Agency |
Title |
Date published |
Bid opening date |
Acadia Parish Police Jury |
FEBRUARY 1, 2024 - JANUARY 31, 2025 ANNUAL BIDS
|
Acadia Parish Police Jury<br />ADVERTISEMENT FOR BIDS<br />(February 1, 2024 – January 31, 2025)<br /> <br />Sealed bids are invited and will be received by the Administrative Office of the Acadia Parish Police Jury, until 1:00 P.M., (Bid opening at 1:15 P.M.) on Thursday, December 14, 2023, in the Office of the Police Jury, 505 N.E. Court Circle, Administrative Office Building, P.O. Box A, Crowley, Louisiana 70527 or by electronic bid at www.centralauctionhouse.com for the following:<br />Gravel Lubricants<br />Grader Blades Lumber<br />Asphalt Products Emulsified Asphalt<br />Corrugated Metal Pipe Corrugated Metal Arch Pipe<br />Herbicide Contract Labor<br />Sand Limestone<br />White Goods Fuel<br />Crushed Concrete Official Journal<br />Self-Locking Pipe Expanded Clay<br />Road Signs<br /> <br />Specifications on the above may be obtained from the Acadia Parish Police Jury Office, 505 N.E. Court Circle, Administrative Office Building, Crowley, Louisiana or online at www.centralauctionhouse.com.<br />The Police Jury reserves the right to reject any and all bids or to accept any bid(s) which in the opinion of the Jury will be to the best interest of the Parish of Acadia.<br /> <br />Attest:<br />Huey Bryan Borill Chance K. Henry<br />Secretary-Treasurer President<br /> <br />Any additional questions please contact: Samantha Hickman Purchase Agent Acadia Parish Police Jury office-<br />(337) 788-8800 direct- (337) 788-8410
[email protected]
https://www.centralauctionhouse.com/rfp13647895-february-1-2024--january-31-2025-annual-bids.html
20-Nov-2023 12:00:00 AM CST |
14-Dec-2023 1:00:00 PM CST |
Ascension Parish Government |
Limestone #57 (Gray), #89 (Gray), #610 (Gray) & 610 (Mexican)
|
<br /> <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>December 28,2023,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 one-year 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 – 12/7/23, 12/14/23, 12/21/23 <br /> <br />CHIEF - 12/7/23, 12/14/23, 12/21/23 <br />
https://www.centralauctionhouse.com/rfp72209781-limestone-57-gray-89-gray-610-gray-610-mexican-.html
07-Dec-2023 7:00:00 AM CST |
28-Dec-2023 2:00:00 PM CST |
Ascension Parish Government |
Pumped Sand & River Silt
|
BID NOTICE<br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until, December 12, 2023 at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br /><br /> PUMPED SAND<br />Delivered to locations listed below and stockpiled<br />Priced Per Yard Only<br />Alternate No. 1 – Material picked-up by Ascension Parish Government<br />Priced Per Yard Only<br /> <br /> RIVER SILT<br />Delivered to locations listed below and stockpiled<br />Priced Per Yard Only<br />Alternate No. 1 – Material picked-up by Ascension Parish Government<br />Priced Per Yard Only<br /> <br />STOCKPILE LOCATIONS:<br />1<br />ASCENSION PARISH PUBLIC WORKS DEPARTMENT (EAST)<br />42077 CHURCHPOINT ROAD, GONZALES, LOUISIANA 70737<br />2<br />ASCENSION PARISH PUBLIC WORKS DEPARTMENT (WEST)<br />725 CHURCH STREET, DONALDSONVILLE, LOUISIANA 70346<br />3<br />LAMAR DIXON EXPO CENTER<br />9039 S. ST. LANDRY ROAD, GONZALES, LOUISIANA 70737<br />4<br />FIRE PROTECTION DISTRICT NO. 1<br />13192 N. AIRLINE HIGHWAY, GONZALES, LOUISIANA 70737<br />5<br />FIRE PROTECTION DISTRICT NO. 2<br />700 LAFOURCHE STREET, DONALDSONVILLE, LOUISIANA 70346<br />6<br />FIRE PROTECTION DISTRICT NO 3<br />14517 HIGHWAY 73, PRAIRIEVILLE, LA 70769<br /> <br />State of Emergency (Federal, State and Local)<br /> <br />During a Declared State of Emergency, you may be asked to deliver material to locations not listed above. The Parish will allow a $2.00 per yard increase during these declarations to locations not listed above. This may include Ascension Parish Fire Stations, Ascension Parish Schools, and any other Ascension Parish location(s) deemed necessary by Parish Government.<br /> <br />Bids are to be submitted on price per yard basis only, for a one-year period.<br /> <br />The bid shall be valid for one (1) year from the date of Parish Council Approval.<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 http://www.centralauctionhouse.com. 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 />The Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />Ascension Parish Government reserves the right to reject any or all bids for just cause.<br /> <br />ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT<br /> <br />CHIEF - Please publish 11/16, 11/30 & 12/7<br />WEEKLY- Please publish 11/16, 11/30 & 12/7<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp76000711-pumped-sand-river-silt-.html
16-Nov-2023 10:00:00 AM CST |
12-Dec-2023 10:00:00 AM CST |
Ascension Parish Government |
Oil and Grease Bid 2024
|
<br />Parish of Ascension<br />www.ascensionparish.net<br /><br />Clint Cointment Jim Buras<br />ascension parish president Purchasing Director <br />BID NOTICE<br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey St. Gonzales, Louisiana 70737 (mailing address PO Box 2392, Gonzales, LA 70707-2392) until,<br />December 28, 2023 at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br /> <br />OIL AND GREASE<br /> <br />15W40 – BULK OIL $____________________________Priced per Gallon<br />API CJ-4, CI-4 Plus, CI-4, CG-4, CF-4, API SL, SJ, SH; Cat ECF-1, ECF-2 & ECF-3; Cummins CES 20081; Detroit Diesel 7SE 270; DDC/MTU series 2000/4000 Category 1&2; Mack EO-O Premium Plus; Mack EO-ON Premium Plus, Mack EO-N Premium Plus; Mack EO-M; Volvo VDS 4, olvo VDS 3, VDS 2, VDS; ACEA European Service Categories E9-08 & E&-08; Allison C-4; Caterpillar TO-2<br /> <br />SAE 10 W – BULK OIL $____________________________Priced per Gallon<br />API CF; API SH, MIL-L-2104 F; MIL-L-46152E; Allison C-4 & C-3<br /> <br />30W – 55 Gal. Drums $____________________________Priced per 55 Gallon Drum<br />API CF-2; API CF & SH; Mack EO-K/2, EO-K; Detroit Diesel Series 53, 71, 92; MIL-L-2104 F; Allison C-4 & C-3<br /> <br />Transmission oil – 55 Gal. Drums $____________________________Priced per 55 Gallon Drum <br />AGCO; John Deere J20C; Ford New Holland ESN-M2C134-D, FNHA 2; Massey Ferguson M1135, M1141, M1143; Case Corporation JIC-143, JIC-145, MS1206, MS 1207, MS 1209, MS 1210 (TCH); Oliver Q-1766B: Caterpillar TO-2; Renk Doromat 874A & 874B; Kubota UDT; International Harvester B6; Volvo WB 101<br /> <br />Antifreeze Coolant – Bulk $____________________________Priced per Gallon<br />Most green coolants are conventional EG with some corrosion inhibitors. <br /> <br />Gear Oil 80w/90 – 5 Gal. $____________________________Priced per 5 Gallon Container<br />API Service Classification GL-5<br /> <br />Gear oil – 5 Gal. $____________________________Priced per 5 Gallon Container <br />US Steel 424; AGMA EP 9005-E02; MAG Cincinnati, Cincinnati Machine P-74<br /> <br />Transmission Oil MD3- 55 Gal. $____________________________Priced per 55 Gallon Drum<br /> <br />Diesel Exhaust Fluid $____________________________Priced per 2 Gallon Container<br /> <br />PCA Environ AW46 Biodegradable 10W Hydraulic Oil $ Priced per 55 Gallon Drum<br /> <br />SHELL SPIRAX – S6 ATF A295, Synthetic Extended Drain Heavy Duty ATF $ Priced per 5 Gallon Container<br />Recommended for Allison TES-468; Former DEXRON III – application including synthetic; MB Approval 236.91; ZF TE ML 14A/14B/14C; Caterpillar AT-1; VOITH DIWA Transmissions; MAN 391-1-Z3; Complies with TES 295<br /> <br />OAT ANTIFREEZE- (ORGANIC ACID TECHNOLOGY) $_______________________Priced per 55 Gallon Drum<br /> ASTM D3306, D4985, D6210, D7583, AS/NZS 2108.1.1997 “TYPE A”, BS 6580, BS5117, CATERPILLAR EC-1, CID-A-A-52624, CUMMINS 3666132, 14603, DETROIT DIESEL 7SE298, 933333K217, FREIGHTLINER 48-22880, GM1825M, 1899M AND HEAVY TRUCK, NAVISTAR/ITE CEMS B-1, JIS K2234, KENWORTH R026-170-97, MACK 014GS17004, MAN 324, MTU MTL 5048, PACCAR CS0185, PETERBILT 8502.002, TMC RP 338, TMC RP 329B, VOLVO<br /> <br />JEFF COOL-E105 ANTIFREEZE $______________________ Priced per 55 Gallon Drum<br />CATERPILLAR (E100 AND E100N ONLY; EXCLUDING P150 AND P150N), COOPER BESSEMER, DRESSER-RAND (ENGINES AND COMPRESSORS), GE- JENBACHER (E100N APPROVED), ENTERPRISE, SUPERIOR, WAUKESHA<br /> <br />SUPER SYNTHETIC 75W10-140- SYNTHETIC GEAR OIL $____________________ Priced Per 5 Gallon Pail<br />API GL-5<br /> <br />SHELL ROTELA T4 TRIPLE PROTECTION SAE 15W-40 $____________________ Priced Per 55 Gallon Drum<br />API CK-4, C5-4, CI-4 PLUS, Q-4, CH-4. ACEA:E9, CATERPILLAR, ECF-3, ECF-2, CUMMINS- CES20046, JASO: DH-2/MA/MA2, DDC DF5 93K222, MB-APPROVAL 228.31, VOLVO VDS-4.5, MACK EOS-4.5 MAN:M3575, MTU CATEGORY 2:1, DEUTZ: DQC111-10LA, ALLISON TES439, **68044417PC<br /> <br />Shell Morlina S4 B 220 $__________________ Priced Per 55 Gallon Drum<br />ISO 12925-1 Type CKT Specification, ANSI/ AGMA 9005-E02<br /> <br />Motorcraft SAE 5W-20 Synthetic Blend Motor Oil $ ____________________ Priced Per 55 Gallon Drum<br />API GF-6/SP/RC/SN PLUS<br /> <br />Shell Omala S2 GX 220 $ ____________________ Priced Per 55 Gallon Drum<br />ISO 12925-1 Type CKD<br /> <br />Chevron Black Pearl Grease EP NLGI 2 $ ____________________ Priced Per 35 LB Pail<br /> <br />CAM2 Promax AW 46 Hydraulic Oil $ _____________________ Priced Per 55 Gallon Drum<br />Denison HF-O , HF-2, Cincinnati Milacon P-68, P-69, and P-70, Vickers M-2950-S and 1-286-S, DIN 51524 ( Part II, III), ANSI 9005-E02- RO, ASTM D6158, GM LS-2, AND US STEEL 126, 127.<br /> <br />All Fleet Premium AW 46 Hydraulic Oil $_____________________ Price Per 55 Gallon Drum<br />PUR -020, 17178, PIN 17178, PIN 37178, PIN 57178, 17179, PIN 17179, PIN27179, PIN 37179, PIN57179, 17180, PIN 27180, 37180, PIN57180, 17181, PIN 17181, PIN 27181, PIN37181, PIN57181,17182,PIN17182,PIN27182,OIN37182,PIN57182<br /> <br />LA. R.S. 38:2212(F) (2)<br />Whenever in specifications the name of a certain brand, make, manufacturer, or definite specifications utilized, the specifications, shall state clearly that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type character, and quality of the product desired and that equivalent products will be acceptable…<br /> <br />Material Safety Data Sheets to be provided for all materials. <br /> <br />Bid to be submitted for a period beginning January 4, 2024 through December 31, 2024. Bids will be accepted as a package bid only.<br /> <br />Prices shall include delivery to various location facilities throughout Ascension Parish. All deliveries must be made no later than forty-eight hours (48) from time of order.<br /> <br />Price shall include pumping material into parish storage tanks if applicable.<br /> <br />The lowest responsive bidder, awarded the bid, must have a minimum of $300,000 General Liability Insurance and Workmen’s Compensation Insurance. A copy of the insurance must be sent to Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 prior to the vendor’s initial delivery of this material.<br /> <br />Bidding Documents may be obtained at the Ascension Parish Government Purchasing Department located at 615 E. Worthey St. Gonzales, Louisiana. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at http://www.centralauctionhouse.com. 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 Ascension Parish shall not be responsible if the bidder cannot complete and submit a bid due to failure or Incomplete<br />delivery of the files submitted via the internet.<br /> <br /> <br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualifications, or Request for Proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br /> <br />ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT<br /> <br /> <br /> <br />WEEKLY- Please publish 12/7, 12/14, 12/21<br />CHIEF - Please publish 12,7, 12/14, 12/21<br /> <br />
https://www.centralauctionhouse.com/rfp60687459-oil-and-grease-bid-2024.html
07-Dec-2023 7:00:00 AM CST |
28-Dec-2023 10:00:00 AM CST |
Ascension Parish Government |
Reinforced Concrete Pipe
|
<div>BID NOTICE</div><div> </div><div>Reinforced Concrete Pipe </div><div>Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 (mailing address PO Box 2392, Gonzales, LA 70707-2392) until December 28,2023 at 9:00 a.m. local time. The bids will be publicly opened and read aloud for the following:</div><div> </div><div> 15” Reinforced Concrete Pipe 15” Reinforced Concrete Pipe Arched </div><div> 18” Reinforced Concrete Pipe 18” Reinforced Concrete Pipe Arched </div><div> 24” Reinforced Concrete Pipe 24” Reinforced Concrete Pipe Arched </div><div> 30” Reinforced Concrete Pipe 30” Reinforced Concrete Pipe Arched </div><div> 36” Reinforced Concrete Pipe 36” Reinforced Concrete Pipe Arched </div><div> 42” Reinforced Concrete Pipe 42” Reinforced Concrete Pipe Arched </div><div> 48” Reinforced Concrete Pipe 48” Reinforced Concrete Pipe Arched </div><div> 54” Reinforced Concrete Pipe 54” Reinforced Concrete Pipe Arched</div><div> 60” Reinforced Concrete Pipe 60” Reinforced Concrete Pipe Arched</div><div> </div><div>All gasket and accessories should be included with each order and be included in the bid price per linear foot. </div><div> </div><div>Various pipe sizes and quantities per order to be delivered to various locations throughout Ascension Parish.</div><div> </div><div>Bid will be awarded as a package bid. Bid to be submitted for a one-year period.</div><div> </div><div>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 http://www.centralauctionhouse.com. Bidding Documents are available at Central Bidding. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814 </div><div> </div><div>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.</div><div> </div><div>Ascension Parish Government reserves the right to reject any and all bids for just cause. </div><div> </div><div>ASCENSION PARISH GOVERNMENT</div><div>CLINT COINTMENT, PARISH PRESIDENT</div><div> </div><div>CHIEF - Please publish 12/7/23, 12/14/23, 12/21/23</div><div>WEEKLY- Please publish 12/7/23, 12/14/23, 12/21/23 </div>
https://www.centralauctionhouse.com/rfp56771708-reinforced-concrete-pipe-.html
07-Dec-2023 7:00:00 AM CST |
28-Dec-2023 9:00:00 AM CST |
Ascension Parish Government |
West Ascension Early Learning Center Food Vendor
|
<div style="text-align: center;"><b>REQUEST FOR PROPOSALS<br /> <br />West Ascension Early Learning Center Food Vendor</b></div> <br />Request for Proposals (RFP) will be received by the Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 <b>until January 4, 2024 @ 3:00 PM local time</b> for the following:<br /> <div style="margin-left: 40px;"><i>Ascension Parish Government (Parish) is accepting proposals for the preparation and distribution of meals for the children enrolled with the West Ascension Early Learning Center. The responsible bidder/respondent shall provide the meals during daily operational hours despite weather conditions. Three (3) meals - breakfast, lunch, and afternoon snack will be provided in accordance with State and Federal codes, guidelines, and regulations.</i></div> <br /> <div>Firms/Individuals who are interested in providing services requested under this RFP <b>must submit six (6) copies of proposals 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 http://www.centralauctionhouse.com; however, six (6) hard copies must still be submitted within 24 hours of the Proposal submission deadline. </div> <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 Proposals</b> are accepted at Central Bidding, http://www.centralauctionhouse.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. All addenda, corrections, and responses to this public notice shall be posted to http://www.centralauctionhouse.com.<br /> <br />All questions regarding this RFP shall be submitted to the Purchasing Department via <b>
[email protected]</b> by<b> 3:00 PM on December 19, 2023</b>. Responses will be coordinated with the RFP Coordinator and posted on the http://www.centralauctionshouse.com by <b>3:00 PM on December 26, 2023</b>. <br /> <br />The Parish shall not be responsible if the bidder cannot complete and submit an RFP 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, 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 12/7/2023 12/14/2023 12/21/2023<br />GONZALES WEEKLY - PLEASE PUBLISH 12/7/2023 12/14/2023 12/21/2023
https://www.centralauctionhouse.com/rfp50995141-west-ascension-early-learning-center-food-vendor.html
07-Dec-2023 12:00:00 AM CST |
04-Jan-2024 3:00:00 PM CST |
Ascension Parish School Board |
RFP-5160-Student/Staff Computing Devices
|
<div style="text-align: center;"><b>REQUEST FOR PROPOSAL</b></div> <br /> <br />Proposals will be received by the Ascension Public Schools, Attention Amber Miller, Purchasing Department, 932 W. Orice Roth Road, Gonzales, LA 70737, not later than 10:00 a. m., Monday, December 11, 2023, for the following:<br /> <div style="text-align: center;"><b>RFP 5160<br />Student/Staff Computing Devices</b></div> <br /> <br />The Proposals will be opened at the APSB Distribution Center immediately following the close of proposal time on the above noted date.<br />Preliminary proposal information may be obtained by emailing
[email protected] or via https://www.centralauctionhouse.com 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/rfp64901535-rfp-5160-studentstaff-computing-devices.html
09-Nov-2023 8:00:00 AM CST |
11-Dec-2023 10:01:00 AM CST |
Ascension Parish School Board |
SB-10941-Prairieville High School Band Instruments
|
<div style="text-align: center;"><b>SB-10941<br />Prairieville High School Band Instruments</b></div> <br />Sealed bids will be received by the Ascension Parish School Board, not later than 10:00 a.m., Monday, December 18, 2023; at the following address:<br /> <div style="text-align: center;"><b>APSB Distribution Center<br />Attention: Amber Miller, Supply Chain Supervisor<br />932 W. Orice Roth Road<br />Gonzales, LA 70737</b></div>The Bids will be opened at the APSB Distribution Center immediately following the close of bid time on the above noted date. Preliminary bid information may be obtained by emailing
[email protected] 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/rfp76217221-sb-10941-prairieville-high-school-band-instruments.html
30-Nov-2023 7:15:00 AM CST |
18-Dec-2023 10:01:00 AM CST |
Bayou Black Volunteer Fire Department District #9 |
Bayou Black Fire Department Dayroom
|
LEGAL NOTICE ADVERTISEMENT FOR BIDS<br /><br /><br />Sealed bids will be received by the Bayou Black Volunteer Fire Department District #9 until 2:00 PM on Thursday, January 18, 2024, at Bayou Black Station, 2820 Savanne Road, Houma, Louisiana, at which time bids will be publicly opened and read-aloud for the Bayou Black Volunteer Fire Department District #9, Dayroom Addition, 2820 Savanne Road, Houma Louisiana 70360.<br /><br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br /><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 Enclosed <br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. No project Contract Documents will be provided by the Architect or Owner.<br /><br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /><br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />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 Terrebonne Parish Fire Protection District #9<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within Two Hundred Forty (240) 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 Instructions To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /><br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br /><br />A NON-MANDATORY Pre-bid Conference will be held at 2:00 PM on Thursday, January 4, 2024; at Bayou Black Volunteer Fire Department(addresses above) <br /><br />Bayou Black Fire Department<br />Chief Tony Bercegeay, Fire Chief <br /><br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT:12/14/2023<br />SECOND DATE: 12/18/2023<br />THIRD DATE:12/28/2023
https://www.centralauctionhouse.com/rfp79260002-bayou-black-fire-department-dayroom.html
14-Dec-2023 6:00:00 AM CST |
18-Jan-2024 2:00:00 PM CST |
Bogalusa City Schools |
Bogalusa CAT. 2 RFP #2024-2025
|
E-Rate Proposal for E-Rate Category 2 Products and Services<br />NOTICE TO BIDDERS The CITY OF BOGALUSA SCHOOLS, aka "DISTRICT," is seeking proposals for Category 2 Products and Services and Managed Internal Broadband Services (MIBS). The DISTRICT operates three traditional schools and two annexes eligible for Category 2 funding. The DISTRICT is seeking bids for E-rate eligible equipment, licenses, support warranties for new equipment, renewal licenses, cabling, Managed Internal Broadband Services (MIBS), and Basic Maintenance for renewal of support warranties and Basic Maintenance hourly rate proposals. Additionally, the District is seeking Wi-Fi equipment that will need to add connectivity in the school buses. There are approximately 15 buses. The FCC has not released the final eligible services list; however, the FCC has approved the service in a Declaratory Order. It is uncertain if the equipment needed for the service will be eligible as a Category 1 or 2 service. Therefore, a Category 1 Form 470 will be filed for the connectivity and service. Sealed proposals must be sent by certified mail, UPS, Fed Ex, or hand-delivered to CITY OF BOGALUSA SCHOOL BOARD OFFICE, or proposals may be uploaded at Https://www.centralauctionhouse.com.
