all related equipment, materials, and labor to perform the construction work and remove all related debris material from the port terminal upon completion of the project. In addition, the project operations shall be performed in strict accordance with all Local, State, and Federal regulations including the Louisiana Department of Environmental Quality, the U.S. Environmental Protection Agency, Occupational Health & Safety Administation, and State of LA public bid law rules and regulations relating to the construction project. <br /> <br />Bids will not be accepted/received electronically. Hard copies of all bids in accordance with State of LA requirements, must be received @ the South Tangipahoa Parish Port Commission/Port Manchac business office located @ 163 W. Hickory St. Ponchatoula, LA 70454 before the bid opening also to be held @ 163 W. Hickory St. – Ponchatoula, LA @ 10:00 A.M. on Monday March 6, 2023. The South Tangipahoa Parish Port Commission reserves the right to reject all proposals or award a contract to the lowest qualified and responsive project bidder. Contact Patrick J. Dufresne, Executive Director (985) 386-9309 or email: info@portmanchac.com for more info. Advertisement dates: 1-26, 2-2, 2-9, 2-16-23.<br />
https://www.centralauctionhouse.com/rfp47439367-port-manchacstppc-warehouse-building2-structural-repair-project-nr2023-01-b2-.html
26-Jan-2023 12:00:00 AM |
06-Mar-2023 10:00:00 AM |
St. Bernard Parish Government |
St. Bernard Parish Jail Complex Renovations, Roof Replacement (Phase 1B)
|
<h1>ADVERTISEMENT FOR BIDS</h1> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br />PROJECT NO. 2022-20<br /> <br />Sealed Bids will be received until the hour of <b>2:00 p.m., on Tuesday, February 14, 2023</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 /> <br />St. Bernard Parish Government<br /><b>St. Bernard Parish Jail Complex Renovations, Roof Replacement (Phase 1B)</b><br /><b>Project No. 2022-20</b><br /><b>FP&C </b><b>No. 50-J44-21-01</b><br /> <br />To be a valid delivery, Sealed Bids must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, during the normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m., <b>Tuesday, February 14, 2023.</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>Remove and replace the existing roof system at the St. Bernard Parish Jail Complex, located at 1900 Paris Road, Chalmette, Louisiana 70043. Removal of existing roof system shall be coordinated with installation of new roof to prevent exposure of concrete deck to weather and water infiltration; which includes the main facility, juvenile facility, and a detached maintenance building. </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, January 31, 2023, 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 Project Manual is 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>Royal Engineers & Consultants, LLC, 1501 Religious Street, New Orleans, Louisiana 70130</b>, by only licensed contractors upon payment of $40.00 per set. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders the deposit less actual cost of reproduction will be refunded upon return of the documents no later than ten (10) days after receipt of bids. 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 />
https://www.centralauctionhouse.com/rfp7599323-st-bernard-parish-jail-complex-renovations-roof-replacement-phase-1b.html
17-Jan-2023 11:24:00 AM |
14-Feb-2023 02:00:00 PM |
St. Charles Parish Government |
X-23-474 GRAPPLE TRUCK 27YD WITH DUMP BODY
|
This bid will be opening on the 6th of February, a Monday. This bid was advertised previously as 22-474. The attachmented bid documents are the only ones that will be accepted.<br />
https://www.centralauctionhouse.com/rfp7105962-x-23-474-grapple-truck-27yd-with-dump-body.html
19-Jan-2023 11:00:00 AM |
06-Feb-2023 11:00:00 AM |
St. Charles Parish Government |
23-118 - Limestone
|
Yearly Bid # 23-118 for Limestone (FOB & Delivery)
https://www.centralauctionhouse.com/rfp36854328-23-118--limestone-.html
26-Jan-2023 11:00:00 AM |
16-Feb-2023 11:00:00 AM |
St. Charles Parish Government |
X-23-476 Culvert Inspection Camera System
|
X-23-476 - Culvert Inspection Camera System for Public Works
https://www.centralauctionhouse.com/rfp40857260-x-23-476-culvert-inspection-camera-system.html
02-Feb-2023 11:00:00 AM |
23-Feb-2023 11:00:00 AM |
St. Charles Parish Public Schools |
RFP - Online Instructional/Learning Program and Courses 2023
|
St. Charles Parish Public Schools (SCPPS) will be conducting a software review of online<br />instructional courses for high school programs and possible middle school students. District<br />programs that will utilize the instructional platform include, but not limited to, at risk programs,<br />alternative setting, credit recovery and remote learning.
https://www.centralauctionhouse.com/rfp36604734-rfp--online-instructionallearning-program-and-courses-2023.html
20-Jan-2023 08:15:00 AM |
20-Feb-2023 12:00:00 PM |
St. James Parish Government |
Gramercy Park Restroom / Concession
|
St. James Parish Government<br />Convent, LA 70723<br />Gramercy Park Restroom / Concession<br />ADVERTISEMENT FOR BIDS<br />Sealed Bids for the construction of the Gramercy Park Restroom / Concession Building will be received<br />by St. James Parish Government, at the St. James Parish Government Building, 5800 Highway 44, Council<br />Chambers, 2nd floor, Convent, LA 70723, until 2:00 p.m. local time on February 1, 2023, at which time<br />the Bids received will be publicly opened and read.<br /> <br />Sealed bids shall be either hand-delivered by the bidder or his agent in which instance the deliverer shall<br />be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt<br />requested. Bids may also be delivered by a package or express delivery service or carrier. However, if<br />this form of delivery is utilized, the form of delivery receipt utilized by said carrier or service shall be<br />considered as a sufficient written receipt received by the bidder. Failure of the U.S. Mail or of any<br />express carrier or delivery service to deliver the bids timely shall not be considered due cause for the<br />scheduled time of the bid opening to be extended. Bids may also be submitted electronically via the<br />provided link located at the project’s listing on the Central Auction House website<br />(https://www.centralauctionhouse.com/).<br /> <br />Bids will be received for a single prime Contract. Bids shall be on a lump sum price basis, with additive<br />alternate bid items as indicated in the Bid Form.<br /> <br />The Issuing Office for the Bidding Documents is St. James Parish Operations Department, 5800 Highway<br />44, 3rd floor, Convent, LA 70723 (contact Ryan Larousse @ ryan.Larousse@stjamesparishla.gov).<br />Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through<br />Fridays between the hours of 8:00 a.m. and 3:00 p.m. Bidding Documents may also be examined online<br />at Central Bidding from Central Auction House (https://www.centralauctionhouse.com/).<br /> <br />Printed copies of the Bidding Documents are on file in the office of High Tide Consultants, LLC, 700 Canal<br />Boulevard, Thibodaux, Louisiana 70301, and a single copy may be obtained by each perspective bidder<br />upon payment of $100 per set (non-refundable) to cover the cost of printing. Checks for Bidding<br />Documents shall be payable to High Tide Consultants, LLC.<br /> <br />A mandatory pre-bid meeting will be held at 9:00a.m. local time on January 18, 2023, at the St. James<br />Parish Government Building, 5800 Highway 44, Council Chambers, 2nd floor, Convent, LA 70732. A site<br />walk through will be included.<br /> <br />All Bids shall be accompanied by a Bid security furnished in accordance with the Instructions to Bidders.<br />Owner: St. James Parish Government<br /> <br />By: Rick Webre, Director of Operations<br /> <br />Advertisement Dates:<br /> <br />January 5, 2023<br />January 12, 2023<br />January 19, 2023<br />+ + END OF ADVERTISEMENT FOR BIDS + +
https://www.centralauctionhouse.com/rfp31180960-gramercy-park-restroom-concession-.html
05-Jan-2023 12:00:00 AM |
01-Feb-2023 02:00:00 PM |
St. James Parish Sheriff's Office |