https://www.centralauctionhouse.com/rfp78068223-bogalusa-cat-2-rfp-2024-2025.html
20-Nov-2023 4:00:00 PM CST |
08-Jan-2024 4:00:00 PM CST |
Bogalusa City Schools |
E-RATE CATEGORY 1 Wi-Fi ON BUSES/ Bogalusa CAT. 1 RFP #2024-2025
|
E-Rate Proposal for E-Rate Category 2 Products and Services<br />NOTICE TO BIDDERS The BOGALUSA CITY SCHOOLS, aka "DISTRICT," is seeking proposals for Data Plans for WI-FI on buses. The DISTRICT operates three traditional schools and two annexes and is eligible for a 90% E-Rate discount for Category 1 services. The DISTRICT is seeking Wi-Fi connectivity for the buses. There are approximately 15 buses. The FCC has not released the final eligible services list; however, the FCC has approved the service in a Declaratory Order. It is uncertain if the allowable equipment needed for the service will be eligible as a Category 1 or 2 service or both. Therefore, the DISTRICT will file a Category 1 Form 470 for connectivity and service under data plans. A Category 2 Form 470 will also be filed if the equipment is only allowed under Category 2. Sealed proposals must be sent by certified mail, UPS, Fed Ex, or hand-delivered to CITY OF BOGALUSA SCHOOL BOARD OFFICE, or proposals may be uploaded at Https://www.centralauctionhouse.com.
https://www.centralauctionhouse.com/rfp13697812-e-rate-category-1-wi-fi-on-buses-bogalusa-cat-1-rfp-2024-2025.html
20-Nov-2023 4:00:00 PM CST |
08-Jan-2024 4:00:00 PM CST |
Calcasieu Parish School System |
Hurricane Laura Repairs – Rosteet Annex – Repairs HL-738-01, 02
|
https://www.centralauctionhouse.com/rfp32267328-hurricane-laura-repairs-rosteet-annex-repairs---hl-738-01-02.html
15-Nov-2023 11:00:00 AM CST |
14-Dec-2023 11:00:00 AM CST |
Calcasieu Parish School System |
Bid# 2024-SL Cafeteria Tables
|
Bid# 2024-SL Cafeteria Tables
https://www.centralauctionhouse.com/rfp49204610-bid-2024-sl-cafeteria-tables-.html
05-Dec-2023 11:00:00 AM CST |
18-Dec-2023 11:00:00 AM CST |
Chennault International Airport Authority |
Site Utilities & Infrastructure Project
|
ADVERTISEMENT FOR BIDS<br /> <br />The Chennault International Airport Authority will be accepting sealed bids at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, LA 70615, on Tuesday, November 14, 2023, at 2:00 p.m., for:<br /> <br />SITE UTILITIES & INFRASTRUCTURE PROJECT<br />CIAA PROJECT #2023-08<br /> <br />Complete Bidding Documents may be obtained from Vincent-Shows-Gautreaux, Architects, APALLC (VSG Architects), 1502 S. Huntington Street, Sulphur, LA 70663, between the hours of 8:00 a.m. to 4:30 p.m., Monday through Thursday and 8:00 a.m. to 12:00 p.m., Friday (337-527-8137).<br /> <br />Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bidder must provide proof of capacity to provide a payment and performance bond in accordance with the specifications. A bid bond in the amount of 5% of the bid must be furnished with the bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required.<br /> <br /><b>A MANDATORY Pre-bid conference will be held on Wednesday, November 1, 2023, at 10:00 a.m. at the office of the Authority located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana. Attendance at this Pre?Bid Conference <br />is MANDATORY for any prime bidder intending on submitting a bid. Potential prime bidders must have an authorized individual(s) seated in the Pre-Bid Conference<br />Room prior to the advertised time and must remain in the conference throughout its duration.</b><br /> <br />On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope. Bidders must be licensed in the following category: Building Construction or Heavy Construction. The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued.<br /> <br />The Chennault International Airport Authority reserves the right to reject any or all of the bids for just cause.<br /> <br /> W. Kevin Melton<br /> Executive Director<br /> <br />October 17, 24, 31, 2023 3t
https://www.centralauctionhouse.com/rfp82667732-site-utilities-infrastructure-project-.html
17-Oct-2023 12:00:00 AM CDT |
07-Dec-2023 2:00:00 PM CST |
Chennault International Airport Authority |
Furnish & Install Generators - (FWPH #1, FWPH #2, Glideslope & Localizer)
|
ADVERTISEMENT FOR BID<br /> <br /> <br />The Chennault International Airport Authority will be accepting sealed bids at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, LA 70615, on Tuesday, December 12, 2023 at 2:00 p.m., for:<br /> <br />FURNISH & INSTALL GENERATORS –(FWPH #1, FWPH #2, GLIDESLOPE & LOCALIZER)<br />CIAA PROJECT #2023-15<br /> <br />Complete Bidding Documents may be obtained from Chennault International Airport Authority, 3650 Senator J Bennett Johnston Avenue, Lake Charles, LA 70615, between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday (337-491-9961).<br /> <br />Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bidder must provide proof of capacity to provide a payment and performance bond in accordance with the specifications. A bid bond in the amount of 5% of the bid must be furnished with the bid.<br /> <br />A Pre-bid conference will be held on Wednesday, November 29, 2023 at 10:00 a.m. at the office of the Authority located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana. <br /> <br />The Chennault International Airport Authority reserves the right to reject any or all of the bids for just cause.<br /> <br /> W. Kevin Melton<br /> Executive Director<br /> <br />November 14, 21, 28, 2023 3t<br />
https://www.centralauctionhouse.com/rfp33210346-furnish-install-generators--fwph-1-fwph-2-glideslope-localizer.html
14-Nov-2023 12:00:00 AM CST |
12-Dec-2023 2:00:00 PM CST |
City of Alexandria |
Bid# 2451 Water Meters & Itron ERTS-Addendum #1
|
It is the intent of the City of Alexandria to secure pricing on WATER METERS, for use by the City of Alexandria Water Department. Said material is to be inventoried by the Central Warehouse Department.<br /> <br />Bids are to remain in effect for twelve (12) months from the bid award date. Quantities are estimated, not guaranteed. Items will be ordered on an “as needed” basis.
https://www.centralauctionhouse.com/rfp80655361-bid-2451-water-meters-itron-erts-addendum-1.html
01-Nov-2023 12:00:00 AM CDT |
12-Dec-2023 10:00:00 AM CST |
City of Alexandria |
MacArthur Drive Roadway Lighting Replacement, Phase 5
|
ADVERTISEMENT OR INVITATION TO BID<br /> <br />CITY OF ALEXANDRIA, LOUISIANA<br /> <br /> <br />MACARTHUR DRIVE ROADWAY LIGHTING REPLACEMENT PHASE 5<br /> <br /> <br />Separate sealed bids for MACARTHUR DRIVE ROADWAY LIGHTING, ALEXANDRIA, LOUISIANA, will be received by the CITY OF ALEXANDRIA at the CITY COUNCIL MEETING CHAMBERS, ALEXANDRIA CITY HALL, 915 THIRD STREET, ALEXANDRIA, LOUISIANA, until 10 O'CLOCK A.M., December 12, 2023, and then at said office publicly opened and read aloud. The Instruction to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other contract documents may be examined at the following location:<br /> <br />ADG ENGINEERING, INC.<br />301 JACKSON STREET, SUITE 204<br />ALEXANDRIA, LOUISIANA 71301<br />(318) 445-8870<br /> <br /> <br />The work is described as follows:<br /> <br />Provide new LED roadway lighting system including poles, luminaires, pole bases, foundations, circuiting, and electrical services points, along South MacArthur Drive as indicated on the Drawings. Poles, pole-mounted luminaires, and pole bases are to be furnished by City of Alexandria, and installed as part of the project scope of work.
https://www.centralauctionhouse.com/rfp75052813-macarthur-drive-roadway-lighting-replacement-phase-5.html
03-Nov-2023 6:00:00 AM CDT |
12-Dec-2023 10:00:00 AM CST |
City of Alexandria |
RFP 1800P Sale of Surplus Electrical Equipment
|
It is the intent of the City of Alexandria to offer for sale to the highest proposer, Surplus Electrical Equipment owned by the City of Alexandria Electric Distribution Department and no longer needed by the Department. This sale of surplus electrical equipment, is being sold “AS IS” with no warranties by the City either written or implied. It shall be the responsibility of the awarded proposer to furnish all equipment, labor and personnel necessary to remove said surplus equipment from its present location at the Electric Distribution Department, located at 1015 N, Third Street, Alexandria, LA 71301.
https://www.centralauctionhouse.com/rfp67645700-rfp-1800p-sale-of-surplus-electrical-equipment.html
09-Nov-2023 2:00:00 PM CST |
12-Dec-2023 2:00:00 PM CST |
City of Alexandria |
Bid #2452 Six Inch Hydraulic Driven Submersible Trash Pump with Electric Motor-Driven Mobile Hydraulic Power Pack
|
It is the intent of the City of Alexandria to secure pricing for a minimum of Six Inch Hydraulic Drive Submersible Trash Pump with Electric Motor-Driven Mobile Hydraulic Power Pack, for use by the City of Alexandria Wastewater Department for the purpose of additions to the emergency stand by flood protection system. Bid proposals shall be for Six Inch Hydraulic Drive Submersible Trash Pump with Electric Motor.
https://www.centralauctionhouse.com/rfp76083807-bid-2452-six-inch-hydraulic-driven-submersible-trash-pump-with-electric-motor-driven-mobile-hydraulic-power-pack.html
17-Nov-2023 12:00:00 AM CST |
09-Jan-2024 10:00:00 AM CST |
City of Alexandria |
Bid 2453 Binocular Optic Device, Minimum of Five (5)
|
It is the intent of the City of Alexandria to secure pricing for a minimum of five (5) Binocular Optic Devices, for use by the City of Alexandria Police Department. These binoculars should be EOTECH BinoNV-W with Wilcox G24-Mount, or equal brand.
https://www.centralauctionhouse.com/rfp7392277-bid-2453-binocular-optic-device-minimum-of-five-5.html
01-Dec-2023 12:00:00 AM CST |
09-Jan-2024 10:00:00 AM CST |
City of Alexandria |
City of Alexandria -Adams Standpipe Repairs and Repainting
|
TO: All Prospective Bidders<br /> <br />PROJECT: City of Alexandria<br /> Adams Standpipe Repairs and Repainting<br /> MML&H Project No.: 7611.2<br /> <br />CLASSIFICATION: Municipal and Public Works <br /> <br />PROJECT ENGINEER: Heath McGuffee, P.E.<br /> <br />ENGINEER’S ESTIMATE: $1,650,000 - $1,850,000<br /> <br />BID DATE: Tuesday, January 9, 2024 @ 10 a.m.<br /> <br />BID LOCATION: Alexandria City Hall<br /> 915 Third Street<br /> Alexandria, LA 71301 <br /> <br /> <br />MAJOR ITEMS OF WORK: The project generally includes the following major work items: Repainting of the existing 2.5 million Gallon Standpipe and miscellaneous repairs.<br /> <br /> <br />The Bid Proposals, Plans, Specifications, Forms of Contract, Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the office of the Engineer:<br /> <br /> Meyer, Meyer, LaCroix & Hixson, Inc.<br /> Telephone (318) 448-0888<br /> 100 Engineer Place<br /> Alexandria, Louisiana 71303<br /> <br /> <br />A USB flash drive of the bid documents may be obtained from the office of the Engineer. The cost per USB flash drive will be $40.00 non-refundable, which represents the cost of reproduction and handling. Any requests for bid documents shall be accompanied by payment in full.
https://www.centralauctionhouse.com/rfp31399515-city-of-alexandria-adams-standpipe-repairs-and-repainting.html
01-Dec-2023 12:00:00 AM CST |
09-Jan-2024 10:00:00 AM CST |
City of Baker |
Contract No. 2A - New Well Site Improvements (West Side)
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b></div> <br /> <br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the Contract No. 2A – New Well Site Improvements (West Side) project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11482-2A): Base Bid – Yard piping, valves, fittings, fire hydrant, connections, chlorination, electrical, control shelter, generator, site grading and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Baker, and delivered to the City Hall at 3325 Groom Road, Baker, LA 70714 not later than 2:00 p.m., on the 3rd day of January, 2024. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on the 3rd day of January, 2024, at the City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge by emailing a request to
[email protected].<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractor’s license and classifications will be made prior to release of bid documents.<br /> <br />Pursuant to the Louisiana Revised Statute, vendors/contractors now have the option to submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 800-990-9339. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Municipal and Public Works Construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractor’s past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br /> <br /> <br /> <br /> <br /> <br />OWNER:<br />CITY OF BAKER<br /> <br />BY: /s/ DARNELL WAITES, MAYOR<br /> <br /> <br />PUBLICATION/DATES:<br /> The Advocate<br /> <br /> Tuesday, November 28, 2023<br /> Tuesday, December 5, 2023<br /> Tuesday, December 12, 2023<br />
https://www.centralauctionhouse.com/rfp17273675-contract-no-2a--new-well-site-improvements-west-side.html
04-Dec-2023 10:00:00 AM CST |
03-Jan-2024 2:00:00 PM CST |
City of Baker School System |
PROGRAM MANAGEMENT
|
The City of Baker School System (COBSS), 14750 Plank Road, Baker, La 70714, will be accepting RFQ Proposals until 4:00 p.m., Monday, January 08, 2024, on Program Management Services no. 012024. Proposals will be opened on Tuesday, January 09, 2024 at 2:00 p.m.<br />RFQ Proposal documents may be obtained at City of Baker School System, Purchasing Department 14750 Plank Road, Baker, La 70714 or by visiting www.bakerschools.org.<br />Proposals maybe hand delivered or delivered by carrier by 4:00 p.m., Monday, January 08, 2024. Proposals may also be uploaded to www.centralauctionhouse.com by said deadline time. <br />Proposals not received by the above aforementioned deadline date and time will be rejected. Addtionally, failure to submit all of the information shall be considered non-responsive and may result in proposal being rejected. No responding proposals WILL BE ACCEPTED BY EMAIL.<br />The CIty of Baker School System (COBSS) is an Equal opportunity Employer. Therefore, all respondents are encourages to utilize minority participation to the extend possible through the use of small, disadvantaged, and women-owned businesses as suppliers or sub-contractors.<br />The City of Baker School System reserves the right to reject any or all proposals whenever such rejection is in its best interest in accordance with law. The provisions and requirements of this advertisement of this advertisement shall not be waived.
https://www.centralauctionhouse.com/rfp54178516-program-management.html
20-Nov-2023 12:00:00 AM CST |
08-Jan-2024 4:00:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
CITY HALL ELEVATOR MODERNIZATION AND UPGRADE
|
<br />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 January 4, 2024 at 2:00 PM CST in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 for:<br /> <br />2023-30-7830 Elevator Modernization and Upgrade<br /> <br />A mandatory pre-proposal conference will be held in person on Tuesday, December 5,<br />2023 at 1:00 PM CST at the City Hall, 222 St. Louis St., Baton Rouge, LA 70821, 8th floor, Room 801.<br />Attendance at the pre-proposal meeting is required to receive an award for this project. <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:
[email protected]<br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self-enrollment NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the bid.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for written inquiries is December 8, 2023 at 5:00 pm CST time.<br /> <br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806, of City Hall. All interested parties are invited to be present.<br /> <br />Teleconference Call-in information for Public Access to Bid Opening:<br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The link will be live at the noted bid opening time for the date of bid opening.<br /> <br /> <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 /> <br />
https://www.centralauctionhouse.com/rfp56875128-city-hall-elevator-modernization-and-upgrade.html
24-Nov-2023 12:00:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0404 LEED Certified Janitorial Services at EBR Main Library at Goodwood (Labor Only)
|
<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. December 12, 2023 for the following:<br /> <br />A24-00404 LEED Certified Janitorial Services for EBR Main Library<br /> at Goodwood (Labor only)<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on November 16, 2023 at 9:30 a.m. The address is 7711 Goodwood Boulevard, Baton Rouge, LA 70806. Questions regarding the site visit may be directed to Rhonda Pinsonat @ (225) 231-3705.<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 November 22, 2023.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /><br /> <br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp3717943-a24-0404-leed-certified-janitorial-services-at-ebr-main-library-at-goodwood-labor-only.html
07-Nov-2023 12:00:00 AM CST |
12-Dec-2023 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
EBR PARISH PRISON Q HVAC REPLACEMENT-CITY PARISH PROJECT # 21-ASC-CP-1454 B.O.D. 12/07/20230
|
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: November 9th, November 17th and November 24th, 2023<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 />EBR PARISH PRISON BUILDING Q HVAC REPLACEMENT 2867 BRIGADIER GENERAL ISAAC SMITH AVE., BATON ROUGE, LA 70807 CITY PARISH PROJECT NO. 21-ASC-CP-1454<br />PROJECT DESCRIPTION: Removal and replacement of twelve existing air handling units and appurtenances at East Baton Rouge Parish Prison.<br /><br />Electronic or sealed bids will be received until 2:00 PM Local Time, Thursday, December 7th, 2023, by the Purchasing Division, City Hall, 222 Saint Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. No bids will be received after 2:00 PM on the same day and date.<br /><br />Statutory Forms that Must be Submitted to the Purchasing Division by all bidders prior to the opening of all bids related to a contract for public works in accordance with La. R.S. 38:2212 (B)(3)(b) are as follows: (see bid package Part 1-A for forms)<br />Certification Regarding Debarment, Suspension and Other Responsibility Matters<br />Attestation Clause per LA RS 38:2227 (Past Criminal Convictions) and<br />Legal Citizen Affidavit LA RS 38:2212.10.<br />Non-Collusion & Non-Solicitation Affidavit LA RS 38:2224<br /><br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids and electronic bid bonds must be submitted through www.centralauctionhouse.com prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 826 of the City Hall Building immediately after the 2:00 PM bid closing. Bidders and/or their authorized representatives are invited to be present.<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. Bid results can be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp<br /><br />Bids shall be firm for a period of forty-five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /><br />Electronic copies of the plans, specifications and contract documents may be obtained online at www.centralauctionhouse.com. Plan holders are responsible for their own reproduction costs. Printed copies are not available from the Engineer. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Department of Buildings & Grounds, Architectural Services Division Room 227, 1100 Laurel Street, Baton Rouge, Louisiana 70802 between the hours of 7:30 AM to 3:00 PM, upon payment of $30.00 Dollars. (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.centralauctionhouse.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 State of Louisiana Licensing Board for Contractors in the classification of Mechanical Construction, and must show their license number on the face of the bid envelope.<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 />A non-mandatory pre-bid conference will be held at 10:00 AM on Tuesday, November 21st, at East Baton Rouge Parish Prison, 2867 Brig. Gen. Isaac Smith Ave., Baton Rouge, LA 70807. All parties interested in this project are invited to attend this conference.<br /><br />For additional information regarding the construction documents, please contact Bid Related: Purchasing Division (225) 389-3259; General Documents related: Rob Gray, Architectural Services Division (225) 389-4694 or
[email protected] or Engineering and Construction Documents related: Frank Thompson, P.E. (225) 293-9474 or
[email protected].
https://www.centralauctionhouse.com/rfp48944035-ebr-parish-prison-q-hvac-replacement-city-parish-project-21-asc-cp-1454-bod-120720230.html
09-Nov-2023 8:00:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
NORTH WASTEWATER TREATMENT PLANT LARGE DIAMETER PIPE REHABILITATION (CITY-PARISH PROJECT NO. 21-TP-MS-0034)
|
To be published three times - Legal<br />November 10, 17 & 24, 2023<br /> <br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br /> <br />NOTICE TO CONTRACTORS<br /> <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 />NORTH WASTEWATER TREATMENT PLANT<br />LARGE DIAMETER PIPE REHABILITATION<br />(CITY-PARISH PROJECT NO. 21-TP-MS-0034)<br /> <br />PROJECT DESCRIPTION: The project includes the installation of a lining system on (2) two segments of final effluent piping, and (2) two segments of trickling filter influent piping.<br /> <br />Statutory Forms that Must be Submitted to the Purchasing Division by all bidders prior to the opening of all bids related to the contract for public works in accordance with La. R.S. 38:2212 (B)(3)(b) are as follows: (see bid package Part 1-A for forms)<br /> <br /> Attestation Clause per LA RS 38:2227 (Past Criminal Convictions) and<br /> Legal Citizen Affidavit per LA RS 38:2212.10<br /> Public Contract Affidavit per LA RS 38:2224<br /> <br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, december 12, 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 />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present.<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. Bid results can be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp<br /> <br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Electronic copies of the plans, specifications and contract documents may be obtained online at 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 Department of Environmental Services, Sewer Engineering Division, Room 217, Public Works and Planning Center, 1100 Laurel Street, Baton Rouge, Louisiana 70821 (225-389-5623), upon payment of $10.00 Dollars. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<br />.<br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 10% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of “Municipal and Public Works Construction”, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br /> <br />A mandatory pre-bid conference will be held at 1:00 P.M., Tuesday, November 28, 2023, at the North Wastewater Treatment Plant, 50 Woodpecker Street , Baton Rouge, LA 70807.<br /> <br />For additional information please contact Mr. Justin Sharper, P.E., at
[email protected]
https://www.centralauctionhouse.com/rfp24768189-north-wastewater-treatment-plant-large-diameter-pipe-rehabilitation-city-parish-project-no-21-tp-ms-0034.html
10-Nov-2023 8:00:00 AM CST |
12-Dec-2023 2:00:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
South Wastewater Treatment Plant Trickling Filter Media Replacement-(City-Parish Project No. 23-TP-MS-0039)
|
To be published three times-Legal<br /> November 10, 17 & 24, 2023<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 />South Wastewater Treatment Plant Trickling Filter Media Replacement<br />(City-Parish Project No. 23-TP-MS-0039)<br /> <br />PROJECT DESCRIPTION: The project includes the replacement of media in Trickling Filter #6 and additional 125’ diameter trickling filter(s) at the South Wastewater Treatment Plant; removal and disposal of existing media, and providing new media system on existing concrete beams.<br /> <br />Statutory Forms that Must be Submitted to the Purchasing Division by all bidders prior to the opening of all bids related to the contract for public works in accordance with La. R.S. 38:2212 (B)(3)(b) are as follows: (see bid package Part 1-A for forms)<br /> <br /> Attestation Clause per LA RS 38:2227 (Past Criminal Convictions) and<br /> Legal Citizen Affidavit per LA RS 38:2212.10<br /> Public Contract Affidavit per LA RS 38:2224<br /> <br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, decemBER 12, 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 />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present.<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. Bid results can be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp<br /> <br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Electronic copies of the plans, specifications and contract documents may be obtained online at 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 Department of Environmental Services, Sewer Engineering Division, Room 217, Public Works and Planning Center, 1100 Laurel Street, Baton Rouge, Louisiana 70821 (225-389-5623), upon payment of $10.00 Dollars. (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 /> <br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /> <br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 10% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of “Municipal and Public Works Construction”, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br /> <br />A mandatory pre-bid conference will be held at 10:00 A.M., Tuesday, November 28, 2023, at the South Wastewater Treatment Plant, 2850 Gardere Lane , Baton Rouge, LA 70820.<br /> <br />For additional information please contact Mr. Justin Sharper, P.E., at
[email protected]
https://www.centralauctionhouse.com/rfp73796795-south-wastewater-treatment-plant-trickling-filter-media-replacement-city-parish-project-no-23-tp-ms-0039.html
10-Nov-2023 8:00:00 AM CST |
12-Dec-2023 2:00:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0285 Tire Services for City of Baton Rouge
|
<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. December 12 2023, for the following:<br /> <br />A24-0285 tire services for city of baton rouge<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on November 29, 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
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp54172325-a24-0285-tire-services-for-city-of-baton-rouge-.html
20-Nov-2023 12:00:00 AM CST |
12-Dec-2023 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
2023-30-7830 Elevator Modernization and Upgrade
|
<div style="text-align: center;"><br /><b>Notice to Proposers</b></div> <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 <b>January 10, 2024 at 2:00 PM CST</b> in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 for:<div style="text-align: center;"><b> <br />2023-30-7830 Elevator Modernization and Upgrade</b></div> <br /><b>A mandatory pre-proposal conference will be held in person on Monday, December 18,<br />2023 at 1:00 PM CST at the City Hall, 222 St. Louis St., Baton Rouge, LA 70821, 8th floor, Room 801.<br />Attendance at the pre-proposal meeting is required to receive an award for this project. </b><br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:
[email protected]<br /> <br />*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 <b>NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the bid.</b><br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /><b> <br />The deadline for written inquiries is December 28, 2023 at 5:00 pm CST time.</b><br /> <br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806, of City Hall. All interested parties are invited to be present.<br /> <br /><b>Teleconference Call-in information for Public Access to Bid Opening:</b><br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same 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 /><b>This teleconference number will provide you with live audio access to this proposal opening. The link will be live at the noted bid opening time for the date of bid opening.</b><br /> <br /> <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 />
https://www.centralauctionhouse.com/rfp39387249-2023-30-7830-elevator-modernization-and-upgrade.html
28-Nov-2023 2:29:00 PM CST |
10-Jan-2024 2:00:00 PM CST |
City of Broussard |
Construction Plans for Garber Road Outfall Channel Maintenance
|
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 December 20, 2023, for:<br /> <br /><b>GARBER ROAD CHANNEL MAINTENANCE</b><br /><b>FOR</b><br /><b>THE CITY OF BROUSSARD</b><br /> <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 />Removing approximately 8824 cy of spoil material from channel, importing approximately 6,080 cy of fill to rebuild channel, install 230 lf of 60” asphalt coated corrugated metal pipe, install 71 lf of 9 ft by 9 ft reinforced box culverts, and reconstructing approximately 257 lf of asphaltic roadway located in the City of Broussard.<br /> <br /><b>A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on December 6, 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: <u>180</u> 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>” or “<b>Heavy 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 /> <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 /> <br /> <br /> <br /> <br /> <br /> <br /> <ol> <li>Comeaux Engineering & Consulting</li></ol> 601 Second Street, Broussard, Louisiana, 70518<br /> Mon-Thur; 8:00 a.m. to 12:00 Noon and 1:00 p.m. to 5:00 p.m.<br /> Fri.; 8:00 a.m. to 12:00 Noon<ol> <li value="2">Broussard City Hall</li></ol> 310 East Main Street<br /> Broussard, Louisiana 70518<br /> Mon-Thur; 6:30 a.m. to 5:00 p.m.<br /> <br />Complete contract documents and drawings may be obtained at the office of Comeaux Engineering & Consulting, 601 Second Street, Broussard LA, 70518, Telephone No. (337) 837-2210, upon payment of one-hundred fifty dollars ($150.00) 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: November 15, 2023<br /> November 22, 2023<br /> November 29, 2023
https://www.centralauctionhouse.com/rfp16864229-construction-plans-for-garber-road-outfall-channel-maintenance.html
15-Nov-2023 12:00:00 AM CST |
20-Dec-2023 10:00:00 AM CST |
City of Carencro |
Post Road Wastewater Treatment Plant
|
City of Carencro<br />Carencro Louisiana<br />Post Road Wastewater Treatment Plant<br /><br />ADVERTISEMENT FOR BIDS<br /><br />Sealed Bids for the construction of the Post Road Wastewater Treatment Plant will be received, either electronically at http://www.centralbidding.com or at the office of the City of Carencro, located at 210 East St. Peter Street, Carencro, Louisiana 70520, until ten o’clock a.m. (10:00) local time on the 2nd day of February 2024, at which time the Bids received will be publicly opened and read. The Project consists of constructing a new 2 MGD wastewater treatment plant and sludge handling facility.<br />Bids will be received for a single prime Contract. Bids shall be on a lump sum basis as indicated in the Bid Form.<br />The Issuing Office for the Bidding Documents is: C. H. Fenstermaker & Associates, L.L.C., 135 Regency Square, Lafayette, Louisiana 70508, contact person: Ryan Robinson, E.I. by telephone: (337)-237-2200 or email:
[email protected]. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 9:00 am and 4:00 pm, and may obtain copies of the Bidding Documents from the Issuing Office as described below.<br />Bidders may obtain electronic copies of the Bidding Documents at “No Charge”. Printed copies of the Bidding Documents may be obtained from the Issuing Office, during the hours indicated above, upon payment of a deposit of $900.00 for each set. NOTE: NO CASH WILL BE ACCEPTED – ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO THE CITY OF CARENCRO. Bidders who return full sets of the Bidding Documents in good condition (suitable for re-use) within 30 days after receipt of Bids will receive a full refund. Non-Bidders, and Bidders who obtain more than one set of the Bidding Documents, will receive a refund of $450.00 for documents returned in good condition within the time limit indicated above. Checks for Bidding Documents shall be payable to “City of Carencro”. Upon request and receipt of the document deposit indicated above plus a non-refundable shipping charge, the Issuing Office will transmit the Bidding Documents via delivery service. The shipping charge amount will depend on the shipping method selected by the prospective Bidder. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidder’s date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office.<br />Bid related documents may be downloaded at http://www.centralbidding.com. Electronic Bids may be submitted by visiting http://www.centralbidding.com. For any technical questions regarding the Electronic Bidding Process, contact Central Bidding support at
[email protected] or (225) 810-4814. If contractor elects to use electronic bid submission, the contractor is responsible for investigating and complying with electronic bid submission with and through the electronic bidding service. It is recommended that bidders navigate the service in advance to upcoming bid deadlines.<br /> <br />Bidders submitting bids electronically are required to provide the same documents as vendors submitting through the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from the opening of the bids to provide the City of Carencro the original documents. Only a bid bond shall be submitted as the bid security. Electronic copies of the bid bond shall be included with the electronic bid. If a vendor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non-responsive.<br />A pre-bid conference will be held at 10:00 am local time on January 12th, 2024 at the City of Carencro, located at 210 East St. Peter Street, Carencro, Louisiana 70520. Attendance at the pre-bid conference is highly encouraged but is not mandatory.<br />Bid security shall be furnished in accordance with the Instructions to Bidders.<br />Bids must be signed in accordance with LA R.S. Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority shall be furnished in accordance with the Instructions to Bidders.<br />No bidder may withdraw his bid for at least sixty (60) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful Contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the City of Carencro based on LA Bid Law statutes, including the lowest responsible bid submitted which is also in compliance with the specifications. The City of Carencro reserves the right to reject any and all bids just cause as allowed by LA R.S. 38§2214.<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 Lafayette 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 />Contractors or contracting firms doing work which is classed as “Hazardous Materials” or any subclassifications, shall be properly licensed when the work to be performed is $1.00 or more. Contractors or contracting firms submitting bids for work besides Hazardous Materials, shall be properly licensed for any work in the amount of $30,000.00 or more. All such bidders shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors for this project shall be licensed for the classification of “MUNICIPAL and PUBLIC WORKS CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The City of Carencro strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the City of Carencro for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling, (337) 896-8481.<br /> <br />Owner: City of Carencro<br />By: Charlotte S. Clavier<br />Title: Mayor<br />Date: December 1st, 2023<br />+ + END OF ADVERTISEMENT FOR BIDS + +
https://www.centralauctionhouse.com/rfp39395851-post-road-wastewater-treatment-plant.html
01-Dec-2023 6:00:00 AM CST |
02-Feb-2024 10:00:00 AM CST |
City of Denham Springs |
City of Denham Springs Water Well - Brignac
|
<p style="text-align: justify;">Scope of work for this project includes installation of a 1,200 gallon per minute water well and site appurtenances, as well as insertion valves on the city water lines (Additive alternates 1 & 2). </p><p style="text-align: center;"><br /><b>A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD</b></p><p style="text-align: center;">10:00 AM on November 30th, Denham Springs City Hall, 116 North Range Ave., Denham Springs, LA 70726</p>
https://www.centralauctionhouse.com/rfp40030667-city-of-denham-springs-water-well--brignac.html
16-Nov-2023 6:00:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
City of Gonzales |
Gonzales Landscape Maintenance
|
Sealed bids will be received by The City of Gonzales, 120 South Irma Boulevard, Gonzales, Louisiana 70737, on Wednesday, December 20, 2023, until 10:00 A.M. for professional services described as follows:<br /> <br /> GONZALES LANDSCAPE MAINTENANCE<br /> <br />STATEMENT OF WORK:<br /> <br />This project consists of landscape maintenance at various locations within the Gonzales City Limits. Exact project scope of work can be found in the bid documents.<br /> <br />All Bids must be in accordance with the Contract Documents on file at City Hall, 120 South Irma Boulevard, Gonzales, Louisiana 70737. Copies of Bid Documents and Contract Documents for use in preparing Bids may be obtained from the Gonzales City Hall, 120 South Irma Boulevard, Gonzales, LA 70737, (225) 647-2841 or via email request to
[email protected] Documents can be mailed to bidders for an additional $10.00 per set. Documents may also be obtained at www.centralauctionhouse.com .<br /> <br />Bids may be submitted on contractor’s own form clearly identifying a MONTHLY LUMP SUM price for the entire scope of work. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor's state license number and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City of Gonzales, 120 South Irma Boulevard, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<br /> <br />In addition to paper bids, electronic bids for the following project will be downloaded by the City of Gonzales. Electronic bids must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 am (CST) on Wednesday, December 20, 2023 all bids will be downloaded. No bids are accepted after 10:00 am.<br /> <br />Contractors desiring to bid shall submit with their bid evidence that they hold State of Louisiana Contractor’s License of proper classification in full force and effect and proof of insurance (including workmans compensation). All project related questions shall be submitted prior to Wednesday, December 13, 2023 at 10:00 am in written form through email to
[email protected] .<br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />OWNER<br />CITY OF GONZALES<br /> <br />BY: /s/ MR. BARNEY ARCENEAUX<br />TO APPEAR IN THE:<br />GONZALES WEEKLY CITIZEN<br /> <br />Thursday, November 30, 2023 Thursday, December 7, 2023 Thursday, December 14, 2023<br />
https://www.centralauctionhouse.com/rfp90943702-gonzales-landscape-maintenance.html
30-Nov-2023 5:00:00 AM CST |
20-Dec-2023 10:00:00 AM CST |
City of Kenner, LA |
RFP 23-6786 AIR CONDITIONING-HEATING AND REFRIGERATION SERVICES(CITYWIDE) (PDF)
|
<div style="text-align: center;">PUBLIC NOTICE<br />RFP 23-6786<br />Air Conditioning, Heating, and Refrigeration Services (Citywide)</div> <br />The City of Kenner is seeking qualified vendors to perform air conditioning services (Citywide). These projects may include repair and troubleshooting of various makes and models of air conditioning and heating systems, low and high pressure chiller systems, and commercial refrigeration, etc. as needed. 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
[email protected] 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
[email protected] no later than 9:45 A.M., Monday, December 18th, 2023.<br />The City of Kenner reserves the right to reject any and all submissions. For additional information regarding this project, please contact
[email protected].<br /> <br /> <div style="text-align: center;">MICHAEL J. GLASER Elizabeth Herring<br /> MAYOR Chief Financial Officer<br />CITY OF KENNER City of Kenner</div> <br /> <br />RFP No. 23-6786<br />The Advocate<br />November 15th, 22nd and 29th, 2023
https://www.centralauctionhouse.com/rfp90130341-rfp-23-6786-air-conditioning-heating-and-refrigeration-servicescitywide-pdf.html
15-Nov-2023 9:00:00 AM CST |
18-Dec-2023 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 23-6748 SOUTH KENNER DRAINAGE IMPROVEMENT PROJECT
|
https://www.centralauctionhouse.com/rfp16398382-sealed-bid-23-6748-south-kenner-drainage-improvement-project-.html
28-Nov-2023 6:00:00 PM CST |
28-Dec-2023 10:00:00 AM CST |
City of Kenner, LA |
SEALED BID 23-6801 43RD AND CALIFORNIA PARTIAL FORCE MAIN REPLACEMENT
|
INVITATION TO BID<br />The City of Kenner will receive sealed bids for 43rd and California Partial Sewer Force Main <br />Replacement. The proposed work includes abandon and replace the existing 14” sewer force main along <br />the Duncan Canal (38th Street – Vintage Drive) with a 16” HDPE DR-11 and 16” PVC C-905 DR25 through <br />means of open cut and horizontal directional drilling. Sidewalk replacement will be required in <br />areas specified in the plans.<br /><br />Sealed Bids will be received by the City of Kenner, in the Finance Department, 1610 Rev. Richard <br />Wilson Drive, Kenner, Louisiana 70062 until January 4th, 2024 at 9am. Bids will not be accepted <br />after this time. All interested parties are invited to attend the bid opening on the same day at <br />9:00a.m. in the City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, <br />Louisiana, at which time they will be publicly read.<br /><br />There will be a non-mandatory pre-bid meeting on November 29, 2023, at 10am, at City of Kenner <br />Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders <br />are encouraged to attend.<br /><br />All Bids must be in accordance with the Contract Documents on file with Mott MacDonald, 650 Poydras <br />Street Suite 2550, New Orleans, Louisiana 70130, the Design Consulting Professionals for this <br />project.<br /><br />Copies of Bidding Contract Documents for review or for use in preparing bids may be obtained from <br />Mott MacDonald, 650 Poydras Street Suite 2550, New Orleans, Louisiana 70130, upon deposit of <br />$150.00 for each set of documents. Deposits on the first set of documents furnished bona fide <br />prime bidders will be refunded upon return of the documents in good condition no later than ten <br />days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets <br />furnished to subcontractors the full deposit will be refunded upon return of the documents in good <br />condition no later than ten days after receipt of bids.<br /><br />Contractors may also obtain copies of bidding contract documents for review and may also submit <br />bids electronically by visiting www.centralauctionhouse.com. If submitting bid electronically, a <br />bid bond is the only acceptable form of bid security. A cashier’s or certified check will NOT be <br />accepted.<br /><br />Any bidder to whom a contract is awarded shall certify that he holds an active license in <br />accordance with LSA-R.S. 37:2150 et. seq. Bidders must write their Louisiana State Contractor’s <br />license number on the outside of the bid envelope prior to bid submission for public works <br />construction projects estimated at $50,000 and above. In the case of an electronic bid proposal, a <br />contractor may submit an authentic digital signature on the electronic bid proposal accompanied by <br />the contractor’s license number in order to meet the requirements of LSA-R.S. 37:2163. Except as <br />otherwise provided herein, if the bid does not contain the contractor’s certification and show the <br />contractor’s license number on the bid envelope, the bid shall be automatically rejected, shall be <br />returned to the bidder marked “REJECTED” and shall not be read aloud.<br /><br />Bids will be received on a lump sum price basis. If a Contract for the Work is to be awarded, it <br />will be awarded to the lowest responsive Bidder, who had Bid in accordance with the requirements of <br />the Bidding Documents, as determined by the Owner's evaluation of the corresponding Bid Form and<br />Bid Form Attachments. Determination of the lowest Bidder shall be on the basis of the sum of the<br />Base Bid and any Alternates accepted by the Owner, subject to the Owner's and the Design<br />Professional's evaluation of the corresponding Bid Form and Bid Form Attachments in accordance<br />with all applicable bidding Requirements and the provisions of Louisiana Public Contracts Law.<br />The bid prices shall include the costs of all required permits, insurance and bonds, if any. Bid prices<br />shall not include sales tax, as the winning bidder will be issued an LDR Form R-1020: Designation<br />of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate.<br />The Work is to commence within 10 days after the Notice to Proceed. Completion of the Work is<br />required within 180 calendar days from Notice to Proceed.<br />In accordance with LA R.S. 38:2212 and Louisiana Administrative Code 34:III.Chapter 3 §307, bid<br />submission shall conform to those requirements as stipulated on the Louisiana Uniform Public Work<br />Bid Form. Bidder must submit a bid security in the form of bid bond, cashier’s check, or certified<br />check in the amount of 5% of the contract price in favor of the City of Kenner. If submitting bid<br />electronically, a bid bond is the only acceptable form of bid security. A cashier’s or certified check<br />will be NOT accepted<br />The successful Bidder will be required to furnish a Performance Bond and Payment Bond in the<br />amount equal to 100 percent of the Contract Price guaranteeing faithful performance and the<br />payment of all bids and obligations arising from the performance of the contract. Bonds submitted<br />in accordance with the requirements of this contract shall be provided by a company or companies<br />having at least an "A" or better financial rating and a Class B or better General Policy holders rating<br />according to the latest A.M. Best Company ratings.<br />Sureties will be required to meet qualifications set forth in the Contract Documents.<br />No Bid may be withdrawn within a period of 45 days after the date fixed for opening bids.<br />For just cause, the City of Kenner reserves the right to reject any and all Bids, and to waive<br />informalities.<div style="text-align: center;"> </div>Sealed Bid No. 23-6801<br />Advertisement: The Advocate<br />November 22, 2023<br />November 29, 2023<br />December 6, 2023<br />6