2023 Chevrolet SILVERADO 1500 LT 4WD Crew Cab
|
NOTICE TO BIDDERS <br /><br />St. James Parish Sheriff’s Office will be accepting separate sealed bids in the Office of the Sheriff, Convent Courthouse, up to 10:00 a. m. Friday, February 10th, 2023, at which time they will be opened for the Sheriff’s Office. <br /><br />Prospective bidders must bid all items as listed and meet minimum requirements as specified in the bid documents. Vehicle specifications and documents are available from the St. James Parish Sheriff’s Office, 5800 Highway 44, Convent, Louisiana. <br /><br />The envelope containing the bid must be marked “St. James Parish Sheriff’s Office 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab " clearly on the outside of the envelope. <br /><br />In accordance with LRS 38:2212.1. B. (4) (a), the St. James Parish Sheriff’s Office offers bidders the ability to respond to this bid electronically. You may go directly to our vendor’s website at www.centralauctionhouse.com and click on “Click Here to View Listings” at the bottom of the page. <br /><br />Minimum Bid Specifications <br /><br />Make/Model – One (1) 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab <br /><br /> <br /><br />All bids must be complete and include delivery schedule and warranty. <br /><br />Immediate delivery and availability of parts, service, and warranty will be considered in the awarding of bids. <br /><br />The Sheriff’s Office reserves the right to reject any and all bids and to waive any formalities. <br /><br /> <br /><br />WILLY J. MARTIN, JR., SHERIFF <br />ST. JAMES PARISH SHERIFF’S OFFICE<br />CONVENT, LOUISIANA
https://www.centralauctionhouse.com/rfp2912156-2023-chevrolet-silverado-1500-lt-4wd-crew-cab.html
26-Jan-2023 08:00:00 AM |
10-Feb-2023 10:00:00 AM |
St. James Parish Sheriff's Office |
2023 Chevrolet SILVERADO 1500 LT 4WD Crew Cab
|
NOTICE TO BIDDERS <br /><br />St. James Parish Sheriff’s Office will be accepting separate sealed bids in the Office of the Sheriff, Convent Courthouse, up to 10:00 a. m. Friday, February 10th, 2023, at which time they will be opened for the Sheriff’s Office. <br /><br />Prospective bidders must bid all items as listed and meet minimum requirements as specified in the bid documents. Vehicle specifications and documents are available from the St. James Parish Sheriff’s Office, 5800 Highway 44, Convent, Louisiana. <br /><br />The envelope containing the bid must be marked “St. James Parish Sheriff’s Office 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab " clearly on the outside of the envelope. <br /><br />In accordance with LRS 38:2212.1. B. (4) (a), the St. James Parish Sheriff’s Office offers bidders the ability to respond to this bid electronically. You may go directly to our vendor’s website at www.centralauctionhouse.com and click on “Click Here to View Listings” at the bottom of the page. <br /><br />Minimum Bid Specifications <br /><br />Make/Model – One (1) 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab <br /><br /> <br /><br />All bids must be complete and include delivery schedule and warranty. <br /><br />Immediate delivery and availability of parts, service, and warranty will be considered in the awarding of bids. <br /><br />The Sheriff’s Office reserves the right to reject any and all bids and to waive any formalities. <br /><br /> <br /><br />WILLY J. MARTIN, JR., SHERIFF <br />ST. JAMES PARISH SHERIFF’S OFFICE<br />CONVENT, LOUISIANA
https://www.centralauctionhouse.com/rfp70148829-2023-chevrolet-silverado-1500-lt-4wd-crew-cab.html
26-Jan-2023 08:00:00 AM |
10-Feb-2023 10:00:00 AM |
St. James Parish Sheriff's Office |
2023 Chevrolet SILVERADO 1500 LT 4WD Crew Cab
|
NOTICE TO BIDDERS <br /><br />St. James Parish Sheriff’s Office will be accepting separate sealed bids in the Office of the Sheriff, Convent Courthouse, up to 10:00 a. m. Friday, February 10th, 2023, at which time they will be opened for the Sheriff’s Office. <br /><br />Prospective bidders must bid all items as listed and meet minimum requirements as specified in the bid documents. Vehicle specifications and documents are available from the St. James Parish Sheriff’s Office, 5800 Highway 44, Convent, Louisiana. <br /><br />The envelope containing the bid must be marked “St. James Parish Sheriff’s Office 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab " clearly on the outside of the envelope. <br /><br />In accordance with LRS 38:2212.1. B. (4) (a), the St. James Parish Sheriff’s Office offers bidders the ability to respond to this bid electronically. You may go directly to our vendor’s website at www.centralauctionhouse.com and click on “Click Here to View Listings” at the bottom of the page. <br /><br />Minimum Bid Specifications <br /><br />Make/Model – One (1) 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab <br /><br /> <br /><br />All bids must be complete and include delivery schedule and warranty. <br /><br />Immediate delivery and availability of parts, service, and warranty will be considered in the awarding of bids. <br /><br />The Sheriff’s Office reserves the right to reject any and all bids and to waive any formalities. <br /><br /> <br /><br />WILLY J. MARTIN, JR., SHERIFF <br />ST. JAMES PARISH SHERIFF’S OFFICE <br />CONVENT, LOUISIANA
https://www.centralauctionhouse.com/rfp46892944-2023-chevrolet-silverado-1500-lt-4wd-crew-cab.html
26-Jan-2023 08:00:00 AM |
10-Feb-2023 10:00:00 AM |
St. James Parish Sheriff's Office |
2023 Chevrolet SILVERADO 1500 LT 4WD Crew Cab
|
NOTICE TO BIDDERS <br /><br />St. James Parish Sheriff’s Office will be accepting separate sealed bids in the Office of the Sheriff, Convent Courthouse, up to 10:00 a. m. Friday, February 10th, 2023, at which time they will be opened for the Sheriff’s Office. <br /><br />Prospective bidders must bid all items as listed and meet minimum requirements as specified in the bid documents. Vehicle specifications and documents are available from the St. James Parish Sheriff’s Office, 5800 Highway 44, Convent, Louisiana. <br /><br />The envelope containing the bid must be marked “St. James Parish Sheriff’s Office 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab " clearly on the outside of the envelope. <br /><br />In accordance with LRS 38:2212.1. B. (4) (a), the St. James Parish Sheriff’s Office offers bidders the ability to respond to this bid electronically. You may go directly to our vendor’s website at www.centralauctionhouse.com and click on “Click Here to View Listings” at the bottom of the page. <br /><br />Minimum Bid Specifications <br /><br />Make/Model – One (1) 2023 Chevrolet Silverado 1500 LT 4WD Crew Cab <br /><br /> <br /><br />All bids must be complete and include delivery schedule and warranty. <br /><br />Immediate delivery and availability of parts, service, and warranty will be considered in the awarding of bids. <br /><br />The Sheriff’s Office reserves the right to reject any and all bids and to waive any formalities. <br /><br /> <br /><br />WILLY J. MARTIN, JR., SHERIFF<br />ST. JAMES PARISH SHERIFF’S OFFICE <br />CONVENT, LOUISIANA
https://www.centralauctionhouse.com/rfp20153219-2023-chevrolet-silverado-1500-lt-4wd-crew-cab.html
26-Jan-2023 08:00:00 AM |
10-Feb-2023 10:00:00 AM |
St. John the Baptist Parish Government |
RFQ 2023.01 Comprehensive Stormwater Master Plan Engineering Services
|
RFQ 2023.01 Comprehensive Stormwater Master Plan Engineering Services
https://www.centralauctionhouse.com/rfp42126448-rfq-202301-comprehensive-stormwater-master-plan-engineering-services.html
04-Jan-2023 08:30:00 AM |
03-Feb-2023 09:45:00 AM |
St. John the Baptist Parish Government |
Bid 2023.02 Lions Water Treatment Plant Electrical Control Building
|
Bid 2023.02 Lions Water Treatment Plant Electrical Control Building
https://www.centralauctionhouse.com/rfp58985656-bid-202302-lions-water-treatment-plant-electrical-control-building.html
11-Jan-2023 08:00:00 AM |
16-Feb-2023 09:45:00 AM |
St. John the Baptist Parish Government |
Bid 2023.03 Parish wide Street Ditch Drainage Improvements
|
https://www.centralauctionhouse.com/rfp1150097-bid-202303-parish-wide-street-ditch-drainage-improvements-.html
11-Jan-2023 08:00:00 AM |