https://www.centralauctionhouse.com/rfp97836022-sealed-bid-23-6801-43rd-and-california-partial-force-main-replacement.html
28-Nov-2023 6:00:00 PM CST |
04-Jan-2024 9:00:00 AM CST |
East Baton Rouge Redevelopment Authority |
RFP Land Bank Mantanence
|
<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /><br /> <br /> <br /> <br />Request for Proposals<br /> <br />Lot Maintenance Services<br /> <br />November 6, 2023<br /><br /> <br /> <br />1.0 GENERAL INFORMATION<br /> <br />1.1 Purpose<br />Build Baton Rouge (BBR) is issuing this Request for Proposals to solicit proposals from interested vendors to perform all activities more fully described in Section 4 of this RFP, including initial cleaning and clearing of lots and ongoing lot maintenance.<br /> <br />1.2 Properties<br />BBR is seeking these lot maintenance services for the following BBR Land Bank properties:<br />Please see attached for list of lots or go to <a href="https://buildbatonrouge.org/wp-content/uploads/2023/11/RFP-Land-Bank-Maintenance_11-23.pdf">https://buildbatonrouge.org/wp-content/uploads/2023/11/RFP-Land-Bank-Maintenance_11-23.pdf</a><br /><br />Note: Most properties are undeveloped lots and have no street address number. Properties can be located using the EBR Tax Assessor’s map and searching by Parcel ID at: https://atlas.geoportalmaps.com/ebr<br /> <br />1.3 Goals<br />BBR intends to award one contract to a qualified proposer to perform all requested services for Land Bank properties listed in Section 1.2 of this RFP. <br /> <br />2.0 ADMINISTRATIVE INFORMATION<br /> <br />2.1 Term of Contract<br />The term for any contract resulting from this RFP can begin as soon as the contract is finalized. Contract terms are for 12 months of ongoing lot maintenance.<br /> <br />2.2 RFP Coordinator<br />Any questions regarding this RFP and regarding BBR’s Lot Maintenance needs shall be directed to Kendra Hendricks via email at:
[email protected]<br /> <br />2.3 Deadline to Submit Proposals<br />RFPs will be accepted until 5 pm CST December 8, 2023.<br /> <br />3.0 PROPOSAL INFORMATION<br /> <br />3.1 Proposal Contents<br />Proposers who are interested in providing services under this RFP shall submit a written expression of interest containing the following information:<br />Name of the proposer (submitting person or entity).<br />Name and contact information for a point of contact for the proposer.<br />The services the proposer will provide based on the Scope of Services in Section 4 of this RFP.<br />The rate or range of rates that proposer charges for services stated on a per unit basis.<br />A list of the proposer’s qualifications and 3-5 client references<br />Evidence of work (photographs)3.2 Determination of Responsibility<br />Only proposers determined to be responsible will be considered for selection. In determining a proposer’s responsibility relating to this RFP, BBR must find that the proposer:<br />Has adequate experience and resources, including adequate experience, skills, and insurance, for performance.<br />Can deliver performance in a timely manner.<br />Has a satisfactory record of integrity, judgment, and performance; and<br />Is otherwise qualified and eligible to receive an award under applicable laws and regulations.3.3 Format<br />Proposals should be made in writing and submitted via email to the RFP coordinator in Section 2.2 of this RFP. Other than the proposal being in writing, no other specific format is required. The original proposal may be retained by BBR for incorporation by reference into an awarded contract.<br /> <br />3.4 RFP Changes and Waiver of Administrative Requirements<br />BBR reserves the right, at its sole discretion, to revise any part of the RFP any time. BBR reserves the right, at its sole discretion, to waive minor administrative requirements pertaining to this RFP process if the substantive aspects of the process and fairness to the proposers are not affected. BBR reserves the right to request that the vendor respond to ad-hoc requests (based on a timely complaint from City-Parish Department of Development).<br /> <br />3.5 Cancelation<br />Issuance of this RFP in no way constitutes a commitment by BBR to award a contract. BBR reserves the right to accept or reject, in whole or part, all proposals submitted and/or cancel this RFP if it is determined to be in BBR’s best interest. BBR reserves the right to make a partial award and delete some services from the scope of work.<br /> <br />4.0 SCOPE OF SERVICES<br />Contracts awarded in connection with this RFP shall include all of the following lot maintenance services:<br /> <br />4.1 Initial Cleaning and Clearing of Lots<br />When needed on a lot, the initial maintenance task shall be to clean and clear the lot in preparation for ongoing lot maintenance by cutting overgrown vegetation and removing any trash and plant debris present on the property.<br /> <br />4.2 Ongoing Lot Maintenance<br />Ongoing General Lot Maintenance shall consist of the following:<br />Grass shall be cut every other week from March through October. Grass shall be cut once a month from November through February.<br />Pruning and Trimming: All plants, shrubs, and bushes (if applicable) will be trimmed and pruned every third month.<br />All sidewalks and/or parkway frontage shall be trimmed and edged every visit.<br />All debris, such as fallen branches trash, paper, bottles, containers, illegally dumped tires, etc. shall be picked up and disposed of to keep the grounds neat in appearance.<br />Fertilization and herbicides shall be applied at the proposer’s discretion. However, any use of fertilizer or herbicide should come after consultation with BBR. <br />5.0 Evaluation of Proposals<br /> <br />5.1 Price<br />Price shall be BBR’s primary determinant in evaluating proposals. However, price alone shall not be dispositive. BBR shall also consider the other factors listed in Section 5.<br /> <br />5.2 Disadvantaged Business Enterprises<br />To promote participation in BBR contracts by traditionally Disadvantaged Business Enterprises (DBE), BBR will consider a proposer's status as a small business, minority-owned business, woman-owned business, and/or veteran-owned business, should that proposer wish to disclose such status.<br /> <br />5.3 Local Business<br />To support businesses that reside in or near the areas in which BBR works, a proposer's geographic proximity to the properties to be maintained will be considered when evaluating proposals. Proposers must be licensed and insured, and any subcontractor used must also be licensed and insured.<br /> <br />5.4 Supplemental Requests<br />It is the sole responsibility of each Proposer to submit information related to the submittal requirements contained in this RFP and Build Baton Rouge is under no obligation to request additional information if it is not included within your proposal. However, Build Baton Rouge may (a) request proposers submit additional information during the proposal evaluation period; or (b) overlook, correct, or require a Proposer to correct any obvious clerical or mathematical error(s) in their proposal.<br /> <br />6.0 Payment and Certification<br /> <br />6.1 Payment<br />Payment under any contract awarded under this RFP will be made monthly, after an invoice by the contractor, for reimbursement based upon the actual services provided at the rate agreed upon and stated in the contract. This invoice must list the deliverable(s) signed off on by BBR during the month.<br /> <br />6.2 Proposer’s Certification of Debarment and Suspension Compliance<br />By signing any contract with BBR, the contractor certifies that the following parties are not currently under suspension or debarment by the State of Louisiana, or any other state: (1) the contractor; (2) any officer, director, owner, partner: (3) any other person with management or supervisory responsibilities for the contract; (4) any consultant or other person who is in a position to handle, influence, or control federal funds, or occupies a technical or professional position capable of substantially influencing the development or outcome of an activity required under the contract; or (5) any subcontractor. If the proposer cannot certify, then it shall submit along with the proposal a written explanation of why such certification cannot be made.<br /> <br />Please direct all correspondence to:<br /> <br />Kendra Hendricks<br />
[email protected]
https://www.centralauctionhouse.com/rfp53405025-rfp-land-bank-mantanence-.html
08-Nov-2023 6:00:00 PM CST |
08-Dec-2023 5:00:00 PM CST |
East Carroll Parish School Board |
Fresh Produce Bid 2022-23 Addendum
|
TO: Fresh Produce Vendors<br /> <br />FROM: Dr. Kristel Webb, Supervisor<br /> <br />DATE: November 27, 2023<br /> <br />RE: Addendum #1: Fresh Produce BID<br /> <br />Please note the following corrections on the Fresh Produce Bid:<br /> <br />The bid deadline for this project has been extended. The new due date<br />will be December 11, 2023, by 10:00 am. The bid opening will be December 12, 2023 at 11:00 am at the East Carroll Parish School’s Central Office.<br /> <br />PLEASE include the addendum when returning the bid.<br /> <br />If you have additional questions, call Dr. Kristel Webb: 318-559-2221 ext. 2012<br />_________________________________________________________________________________________________________________________________________________<br /> <br />TO: Fresh Produce Supply -Vendors<br /> <br />CC: East Carroll Parish School Board Members<br /> <br />DATE: 11/27/23<br /> <br />RE: Request for “Sealed Bids”, 2023-2024 for Fresh Produce<br /> <br />Please be informed that on Tuesday- October 4, 2023, the East Carroll Parish School Board authorized the advertisement of sealed bids which will be received until 10:00 a.m., Monday, December 11, 2023. Bid opening will be 11:00 am Tuesday, December 12, 2023 in the boardroom of the East Carroll Parish School Board. All bid proposals must be forwarded to the East Carroll Parish School Board through the United States Postal Service or electronically online at www.centralbidding.com. NO HAND DELIVERED bid will be accepted. The envelope containing the sealed bid shall be addressed to:<br /> <br />Attention: Dr. Kristel Webb<br />East Carroll Parish School Board<br />514 Third Street<br />P.O. Box 792<br />Lake Providence, LA 71254<br /> <br />Bids submitted by U.S. Postal Service must be certified and arrive by the date and time prescribed above. Any late bids will be returned, unopened. All bids shall be clearly marked “BID: FRESH PRODUCE, December 11, 2023, at 11:00 A. M.” After the official opening, bid recaps sheets will be provided to all vendors on the bid list. The successful bidder will receive a bid recap sheet along with a purchase order.<br /> <br />Bid specifications may be obtained by contacting Dr. Kristel Webb, Supervisor at the above address or by calling (318) 559-2221 Ext. 2012. The East Carroll Parish School Board reserves the right to reject all bids and to waive all informalities.
https://www.centralauctionhouse.com/rfp76973795-fresh-produce-bid-2022-23-addendum-.html
27-Nov-2023 10:00:00 AM CST |
11-Dec-2023 10:00:00 AM CST |
East St. Charles Parish Volunteer Fire Department |
Exterior Renovations To The East Side SCP Fire Station, RE-BID
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids are requested by the East Side St. Charles Parish Volunteer Fire Department from qualified contractors for the construction of:<br />Exterior Renovations to the Central Fire Station<br />for the East Side St. Charles Parish Vol. Fire Department<br />RE-BID<br />1901 Ormond Blvd, Destrehan, LA<br />Christian Bourgeois Architecture Project No. CD 2307<br /> <br />Bids will be received at the Central Fire Station, 1901 Ormond Blvd., Destrehan, LA or at the offices of Christian Bourgeois Architecture, 117 Panther Run, Destrehan, LA 70047 either by registered or certified mail with return receipt requested or hand delivered or electronically at www.centralbidding.com no later than 6:00 p.m., Local Time Wednesday, November 22, 2023 at which time bids will be publicly opened and read aloud in the General Meeting Room of the Central Fire Station.<br /> <br />Complete Bidding Documents which include the Contract Documents may be obtained from the Architect, Christian Bourgeois Architecture, 117 Panther Run, Destrehan, LA 70047, (504) 338-8007 upon payment of a deposit of $50.00 per set of documents. The deposit will be returned as provided in the Instruction to Bidders.<br /> <br />Bids must be accompanied by a bid security at least equal to five percent (5%) of the base bid in the form of a certified check, cashier’s check or bid bond.<br /> <br />A Pre-bid Conference will be held on Friday, November 10, 2023 at 10:00am at the site at 1901 Ormond Blvd., Destrehan, LA. Attendance at the Pre-bid Conference is Mandatory and required to submit a bid.<br /> <br />Contract, if awarded, will be on the basis of the lowest responsive and responsible bidder, if within budget. No bid may be withdrawn for a period of 45 days after bid opening except as provided by law. The successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in the amount equal to one hundred percent (100%) of the contract price. Certificates of Insurance will also be required as specified.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R. S. 37:2151 et seq.<br /> <br />The East Side St. Charles Parish Volunteer Fire Department reserves the right to award the project on whatever basis is in the best interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities as allowed by law.<br /> <br />DATED at Destrehan, Louisiana, this 19th day of October, 2023 <br /> East Side St. Charles Parish<br /> Volunteer Fire Department<br /> Andrew Peyton, President<br /> <br />Advertisement Source and Dates:<br />St. Charles Herald Guide<br />Central Auction House<br />Legal Add to Run: Thursday, October 26, 2023<br /> Thursday, November 2, 2023<br /> Thursday, November 9, 2023
https://www.centralauctionhouse.com/rfp63485030-exterior-renovations-to-the-east-side-scp-fire-station-re-bid.html
26-Oct-2023 7:00:00 AM CDT |
12-Dec-2023 10:00:00 AM CST |
Evangeline Parish Police Jury |
EPPJ Road Materials 2024
|
CALL FOR BIDS<br /> <br />Sealed bids will be received at the office of the Evangeline Parish Police Jury until 3:00. p.m., on Friday, December 15, 2023, for the purchase of the following:<br /> <br />Pest Control Service Diesel <br />Limestone Corrugated Polyethylene Pipe<br />Grader Blades Hot/Cold Mix <br />Emulsified Asphalt <br /> <br />Bids will be opened on Monday, December 18, 2023 at 9:00 a.m. in the Police Jury Office located at 1008 West LaSalle Street, Ville Platte, La and then awarded at a Special Meeting on Monday, December 18, 2023 at 6:00 p.m. in the Police Jury Meeting Room of the Courthouse Building, located at 200 Court Street, Ste. 207, Ville Platte, La 70586.<br /> <br />Specifications and bid forms may be obtained from the Evangeline Parish Police Jury Office during normal business hours. Bids may also be submitted online at www.centralbidding.com.<br /> <br />The Jury has the right to reject any and all bids or to accept any bid(s) which, in the opinion of the Jury, will be to the best interest of the Parish.<br /> <br />“This Institution is an equal opportunity employer.”<br />
https://www.centralauctionhouse.com/rfp47962945-eppj-road-materials-2024.html
23-Nov-2023 12:00:00 AM CST |
15-Dec-2023 3:00:00 PM CST |
Evangeline Parish Police Jury |
2024 Pest Control Services
|
CALL FOR BIDS<br /> <br />Sealed bids will be received at the office of the Evangeline Parish Police Jury until 3:00. p.m., on Friday, December 15, 2023, for the purchase of the following:<br /> <br />Pest Control Service Diesel <br />Limestone Corrugated Polyethylene Pipe<br />Grader Blades Hot/Cold Mix <br />Emulsified Asphalt <br /> <br />Bids will be opened on Monday, December 18, 2023 at 9:00 a.m. in the Police Jury Office located at 1008 West LaSalle Street, Ville Platte, La and then awarded at a Special Meeting on Monday, December 18, 2023 at 6:00 p.m. in the Police Jury Meeting Room of the Courthouse Building, located at 200 Court Street, Ste. 207, Ville Platte, La 70586.<br /> <br />Specifications and bid forms may be obtained from the Evangeline Parish Police Jury Office during normal business hours. Bids may also be submitted online at www.centralbidding.com.<br /> <br />The Jury has the right to reject any and all bids or to accept any bid(s) which, in the opinion of the Jury, will be to the best interest of the Parish.<br /> <br />“This Institution is an equal opportunity employer.”<br />
https://www.centralauctionhouse.com/rfp52434747-2024-pest-control-services-.html
23-Nov-2023 12:00:00 AM CST |
15-Dec-2023 3:00:00 PM CST |
Facility Planning and Control - Division of Administration |
MECHANICAL AND ELECTRICAL REPAIRS CENTRAL PLANT BUILDING McNEESE STATE UNIVERSITY
|
https://www.centralauctionhouse.com/rfp14038435-mechanical-and-electrical-repairs-central-plant-building-mcneese-state-university.html
27-Oct-2023 12:00:00 AM CDT |
07-Dec-2023 2:00:00 PM CST |
Flood Protection Authority - East |
OLD - Lakeshore Dr. - Bayou St. John Bridge Approaches
|
The project titled “OLD - Lakeshore Dr. - Bayou St. John Bridge Approaches” is located along Lakeshore Dr. at the Bayou St. John Bridge in New Orleans, LA. The work consists of furnishing all labor, material, and equipment for the rehabilitation of the Lakeshore Drive asphalt bridge approaches on both ends of the Bayou St. John bridge, as well as, any related and incidental materials and work, as per the drawings and specifications provided in this bid document.
https://www.centralauctionhouse.com/rfp62550533-old--lakeshore-dr--bayou-st-john-bridge-approaches.html
06-Nov-2023 7:00:00 AM CST |
07-Dec-2023 2:00:00 PM CST |
Greater Lafourche Port Commission |
2024 Fuel Supplier
|
Sealed bids for supplying Mid-Grade (89 Octane) unleaded gasoline and off highway, dyed diesel fuel for a period of six (6) months from January 15, 2024 to July 14, 2024 to be delivered weekly to the Fourchon Warehouse, and as needed to the Cut Off Warehouse and the Galliano Airport will be received by the Greater Lafourche Port Commission (GLPC) until 10:00AM on Wednesday, January 3, 2024 at its office at 16829 East Main Street, Cut Off, LA 70345, at which time bids will be opened and read aloud.<br /> <br />Any bid submitted must be on the forms obtained from the GLPC. Sealed envelopes shall be marked “2024 Fuel Supplier” and can be delivered by regular mail, hand delivered or overnight courier service to 16829 East Main Street, Cut Off, LA 70345, or submitted online through the central auction house website below.<br /> <br />Copies of detailed proposal shall be examined online at https://www.centralauctionhouse.com/rfp.php?cid=68 or obtained from the GLPC in person, by emailing
[email protected], by calling 985-632-6701, or from our website at https://portfourchon.com/news-events/public-notices.<br /> <br />Bids will be considered per line item. The successful bidder will be required to execute an Agreement, Affidavit, and provide commercial general liability and automobile liability with limits of $1,000,000, and worker’s compensation with limits set forth by Louisiana law. <br /> <br />The Commission reserves the right to waive any informality or to reject any and all bids. In the event of a tie, the proposal resulting in the lowest administration expense to the GLPC will be selected.<br /> <br />Chett Chiasson<br />Executive Director<br />Greater Lafourche Port Commission
https://www.centralauctionhouse.com/rfp47242855-2024-fuel-supplier.html
04-Dec-2023 8:00:00 AM CST |
03-Jan-2024 10:00:00 AM CST |
Greater Lafourche Port Commission |
2024 Construction Materials Supplier
|
Sealed bids for supplying limestone, sand, and/or other suitable approved material used for site development for a period of six (6) months from January 15, 2024 to July 14, 2024 to be delivered and tailgate spread in areas as directed by the Commission will be received by the Greater Lafourche Port Commission (GLPC) located at 16829 East Main Street Cut Off, LA 70345 until 10:05AM on Wednesday, January 3, 2024 at which time bids will be opened and read aloud.<br /> <br />Any bid submitted must be on the forms obtained from the GLPC. Sealed envelopes shall be marked “2024 Construction Materials Supplier” and can be delivered by regular mail, hand delivered or overnight courier service to 16829 East Main Street, Cut Off, LA 70345, or submitted online through www.centralauctionhouse.com.<br /> <br />Copies of detailed proposal shall be examined online at https://www.centralauctionhouse.com/rfp.php?cid=68 or obtained from the GLPC in person, by emailing
[email protected], by calling 985-632-6701, or from our website at https://portfourchon.com/news-events/public-notices.<br /> <br />Bids will be considered per line item. The successful bidder will be required to execute an Agreement, Affidavit, and provide commercial general liability and automobile liability with limits of $1,000,000, and worker’s compensation with limits set forth by Louisiana law. <br /> <br />The Commission reserves the right to waive any informality or to reject any and all bids. In the event of a tie, the bid proposal resulting in the lowest administration expense to the GLPC will be selected.<br /> <br />Chett Chiasson<br />Executive Director<br />Greater Lafourche Port Commission
https://www.centralauctionhouse.com/rfp30381237-2024-construction-materials-supplier.html
04-Dec-2023 8:00:00 AM CST |
03-Jan-2024 10:05:00 AM CST |
Greater Lafourche Port Commission |
Fourchon Beach Maintenance Restoration and Protection (S1912)
|
Sealed paper bids or electronic bids for the construction of the following project which generally consists of the hydraulic or mechanical dredging of material to be used for fill for beach nourishment, the repair of existing rock breakwaters, the construction of new rock breakwaters, and other miscellaneous items shown on the drawings or herein specified will be received by the Greater Lafourche Port Commission, 16829 East Main Street, Cut Off, Louisiana 70345, until 10:00 a.m. on Tuesday, January 16, 2024 at which time and place bids will be publicly opened and read. No bids will be received after 10:00 a.m.<br /><br />Construction Estimate: $17,800,000
https://www.centralauctionhouse.com/rfp24674438-fourchon-beach-maintenance-restoration-and-protection-s1912.html
29-Nov-2023 12:00:00 AM CST |
16-Jan-2024 10:00:00 AM CST |
Houma Terrebonne Housing Authority |
2nd - HTHA 100 – 250 Senator Circle Roof Tarp Project
|
Public Announcement<br />Request for Proposals<br />Construction Services<br />The Houma Terrebonne Housing Authority (“HTHA”) is requesting sealed bids for temporary tarp installation on 119 units located at Senator Circle. Bids are due no later than 2:00 p.m. local time on December 14, 2023, and delivered to
[email protected]. HTHA encourages the participation of minority, disadvantaged, small, woman-owned, and veteran-owned businesses.<br />Bidders may obtain a complete electronic set of the bidding documents from The Sulzer Group by emailing
[email protected] or download from the attachments.
https://www.centralauctionhouse.com/rfp24632382-2nd--htha-100-250-senator-circle-roof-tarp-project.html
29-Nov-2023 1:00:00 PM CST |
13-Dec-2023 11:59:00 PM CST |
Iberia Parish Government |
Iberia Parish Courthouse Cooling Tower Replacement
|
Sealed bids for, IBERIA PARISH COURTHOUSE COOLING TOWER REPLACEMENT, NEW IBERIA, LOUISIANA, will be received until 10:00 AM CST on December 12, 2023 in the Council Chambers Room at the Courthouse, after which the bids will be publicly opened and read aloud. Any bids received after the above mentioned time will be returned unopened. Electronic bids at www.centralbidding.com as allowed by Act 590 amended Title 38:2212 are acceptable. <br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL.<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained from www.centralbidding.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them. Electronic copies are available from the designer, send request to
[email protected]. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:
[email protected]; PHONE (337) 234-5710 <br /> <br />No bid may be withdrawn after the scheduled closing time for receipt of bids for thirty (30) days.<br /> <br />Each proposal must be accompanied by a bid bond, a certified check, or cashier's check in an amount equal to at least five percent (5%) of the amount bid, made payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute the contract documents. The bid security of all bidders, except the three lowest, will be returned promptly after the canvas of bids.<br /> <br />All contractors and/or subcontractors whose bid exceeds Fifty Thousand Dollars ($50,000.00) shall be licensed under R.S. 37:2151-2163 of Louisiana Law.<br /> <br />The Iberia Parish Government reserves the right to waive any and all informalities in, or to reject any/or all bids. <br /> <br /> A Non Mandatory Pre-Bid Conference will be held on November 29, 2023, at 10:00 AM CST in the Council Chambers. <br />
https://www.centralauctionhouse.com/rfp81527160-iberia-parish-courthouse-cooling-tower-replacement.html
16-Nov-2023 12:00:00 AM CST |
12-Dec-2023 10:00:00 AM CST |
Iberia Parish Government |
CCA Treated Lumber
|
Sealed bids will be received by the Iberia Parish Government at any time or day prior to, but no later than 10:00 A.M. on December 19, 2023 for the purchase of the following:<br /> <br /><b>1. CCA-TREATED LUMBER</b><br />2. COLD MIX<br />3. JANITORIAL SUPPLIES<br />4. OFFICE SUPPLIES<br />5. ROAD MATERIALS<br />6. SIGN MATERIALS<br /> <br />Bids documents may be obtained by contacting Iberia Parish Government, Attn: Michael Broussard, Purchasing Officer, 300 Iberia Street, Suite 400, New Iberia, LA 70560, between the hours of 8:30 a.m. and 4:30 p.m. on any working day prior to the bid opening. Bid documents may also be viewed, downloaded and submitted online at www.centralbidding.com until the bid deadline.<br /> <br />All properly submitted bids will be opened publicly and read aloud on December 19, 2023 at 10:00 a.m. in the Iberia Parish Council Chambers, located on the 4th floor of the Iberia Parish Courthouse at 300 Iberia Street, New Iberia, Louisiana.<br /> <br />For questions regarding bidding procedures, contact Michael Broussard, Purchasing Officer, at (337) 365-8246.<br /> <br />
https://www.centralauctionhouse.com/rfp65605300-cca-treated-lumber.html
01-Dec-2023 10:51:10 AM CST |
19-Dec-2023 10:00:00 AM CST |
Iberia Parish Government |
Cold Mix
|
Sealed bids will be received by the Iberia Parish Government at any time or day prior to, but no later than 10:00 A.M. on December 19, 2023 for the purchase of the following:<br /> <br />1. CCA-TREATED LUMBER<br /><b>2. COLD MIX</b><br />3. JANITORIAL SUPPLIES<br />4. OFFICE SUPPLIES<br />5. ROAD MATERIALS<br />6. SIGN MATERIALS<br /> <br />Bids documents may be obtained by contacting Iberia Parish Government, Attn: Michael Broussard, Purchasing Officer, 300 Iberia Street, Suite 400, New Iberia, LA 70560, between the hours of 8:30 a.m. and 4:30 p.m. on any working day prior to the bid opening. Bid documents may also be viewed, downloaded and submitted online at www.centralbidding.com until the bid deadline.<br /> <br />All properly submitted bids will be opened publicly and read aloud on December 19, 2023 at 10:00 a.m. in the Iberia Parish Council Chambers, located on the 4th floor of the Iberia Parish Courthouse at 300 Iberia Street, New Iberia, Louisiana.<br /> <br />For questions regarding bidding procedures, contact Michael Broussard, Purchasing Officer, at (337) 365-8246.
https://www.centralauctionhouse.com/rfp54520419-cold-mix.html
01-Dec-2023 10:52:25 AM CST |
19-Dec-2023 10:00:00 AM CST |
Iberia Parish Government |
Janitorial Supplies
|
Sealed bids will be received by the Iberia Parish Government at any time or day prior to, but no later than 10:00 A.M. on December 19, 2023 for the purchase of the following:<br /> <br />1. CCA-TREATED LUMBER<br />2. COLD MIX<br /><b>3. JANITORIAL SUPPLIES</b><br />4. OFFICE SUPPLIES<br />5. ROAD MATERIALS<br />6. SIGN MATERIALS<br /> <br />Bids documents may be obtained by contacting Iberia Parish Government, Attn: Michael Broussard, Purchasing Officer, 300 Iberia Street, Suite 400, New Iberia, LA 70560, between the hours of 8:30 a.m. and 4:30 p.m. on any working day prior to the bid opening. Bid documents may also be viewed, downloaded and submitted online at www.centralbidding.com until the bid deadline.<br /> <br />All properly submitted bids will be opened publicly and read aloud on December 19, 2023 at 10:00 a.m. in the Iberia Parish Council Chambers, located on the 4th floor of the Iberia Parish Courthouse at 300 Iberia Street, New Iberia, Louisiana.<br /> <br />For questions regarding bidding procedures, contact Michael Broussard, Purchasing Officer, at (337) 365-8246.
https://www.centralauctionhouse.com/rfp59044295-janitorial-supplies.html
01-Dec-2023 10:53:48 AM CST |
19-Dec-2023 10:00:00 AM CST |
Iberia Parish Government |
Office Supplies
|
Sealed bids will be received by the Iberia Parish Government at any time or day prior to, but no later than 10:00 A.M. on December 19, 2023 for the purchase of the following:<br /> <br />1. CCA-TREATED LUMBER<br />2. COLD MIX<br />3. JANITORIAL SUPPLIES<br /><b>4. OFFICE SUPPLIES</b><br />5. ROAD MATERIALS<br />6. SIGN MATERIALS<br /> <br />Bids documents may be obtained by contacting Iberia Parish Government, Attn: Michael Broussard, Purchasing Officer, 300 Iberia Street, Suite 400, New Iberia, LA 70560, between the hours of 8:30 a.m. and 4:30 p.m. on any working day prior to the bid opening. Bid documents may also be viewed, downloaded and submitted online at www.centralbidding.com until the bid deadline.<br /> <br />All properly submitted bids will be opened publicly and read aloud on December 19, 2023 at 10:00 a.m. in the Iberia Parish Council Chambers, located on the 4th floor of the Iberia Parish Courthouse at 300 Iberia Street, New Iberia, Louisiana.<br /> <br />For questions regarding bidding procedures, contact Michael Broussard, Purchasing Officer, at (337) 365-8246.
https://www.centralauctionhouse.com/rfp31368805-office-supplies.html
01-Dec-2023 10:56:01 AM CST |
19-Dec-2023 10:00:00 AM CST |
Iberia Parish Government |
Road Materials
|
Sealed bids will be received by the Iberia Parish Government at any time or day prior to, but no later than 10:00 A.M. on December 19, 2023 for the purchase of the following:<br /> <br />1. CCA-TREATED LUMBER<br />2. COLD MIX<br />3. JANITORIAL SUPPLIES<br />4. OFFICE SUPPLIES<br />5. ROAD MATERIALS<br />6. SIGN MATERIALS<br /> <br />Bids documents may be obtained by contacting Iberia Parish Government, Attn: Michael Broussard, Purchasing Officer, 300 Iberia Street, Suite 400, New Iberia, LA 70560, between the hours of 8:30 a.m. and 4:30 p.m. on any working day prior to the bid opening. Bid documents may also be viewed, downloaded and submitted online at www.centralbidding.com until the bid deadline.<br /> <br />All properly submitted bids will be opened publicly and read aloud on December 19, 2023 at 10:00 a.m. in the Iberia Parish Council Chambers, located on the 4th floor of the Iberia Parish Courthouse at 300 Iberia Street, New Iberia, Louisiana.<br /> <br />For questions regarding bidding procedures, contact Michael Broussard, Purchasing Officer, at (337) 365-8246.
https://www.centralauctionhouse.com/rfp54557814-road-materials.html
01-Dec-2023 10:56:58 AM CST |
19-Dec-2023 10:00:00 AM CST |
Iberia Parish Government |
Sign Materials
|
Sealed bids will be received by the Iberia Parish Government at any time or day prior to, but no later than 10:00 A.M. on December 19, 2023 for the purchase of the following:<br /> <br />1. CCA-TREATED LUMBER<br />2. COLD MIX<br />3. JANITORIAL SUPPLIES<br />4. OFFICE SUPPLIES<br />5. ROAD MATERIALS<br />6. SIGN MATERIALS<br /> <br />Bids documents may be obtained by contacting Iberia Parish Government, Attn: Michael Broussard, Purchasing Officer, 300 Iberia Street, Suite 400, New Iberia, LA 70560, between the hours of 8:30 a.m. and 4:30 p.m. on any working day prior to the bid opening. Bid documents may also be viewed, downloaded and submitted online at www.centralbidding.com until the bid deadline.<br /> <br />All properly submitted bids will be opened publicly and read aloud on December 19, 2023 at 10:00 a.m. in the Iberia Parish Council Chambers, located on the 4th floor of the Iberia Parish Courthouse at 300 Iberia Street, New Iberia, Louisiana.<br /> <br />For questions regarding bidding procedures, contact Michael Broussard, Purchasing Officer, at (337) 365-8246.
https://www.centralauctionhouse.com/rfp23561113-sign-materials.html
01-Dec-2023 10:57:43 AM CST |
19-Dec-2023 10:00:00 AM CST |
Iberville Parish School Board |
New Press Boxes at White Castle High School and East Iberville High School (IPSB Project Number 2388MO2)
|
Advertisement for Bids<br />Sealed bids will be received by the Iberville Parish School Board, Attention Evan Cagnolatti,<br />Facilities Manager, at 58060 Plaquemine St., P.O. Box 151, Plaquemine, LA. 70764, not later than 2:00<br />PM (local time), January 4, 2024 for the following: New Press Boxes at White Castle High School<br />and East Iberville High School (IPSB Project Number 2388MO2)<br />NOTE ** Outer envelope if mailed shall be marked SEALED BID.<br />Please find bid related materials and place electronic bids at – “www.centralbidding.com”<br />The bids will be opened at the School Board Office immediately following the close of bid time<br />on the above noted date.<br />A Mandatory Pre-Bid Conference will be held at White Castle High School 32695 Graham St,<br />White Castle, LA 70788 on Wednesday – December 20, 2023, at 8:00 A.M No bid will be accepted<br />from any contractor who did not attend and sign-in at the Pre-Bid Conference.<br />Preliminary bid information may be obtained by contacting the Architectural Firm listed below,<br />Fusion Architects<br />3488 Brentwood Dr. # 101<br />Baton Rouge, La. 70809<br />225-766-4848<br />It is the policy of the Iberville Parish School Board to provide equal opportunities without regard<br />to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and<br />activities. This includes, but is not limited to, admissions, educational services, financial aid and<br />employment.
https://www.centralauctionhouse.com/rfp47081068-new-press-boxes-at-white-castle-high-school-and-east-iberville-high-school-ipsb-project-number-2388mo2.html
30-Nov-2023 2:00:00 PM CST |
04-Jan-2024 2:00:00 PM CST |
Iberville Parish School Board |
New Visitors Concessions and Restroom Buildings at White Castle High School and East Iberville High School (IPSB Project Number 2388MO1)
|
Advertisement for Bids<br />Sealed bids will be received by the Iberville Parish School Board, Attention Evan Cagnolatti,<br />Facilities Manager, at 58060 Plaquemine St., P.O. Box 151, Plaquemine, LA. 70764, not later than 2:30<br />PM (local time), January 4, 2024 for the following: New Visitors Concessions and Restroom<br />Buildings at White Castle High School and East Iberville High School (IPSB Project Number<br />2388MO1)<br />NOTE ** Outer envelope if mailed shall be marked SEALED BID.<br />Please find bid related materials and place electronic bids at – “www.centralbidding.com”<br />The bids will be opened at the School Board Office immediately following the close of bid time<br />on the above noted date.<br />A Mandatory Pre-Bid Conference will be held at East Iberville High School 3285 LA-75, St<br />Gabriel, LA 70776 on Wednesday – December 20, 2023, at 12:00 P.M. No bid will be accepted from<br />any contractor who did not attend and sign-in at the Pre-Bid Conference.<br />Preliminary bid information may be obtained by contacting the Architectural Firm listed below,<br />Fusion Architects<br />3488 Brentwood Dr. # 101<br />Baton Rouge, La. 70809<br />225-766-4848<br />It is the policy of the Iberville Parish School Board to provide equal opportunities without regard<br />to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and<br />activities. This includes, but is not limited to, admissions, educational services, financial aid and<br />employment.
https://www.centralauctionhouse.com/rfp81731080-new-visitors-concessions-and-restroom-buildings-at-white-castle-high-school-and-east-iberville-high-school-ipsb-project-number-2388mo1.html
30-Nov-2023 3:00:00 PM CST |
04-Jan-2024 2:30:00 PM CST |
Jefferson Davis Parish School Board |
Internet Access and Wide-Area Network - JDPSB
|
Request for E-Rate Category I Internet Access and Wide-Area Network<br /><br />Jefferson Davis Parish School Board (JDPSB)<br />Jefferson Davis Parish School Board is requesting proposals for E-Rate Category I Internet Access and Wide-Area Network. For a copy of the RFP with mandatory pre-bid meeting and proposal deadline details, please see link below.
https://www.centralauctionhouse.com/rfp55087685-internet-access-and-wide-area-network--jdpsb.html
02-Oct-2023 2:00:00 PM CDT |
07-Dec-2023 2:00:00 PM CST |
Jefferson Davis Parish School Board |
Jennings Ward II Improvements – Phase 3 – Jerry Simmons Stadium Field Replacement
|
NOTICE TO BIDDERS The Jefferson Davis Parish School Board will receive sealed bids before 3:00 P.M., Tuesday, December 12th, 2023 at JDPSB Technology Center, 1628 South Thibodeaux Road, Jennings LA 70546 for “Jennings Ward II Improvements – Phase 3 – Jerry Simmons Stadium Field Replacement”. Complete plans and specifications may be obtained from Champeaux, Evans, Hotard, APAC, 702 Dr. Michael DeBakey Drive, Lake Charles, LA 70601, phone number (337) 439-8871, via www.champeaux.biz - project portal and www.centralbidding.com . No Bid shall be considered or accepted unless the bid is accompanied by a Bid Security in an amount not less than five percent (5%) of the Base Bid and all Additive Alternates. The Bid Security shall be in the form of certified check or cashier’s check drawn on a bank insured by the FDIC, or Jefferson Davis Parish School Board Bid Bond Form contained in the Front-End Documents written by a surety company licensed to do business in Louisiana with an A.M. Best rating of “A” or better, countersigned by a person who is under contract with the surety company or bond insurer as a licensed agent in the State of Louisiana. Bids shall be accepted only from Contractors who are licensed under LA. R.S. 37:2150-2163, Act 635, effective January 1, 1989, for the classifications "Specialty Classification of Recreation & Sporting Facilities & Golf Courses.". No bid may be withdrawn for a period of thirty (30) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. Evidence of authority to submit the bid shall be required in accordance with R.S. 38:2212 (5) and/or R.S. 39:1594 (C) (4). Each bid must be placed in an opaque envelope, sealed, and marked on the outside, “Jennings Ward II Improvements – Phase 3” contractor name, address and license number of the bidder, to be opened at 3:00 P.M., Tuesday, December 12th, 2023 at the JDPSB Technology Center, 1628 South Thibodeaux Road, Jennings, Louisiana 70546. Bids may also be submitted electronically through Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to electronic bidding process, please call Central Bidding at 225-810-4814. The Owner reserves the right to reject any and all bids. In accordance with La. R.S. 38:2212 (B), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. A Pre-Bid Meeting will be held at 3:00 p.m. on Wednesday, November 29th, 2023 at Jerry Simmons Stadium, 208 Shankland Avenue, Jennings, LA 70546. John Hall, Superintendent Jefferson Davis Parish School Board Publish in the Jennings Daily News and Lake Charles American Press: November 15th, November 22nd, and November 29th
https://www.centralauctionhouse.com/rfp10166669-jennings-ward-ii-improvements-phase-3-jerry-simmons-stadium-field-replacement.html
15-Nov-2023 12:01:00 AM CST |
12-Dec-2023 3:00:00 PM CST |
Jefferson Parish Government |
5000143801 Jefferson Parish Transit Bus Stop Improvements District 3- East Bank
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143801<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., November 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 />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 70043 beginning at 2:30 p.m. on each bid opening date for the following project:<br />JEFFERSON PARISH TRANSIT<br />BUS STOP IMPROVEMENTS<br />DISTRICT 3 – EAST BANK<br />JEFFERSON PARISH BID NO. 50-00143801<br />The project consists of concrete walks and ADA ramps and related work.<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from ECM Consultants, Inc., 1301 Clearview Parkway Suite 200, Metairie, LA 70001, Phone: 504-885-4080 or fax 504-885-1439 by licensed contractors upon receipt of $125.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />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 Purchasing Department, 200 Derbigny St., Suite 4400, Gretna, La 70053 on November 6, 2023. at 9:30 A.M. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: October 18, 25 and November 1, 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/rfp44341934-5000143801-jefferson-parish-transit-bus-stop-improvements-district-3-east-bank.html
18-Oct-2023 2:00:00 PM CDT |
07-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143697-Bissonet Plaza Drainage Outfalls Project No. 2017-004A-DR Department of Capital Projects
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143697<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 7, 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 70043 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Bissonet Plaza Drainage Outfalls<br />Project No. 2017-004A-DR<br />Department of Capital Projects<br /> <br />The project consists of installing 60” drainage outfalls for Craig Avenue and Elmwood Parkway across West Esplanade in the Bissonet Plaza area of Jefferson Parish.<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.’s Plan Room via Central Bidding at:<br />https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00 a.m. on November 9, 2023 at The Joseph Yenni Bldg., 1221 Elmwood Park Blvd., Suite 303, 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: October 25, November 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/rfp57079356-5000143697-bissonet-plaza-drainage-outfalls-project-no-2017-004a-dr-department-of-capital-projects.html
25-Oct-2023 9:46:00 AM CDT |
07-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143735 Third Street Drainage Improvements Public Works No. 2021-014-DR
|
ADV-1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143735<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 07, 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 70043 beginning at 2:30 p.m. on each bid opening date for the following project:<br />3RD St. Drainage Improvements<br />(Redwood Dr. to Gardere Canal)<br />PUBLIC WORKS PROJECT NO. 2021-014-DR<br />Funded by the U.S. Department of Housing and Urban Development<br />under the Community Development Block Grant HUD Grant # (B-22-UC-22-0001)<br />The project consists of approximately 700 feet of reinforced concrete drainage pipe installation, replacement of 950 LF of water main (PVC and Ductile Iron), removal of existing A.C. water main, and removal and replacement of approximately 1,348 square yards of concrete roadway pavement.<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Principal Engineering, Inc. , 1011 N. Causeway Blvd., Suite 19, Mandeville, LA 70471 (PHONE 985-624-5001, FAX 985-624-5303 by licensed contractors upon receipt of $125.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to<br />ADV-2<br />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 will be held at Purchasing Department-200 Derbigny St. -Suite 4400 -Gretna, La. 70053_on _November 17, 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 />This project is funded by a Community Development Block Grant (CDBG) from the U.S. Department of Housing and Urban Development (HUD) and shall be subject to CDBG and HUD 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 (Davis Bacon Act), 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 shall comply with Title VI of the Civil Rights Act of 1964, the Davis Bacon Act, the Anti-Kickback Act, and Contract Work Hours and Safety Standards Act.<br />The federal funding agency for this project requires that all bonds are to be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list (Circular 570) of approved bonding companies which is published annually in the Federal Register.<br />Each bidder must have an active Unique Entity ID, as verified on www.sam.gov, prior to beginning of construction.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: November 01, 08 and 15, 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/rfp79958012-5000143735-third-street-drainage-improvements-public-works-no-2021-014-dr.html
01-Nov-2023 10:00:00 AM CDT |
19-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143666-Hurricane IDA Roof Repair & Replacement Mike Miley Playground 6716 W. Metairie Ave, Metairie, La 70003 Project NO. 20-22045
|
<br />ADVERTISEMENT FOR BIDS <br />BID NO. 50-00143666<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 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 /> <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 /> Hurricane IDA Roof Repair & Replacement<br /> Mike Miley Playground<br /> 6716 W. Metairie Ave, Metairie, La 70003<br /> Project NO. 20-22045<br /> <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 in PDF Format may be secured by licensed contractors from Meyer Engineers, Ltd. Plan Room (Phone #: 504-885-9892) via Central Bidding at: https://www.centralauctionhouse.com/, fees are applicable to Central Bidding Membership.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /><br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on November 29, 2023 at Mike Miley Playground 6716 W. Metairie Ave, Metairie, La 70003. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br /> <br />ADV: The New Orleans Advocate: November 8, 15, & 22, 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/rfp57297814-5000143666-hurricane-ida-roof-repair-replacement-mike-miley-playground-6716-w-metairie-ave-metairie-la-70003-project-no-20-22045.html
08-Nov-2023 8:43:00 AM CST |
19-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143751 HURRICANE IDA ROOF REPAIR AND REPLACMENT AT BELLE TERRE PLAYGROUND
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143751<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 14, 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 />HURRICANE IDA ROOF REPAIR AND REPLACMENT AT BELLE TERRE PLAYGROUND<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 in PDF Format may be secured by licensed contractors from Meyer Engineers, Ltd. Plan Room, Phone: 504-885-9892 via Central Bidding at: www.centralauctionhouse.com, fees are applicable to Central Bidding Membership.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 AM on November 28, 2023 at Belle Terre Playground, 5550 Belle Terre Rd. Marrero, La. 70072. 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: November 8, 15 and 22, 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/rfp66138616-5000143751-hurricane-ida-roof-repair-and-replacment-at-belle-terre-playground.html
08-Nov-2023 9:10:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
SOQ 23-034 Seeking Individuals or Firms Interested in Providing Electrical Engineering Services as Needed
|