16-Feb-2023 09:45:00 AM |
St. John the Baptist Parish Government |
RFP 2023.07 Group Health Insurance Office of Fire Services
|
RFP 2023.07 Group Health Insurance Office of Fire Services
https://www.centralauctionhouse.com/rfp9418197-rfp-202307-group-health-insurance-office-of-fire-services.html
25-Jan-2023 08:00:00 AM |
16-Feb-2023 09:45:00 AM |
St. John the Baptist Parish Public Schools |
RFP 23.31 Property Insurance
|
The St. John the Baptist Parish School Board will receive sealed proposals for Property Insurance for Fiscal Year 2023<br /> <br />Property Insurance for Fiscal Year 2023<br /><br />Addendum 2 added for clarity of of date on Addendum 1 and to answer potential proposer questions <br /><br /><br />
https://www.centralauctionhouse.com/rfp22387357-rfp-2331-property-insurance-.html
14-Dec-2022 12:00:00 AM |
10-Feb-2023 10:00:00 AM |
St. John the Baptist Sheriff's Office |
2023 TAHOE LTZ
|
NOTICE OF BID<br /> <br />Sealed Bids will be received by St. John the Baptist Parish Sheriff’s Office until:<br /> <br /> 11:00 A.M., Monday, February 13, 2023<br /> <br />At the Reception Desk of St. John the Baptist Parish Sheriff’s Office located at Percy D. Hebert Building, 1801 West Airline Hwy. LaPlace, LA, for:<br /> <br />2023 TAHOE LTZ<br /> <br />Detailed specifications may be obtained by contacting Jeffrey Clement, Chief Civil Deputy at (phone: 985-652-9513) or picked up at the above address, or by emailing jeff.clement@stjohnsheriff.org.<br /> <br />Bids are to be addressed to the St. John the Baptist Parish Sheriff’s Office. Envelopes should be sealed and clearly marked on the outside of the envelope: “Bid for 2023 Tahoe LTZ”. Any bids sent by email should have: “Bid for 2023 Tahoe LTZ” in the subject line and can be emailed to jeff.clement@stjohnsheriff.org.<br /> <br />In accordance with LRS 38:2212.1 (4) (a), the St. John the Baptist Parish Sheriff’s Office offers bidders the ability to respond to this bid electronically. You may go directly to our vendor’s website at www.centralauctionhouse.com and click on “Click Here to View Listings” at the bottom of the page.<br /> <br />Bids will be publicly opened on February 13, 2023 at 11:00 A.M. at the Percy D. Hebert Building, 1801 West Airline Hwy. LaPlace, LA.<br /> <br />St. John the Baptist Parish Sheriff’s Office reserves the right to reject any and all bids, to waive irregularities and/or informalities and to award in any manner consistent with law, deemed in the best interest of the Sheriff’s Office.<br /> <br />These bid specifications have been prepared by our office, setting forth those items deemed necessary by our personnel. They are not intended to be restrictive or discriminatory in any manner whatsoever. <br /> <br /> <br /> <br />L’Observateur Publish: January 25, 2023<br /> February 1, 2023<br /> <br />
https://www.centralauctionhouse.com/rfp43328729-2023-tahoe-ltz.html
26-Jan-2023 09:30:00 AM |
13-Feb-2023 11:00:00 AM |
St. Landry Parish Government |
ROAD WIDENER SKID STEER ATTACHMENT
|
https://www.centralauctionhouse.com/rfp3262348-road-widener-skid-steer-attachment.html
09-Jan-2023 12:00:00 AM |
09-Feb-2023 12:00:00 AM |
St. Landry Parish Government |
St. Landry Parish Trustee Dorm
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received for the St. Landry Parish Trustee Dorm until 2:00 P.M Feb. 23, 2023 at the offices of the St. Landry Parish Government located at 118 S. Court St., Suite 133, Opelousas, LA or they may be submitted electronically through Central Bidding (www.centralauctionhouse.com) ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY the St. Landry Parish Government OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br />In accordance with Louisiana RS 38:2212, contractors may submit their bid electronically at www.centralbidding.com. Plans and specifications are available by electronic means from www.centralbidding.com. The web site is available 24 hours a day, seven days a week. Contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or hand delivery. Regardless of the bid results, the contractor will have 48 hours from opening of the bids to provide the St. Landry Parish Government the original documents. If a certified check or cashier’s check is submitted as the bid security, electronic copies of both the front and back of the check shall be included with the electronic bid. If a contractor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered nonresponsive.<br /> <br />Complete Bidding Documents may be obtained from: Ardoin Architecture, LLC, 130 W. South St.<br />Opelousas, LA 70570, phone (337) 948-1202, upon deposit of $175.00 for each set of documents. Deposit on the first set is fully refundable to all bonafide prime Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent of the deposit of all other sets of documents will be refunded upon return of documents as stated above. Bidding material will be forwarded as soon as possible after receipt of the deposit. Bidding materials may also be picked up in person if arrangements have been made for such with the office of the architect. No partial sets will be issued. Electronic copies may be obtained at no charge.<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, if any, and must be in the form of a certified check, cashier's check or Bid Bond Form written by a surety company licensed to do business in Louisiana, signed by the surety's agency or attorney-in-fact. Surety must be listed on the current U.S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond or must be a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A.M. Best's Key Rating Guide. If surety qualifies by virtue of its Best's listing, the amount of the Bond may not exceed ten percent of policyholders' surplus as shown in the latest A.M. Best's Key Rating Guide. The Bid Bond shall be in favor of St. Landry Parish Government 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 />It is further understood and agreed that the work under this contract shall be completed within two hundred seventy (270) calendar day period from the Date of Notice to Procced, subject to reimbursement to the Owner of liquidated damages in the amount of two hundred dollars ($200.00) per consecutive day.<br /> <br />Contract, if awarded, will be on a lump sum basis and if over $50,000 shall be issued only to a Bidder licensed under the provisions of the Contractor’s Licensing Law of the State of Louisiana for the classification of Building Construction. No Bidder may withdraw his proposal for at least forty-five (45) days after the time scheduled for the opening of bids, except under the provisions of LA R.S. 38:2214. Each proposal shall be submitted only on the Contractor’s Bid Form included in the Contract Documents.<br /> <br />Bidders are advised that they will be required to state on the bid form that they have personally inspected and are familiar with the project site. Contractor will have to make arrangements with the St. Landry Parish Government Office, attention Torrey Andrepont, 337-316-7176 for access to the building.<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.<br />
https://www.centralauctionhouse.com/rfp52984309-st-landry-parish-trustee-dorm.html
25-Jan-2023 12:00:00 AM |
23-Feb-2023 02:00:00 PM |
St. Mary Parish Government |
MOBILE MANUFACTURED BURN AND RESCUE BUILDING
|
Notice is hereby given that sealed bids will be received by Amelia Volunteer Fire Department until, 2 pm Friday, March 3, 2023, at 609 Lake Palourde Rd Amelia, LA 70340 or P.O. Box 302 Amelia, LA 70340 for the following:<br /> <br />“Manufactured Burn and Rescue Building”<br /> <br />Then and their bids will be opened and read aloud at a Special Meeting on Thursday, March 9, 2023, at 6pm (Meeting location will be Amelia Vol Fire Station at 609 Lake Palourde Rd). Bids received after the specified time and date will not be opened or recognized. Specifications and contract documents for the above can be obtained upon request from Amelia Vol Fire Department P.O. Box 302 Amelia, LA 70340 and can be downloaded from Central Bidding at www.centralbidding.com Bids may be submitted electronically at Central Bidding or mailed/Delivered to Amelia Volunteer Fire Department.