PUBLIC NOTICE<br />SOQ 23-034<br />Provide Professional Electrical Engineering Services<br />The Parish of Jefferson authorized by Resolution No.142995 is hereby soliciting a Statement of Qualifications (TEC Professional Services Questionnaire) from additional persons or firms (who are not one of the six (6) firms approved by Resolution No. 140146 adopted on August 10, 2022) interested in providing professional electrical engineering services for miscellaneous street lighting projects for the Department of Public Works on an as-needed basis for the remainder of the two (2) year period with maximum allowable fees of $500,000.00 per year.<br />Deadline for Submissions: 3:30 p.m., December 8, 2023<br />General<br />The firms submitting a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Questionnaire) must identify all sub-consultant firms which they expect to use to provide professional services, and submit a Statement of Qualifications (Jefferson Parish TEC Questionnaire) for each sub-consultant firm. (Refer to Jefferson Parish Code Ordinance, Section 2-928).<br />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 />Compensation<br />The cost of these electrical engineering services for miscellaneous street lighting projects will be negotiated by the Jefferson Parish Department of Engineering. As determined by the Engineering Department, services will be paid for on a lump sum fee basis or on the basis of the person or firm’s certified and itemized salary costs plus a fee to cover overhead cost and profit in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. Copy of Attachment “A” may be obtained by calling the Jefferson Parish Engineering Department at (504) 736-6505.<br />Minimum Requirements for Selection<br />1. one principal who is a professional engineer who shall be registered as such in Louisiana<br />2. a professional in charge of the project who is a professional engineer who shall be registered as such in Louisiana with a minimum of five (5) years’ experience in the disciplines involved<br />3. one employee who is a professional engineer registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline.)<br />Evaluation Criteria<br />The following criteria will be used to evaluate the statement of the firms submitting:<br />1) Professional training and experience in relation to the type of work required for the electrical engineering services - 35 points.<br />2) Size of firm, considering the number of professional and support personnel required to perform electrical engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications, and construction administration – 10 points.<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points.<br />4) Past Performance by person or firm on projects of similar or comparable size, scope, and scale - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.).<br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points)).<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services, excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.).<br />7) Prior successful completion of projects of the type and nature of the electrical engineering services, as defined, for which firm has provided verifiable references - 15 points.<br />The maximum cumulative fee that can be charged for all work on this contract shall not exceed $500,000 per year unless increased by contract amendment approved by the Jefferson Parish Council.<br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform professional electrical engineering services tasks.<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 using our web address: www.jeffparish.net.. Affidavits are not required with submission but will be required prior to contract execution. Submissions shall be submitted on the eProcurement site at www.jeffparishbids.net. These 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.<br />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 />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 />No Statements will be accepted after the deadline.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br />ADV: The New Orleans Advocate: November 8, 15, 22, and 29, 2023
https://www.centralauctionhouse.com/rfp23782340-soq-23-034-seeking-individuals-or-firms-interested-in-providing-electrical-engineering-services-as-needed-.html
08-Nov-2023 9:00:00 AM CST |
08-Dec-2023 3:30:00 PM CST |
Jefferson Parish Government |
SOQ 23-033 -Provide Routine Engineering Services for Sewer Projects in Jefferson Parish
|
PUBLIC NOTICE<br />SOQ 23-033<br /> <br />Routine Engineering Services for Sewer Projects<br /> <br /> The Parish of Jefferson, authorized by Resolution No.142994, is hereby soliciting a Statement of Qualifications (TEC Professional Services Questionnaire) from persons or firms interested in providing routine Engineering Services for Sewer Projects in Jefferson Parish, who are not one of the forty-four (44) persons or firms approved by Resolution No. 139780, dated June 15, 2022. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine sewer contracts for the remainder of the two-year period.<br /> <br />Deadline for Submissions: 3:30 p.m., December 8, 2023<br /> <br />The following criteria will be used to evaluate the statement of the firms submitting: <br /> <br />1) Professional training and experience in relation to the type of work required for the routine engineering services - 35 points; <br />2) Size of firm, considering the number of professional and support personnel required to perform the type of routine engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points; <br />3) Capacity for timely completion of newly assigned work, considering the factors of type of routine engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points; <br />4) Past Performance by person or firm on Parish contracts - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.). <br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).); <br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.); <br />7) Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points; <br /> The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br /> <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 (TEC Professional Services 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 />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform architectural, engineering, surveying, and laboratory and field services tasks.<br /> The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<br /> <br />The person or firm submitting a Statement of Qualification (TEC Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (TEC Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications ((TEC Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at 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 />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />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: November 8, 15, 22, & 29, 2023<br />
https://www.centralauctionhouse.com/rfp66117770-soq-23-033-provide-routine-engineering-services-for-sewer-projects-in-jefferson-parish.html
08-Nov-2023 9:39:00 AM CST |
08-Dec-2023 3:30:00 PM CST |
Jefferson Parish Government |
SOQ-23-032 To Provide Routine Engineering Services for Drainage Projects
|
PUBLIC NOTICE<br />SOQ 23-032<br /> <br />To Provide Routine Engineering Services for Drainage Projects<br /> <br /> The Parish of Jefferson authorized by Resolution No. 142993 is hereby soliciting Statements of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in providing routine engineering services for Drainage Projects in Jefferson Parish, who are not one of the fifty (50) persons or firms approved by Resolution No. 139893, dated June 29, 2022. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine drainage contracts for the remainder of the two-year period.<br /> <br />Deadline for Submissions: 3:30 p.m., December 8, 2023<br /> <br />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 />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 />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 />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 />Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).); <br /> <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 />Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points; <br /> <br /> The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<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 />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform architectural, engineering, surveying, and laboratory and field services tasks.<br /> The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<br /> <br />The person or firm submitting a Statement of Qualification (TEC Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (TEC Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications ((TEC Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at 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 />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />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: November 8, 15, 22, & 29, 2023
https://www.centralauctionhouse.com/rfp61689110-soq-23-032-to-provide-routine-engineering-services-for-drainage-projects.html
08-Nov-2023 10:46:00 AM CST |
08-Dec-2023 3:30:00 PM CST |
Jefferson Parish Government |
5000144007 Labor, Material and Equipment as Needed to Remove Existing, Supply and Install New Multi-Zone Air Handler Units
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144007<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 12, 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, Material and Equipment as Needed to Remove Existing, Supply and Install New Multi-Zone Air Handler Units<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 />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: November 15, 22 and 29, 2023<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp67167010-5000144007-labor-material-and-equipment-as-needed-to-remove-existing-supply-and-install-new-multi-zone-air-handler-units.html
15-Nov-2023 11:00:00 AM CST |
12-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143841 CANAL A. BRIDGES PROJECT NO. 2022-015-RB JEFFERSON PARISH
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143841<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 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 /> <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 />CANAL A. BRIDGES<br />PROJECT NO. 2022-015-RB<br />JEFFERSON PARISH<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 and Environmental Consultants, Inc., 46148 LA Highway 445, Robert, LA 70455. If you would like to examine a set of plans or pick up a set, please contact James Blanchard at (504) 339-0723 or
[email protected] to set up a time. A set of such documents may be obtained by prospective bidders upon payment of a ONE HUNDRED FIFTY DOLLAR ($150.00) deposit. This deposit will be refunded in accordance with R.S. 38:2212. An electronic set of Contract Documents, Technical Specifications, and Drawings may be obtained by submitting a request to
[email protected]. All questions must be submitted in writing by email to
[email protected].<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 November 30, 2023 at General Government Building, Purchasing Department 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: November 15, 22, and 29, 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/rfp60603415-5000143841-canal-a-bridges-project-no-2022-015-rb-jefferson-parish.html
15-Nov-2023 12:52:00 PM CST |
19-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143968 Labor, Materials and Equipment to Provide and Install Play Equipment on Existing Concrete Slabs at Lafreniere Park
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143968<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 21, 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 to Provide and Install Play Equipment on Existing Concrete Slabs at Lafreniere Park<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 />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 amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: November 22, 29 and December 6, 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/rfp30350805-5000143968-labor-materials-and-equipment-to-provide-and-install-play-equipment-on-existing-concrete-slabs-at-lafreniere-park.html
22-Nov-2023 8:54:00 AM CST |
21-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143950 Labor, Materials and Equipment Necessary to Remodel the Eastbank Outside Maintenance Building for the Jefferson Parish Water Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143950<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 21, 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 Remodel the East Bank Outside Maintenance Building for the Jefferson Parish Water Department<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />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 amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: November 22, 29 and December 6, 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/rfp20158547-5000143950-labor-materials-and-equipment-necessary-to-remodel-the-eastbank-outside-maintenance-building-for-the-jefferson-parish-water-department.html
22-Nov-2023 9:22:00 AM CST |
21-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143935 Three (3) Year Contract to Perform Installation and Repairs of Fencing Systems Parishwide for the Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143935<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December, 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 /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Contract to Perform Installation and Repairs of Fencing Systems<br />Parish Wide for the Department of General Services<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: November 22, 29, and December 6, 2023<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp30327595-5000143935-three-3-year-contract-to-perform-installation-and-repairs-of-fencing-systems-parishwide-for-the-department-of-general-services.html
22-Nov-2023 10:05:00 AM CST |
19-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000144005 Labor, Materials and Equipment Necessary to Clean adn Seal the Exterior of the Joseph Yenni Building for the Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144005<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 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 /> <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 Clean and Seal the Exterior of the Joseph Yenni Building for the Department of General Services<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: November 22, 29 and December 6, 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/rfp39664058-5000144005-labor-materials-and-equipment-necessary-to-clean-adn-seal-the-exterior-of-the-joseph-yenni-building-for-the-department-of-general-services.html
22-Nov-2023 10:47:00 AM CST |
19-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143963 Jefferson Parish Transit Bus Stop Improvements District 3- Westbank
|
ADV - 1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143963<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 04, 2024 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 70043 beginning at 2:30 p.m. on each bid opening date for the following project:<br />JEFFERSON PARISH TRANSIT<br />BUS STOP IMPROVEMENTS<br />DISTRICT 3 – WEST BANK<br />JEFFERSON PARISH BID NO. 50-00143963<br />The project consists of concrete walks and ADA ramps and related work.<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from ECM Consultants, Inc., 1301 Clearview Parkway Suite 200, Metairie, LA 70001, Phone: 504-885-4080 or fax 504-885-1439 by licensed contractors upon receipt of $125.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />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 Purchasing Department, 200 Derbigny St. Suite 4400 Gretna, La. 70053 on December 08, 2023 at 9:30 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: November 22, 29 and December 06, 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/rfp83144461-5000143963-jefferson-parish-transit-bus-stop-improvements-district-3-westbank.html
22-Nov-2023 2:00:00 PM CST |
04-Jan-2024 2:00:00 PM CST |
Jefferson Parish Government |
SOQ-23-035 To Provide Benefits Consulting Services for Human Resources
|
PUBLIC NOTICESOQ 23-035<br /> <br />Benefits Consulting Services<br /> <br /> <br />The Parish of Jefferson, authorized by Resolution No. 143181 is hereby soliciting Statements of Qualifications (SOQ) (General Professional Services Questionnaire) from firms or individuals interested and qualified in providing employee benefits consultant services to include a full range of services related to design, implementation, maintenance, communication, and improvement of the Jefferson Parish Employee/Retiree Benefits Program. Jefferson Parish Government consists of approximately thirty departments providing services for the citizens of Jefferson Parish. Services provided include, but are not limited, to water, sewage, drainage, streets, fire and supporting departments. Included in the employee benefits plans are employees of the 24th Judicial District Court, Juvenile Court, First and Second Parish Courts, the District Attorney’s Office, the Coroner’s Office, the Justices of the Peace, and the Constables Offices. There are approximately 3,000 benefits eligible employees and approximately 1,100 medically covered retirees.<br /> <br />The proposer will provide benefits consulting services for employee and retiree benefits, including conducting analysis necessary to review and advise Jefferson Parish in the selection of health and welfare benefits plans for Jefferson Parish beginning January 1, 2024.<br /> <br />Deadline for Submissions: 3:30 p.m., December 14, 2023<br /> <br />Minimum QualificationsIn order to be considered the proposer must meet the following requirements and these qualifications cannot be delegated to another entity. Failure to meet any of these requirements at the time of the submission deadline will result in the disqualification of a proposal:<br /> <br />Proposer (firm or members of the firm) must be a licensed insurance producer in Louisiana. <br />Proposer must have at least ten (10) years of experience in providing benefits consulting for fully-insured and self-funded large groups (2,000+) of employees.<br />Proposer must have at least five (5) years of experience in providing benefit consulting experience with government agencies. <br />Evaluation Criteria<br /><br />Proposed Annual Consulting Fee – 25 Points Maximum<br />Demonstrated professional experience providing benefits consulting services to fully-insured and self-funded large groups (2,000+) of employees – 20 Points Maximum<br />Demonstrated experience providing benefits consulting services to government agencies – 20 Points Maximum<br />Location of the principal office where work will be performed, with preference given to firms with offices located in Jefferson Parish – 5 Points Maximum<br />The capacity to provide benefit consulting services for fully-insured and/or self-funded insurance plans, as well as the ability to provide an experienced designated point of contact or service team for Jefferson Parish- 15 Points Maximum<br />Information demonstrating the respondents understanding of the nature and scope of services required for this SOQ - 15 Points Maximum <br />Interested proposers must submit (1) online submission.<br /> <br />The firm submitting a Statement of Qualification (General Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (General Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928) A copy of the Statement of Qualifications packet can be obtained at www.jeffparishbids.net. <br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. All vendors will be required to register with Central Bidding. Jefferson Parish vendors are able to register for free by visiting www.centralauctionhouse.com.<br /> <br />Interested firms and/or individuals must submit electronically through www.jeffparishbids.net no later than 3:30 p.m. on December 14, 2023<br />No submittals will be accepted after the deadline.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial District Court.<br />ADV: The New Orleans Advocate: November 29, and December 6, 2023
https://www.centralauctionhouse.com/rfp94650552-soq-23-035-to-provide-benefits-consulting-services-for-human-resources.html
29-Nov-2023 9:18:00 AM CST |
14-Dec-2023 3:30:00 PM CST |
Jefferson Parish Government |
5000144081 Five (5) Year Contract to Provide as needed Cell Dialers and Monitoring of Fire and Security Alarms at Various Locations for the Department of General Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144081<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 4, 2024 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 />Five (5) Year Contract to Provide as needed Cell Dialers and Monitoring of Fire and Security Alarms at Various Locations for the Department of General Services<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: November 29, December 6, and 12, 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/rfp59183301-5000144081-five-5-year-contract-to-provide-as-needed-cell-dialers-and-monitoring-of-fire-and-security-alarms-at-various-locations-for-the-department-of-general-services.html
29-Nov-2023 10:03:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
Jefferson Parish Government |
5000143887 Purchase of Mobility Vans for the Jefferson Parish Transit Department
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143887<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 14, 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 />Purchase of Mobility Vans for the Jefferson Parish Transit Department<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: November 29 and December 6, 2023<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp97889389-5000143887-purchase-of-mobility-vans-for-the-jefferson-parish-transit-department.html
29-Nov-2023 10:00:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143765 Two Year Contract to Perform Guardrail Maintenance (Removal, Installation and Repair) for the Jefferson Parish Department of Public Works and all Jefferson Parish Agencies and Municipalities (Grand Isle Addressed with Specific Items)
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143765<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 04, 2024 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Contract to Perform Guardrail Maintenance (Removal, Installation and Repair) for the Jefferson Parish Department of Public Works- Streets and all Jefferson Parish Agencies and Municipalities (Grand Isle Addressed with Specific Items)<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 />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at Purchasing Department- 200 Derbigny St. Suite 4400 Gretna, La 70053 on December 14, 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: November 29, December 06 and 13, 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/rfp24654661-5000143765-two-year-contract-to-perform-guardrail-maintenance-removal-installation-and-repair-for-the-jefferson-parish-department-of-public-works-and-all-jefferson-parish-agencies-and-municipalitie.html
29-Nov-2023 10:00:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
Jefferson Parish Government |
5000143851 - Furnish Labor, Materials and Equipment to Supply and Install Emergency Feeder and Switchboard Modifications for Jefferson Parish General Services
|
Furnish Labor, Materials and Equipment to Supply and Install Emergency Feeder and Switchboard Modifications for Jefferson Parish General Services
https://www.centralauctionhouse.com/rfp24688789-5000143851--furnish-labor-materials-and-equipment-to-supply-and-install-emergency-feeder-and-switchboard-modifications-for-jefferson-parish-general-services--.html
29-Nov-2023 12:00:00 AM CST |
12-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143925 - Furnish Labor, Materials and Equipment to Provide and Warranty Sewer Pumps for Jefferson Parish Sewerage Department
|
Furnish Labor, Materials and Equipment to Provide and Warranty Sewer Pumps for Jefferson Parish Sewerage Department
https://www.centralauctionhouse.com/rfp7368746-5000143925--furnish-labor-materials-and-equipment-to-provide-and-warranty-sewer-pumps-for-jefferson-parish-sewerage-department-.html
30-Nov-2023 12:00:00 AM CST |
07-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143926 - Purchase of Industrial Supplies for Jefferson Parish Eastbank Warehouse
|
Purchase of Industrial Supplies for Jefferson Parish Eastbank Warehouse
https://www.centralauctionhouse.com/rfp31328504-5000143926--purchase-of-industrial-supplies-for-jefferson-parish-eastbank-warehouse.html
01-Dec-2023 12:00:00 AM CST |
07-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000144151-Labor, Materials and Equipment Needed to perform roof repairs at the Nicholson Playground for the Jefferson Parish Recreation Department
|
Labor, Materials and Equipment Needed to perform<br />roof repairs at the Nicholson Playground for the<br />Jefferson Parish Recreation Department
https://www.centralauctionhouse.com/rfp31319956-5000144151-labor-materials-and-equipment-needed-to-perform-roof-repairs-at-the-nicholson-playground-for-the-jefferson-parish-recreation-department-.html
01-Dec-2023 3:52:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000144154 - Furnish Labor, Materials and Equipment to Repair Dump Truck for Jefferson Parish Fleet Management
|
Furnish Labor, Materials and Equipment to Repair Dump Truck for Jefferson Parish Fleet Management
https://www.centralauctionhouse.com/rfp80535014-5000144154--furnish-labor-materials-and-equipment-to-repair-dump-truck-for-jefferson-parish-fleet-management-.html
04-Dec-2023 12:00:00 AM CST |
07-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000144031 Purchase of Dual-Channel A/D Interface Box for the Jefferson Parish Department of Water
|
Purchase of Dual-Channel A/D Interface Box for the Jefferson Parish Department of Water
https://www.centralauctionhouse.com/rfp528572-5000144031-purchase-of-dual-channel-ad-interface-box-for-the-jefferson-parish-department-of-water.html
04-Dec-2023 11:42:00 AM CST |
07-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143883 Labor, Materials and Equipment Necessary to Move Insulation for the Department of Drainage, Rosethorne Park
|
Labor, Materials and Equipment Necessary to Move Insulation for the Department of Drainage, Rosethorne Park
https://www.centralauctionhouse.com/rfp17271885-5000143883-labor-materials-and-equipment-necessary-to-move-insulation-for-the-department-of-drainage-rosethorne-park.html
04-Dec-2023 2:11:00 PM CST |
07-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143937 Labor, Materials and Equipment Necessary to Provide and Replace Vacuum Pump for the Department of Water, Westbank Plant
|
Labor, Materials and Equipment Necessary to Provide and Replace Vacuum Pump for the Department of Water, Westbank Plant
https://www.centralauctionhouse.com/rfp80588585-5000143937-labor-materials-and-equipment-necessary-to-provide-and-replace-vacuum-pump-for-the-department-of-water-westbank-plant-.html
04-Dec-2023 3:04:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000144022 Labor, Materials & Equipment to Fabricate and Install Decorative Signage at the Entrance to the Bucktown Harbor Marina.
|
Labor, Materials & Equipment to Fabricate and Install Decorative Signage at the Entrance to the Bucktown Harbor Marina.