https://www.centralauctionhouse.com/rfp31095118-mobile-manufactured-burn-and-rescue-building-.html
16-Jan-2023 12:00:00 AM |
03-Mar-2023 02:00:00 PM |
St. Mary Parish Government |
NEW HYDRAULIC CRAWLER EXCAVATOR
|
Notice is hereby given by St. Mary Parish Consolidated Gravity Drainage District No. 1 that sealed bids will be received by the St. Mary Parish Government Purchasing Department until, Tuesday, February 7, 2023, at 10:00 a.m. on the Fifth Floor Courthouse, 500 Main St. Franklin, LA 70538 for the following:<br /> <br />“NEW HYDRAULIC CRAWLER EXCAVATOR” <br />Then and their bids will be opened and read aloud. Bids received after the specified time and date will not be opened or recognized. Specifications and contract documents for the above can be obtained upon request from the St. Mary Parish Purchasing Department on the Fifth Floor Courthouse, Franklin, LA 70538 and can be downloaded from Central Bidding at www.centralbidding.com Bids may be submitted electronically at Central Bidding or mailed to the office of St. Mary Parish Government Purchasing Department.
https://www.centralauctionhouse.com/rfp20105476-new-hydraulic-crawler-excavator.html
20-Jan-2023 12:00:00 AM |
07-Feb-2023 10:00:00 AM |
St. Tammany Parish School Board |
STUDENT UNIFORMS & BACKPACKS/BAGS
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp79092228-student-uniforms-backpacksbags.html
18-Jan-2023 09:00:00 AM |
02-Feb-2023 02:00:00 PM |
St. Tammany Parish School Board |
DIGITAL LEARNING PROGRAM FOR STUDENTS
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp32238303-digital-learning-program-for-students.html
18-Jan-2023 09:00:00 AM |
17-Feb-2023 04:00:00 PM |
St. Tammany Parish School Board |
LANGUAGE INTERPRETATION SERVICES & TRAINING
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp79017465-language-interpretation-services-training.html
18-Jan-2023 09:00:00 AM |
17-Feb-2023 03:00:00 PM |
St. Tammany Parish School Board |
Bid #1825 Office Supplies Catalog Bid (2nd Request)
|
BID MUST BE SUBMITTED IN ACCORDANCE WITH ATTACHED BID INSTRUCTIONS AND SPECIFICATIONS
https://www.centralauctionhouse.com/rfp74943790-bid-1825-office-supplies-catalog-bid-2nd-request.html
18-Jan-2023 12:00:00 AM |
03-Feb-2023 02:00:00 PM |
St. Tammany Parish School Board |
Pearl River High School, Drainage Improvements #P0321
|
<div style="text-align: justify;">ADVERTISEMENT FOR BIDS <br />Separate sealed bids will be received by the St. Tammany Parish School Board at the St. Tammany Parish School Board C.J. Schoen Administrative Complex, Reception Desk, 321 N. Theard St., Covington, LA 70433 for Pearl River High School, Drainage Improvements, STPSB Project No. P0321 on the 28th day of February, 2023 at 2:00 p.m. (Time shall be established by the PBX clock at the above referenced address), at which time and place bids will be publicly opened and read aloud.<br /> <br />Complete Bidding Documents provided by the Engineer, Kyle Associates, LLC, 638 Village Lane North, Mandeville, LA 70471, 985-727-9377, may be obtained through City Blueprint & Supply Co. located at 1200 West Causeway Approach, Suite 24, Mandeville, LA 70471, upon payment of a deposit of $80.00 for each set of documents. Deposits are refundable as provided for by law. Complete Bidding Documents are also available in electronic form. Electronic documents can be downloaded at no cost ($0.00) from City Blue Print at www.cityblueprint.com and are also available at www.centralbidding.com. Printing costs from electronic download of documents are the responsibility of the prospective bidder. Bid documents should be obtained through City Blueprint or at www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Engineer as set forth above or notify the Engineer 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 pre-bid conference will be held on the 8th day of February, 2023 at 1:00 p.m. at the project site, Pearl River High School, 39110 Rebel Lane, Pearl River, LA 70452. Bidders are strongly urged to attend and participate in the conference. <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.<br /> <br />Visitors on St. Tammany Parish Public School campuses are required to check in at the front office of the school. If there are any questions regarding this project, please contact the St. Tammany Parish Public School System Construction Department at 985-898-3287.<br /> <br />Print Dates: Wednesday, January 25, 2023<br /> Wednesday, February 1, 2023<br /> Wednesday, February 8, 2023</div>
https://www.centralauctionhouse.com/rfp78284977-pearl-river-high-school-drainage-improvements-p0321.html
25-Jan-2023 09:00:00 AM |
28-Feb-2023 02:00:00 PM |
St. Tammany Parish School Board |
LIBRARY FURNITURE FOR LITTLE OAK MIDDLE SCHOOL
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp44612221-library-furniture-for-little-oak-middle-school.html
25-Jan-2023 09:00:00 AM |
10-Feb-2023 02:00:00 PM |
State of Louisiana Military Department |
New Administration and Emergency Operations Building, Camp Beauregard, Pineville, Louisiana
|
See attached Solicitation for: New Administration and Emergency Operations Building, Camp Beauregard, Pineville, Louisiana.
https://www.centralauctionhouse.com/rfp32151747-new-administration-and-emergency-operations-building-camp-beauregard-pineville-louisiana.html
04-Jan-2023 12:00:00 AM |
15-Feb-2023 10:00:00 AM |
State of Louisiana Military Department |
Camp Beauregard On-Post Distribution Resiliency Project, Camp Beauregard, Pineville, Louisiana
|
See attached Solicitation for: Camp Beauregard On-Post Distribution Resiliency Project, Camp Beauregard, Pineville, Louisiana.
https://www.centralauctionhouse.com/rfp98411510-camp-beauregard-on-post-distribution-resiliency-project-camp-beauregard-pineville-louisiana.html
11-Jan-2023 12:00:00 AM |
01-Mar-2023 01:00:00 PM |
State of Louisiana Military Department |
Building 608 Modernization, Camp Beauregard, Pineville, Louisiana
|
See attached Solicitation for: Building 608 Modernization, Camp Beauregard, Pineville, Louisiana.
https://www.centralauctionhouse.com/rfp44649487-building-608-modernization-camp-beauregard-pineville-louisiana.html
01-Feb-2023 12:00:00 AM |
15-Mar-2023 01:00:00 PM |
State of Louisiana Military Department |
Building 118 Roof Replacement, Camp Minden, Minden, Louisiana
|
See attached Solicitation for: Building 118 Roof Replacement, Camp Minden, Minden, Louisiana.
https://www.centralauctionhouse.com/rfp92735081-building-118-roof-replacement-camp-minden-minden-louisiana.html
01-Feb-2023 12:00:00 AM |
16-Mar-2023 01:00:00 PM |
Terrebonne Levee and Conservation District |
MTG Hurricane Protection Levee Reach E Levee Rehabilitation Segment No. 1 and Segment No. 2
|
Sealed bids will be received on January 25, 2023 by the Terrebonne Levee and Conservation District (TLCD), at the office of the TLCD, located at; 220A Clendenning Road, Houma, Louisiana 70363 until 10:00 A.M. CST as shown on the TLCD Conference Room Clock at which time sealed bids shall be publicly opened and read. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Director for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Each bid shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by 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 />Plans, Specifications and Proposal Forms are on file at the office of Delta Coast Consultants, LLC., and a CD containing PDF copies of these documents may be obtained by prospective bidders free of charge. Prospective Bidders must provide a Contractor’s License in order to receive CD. Please contact Benjamin Elliott, P.E., at 985-655-3100 with regard to the specifications or information about the bid documents.<br /> <br />A non-mandatory pre-bid meeting shall be held at the TLCD office on January 10, 2023 at 10:00 A.M. All interested contractors are encouraged to attend.<br /> <br />Project Name: Morganza to the Gulf<br />Hurricane Protection Levee<br />Reach E Levee Rehabilitation –<br />Segment No. 1 and Segment No. 2<br /> <br />Project Description: The project shall include rehabilitation of an existing earthen levee using hauled in borrow material. The project shall include raising the existing levee crown from 9.0 elevation to 15.0 elevation and also rehabilitating the existing levee berms. The levee segment is in Dularge, LA and is accessed from Falgout Canal Road.<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 Classification: CLASS II – Highway, Street, and Bridge Construction<br /> CLASS III – Heavy Construction<br /> SUB-CLASSIFICATION – 7-11 Earthwork, Drainage, and 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 /> <br />/s/Reggie Dupre<br />Executive Director<br />Terrebonne Levee and Conservation District<br /> <br />Publish: December 15, 2022<br /> December 22, 2022<br /> December 29, 2022<br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp60941709-mtg-hurricane-protection-levee-reach-e-levee-rehabilitation-segment-no-1-and-segment-no-2.html
15-Dec-2022 10:00:00 AM |
01-Feb-2023 10:00:00 AM |
Terrebonne Parish Consolidated Government |
Terrebonne Parish Consolidated Government: South Branch Library
|
INVITATION TO BIDDERS<br /> <br /> Sealed bids will be received on Thursday, February 23, 2023, by the Terrebonne Parish Consolidated Government (TPCG) Purchasing Division, at the City of Houma Service Complex, 301 Plant Road, in Houma, Louisiana until 2:00 P.M. as shown on the Purchasing Division Conference Room Clock, and TPCG shall at that time and place publically open the bids and read them aloud.<br /> <br />Bid documents are posted on http://www.centralauctionhouse.com/rfp.php?cid=65. 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 /> Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: City of Houma Service Complex<br /> 301 Plant Road<br /> Houma, Louisiana 70363<br /> <br /> Project Name: South Branch Library<br /> <br /> Project No: 20-LIB-74<br /> <br /> Project Description: New South Branch Library located at<br /> 4377 Bayouside Drive, Houma Louisiana<br /> <br /> Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors. <br /> <br />This Project shall require a Louisiana Contractors license number for BUILDING CONSTRUCTION.<br /> <br /> Bidding Documents are only available via Central Auction House. No Bidding Documents will be provided by the Architect or Owner. Please contact Daniel M. Bruce, Jr., AIA for any clarification or information with regard to the specifications.<br /> <br /> <br /> <br /> Cheramie + Bruce Architects<br /> Professional Corporation<br /> P. O. Box 1247<br /> Houma, Louisiana 70361-1247<br /> Telephone: (985) 868-5020<br /> Email: daniel@cb-arch.com<br /> <br /> A Non-mandatory Pre-Bid Conference will be held on Wednesday, February 8, 2023, at 10:00 AM, at the project site located at 4377 Bayouside Drive, Houma Louisiana.<br /> <br /> <br />The Terrebonne Parish Consolidated Government reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br />/s/ Gordon E. Dove <br />GORDON DOVE, PARISH PRESIDENT<br />TERREBONNE PARISH CONSOLIDATED GOVERNMENT<br /> <br />Publish: (3X)<br />January 24, 2023<br />January 31, 2023<br />February 7, 2023<br /> <br />
https://www.centralauctionhouse.com/rfp81844408-terrebonne-parish-consolidated-government-south-branch-library-.html
24-Jan-2023 11:00:00 AM |
23-Feb-2023 02:00:00 PM |
Terrebonne Parish Consolidated Government |
Project #21-BLDG-69 Head Start HVAC Renovations
|
Sealed bids will be received on February 14, 2023, by the Terrebonne Parish Consolidated Government Purchasing Division, at the City of Houma Service Complex, 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and, at that time and place, shall be publicly opened and read aloud.<br /><br />A Non-mandatory Pre-Bid Conference will be held on January 24, 2023, at 10:00 am at the Terrebonne Parish Consolidated Government, Public Works Department located at 206 Government Street, Gray Louisiana 70359.<br />
https://www.centralauctionhouse.com/rfp41612168-project-21-bldg-69-head-start-hvac-renovations.html
10-Jan-2023 08:30:00 AM |
07-Feb-2023 02:00:00 PM |
Terrebonne Parish Consolidated Government |
Bid 22-PEST-104 (Re-Bid) Pest Control Services for Various Parish Departments/Divisions
|
Bid Date: February 9, 2023<br />Bid Time 2:00 P.M. CST
https://www.centralauctionhouse.com/rfp3439258-bid-22-pest-104-re-bid-pest-control-services-for-various-parish-departmentsdivisions-.html
24-Jan-2023 02:07:00 PM |
09-Feb-2023 02:00:00 PM |
Terrebonne Parish Consolidated Government |
Bid 23-GDRA-09 Purchase of New/Unused 12-yard Tandem Dump Trucks
|
Bid Date: February 10, 2023<br />Bid Time: 2:00 P.M. CST
https://www.centralauctionhouse.com/rfp93481299-bid-23-gdra-09-purchase-of-newunused-12-yard-tandem-dump-trucks-.html
26-Jan-2023 08:12:00 AM |
10-Feb-2023 02:00:00 PM |
Terrebonne Parish Consolidated Waterworks District No. 1 |
PURCHASE OF GRANULAR ACTIVATED CARBON FILTER MEDIA
|
NOTICE TO BIDDERS<br /><br />The Board of Commissioners of Consolidated Waterworks District No. 1, Terrebonne Parish, Louisiana has authorized the Staff of the District to receive sealed bids for the furnishing of Granular Activated Carbon for the Waterworks District’s Water Treatment Plant/s. Bids will be received until 3:00 P.M. CST on January 18, 2023 after which time they will be publicly opened and read aloud. Bidding may also be conducted electronically. Please find bid related materials and submit electronic bids at WWW.CENTRALBIDDING.COM.<br /><br />All proposals shall be sealed and addressed as follows:<br /> <br /> Proposals: Granular Activated Carbon<br /> Consolidated Waterworks District No. 1<br /> 8814 Main Street<br /> P.O. Box 630<br /> Houma, Louisiana 70361<br /> <br /> Proposal must be accompanied with a bid bond or certified check in the amount of five percent (5%) of amount bid. Proposals must be made on blank forms furnished with the contract documents.<br /> <br /> Please contact Brennan Leblanc, EI, Engineer Intern, at 985-446-5541 or email brennan.leblanc@tpcw.org for any clarification or information with regard to the plans and specifications. Copies of detailed Specifications and Contract Documents may be obtained from the office of Consolidated Waterworks District No. 1, 8814 Main Street, P.O. Box 630, Houma, Louisiana 70361; Attn: Brennan LeBlanc.<br /> <br /> The Board of Commissioners of Consolidated Waterworks District No. 1, Terrebonne Parish, Houma, Louisiana reserves the right to reject any or all proposals and to waive informalities.<br /> <br />THUS DONE AND SIGNED in Houma, State of Louisiana on the 5th day of December, 2022. <br /><br />Chester P. Voisin<br />Chester P. Voisin, President<br />Consolidated Waterworks District No. 1<br /> <br />Published: December 30, 2022<br /> January 11, 2023
https://www.centralauctionhouse.com/rfp16495922-purchase-of-granular-activated-carbon-filter-media.html
30-Dec-2022 12:00:00 AM |
01-Feb-2023 03:00:00 PM |
Terrebonne Parish Recreation District 7 |
Little Caillou Gym Demolition
|