https://www.centralauctionhouse.com/rfp55834246-5000144022-labor-materials-equipment-to-fabricate-and-install-decorative-signage-at-the-entrance-to-the-bucktown-harbor-marina.html
04-Dec-2023 3:03:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143966 Purchase of Towable Debris Blower for the Jefferson Parks and Recreation Department (JPRD)
|
Purchase of Towable Debris Blower for the Jefferson Parks and Recreation Department (JPRD)
https://www.centralauctionhouse.com/rfp80555669-5000143966-purchase-of-towable-debris-blower-for-the-jefferson-parks-and-recreation-department-jprd.html
04-Dec-2023 3:43:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143931 - Lead Abatement Project for Jefferson Parish Community Development
|
Lead Abatement Project for Jefferson Parish Community Development
https://www.centralauctionhouse.com/rfp55835071-5000143931--lead-abatement-project-for-jefferson-parish-community-development-.html
04-Dec-2023 12:00:00 AM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143905 - Lead Abatement Project for Jefferson Parish Community Development
|
Lead Abatement Project for Jefferson Parish Community Development
https://www.centralauctionhouse.com/rfp268256-5000143905--lead-abatement-project-for-jefferson-parish-community-development-.html
05-Dec-2023 12:00:00 AM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000144122 One year contract for medical services for eastbank of Jefferson Parish Carnival Parades for the 2024 Carnival Season.
|
One year contract for medical services for eastbank of Jefferson Parish Carnival Parades for the 2024 Carnival Season.
https://www.centralauctionhouse.com/rfp73933375-5000144122-one-year-contract-for-medical-services-for-eastbank-of-jefferson-parish-carnival-parades-for-the-2024-carnival-season.html
05-Dec-2023 3:22:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143974 Purchase of Submersible Level Sensor
|
Purchase of Submersible Level Sensor
https://www.centralauctionhouse.com/rfp93718633-5000143974-purchase-of-submersible-level-sensor.html
05-Dec-2023 4:30:00 PM CST |
08-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143979 Purchase of Warehouse Supplies for the Eastbank Warehouse
|
Purchaseof Warehouse Supplies for the Eastbank Warehouse
https://www.centralauctionhouse.com/rfp65271043-5000143979-purchase-of-warehouse-supplies-for-the-eastbank-warehouse.html
05-Dec-2023 4:30:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143986 Purchase of 2024 ATV for the Jefferson Parish Ecosystem and Coastal Management Department
|
PURCHASE OF 2024 ATV FOR THE JEFFERSON <br />PARISH ECOSYSTEM AND COASTAL MANAGEMENT <br />DEPARTMENT
https://www.centralauctionhouse.com/rfp65249005-5000143986-purchase-of-2024-atv-for-the-jefferson-parish-ecosystem-and-coastal-management-department.html
05-Dec-2023 4:40:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143987 Purchase of Warehouse Supplies for the Westbank Warehouse
|
PURCHASE OF WAREHOUSE SUPPLIES FOR THE WESTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp43325723-5000143987-purchase-of-warehouse-supplies-for-the-westbank-warehouse.html
05-Dec-2023 4:45:00 PM CST |
11-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000143906 Two (2) Year Switchgear Maintenance Contract for the Jefferson Parish Water Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143906<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net<br />until 2:00 p.m., January 11, 2024 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 Switchgear Maintenance Contract for the<br />Jefferson Parish Water Department<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 />A MANDATORY Pre-Bid Conference will be held at 9:00 A.M. on January 4, 2024 at Jefferson Parish WB Water Plant, 4500 Westbank Expressway, Marrero, LA70072, then to the EB Water Plant, 3600 Jefferson Hwy., Bldg. D, Jefferson, LA 70121.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br /> <br /> <br /><br />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 6, 13 and 20, 2023<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp38322345-5000143906-two-2-year-switchgear-maintenance-contract-for-the-jefferson-parish-water-department.html
06-Dec-2023 9:00:00 AM CST |
11-Jan-2024 11:00:00 AM CST |
Jefferson Parish Government |
5000144133-Labor, Materials and All Necessary Equipment Needed to Repair an Animal Crematory for the Jefferson Protection & Animal Welfare Services Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144133<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 4, 2024 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 All Necessary Equipment Needed to Repair an Animal <br />Crematory for the Jefferson Protection & Animal Welfare Services Department<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 />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 6, 13, & 20, 2023<br /> <br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.<div style="page-break-after: always"><span style="display: none;"> </span></div>
https://www.centralauctionhouse.com/rfp39515284-5000144133-labor-materials-and-all-necessary-equipment-needed-to-repair-an-animal-crematory-for-the-jefferson-protection-animal-welfare-services-department.html
06-Dec-2023 9:17:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
Jefferson Parish Government |
5000143958 Two Year Contract to Provide Retroreflective Pavement Markings for Jefferson Parish Traffic Engineering Division.
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143958<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 21, 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 Year Contract to Provide Retroreflective Pavement Markings for Jefferson Parish Traffic Engineering Division.<br /> <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: December 6 and 13, 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/rfp38309534-5000143958-two-year-contract-to-provide-retroreflective-pavement-markings-for-jefferson-parish-traffic-engineering-division.html
06-Dec-2023 9:17:00 AM CST |
21-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000144124 Two (2) Year Contract for Veterinary Pharmaceuticals and Supplies for the Jefferson Protection and Animal Welfare Services (JPAWS) Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144124<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 4, 2024 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract for Veterinary Pharmaceuticals and Supplies for the Jefferson Protection and Animal Welfare Services (JPAWS) Department<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: December 6 and 13, 2023<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.netor you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp38309694-5000144124-two-2-year-contract-for-veterinary-pharmaceuticals-and-supplies-for-the-jefferson-protection-and-animal-welfare-services-jpaws-department.html
06-Dec-2023 9:12:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
Jefferson Parish Government |
5000143960-Eastbank Water Plant Water Storage Tank Rehabilitation 3731 River Road, Jefferson, LA 70121 Project No. 2023-057-WR Department of Water
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143960<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 11, 2024 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 />Eastbank Water Plant Water Storage Tank Rehabilitation<br />3731 River Road, Jefferson, LA 70121<br />Project No. 2023-057-WR<br />Department of Water<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.<br /> <br />A Complete set of Contract Documents may be secured from Meyer Engineers, Ltd.’s Plan Room via Central Bidding at<br />https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 am on December 21, 2023 at the Eastbank Water Plant located at 3600 Jefferson Hwy, Jefferson, LA 70121. 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 6, 13, & 20, 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/rfp74592089-5000143960-eastbank-water-plant-water-storage-tank-rehabilitation-3731-river-road-jefferson-la-70121-project-no-2023-057-wr-department-of-water-.html
06-Dec-2023 10:01:00 AM CST |
11-Jan-2024 2:00:00 PM CST |
Jefferson Parish Government |
5000143891 Three Year Contract to Provide Grass Cutting Services (smooth/rough) for the Jefferson Parish Department of Public Works - Parkways
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143891<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 09, 2024 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three Year Contract to Provide Grass Cutting Services (smooth/rough) for the Jefferson Parish Department of Public Works - Parkways<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.The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />A MANDATORY Pre-Bid Conference will be held at 10:00AM on December 21,2023 in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA70053.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br /><br />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 6, 13 and 20, 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/rfp38376057-5000143891-three-year-contract-to-provide-grass-cutting-services-smoothrough-for-the-jefferson-parish-department-of-public-works--parkways.html
06-Dec-2023 12:55:00 PM CST |
09-Jan-2024 2:00:00 PM CST |
Jefferson Parish Government |
50-00144038 Purchase of New CPR Mechanical Devices for the Jefferson Parish Department of Fire Services
|
ADERTISEMENT FOR BIDS<br />BID NO. 50-00144038<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 21, 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 />Purchase of Mechanical CPR Devices for the Jefferson Parish Department of Fire 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 program s.<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 06 and 13, 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/rfp39511195-50-00144038-purchase-of-new-cpr-mechanical-devices-for-the-jefferson-parish-department-of-fire-services.html
06-Dec-2023 1:00:00 PM CST |
21-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
SOQ 23-036 Seeking Individuals or Firms to Provide 24-hour Supplemental Veterinary Care
|
PUBLIC NOTICE<br />SOQ ___23-036_________<br />The Parish of Jefferson, authorized by Resolution No. __143163________, is hereby soliciting the submittal of a Statement of Qualifications (General Professional Services Questionnaire) from persons or firms qualified and interested in providing Supplemental 24-hour Louisiana Licensed Veterinary Services (“Supplemental Veterinary Care”) for the Jefferson Protection & Animal Welfare Services. “Supplemental Veterinary Care” shall include, but not be limited to, 24-hour services in instances when JPAWS does not have a veterinarian on-site, when an animal requires care in excess of that which JPAWS is capable of providing in-house, after-hours services, and overflow services. (Parishwide)<br />Deadline for Submissions: 3:30 p.m. December 15, 2023<br />Evaluation Criteria<br />All proposals shall be evaluated with respect to the completeness of data provided, support for all claims made, and the overall approach taken. The following criteria will be used to evaluate each person or firm submitting a Statement of Qualifications (total maximum of 100 points):<br />(A) Professional training and experience, both generally and in relation to the type and magnitude of work required for the particular project. (15 points possible)<br />(B) The nature, quantity, and value of work to be performed as matched by the person and/or firm submitting, including, but not limited to consideration of the 24-hour services, diagnostic equipment, and emergency/critical care capabilities. (25 points possible)<br />(C) The size of the firm based on the number of personnel, as related to the project requirements and/or scope. (25 points possible)<br />(D) Capacity for timely completion of the work, taking into consideration the person’s or firm’s current, and projected, workload and professional and support manpower. (15 points possible)<br />(E) Location of the principal office where work will be performed, with preference being given to persons or firms with offices located in Jefferson Parish at (15 points possible), and all other areas at (5 points possible).<br />(F) Past and current professional accomplishments, for which references from clients or former clients and information gathered by inspection of current or recent projects may be considered. (5 points possible)<br />All persons or firms must submit a Statement of Qualifications (General Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at 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 />The person or firm submitting a Statement of Qualification (General Professional Service Questionnaire) shall not use a subcontractor to assist in providing professional services for the project.<br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br />No submittals will be accepted after the deadline.<br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall<br />be submitted prior to contract approval, including any subs.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br />ADV: The New Orleans Advocate: December 06 and 13, 2023
https://www.centralauctionhouse.com/rfp39525271-soq-23-036-seeking-individuals-or-firms-to-provide-24-hour-supplemental-veterinary-care.html
06-Dec-2023 1:00:00 PM CST |
15-Dec-2023 3:30:00 PM CST |
Jefferson Parish Government |
5000143934-Three (3) Year Contract for The Sale of Scrap Metal for The Jefferson Parish Department of Streets
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143934<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 21, 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 />Three (3) Year Contract for The Sale of Scrap Metal for<br />The Jefferson Parish Department of Streets<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 />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 6, & 13, 2023<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp93024180-5000143934-three-3-year-contract-for-the-sale-of-scrap-metal-for-the-jefferson-parish-department-of-streets.html
06-Dec-2023 1:26:00 PM CST |
21-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143939 - Purchase of Industrial Supplies for Jefferson Parish Westbank Warehouse
|
Purchase of Industrial Supplies for Jefferson Parish Westbank Warehouse
https://www.centralauctionhouse.com/rfp38331658-5000143939--purchase-of-industrial-supplies-for-jefferson-parish-westbank-warehouse-.html
06-Dec-2023 12:00:00 AM CST |
12-Dec-2023 11:00:00 AM CST |
Jefferson Parish Government |
5000144034 Purchase of Diesel Towable Generators for the Jefferson Parish Department of Sewerage
|
ADERTISEMENT FOR BIDS<br />BID NO. 50-00144034<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., December 21, 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 />Purchase of Diesel Towable Generators for the Jefferson Parish Department of Sewerage<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 program s.<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 06 and 13, 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/rfp21300710-5000144034-purchase-of-diesel-towable-generators-for-the-jefferson-parish-department-of-sewerage.html
06-Dec-2023 2:00:00 PM CST |
21-Dec-2023 2:00:00 PM CST |
Jefferson Parish Government |
5000143951 Purchase of Plumbing Supplies for the Jefferson Parish Department of Public Works, Westbank Warehouse
|
Purchase of Plumbing Supplies for the Jefferson Parish Department of Public Works, Westbank Warehouse
https://www.centralauctionhouse.com/rfp55264341-5000143951-purchase-of-plumbing-supplies-for-the-jefferson-parish-department-of-public-works-westbank-warehouse-.html
06-Dec-2023 3:21:00 PM CST |
12-Dec-2023 11:00:00 AM CST |
Jefferson Parish Public School System |
Phase II Interior Repairs at Collins Elementary School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Thursday, November 16, 2023 for Phase II Interior Repairs at Collins Elementary School, Project No. 2022-25 B. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities.<br /><br />Plans and specifications and other information may be secured from the architect / engineer, Manning Architects, APC, 650 Poydras Street, Suite 1250, New Orleans, LA 70130 Phone: 504-412-2000 for $150.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /><br />A pre-bid meeting will be held on Wednesday, November 8, 2023 at 3:30 p.m. at Collins Elementary School, 500 Pine St., Marrero, LA 70072 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”.<br /><br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /><br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /><br />The architect / engineer has classified this project as Building Construction.
https://www.centralauctionhouse.com/rfp33066724-phase-ii-interior-repairs-at-collins-elementary-school.html
20-Oct-2023 12:00:00 AM CDT |
07-Dec-2023 2:00:00 PM CST |
Jefferson Parish Public School System |
Tornado and Hurricane Ida Damage Repairs at Marrero Middle School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Thursday, December 14, 2023 for Tornado and Hurricane Ida Damage Repairs at Marrero Middle School, Project No. 2022-36. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, Grace Hebert Curtis Architects, 601 Poydras Street, Suite 2310, LA 70130 Phone: 504-522-2050 for a deposit of $200.00 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, November 28, 2023 at 11:00 a.m. at Marrero Middle School, 4100 Seventh St., Marrero, LA 70072 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as General Building Construction.
https://www.centralauctionhouse.com/rfp73767273-tornado-and-hurricane-ida-damage-repairs-at-marrero-middle-school.html
10-Nov-2023 12:00:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
Jefferson Parish Public School System |
Raze the School Campus at Butler Elementary School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Thursday, December 14, 2023 for Raze the School Campus at Butler Elementary School, Project No. 2023-04. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer Albert Architecture & Urban Design, APLLC, 2739 Conti Street, New Orleans, LA 70119, ­­Phone: 504-827-0056 for a deposit of $100.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, November 28, 2023 at 1:30 p.m. at Butler Elementary School, 300 4th Street, Westwego, LA 70094 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as General Building Construction.
https://www.centralauctionhouse.com/rfp81558041-raze-the-school-campus-at-butler-elementary-school.html
17-Nov-2023 12:00:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
Jefferson Parish Sheriff's Office |
23-DEC-1401 Automotive Fuel/Gas
|
Documents aslo availbale at JPSO.com under Public Bids
https://www.centralauctionhouse.com/rfp67175164-23-dec-1401-automotive-fuelgas.html
22-Nov-2023 6:00:00 AM CST |
14-Dec-2023 10:00:00 AM CST |
Jefferson Parish Sheriff's Office |
24-JAN-1001 Class A and B Uniforms
|
Adertised in the New Orleans Advocate and JPSO.com
https://www.centralauctionhouse.com/rfp34795799-24-jan-1001-class-a-and-b-uniforms.html
13-Dec-2023 6:00:00 AM CST |
10-Jan-2024 10:00:00 AM CST |
Lafourche Parish Fire District No. 3 |
Lafourche Parish Fire District No. 3, Leeville Fire Station No. 11
|
ADVERTISEMENT FOR BIDS <br /><br />Lafourche Parish Fire District 3 will receive sealed bids before 3:00 P.M., Thursday, December 28, 2023 at the <br />LPFD3 Fire Central Headquarters, 17462 West Main St., Cut Off, Louisiana 70345 for the following <br />Hurricane Ida Recovery Project: <br /> <br />Leeville Fire Station No. 11 HIR-LV11 <br /> <br />Complete Bid Documents prepared by GIS Engineering, LLC, 197 Elysian Drive, Houma, LA, for this Project <br />are available in electronic form. They may be obtained without charge and without deposit from <br />www.csrsinc.com/LPFD3. Bid Documents may also be obtained from www.centralbidding.com for a nominal <br />charge or subscription. Printed copies are not available from the Owner or Architect, but arrangements can be <br />made to obtain printed Bid Documents through most reprographic firms. Bidders are responsible for any <br />subscription, downloading, reproduction or mailing costs. <br /> <br />No Bid shall be considered or accepted unless the bid is accompanied by bid security in an amount not less than <br />five percent (5%) of the Base Bid and all Additive Alternates. The bid security shall be in the form of certified <br />check or cashier’s check drawn on a bank insured by the FDIC, or on the Bid Bond Form contained in the Front <br />End Documents written by a surety company licensed to do business in Louisiana with a A.M. Best rating of “A” <br />or better, countersigned by a person who is under contract with the surety company or bond insurer as a licensed <br />agent in this state and who is residing in this state. <br /> <br />Bids shall be accepted only from Contractors who are licensed under LS R.S. 37:2150- 2163 for the classification <br />of Building Construction. No bid may be withdrawn for a period of thirty (30) days after receipt of bids, except <br />under the provisions of LA. R.S. 38:2214. Evidence of authority to submit the bid shall be required in accordance <br />with LA. R.S. 38:2212 (B) (2), (5) and/or LA. R.S. 39:1594 (C) (4). <br /> <br />A Pre-Bid Conference will be conducted at Lafourche Parish Fire District No. 3 Headquarters, 17462 West <br />Main Street, Cut Off, Louisiana, 70345, on Tuesday, December 12, 2023 at 3:00 PM. Attendance is non-mandatory.<br /><br /> <br />Each bid must be placed in an envelope, sealed and marked on the outside: <br />“Bid Enclosed for Leeville Fire Station No. 11 Restoration, HIR-LV11 to be opened at 3:00 PM on Thursday, <br />December 28, 2023. Refer to Instructions for Bidders for other requirements on outside of envelope. <br /> <br />Bid may also be submitted by electronic means via website www.centralbidding.com. Free registration is <br />required in order to submit a bid via the Central Bidding website. <br /> <br />The Owner reserves the right to reject any and all bids for just cause as permitted by LA. R.S. 38:2214 (B). The <br />ability of an entity to reject any bid is applicable only when administered in accordance with the Public Bid Law. <br />In accordance with LA. R.S. 38:2212 (B) (1), the provisions and requirements of this section, and those stated in <br />the Bidding Documents shall not be waived by any public entity. <br /> <br />Devin Dedon, Chief <br /> <br /> <br />Publish in The Daily Comet newspaper: <br />November 24, 2023, December 1, 2023, and December 8, 2023.