INVITATION TO BIDDERS<br /> <br /> Sealed bids will be received on Tuesday, February 7, 2023 by the Terrebonne Parish Recreation District No. 7 (TPRD7), at the All South Consulting Engineers office, 107 W. Woodlawn Ranch Road, in Houma, Louisiana until 2:00 P.M, and TPRD7 shall at that time and place publicly open the bids and read them aloud.<br /> <br />Bid documents are posted on http://www.centralauctionhouse.com/rfp.php?cid=65. 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 /> Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: All South Consulting Engineers<br /> 107 W. Woodlawn Ranch Rd.<br /> Houma, Louisiana 70363<br /> Attn: Michael B. Slovensky<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 /> Project Name: Little Caillou Gym Demolition<br /> <br /> ASCE Project No: 059-005-01 (1A)<br /> <br /> Project Description: This project consists of the demolition of the Little Caillou Gym down to the existing slab including capping all required utilities. <br /> <br /> Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors. <br /> <br />This Project shall require a Louisiana Contractors license number for BUILDING CONSTRUCTION (CLASS I).<br /> <br /> Bidding Documents for this Project are on file in the office of All South Consulting Engineers, LLC, 107 West Woodlawn Ranch Road, Houma, Louisiana 70363. In accordance with Louisiana Public Bid Law, prime bidders shall be charged a deposit of $100.00 and upon return of the plans and specifications in good condition within ten (10) days from the bid opening shall be refunded the deposit. Please contact Michael Slovensky P.E., Project Manager, All South Consulting Engineers, LLC at 985-537-8893 for any clarification or information with regard to the specifications.<br /> <br /> A Non-mandatory Pre-Bid Conference will be held on, January 23, 2023 at 10:00 am at the office of All South Consulting Engineers, located at 107 West Woodlawn Ranch Road, Houma, Louisiana 70363.<br /> <br />The Terrebonne Parish Recreation District No. 7 reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br /> /s/ Donald Tivet __<br />DONALD TIVET, CHAIRMAN<br />TERREBONNE PARISH RECREATION DISTRICT NO. 7<br /> <br />PUBLISH:<br /> <br />January 9, 2023<br />January 16, 2023<br />January 23, 2023
https://www.centralauctionhouse.com/rfp55299447-little-caillou-gym-demolition.html
09-Jan-2023 07:30:00 AM |
07-Feb-2023 02:00:00 PM |
Terrebonne Parish School District |
Hurricane Ida Damage Repairs for Bayou Black Elementary School
|
Sealed bids will be received on TUESDAY, JANUARY 31, 2023 by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 2:00 P.M. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 2:00 P.M., all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br />WORK DESCRIPTION:<br /> <br />TERREBONNE PARISH SCHOOL BOARD HURRICANE IDA DAMAGE REPAIRS FOR<br />Bayou Black Elementary School<br />4449 Bayou Black Drive<br />Houma, Louisiana 70360<br />Architect’s Project No. 2151A<br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from:<br /> <br />LETTERMAN’S BLUE PRINT & SUPPLY CO.<br />4726 Government Street<br />Baton Rouge, Louisiana 70806 <br />(225) 925-2663<br /> <br />An On-Site Non-Mandatory Pre-Bid Conference shall be held for bidders on TUESDAY, JANUARY 17, 2023, commencing at 10:00 a.m. at BAYOU BLACK ELEMENTARY SCHOOL, 4449 BAYOU BLACK DRIVE., HOUMA, LA 70360. <br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br />Bid Security in an amount equal to not less than FIVE PERCENT (5%) of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the TERREBONNE PARISH SCHOOL BOARD. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(B)(5). <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 1-17 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of BUILDING CONSTRUCTION.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The TERREBONNE PARISH SCHOOL BOARD, to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any / or all Bids / Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br />Mr. Gregory Harding, President<br />Terrebonne Parish School Board <br /> <br />FIRST PUBLICATION: THURSDAY, DECEMBER 22, 2022 <br />SECOND PUBLICATION: WEDNESDAY, DECEMBER 28, 2022 <br />THIRD PUBLICATION: WEDNESDAY, JANUARY 4, 2023
https://www.centralauctionhouse.com/rfp72116607-hurricane-ida-damage-repairs-for-bayou-black-elementary-school.html
21-Dec-2022 05:00:00 PM |
31-Jan-2023 02:00:00 PM |
Terrebonne Parish School District |
TPSD: Hurricane Ida-Permanent Repairs: Louis Miller Votech - Building M
|
NOTICE TO CONTRACTORS<br /> <br />Terrebonne Parish School District (herein referred to as the Owner)<br />Terrebonne Parish, Louisiana<br /> <br />Notice is hereby given that the Terrebonne Parish School District will receive sealed bids for New Construction at Louis Miller Terrebonne Vo-Tech - Building M, in Terrebonne Parish, Louisiana until 2:00 P.M. local time on Wednesday, February 8, 2023. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. Bids received by 2:00 P.M. on Wednesday, February 8, 2023, will be publicly opened and read aloud at 201 Stadium Drive, Houma, LA 70360.<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/transportation charges, if applicable.<br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School District has partnered with Central Bidding to distribute bid/Bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding/proposal system. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs shall be submitted at www.centralbidding.com at no charge. Bidders 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 District. Printed copies of the Contract Documents are not available from the Architect or Owner.<br /> <br />Contractors desiring to bid shall submit to the Architect evidence that they hold a contractor license in the classification of BUILDING CONSTRUCTION that is in full force and effect.<br /> <br />Every Bid submitted shall be accompanied by a Bid guaranty in the form of a certified check, cashier's check or bid bond in an amount of not less than five percent (5%) of the total amount proposed and shall be made payable to the Terrebonne Parish School District. All Bid bonds shall be accompanied by a duly authorized power of attorney and shall be guaranteed by a surety or insurance company currently on the U.S. Department of Treasury Financial Management Service list of approved bonding companies (U.S. Department of Treasury Circular 570) or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide or by an insurance company in good standing licensed to write Bid bonds which is either domiciled in Louisiana or owned by Louisiana residents.<br /> <br />No Bid may be withdrawn for a period of 45 days after receipt of Bids. The time of completion of this project is of prime importance. All of the work required shall be completed within One Hundred Fifty (150) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Contractors, 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 the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br />A non-Mandatory Pre-Bid conference at which time the scope of the project, contract time, and other requirements of the Bid documents, or any other special requirements for the project that may be discussed with prospective bidders, will be held at Louis Miller Terrebonne Vo-Tech – Building M, 3051 Patriot Drive, Houma, Louisiana 70363 on Wednesday, January 25, 2023 at 10:00 A.M. local time.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the OWNER reserves the right to reject any and/or all Bids for just cause.<br /> <br /> <br /> <br />______________________________<br />/S/ Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School District<br />PUBLISH (3):<br /> <br />January 13, 2023<br />January 16, 2023<br />January 23, 2023
https://www.centralauctionhouse.com/rfp41084647-tpsd-hurricane-ida-permanent-repairs-louis-miller-votech--building-m-.html
13-Jan-2023 05:00:00 PM |
08-Feb-2023 02:00:00 PM |
Terrebonne Parish School District |
Terrebonne Parish School Board Hurricane Ida Damage Repairs for Broadmoor Elementary School
|
SECTION 001113 – ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on Tuesday, February 14, 2023 by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 2:00 PM. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly<br />2:00 PM., 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 District. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br />WORK DESCRIPTION:<br /> <br />TERREBONNE PARISH SCHOOL BOARD HURRICANE IDA<br />DAMAGE REPAIRS FOR:<br /> <br />Broadmoor Elementary School<br />1010 Broadmoor Avenue<br />Houma, Louisiana 70364<br />Architect’s Project No. 2249<br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from:<br /> <br />LETTERMAN’S BLUE PRINT & SUPPLY CO.<br />4726 Government Street<br />Baton Rouge, Louisiana 70806 <br />(225) 925-2663<br /> <br />An On-Site Non-Mandatory Pre-Bid Conference shall be held for bidders on Tuesday, February 7, 2023 commencing at 10:00 AM at BROADMOOR ELEMENTARY SCHOOL, 1010 BROADMOOR AVE., HOUMA, LA 70364.<br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br />Bid Security in an amount equal to not less than FIVE PERCENT (5%) of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the TERREBONNE PARISH SCHOOL BOARD. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(B)(5). <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 1-17 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of BUILDING CONSTRUCTION.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least Forty-Five (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School District. The TERREBONNE PARISH SCHOOL BOARD, to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any / or all Bids / Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /> <br />Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board <br /> <br /> <br /> <br />FIRST PUBLICATION: January 18, 2023 <br />SECOND PUBLICATION: January 25, 2023<br />THIRD PUBLICATION: February 1, 2023<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp90991219-terrebonne-parish-school-board-hurricane-ida-damage-repairs-for-broadmoor-elementary-school.html
17-Jan-2023 03:25:00 PM |
14-Feb-2023 02:00:00 PM |
Terrebonne Parish School District |
TPSD - Security Projects at Acadian, Broadmoor, Elysian Fields, Honduras Elementary and Oaklawn Middle School
|
<div style="text-align: center;">NOTICE TO CONTRACTORS<br /><br />Terrebonne Parish School District (herein referred to as the Owner)<br />Terrebonne Parish, Louisiana<br /> </div>Notice is hereby given that the Terrebonne Parish School District will receive sealed bids for Security Improvements at Acadian Elementary, Broadmoor Elementary, Elysian Fields, Honduras Elementary, and Oaklawn Middle School in Terrebonne Parish, Louisiana until 2:00 P.M. local time on Thursday, February 16, 2023. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. Bids received by 2:00 P.M. on Thursday, February 16, 2023, will be publicly opened and read aloud at 201 Stadium Drive, Houma, LA 70360.<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/transportation charges, if applicable.<br /><br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School District has partnered with Central Bidding to distribute bid/Bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding/proposal system. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs shall be submitted at www.centralbidding.com at no charge. Bidders 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 District. Printed copies of the Contract Documents are not available from the Architect or Owner.<br /><br />Contractors desiring to bid shall submit to the Architect evidence that they hold a contractor license in the classification of BUILDING CONSTRUCTION or FENCING that is in full force and effect.<br /><br />Every Bid submitted shall be accompanied by a Bid guaranty in the form of a certified check, cashier's check or bid bond in an amount of not less than five percent (5%) of the total amount proposed and shall be made payable to the Terrebonne Parish School District. All Bid bonds shall be accompanied by a duly authorized power of attorney and shall be guaranteed by a surety or insurance company currently on the U.S. Department of Treasury Financial Management Service list of approved bonding companies (U.S. Department of Treasury Circular 570) or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide or by an insurance company in good standing licensed to write Bid bonds which is either domiciled in Louisiana or owned by Louisiana residents.<br /><br />No Bid may be withdrawn for a period of 45 days after receipt of Bids. The time of completion of this project is of prime importance. All of the work required shall be completed within One Hundred Eighty (180) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office, if required, for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Contractors, 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 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 />A non-Mandatory Pre-Bid conference at which time the scope of the project, contract time, and other requirements of the Bid documents, or any other special requirements for the project that may be discussed with prospective bidders, will be held beginning at Acadian Elementary School (Check In @ Front Office) then proceeding to the other sites on Wednesday, February 1, 2023 at 10:00 A.M. local time.<br /><br />To the extent permitted by applicable state and federal laws and regulations, the OWNER reserves the right to reject any and/or all Bids for just cause.<br /><br /> <div>/S/ Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School District<br /><br />PUBLISH (3):<br /> <br />January 20, 2023<br />January 23, 2023<br />January 30, 2023<br /> </div>
https://www.centralauctionhouse.com/rfp87137776-tpsd--security-projects-at-acadian-broadmoor-elysian-fields-honduras-elementary-and-oaklawn-middle-school.html
20-Jan-2023 06:15:00 PM |
16-Feb-2023 02:00:00 PM |
Town of Berwick |
Country Club Drainage Improvements
|
https://www.centralauctionhouse.com/rfp93810156-country-club-drainage-improvements.html
20-Jan-2023 12:00:00 AM |
09-Feb-2023 10:00:00 AM |
Vermilion Parish Police Jury |
Re-Roofing and Miscellaneous Repairs at the Cecil McCrory Exhibition Building
|
<b>NOTICE TO BIDDERS</b><br /> <div style="text-align: justify;">Notice is hereby given that sealed bids will be received by the Vermilion Parish Police Jury at the Vermilion Parish Courthouse, Police Jury Meeting Room, at 100 N. State Street, Suite 200, Abbeville, Louisiana, 70510, or online at http://www.centralauctionhouse.com until <b>3:00 P.M., Wednesday, February 15, 2023</b> for the following:</div> <br /><b>RE-ROOFING AND MISCELLANEOUS REPAIRS AT THE<br />CECIL McCRORY EXHIBITION BUILDING<br />FOR THE<br />VERMILION PARISH POLICE JURY</b><br /> <br />and will thereafter, be publicly opened and read aloud. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <div style="text-align: justify;">The Project generally consists of the removal, disposal, and replacement of the existing building’s approximate 45,000 Square Foot pre-finished, exposed fastener metal roof panels together with associated thermal roofing insulation along with removal and replacement of a specific quantity of rusted and deteriorated secondary metal roof framing members as indicated on the plans and specifications. The project also includes the removal, disposal and replacement of existing hollow metal doors, frames, and associated hardware.</div> <div style="text-align: justify;"><b>A Pre-Bid Conference will be held at the Project Site (1105 West Port Street, Abbeville, Louisiana 70510) at 9:00 AM, - Thursday February 2, 2023. All interested parties are encouraged to attend.</b></div> <div style="text-align: justify;">General contractors (Prime Bidders), subcontractors and material suppliers interested in bidding shall obtain complete sets of plans, specifications and bid documents at the office of The Sellers Group, 147 Easy Street, Lafayette, Louisiana 70506 (337) 232-0778. Printed sets and plans, specifications and bidding documents are available upon deposit of $60.00 for each set of documents plus $10.00 postage and handling fee if applicable. Deposit for the first set is fully refundable to all bona fide prime contract bidders and a refund of $30.00 will be made for all additional sets to general contractors and to all subcontractors and material suppliers upon return of documents in good condition not later than ten (10) days after receipt of bids. The deposit for damaged, incomplete, or late returned documents may be forfeited. Partial sets of documents will not be issued. As an option to printed plans and specifications, parties may request and acquire an electronic copy (in pdf format) set of plans, specifications, and bidding documents from the office of the Architect at no cost. Plans, specifications and bid documents shall be available until twenty-four (24) hours before the bid opening. For convenience, complete Sets of Plans and Specifications may also be viewed online at http://www.centralauctionhouse.com.</div> <div style="text-align: justify;"><b>Notice: Prime Bidders (General Contractors) must register with and acquire printed plans and specifications from the office of the Architect in order to be eligible to bid the project. Any Bid submitted by a Prime Bid Contractor that has not registered with and acquired plans and specifications from the office of the Architect shall be rejected.</b></div> <div style="text-align: justify;">Each quotation shall be accompanied by a certified check, cashier's check, or bid bond payable to the Owner, the amount of which shall be five percent (5%) of the total amount bid (including 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 a least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide. </div> <div style="text-align: justify;">The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state. 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.</div> <div style="text-align: justify;">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.</div> <div style="text-align: justify;">Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Title 37 of the Louisiana Revised Statutes (LA. R.S. 37:2150-2192) for the classification of BUILDING CONSTRUCTION and show their license number on the front of the sealed envelope in which their bid is enclosed. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. If the contract price is less than $50,000.00, the contractor need not be licensed. Any bid submitted that does not require the contractor to hold a license shall state the exemption on the bid envelope. Additional information relative to the licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.</div> <div style="text-align: justify;">The bidder is required to comply with provisions and requirements in accordance with LA. R. S. 38:2212(B)5. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.</div> <br />Each bid shall be submitted only on the Bid Form included in the Specifications.<br /> <div style="text-align: justify;">The Owner reserves the right to reject any and all quotations or any portions thereof for just cause. In accordance with LA R. S. 38:2212(B)(1), the provisions and requirements of this Section, those stated in the Advertisement (Notice) to bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.</div> <div style="text-align: justify;">Any person with disabilities requiring special accommodation must contact the Vermilion Parish Police Jury Administrative Offices no later than seven (7) days prior to bid opening.</div> <br />Vermilion Parish Police Jury<br /> <br />Keith Roy, Parish Administrator<br /> <br />Publish Dates: January 18, 2023, January 25, 2023, February 1, 2023
https://www.centralauctionhouse.com/rfp86755182-re-roofing-and-miscellaneous-repairs-at-the-cecil-mccrory-exhibition-building.html
18-Jan-2023 12:00:00 AM |
15-Feb-2023 03:00:00 PM |
Vermilion Parish School Board |
BID 2022.717 HURRICANE REPAIRS AT FORKED ISLAND/E BROUSSARD ELEMENTARY SCHOOL
|
<u>NOTICE TO BIDDERS</u><br /> <br />Sealed bids from contractors will be received either by the Vermilion Parish School Board, located at the Charles Campbell Curriculum Annex Center, Board Room, 216 South Jefferson Street, Abbeville, Louisiana 70510, on Wednesday, March 1, 2023 at 2:30pm CST, or online at www.centralbidding.com, for all labor, materials and equipment required to fully complete the project entitled:<br /> <br /><b>Bid No. 2022.717</b><br /><b>HURRICANE REPAIRS FOR:</b><br /><b>FORKED ISLAND E. BROUSSARD ELEMENTARY SCHOOL</b><br /><b>VERMILION PARISH SCHOOL BOARD</b><br />19635 Columbus Road<br />Abbeville, Louisiana 70510<br /> <br />as designated on the drawings. Bids will be publicly opened and read aloud at the time and place stated. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />Official Bid Documents are available at Central Bidding. 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 are accepted at Central Bidding. Central Bidding can be accessed at <u><a href="http://www.centralbidding.com/">www.centralbidding.com</a></u>. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A <b>Mandatory Pre-Bid Conference</b> has been scheduled for Thursday, February 16, 2023 at 11:30am CST, Forked Island E. Broussard Elementary School, <b>19635 Columbus Road, Abbeville, Louisiana 70510</b>.<br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />Contract, if awarded, will be on a single lump sum basis to bidders licensed under the provisions of Contractor's Licensing Law of the State of Louisiana. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of La. R.S. 38:2214.<br /> <br />Bids will be evaluated by the Purchaser based on cost, quality adaptability of the particular material to the use intended and delivery time of material. The purchaser reserves the right to reject any and all bids, waive informalities, and select the material that best suits his needs, whether the price is the lowest or not.<br /> <br />If the Bidder is notified of the acceptance of the bid within thirty (30) calendar days of the opening of bids, he agrees to execute a contract for the work accepted in the form AIA Document A101, within ten (10) days after receipt of written notice from the owner that the instrument is ready for signature, and that he will complete the work within 180 calendar days. Liquidated damages shall be assessed in the amount of $200.00 per day in accordance with the requirements as stated in the contract.<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. <b>Contractors shall be licensed for the classification of “Building Construction”. </b>Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />Qualified Small Business Enterprises, Minority-Owned Business Enterprises, Women-Owned Business Enterprises and Labor Surplus Area Firms are encouraged to submit bids as Prime (General) and/or Subcontractors for this project.<br /> <br />The Attention to Bidders is called to particular requirements and conditions of employment to be observed including but not particularly limited to: Executive Order (EO) 11246, Equal Employment Opportunity (EEO); the Copeland Anti-Kickback Act; Sections 103 and 107 of the Contract Work Hours and Safety Standards Act; Section 306 of the Clean Air Act; Section 508 of the Clean Water Act; Executive Order 11738 and Environmental Protection Act (EPA) Regulations, 40 CFR 15.<br /> <br />The Owner reserves the right to reject any and all quotations or any portions thereof for just cause. In accordance with LA R. S. 38:2212(B)(1), the provisions and requirements of this Section, those stated in the invitation to bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br /> <br /> <br />Vermilion Parish School Board<br /> <br />Thomas J. Byler<br />Superintendent<br /> <br /> <br />Publish Dates: January 25, 2023, February 1, 2023, and February 8, 2023.<br /> <br />
https://www.centralauctionhouse.com/rfp81744211-bid-2022717-hurricane-repairs-at-forked-islande-broussard-elementary-school.html
25-Jan-2023 12:00:00 AM |
01-Mar-2023 02:30:00 PM |
Washington Parish School Board |
Franklinton Jr. High School Reroof - Rebid
|
ADVERTISEMENT FOR BID<br /><br />Sealed bids for:<br /><br />FRANKLINTON JUNIOR HIGH SCHOOL REROOFING<br /><br />will be received on Thursday, February 2, 2023, at 2:00 p.m., at Washington Parish School System, 800<br />Main Street, Franklinton, LA 70438 for the Franklinton Junior High Reroofing. Bids will be addressed to<br />Washington Parish School System.<br />The successful Bidder will be required to enter into a contract with the above Owner and to furnish all the<br />materials, perform all of the work, supervise, coordinate, administrate and be responsible for the work.<br />A cashier's or certified check, payable without recourse to Washington Parish School System or acceptable<br />surety bid bond in an amount not less than 5% and of the largest possible bid must accompany each bid as<br />a guarantee that if awarded the contract, the bidder will promptly enter into a contract and execute bonds in<br />forms as outlined in the Specifications. A performance bond and a payment bond with each in an amount<br />of 100% of the contract will be required to be furnished by the successful bidder, and all costs in connection<br />with such bonds shall be paid by the successful bidder.<br />Printed copies are not available from the office of the Architect, however, arrangements can be made to<br />obtain them from City Blueprint at cityblueprint.com. Plan holders are responsible for their own<br />reproduction costs when obtained through City Blueprint. Questions regarding these arrangements can be<br />directed to City Blueprint at 504-522-0387.<br />Project specific questions shall be directed to the office of the Architect to reception@ggbarchitects.com.<br />Bidding Documents may be examined at the office of Gasaway Gasaway Bankston Architects, 985-345-<br />5047, 1007 W. Thomas Street, Suite G, Hammond, Louisiana, 70401. Prospective Bidders are cautioned<br />that the failure to obtain Bid Documents as set forth above or notify the Architect of an intention to Bid<br />could prevent the Prospective Bidder from receiving additional information, updates or addenda that may<br />be issued concerning bidding on this Project.<br />Bid related information is also available online and electronic bids may be submitted online at<br />www.centralauctionhouse.com.<br />In order to be considered a qualified bidder, bid documents must be obtained either through City Blueprint<br />or Central Auction House.<br />The Contractor/Bidder shall certify that he is licensed under R.S. 37:2150-2173 and show the Bidder’s<br />name, his Louisiana license number, and the project name on the bid envelope which shall be addressed to<br />Washington Parish School System.<br />A Pre-Bid Conference will be held at Franklinton Junior High School located at 617 Main St, Franklinton,<br />LA 70438, on Wednesday, January 18, 2023, at 10:00 a.m.<br /><br />1st ADVERTISEMENT Wednesday, January 4, 2023<br />2nd ADVERTISEMENT Wednesday, January 11, 2023<br />3rd ADVERTISEMENT Wednesday, January 18, 2023
https://www.centralauctionhouse.com/rfp83582690-franklinton-jr-high-school-reroof--rebid.html
04-Jan-2023 08:00:00 AM |
02-Feb-2023 02:00:00 PM |