https://www.centralauctionhouse.com/rfp11689740-lafourche-parish-fire-district-no-3-leeville-fire-station-no-11.html
24-Nov-2023 12:00:00 AM CST |
28-Dec-2023 3:00:00 PM CST |
Lafourche Parish Government |
Hurricane Ida Repairs and Replacements at Lafourche Recreation District #3 - Larose
|
<br /><b>ADVERTISEMENT FOR BIDS</b><br /> <br />Lafourche Parish Government<br />Administrator’s Office<br />402 Green Street, First Floor<br />Thibodaux, LA 70301<br /> <br />Hurricane Ida Repairs and Replacements at Lafourche Recreation District #3<br />Larose Regional Park, Larose, LA<br /> <br /><br />ELECTRONIC BIDS for the construction of the “Hurricane Repairs – LRD District #3 - Larose” consist of the following:<br /> <br />“This project consists of hurricane repairs and building replacements at Larose Regional Park as indicated in the Construction Documents. Site repairs include replacing damaged fencing, dugouts, and batting cages. New pre-engineered metal building structure canopies will replace those previously damaged. This project also includes a new wood framed press box building.”<br /><br />will be received electronically by the Lafourche Government until 2:00 P.M. local time, on December 7, 2023, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301. Only electronic bids submitted on www.centralbidding.com will be accepted.<br /> <br />Official Bid documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. To view these, download, receive bid notices by e-mail, and submit the bid you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A non-mandatory Pre-Bid Conference shall be held on November 27, 2023 at 2:00 PM at the architect’s office 314 E. Bayou Road, Thibodaux, La. 70301. The pre-bid conference will be conducted to discuss the Plans, Specifications, and project requirements. <br /> <br />The Contract Documents, consisting of Advertisement for Bids, Information for Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Special Conditions, Payment Bond, Performance bond, Notice of Award, Notice to Proceed, Change Order, Drawings, specifications and Addenda may be examined at the following locations:<br /> Duplantis Design Group, PC<br /> 314 East Bayou Rd.<br /> Thibodaux, La. 70301<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of BUILDING CONSTRUCTION.<br /> <br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />Any person with disabilities requiring special accommodations must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening.<br /> <br />LAFOURCHE PARISH GOVERNMENT<br />Archie P. Chaisson, III<br /> <br />/s/ Archie P. Chaisson, III <br />President<br /> <br />Publish Dates:<br /> <br />11/2/23<br />11/10/23<br />11/17/23<br /><br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp64933765-hurricane-ida-repairs-and-replacements-at-lafourche-recreation-district-3--larose.html
03-Nov-2023 12:00:00 AM CDT |
07-Dec-2023 2:00:00 PM CST |
Lafourche Parish Government |
Hurricane Ida Repairs and Replacements at Lafourche Recreation District #11 - Bayou Blue
|
ADVERTISEMENT FOR BIDS<br /> <br />Lafourche Parish Government<br />Administrator’s Office<br />402 Green Street, First Floor<br />Thibodaux, LA 70301<br /> <br />Hurricane Ida Repairs and Replacements at Lafourche Recreation District #11<br />Bayou Blue Recreation, Houma, LA<br /> <br />ELECTRONIC BIDS for the construction of the “Hurricane Repairs – LRD District #11” consisting of the following:<br /> <br />“This project consists of hurricane repairs and building replacements at Bayou Blue Recreation as indicated in the Construction Documents. Site repairs include replacing damaged fencing, bleacher canopy, and batting cages. This project also includes roof replacement for the Main Building, as well as interior finish repair. The Garage, Concession Stand, and Coache’s Shed will receive minor repairs.”<br /> <br />will be received electronically by the Lafourche Government until 2:00 P.M. local time, on December 20, 2023, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301. Only electronic bids submitted on www.centralbidding.com will be accepted.<br /> <br />Official Bid documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. To view these, download, receive bid notices by e-mail, and submit the bid you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A non-mandatory Pre-Bid Conference shall be held on November 30, 2023 at 10:00 AM at the project site 201 Mazerac St., Houma, LA. 70364: St. Andrew Johnson Senior Center. The pre-bid conference will be conducted to discuss the Plans, Specifications, and project requirements. <br /> <br />The Contract Documents, consisting of Advertisement for Bids, Information for Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Special Conditions, Payment Bond, Performance bond, Notice of Award, Notice to Proceed, Change Order, Drawings, specifications and Addenda may be examined at the following locations:<br /> Duplantis Design Group, PC<br /> 314 East Bayou Rd.<br /> Thibodaux, La. 70301<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of BUILDING CONSTRUCTION.<br /> <br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />Any person with disabilities requiring special accommodations must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening.<br /> <br />LAFOURCHE PARISH GOVERNMENT<br />Archie P. Chaisson, III <br />President
https://www.centralauctionhouse.com/rfp47915587-hurricane-ida-repairs-and-replacements-at-lafourche-recreation-district-11--bayou-blue.html
10-Nov-2023 12:00:00 AM CST |
20-Dec-2023 2:00:00 PM CST |
Lafourche Parish Government |
New Health Unit for Lafourche Parish Government
|
<b>ADVERTISEMENT FOR BIDS</b><br /> <br />Lafourche Parish Government<br />Administrator’s Office<br />402 Green Street, First Floor<br />Thibodaux, LA 70301<br /> <br />New Health Unit for Lafourche Parish Government<br />Galliano, LA<br /> <br /> <br />ELECTRONIC BIDS for the construction of the “New Health Unit” consist of the following:<br /> <br />“This project consists of a new pile supported, structural steel building containing offices and exam rooms. The building is clad in brick veneer and fiber cement siding and includes a drop off canopy. There is limited site work that includes a partial demolition of the existing parking lot and new drive, new sewer treatment plant, and mechanical yard.”<br /> <br />will be received electronically by the Lafourche Government until 2:00 P.M. local time, on December 19, 2023, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301. Only electronic bids submitted on www.centralbidding.com will be accepted.<br /> <br />Official Bid documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. To view these, download, receive bid notices by e-mail, and submit the bid you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A non-mandatory Pre-Bid Conference shall be held on November 30, 2023 at 2:00 p.m. at the architect’s office 314 E. Bayou Road, Thibodaux, La. 70301. The pre-bid conference will be conducted to discuss the Plans, Specifications, and project requirements. <br /> <br />The Contract Documents, consisting of Advertisement for Bids, Information for Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Special Conditions, Payment Bond, Performance bond, Notice of Award, Notice to Proceed, Change Order, Drawings, specifications and Addenda may be examined at the following locations:<br /> Duplantis Design Group, PC<br /> 314 East Bayou Rd.<br /> Thibodaux, La. 70301<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of BUILDING CONSTRUCTION.<br /> <br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />Any person with disabilities requiring special accommodations must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening.<br /> <br />LAFOURCHE PARISH GOVERNMENT<br />Archie P. Chaisson, III<br />/s/ Archie P. Chaisson, III <br />President<br /> <br />Publish Dates:<br />November 14, 2023<br />November 21, 2023<br />November 28, 2023
https://www.centralauctionhouse.com/rfp32248509-new-health-unit-for-lafourche-parish-government.html
14-Nov-2023 9:47:00 AM CST |
19-Dec-2023 2:00:00 PM CST |
Lafourche Parish Government |
LAFOURCHE PARISH GOVERNMENT Request for Qualifications (RFQ) Professional Exhibit Design Services for LA Cajun Bayou Visitor’s Center
|
***SEE ATTACHED RFQ PROPAL PACKET FOR FULL SUBMITTALS & SCHEDULE OF EVENTS***<br />The responses must be in digital format, preferably PDF, and emailed to the office of Parish President on or before the date and time specified in the Schedule of Events. All Responses should be emailed with the subject line marked: “Hurricane Ida Disaster Related Professional Exhibit Services for LA Cajun Bayou.”<br /><br />Responses received after the deadline and incomplete submissions will not be considered and will not be evaluated.<br />
https://www.centralauctionhouse.com/rfp65230774-lafourche-parish-government-request-for-qualifications-rfq-professional-exhibit-design-services-for-la-cajun-bayou-visitors-center.html
05-Dec-2023 12:00:00 AM CST |
12-Jan-2024 5:00:00 PM CST |
Lafourche Parish School District |
WEAPONS DETECTION SYSTEMS
|
Advertisement Request For Proposals<br />Time<br />Provider Description<br />Date<br />Subject<br />RFP #<br />Term of Agreement<br /> <br />Request for Proposals will be received by the Lafourche Parish School Board until 10:00 a.m., Thursday, December 14, 2023 in its office located at 701 East Seventh Street, Thibodaux, Louisiana at which time proposals will be publicly opened and read aloud for RFP – Weapons Detection Systems.<br /> <br />Complete proposals, including the original and an electronic copy, must be received by Lafourche Parish School Board at the address listed above by 10:00 a.m. on Thursday, December 14, 2023. Proposals should be clearly marked “RFP – Weapons Detection Systems”. Proposals received after that time will not be accepted. Proposals shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt or such proposals shall be sent by registered or certified mail with a return receipt requested.<br /> <br />Additionally, proposals are available for download from the School Board Purchasing Department Website at www.mylpsd.com. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Proposals submitted via fax or email will not be accepted.<br />
https://www.centralauctionhouse.com/rfp13629583-weapons-detection-systems.html
30-Nov-2023 7:00:00 AM CST |
14-Dec-2023 10:00:00 AM CST |
Lincoln Parish Police Jury |
Surplus Property
|
Notice is hereby given that the Lincoln Parish Police Jury has declared that the following described items owned by the Lincoln Parish Police Jury are no longer needed for public purposes:<br />Item 1<br />2017 Dodge Ram 2500 Pickup<br />VIN # 3C6TR4HT9HG624046<br />Min. Bid: $10,000.00<br />Item 2<br />2013 Kubota M5640SUD 4WD Tractor<br />S # 51663<br />Min. Bid: $2,500.00<br />Item 3<br />2011 Ford F-250 Truck<br />VIN # 1FT7W2AT5BEB10288<br />Min. Bid: $500.00<br />Item 4<br />2000 Ford F250 Pickup Truck<br />VIN # 1FTNW20FXYED93783<br />Min. Bid: $250.00<br />Item 5<br />2014 Dodge Ram 3500<br />VIN # 3C7WRSCJ4EG192920<br />Min. Bid: $1,500.00<br />Item 6<br />2017 Ram Pickup Truck<br />VIN # 3C63R2CJ9HG699310<br />Min. Bid: $1,500.00<br />Item 7<br />2009 Etnyre Centennial Distributor Truck<br />VIN # S5046<br />Min. Bid: $15,000.00<br />Item 8<br />2011 Superior DT80CT 8' Sweeper<br />S # 810969<br />Min. Bid: $2,000.00<br />Item 9<br />2009 New Holland TT60A Tractor<br />S # 287522<br />Min. Bid: $2,500.00<br />Item 10<br />Bushwacker Bush Hog<br />S # 09009<br />Min. Bid: $300.00<br />Item 11<br />Bushwacker Bush Hog<br />S # 18025<br />Min. Bid: $300.00<br />Item 12<br />Seventy-seven (77) Dumpsters<br />Min. Bid: $0.035 per lb<br />Item 13<br />1999 Peerless Live Floor Trailer<br />S # 1PLE04522XPK28056<br />Min. Bid: $2,500.00<br />Item 14<br />2006 Ford E350 Van<br />VIN # 1FBSS31L06HB15967<br />Min. Bid: $1,500.00<br />Item 15<br />2015 ITI Live Floor Trailer<br />S # 1Z92B4528FT199094<br />Min. Bid: $10,000.00<br />Item 16<br />2005 International 7300 Boom Loader<br />VIN # 1HTWAAAR45J145363<br />Min. Bid: $5,000.00<br />Item 17<br />1998 Cardinal 135 Ton Scales<br />Min. Bid: $1,000.00<br />Item 18<br />Bobcat 3650 SX5<br />S # B3C317126 <br />Min. Bid: $3,500.00<br />Notice is further given that the above described items are offered for sale to the highest bidder or bidders submitting sealed bids for the purchase of said item(s). If applicable, bidders must bid on each item separately. Sealed envelope shall show opening date on face and identify item(s) being bid on. Bid Forms may be obtained from the Office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston, Louisiana 71270. Bids will be received in the office of the Lincoln Parish Police Jury, Third Floor, Lincoln Parish Courthouse, Ruston, Louisiana, until __9:00 a.m., December 8, 2023 at which time they will be opened and publicly read. Bids can also be submitted electronically at WWW.CENTRALAUCTIONHOUSE.COM.<br />The following special conditions shall prevail:<br />A. The above item(s) will be sold (as is - where is) based entirely on the personal inspection and/or opinion of the purchaser and without warranty or guarantee of any kind on their actual working condition.<br />B. Bids in an amount less than minimum bid values stated will not be considered.<br />C. Payment must be received by Parish before any item(s) are removed. Successful bidder must remove item(s) within 10 days of bid award. <br />D. Item can be seen by appointment ONLY. <br /> The Police Jury reserves the right to reject any or all bids for just cause.<br />LINCOLN PARISH POLICE JURY<br />Jeri Lynn Webb<br />Purchasing OfficerNotice is hereby given that the Lincoln Parish Police Jury has declared that the following described items owned by the Lincoln Parish Police Jury are no longer needed for public purposes:<br />Item 1<br />2017 Dodge Ram 2500 Pickup<br />VIN # 3C6TR4HT9HG624046<br />Min. Bid: $10,000.00<br />Item 2<br />2013 Kubota M5640SUD 4WD Tractor<br />S # 51663<br />Min. Bid: $2,500.00<br />Item 3<br />2011 Ford F-250 Truck<br />VIN # 1FT7W2AT5BEB10288<br />Min. Bid: $500.00<br />Item 4<br />2000 Ford F250 Pickup Truck<br />VIN # 1FTNW20FXYED93783<br />Min. Bid: $250.00<br />Item 5<br />2014 Dodge Ram 3500<br />VIN # 3C7WRSCJ4EG192920<br />Min. Bid: $1,500.00<br />Item 6<br />2017 Ram Pickup Truck<br />VIN # 3C63R2CJ9HG699310<br />Min. Bid: $1,500.00<br />Item 7<br />2009 Etnyre Centennial Distributor Truck<br />VIN # S5046<br />Min. Bid: $15,000.00<br />Item 8<br />2011 Superior DT80CT 8' Sweeper<br />S # 810969<br />Min. Bid: $2,000.00<br />Item 9<br />2009 New Holland TT60A Tractor<br />S # 287522<br />Min. Bid: $2,500.00<br />Item 10<br />Bushwacker Bush Hog<br />S # 09009<br />Min. Bid: $300.00<br />Item 11<br />Bushwacker Bush Hog<br />S # 18025<br />Min. Bid: $300.00<br />Item 12<br />Seventy-seven (77) Dumpsters<br />Min. Bid: $0.035 per lb<br />Item 13<br />1999 Peerless Live Floor Trailer<br />S # 1PLE04522XPK28056<br />Min. Bid: $2,500.00<br />Item 14<br />2006 Ford E350 Van<br />VIN # 1FBSS31L06HB15967<br />Min. Bid: $1,500.00<br />Item 15<br />2015 ITI Live Floor Trailer<br />S # 1Z92B4528FT199094<br />Min. Bid: $10,000.00<br />Item 16<br />2005 International 7300 Boom Loader<br />VIN # 1HTWAAAR45J145363<br />Min. Bid: $5,000.00<br />Item 17<br />1998 Cardinal 135 Ton Scales<br />Min. Bid: $1,000.00<br />Item 18<br />Bobcat 3650 SX5<br />S # B3C317126 <br />Min. Bid: $3,500.00<br />Notice is further given that the above described items are offered for sale to the highest bidder or bidders submitting sealed bids for the purchase of said item(s). If applicable, bidders must bid on each item separately. Sealed envelope shall show opening date on face and identify item(s) being bid on. Bid Forms may be obtained from the Office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston, Louisiana 71270. Bids will be received in the office of the Lincoln Parish Police Jury, Third Floor, Lincoln Parish Courthouse, Ruston, Louisiana, until __9:00 a.m., December 8, 2023 at which time they will be opened and publicly read. Bids can also be submitted electronically at WWW.CENTRALAUCTIONHOUSE.COM.<br />The following special conditions shall prevail:<br />A. The above item(s) will be sold (as is - where is) based entirely on the personal inspection and/or opinion of the purchaser and without warranty or guarantee of any kind on their actual working condition.<br />B. Bids in an amount less than minimum bid values stated will not be considered.<br />C. Payment must be received by Parish before any item(s) are removed. Successful bidder must remove item(s) within 10 days of bid award. <br />D. Item can be seen by appointment ONLY. <br /> The Police Jury reserves the right to reject any or all bids for just cause.<br />LINCOLN PARISH POLICE JURY<br />Jeri Lynn Webb<br />Purchasing Officer
https://www.centralauctionhouse.com/rfp31787049-surplus-property.html
22-Nov-2023 12:00:00 AM CST |
08-Dec-2023 9:00:00 AM CST |
Lincoln Parish School Board |
Lincoln Parish School board_Bus Air Conditioners with Installation Project_RFP No. ESF24-002
|
<div style="text-align: center;">REQUEST FOR PROPOSALS<br /> </div><div>Sealed proposals will be accepted by the Lincoln Parish School Board Office until 10:00 AM CST on Monday, December 18, 2023, at its office at 410 South Farmerville Street, Ruston, LA, and will be opened and read aloud at that time for the following:</div><div style="text-align: center;">RFP No. ESF24-002</div><div style="text-align: center;">“Bus Air Conditioners with Installation Project”</div><div>All vendors are hereby notified, that a Request for Proposal is being used in lieu of an Invitation to Bid. To obtain specifications and response forms, please contact Dr. Sheila Nugent, Federal Programs Facilitator, via mail to Lincoln Parish School Board, 410 South Farmerville St., Ruston, LA 71270, email to
[email protected], or fax to (318) 255-1433. Specifications and forms are also available online at www.centralbidding.com. Fees may be associated with the use of this site. A mandatory pre-proposal meeting and site visit will be held on Thursday, November 16, 2023, at 8:00 AM CST at the Lincoln Parish School Board Office at the address above.</div><br />Proposals may be submitted electronically at www.centralbidding.com or be hand-delivered or sent by certified mail in a sealed envelope clearly marked “RFP No. ESF24-002, Bus Air Conditioners with Installation Project” to:<br /><br />Lincoln Parish School Board<br />Attn: Dr. Sheila Nugent, Federal Programs Facilitator<br />410 South Farmerville Street<br />Ruston, LA 71270<br /><br />The sole responsibility for proper delivery of a proposal is that of the proposing Vendor. Proposals that are not properly sealed or received after the date and hour specified in this notice will be rejected. SCHOOL BOARD reserves the right to reject any or all proposals, or parts thereof, and to waive any informalities in accordance with R.S. 38:2211, et seq.<br /><br />/s/ Mr. Ricky Durrett, Superintendent<br />LINCOLN PARISH SCHOOL BOARD<br /><br />The Lincoln Parish School Board is an equal opportunity provider. All qualified applicants will receive consideration without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. Small, minority businesses, women’s business enterprises, and labor surplus area vendors are encouraged to apply.<br /><br />Publication Dates:<br />Ruston Daily Leader<br />November 3, 2023<br />November 5, 2023<br />November 8, 2023
https://www.centralauctionhouse.com/rfp62554264-lincoln-parish-school-board_bus-air-conditioners-with-installation-project_rfp-no-esf24-002.html
03-Nov-2023 5:00:00 AM CDT |
18-Dec-2023 10:00:00 AM CST |
Lincoln Parish School Board |
LINCOLN PARISH SCHOOL DISTRICT PRIVATE INTRASTATE WAN CIRCUITS AND INTERNET ACCESS ERATE CAT 1
|
LINCOLN PARISH SCHOOL DISTRICT is seeking proposals for PRIVATE INTRASTATE WIDE AREA NETWORK connectivity and INTERNET ACCESS to 19 eligible entities. The District desires a turn-key solution and prefers a single WAN and Internet Access services provider.
https://www.centralauctionhouse.com/rfp28114388-lincoln-parish-school-district-private-intrastate-wan-circuits-and-internet-access-erate-cat-1.html
09-Nov-2023 4:00:00 PM CST |
15-Dec-2023 2:00:00 PM CST |
Lincoln Parish School Board |
LINCOLN PARISH SCHOOL DISTRICT Erate CAT 2 Products and Services
|
LINCOLN PARISH SCHOOL BOARD, aka “DISTRICT," is seeking proposals for Category 2 Products and Services. The DISTRICT operates 19 eligible entities, including schools, annexes, and non-instructional facilities.<br /><br />The District is seeking bids for E-Rate eligible equipment, licenses, support warranties for new equipment, cabling, and Basic Maintenance to renew support warranties.<br /><br />
https://www.centralauctionhouse.com/rfp53406176-lincoln-parish-school-district-erate-cat-2-products-and-services.html
09-Nov-2023 4:00:00 PM CST |
15-Dec-2023 2:00:00 PM CST |
Lincoln Parish School Board |
LINCOLN PARISH SCHOOL DISTRICT Erate CAT 2 Buried Fiber Projects
|
LINCOLN PARISH SCHOOL DISTRICT, aka "District," seeks proposals for buried fiber projects within the contract term. The District desires a turn-key solution, and the deployments will occur in phases over the next 36 to 60 months.<br /><br />All vendors MUST schedule a site visit to bid on the fiber projects. Vendors not visiting the site are disqualified from bidding on this project due to the complexity of the fiber routes. Phase 1 of the site visits for 24-25 will be to those sites where the work will be performed. There is an estimate of two sites, but this may change. Work will be performed over the next 36-60 months.
https://www.centralauctionhouse.com/rfp71154097-lincoln-parish-school-district-erate-cat-2-buried-fiber-projects.html
09-Nov-2023 4:00:00 PM CST |
15-Dec-2023 2:00:00 PM CST |
Lincoln Parish School Board |
Lincoln Parish School Board Maintenance Facility _ Duplicating Paper
|
<div style="text-align: center;"><b>NOTICE TO BIDDERS </b></div> <br />Sealed bids will be received at the Lincoln Parish School Board Maintenance Facility, 701 Mitchell Avenue, Ruston, LA, 71270, until 10:00 a.m., Wednesday, January 17, 2024 at which time bids for duplicating paper will be opened and read aloud at the Lincoln Parish School Board Office for Lincoln Parish Schools for January 1- June 30, 2024 session in accordance with specification.<br /> <br />Please find bid related materials and place electronic bids at www.centralbidding.com. Specifications and bid forms may also be obtained from the Lincoln Parish School Board Maintenance Facility. Bids will be addressed to the Lincoln Parish School Board Maintenance Facility, 701 Mitchell Avenue, Ruston, LA. 71270, clearly marked and highlighted “Duplicating Paper Bid Enclosed”.<br /> <br /> Ricky Durrett, Superintendent<br /> Lincoln Parish Schools
https://www.centralauctionhouse.com/rfp38379787-lincoln-parish-school-board-maintenance-facility-_-duplicating-paper.html
13-Dec-2023 12:00:00 AM CST |
17-Jan-2024 10:00:00 AM CST |
Livingston Parish Public Schools |
ALBANY ELEMENTARY CAFETERIA ADDITION AND RENOVATION
|
ALBANY ELEMENTARY CAFETERIA ADDITION AND RENOVATION<br /><br />Questions, contact:<br /><br />GASAWAY GASAWAY BANKSTON ARCHITECTS<br />1007 W. Thomas St., Suite G<br />Hammond, LA 70401<br />985.345.5047<br /><br />JIMMIE WILLSON<br />LIVINGSTON PARISH PUBLIC SCHOOLS<br />225.686.4324
https://www.centralauctionhouse.com/rfp98461536-albany-elementary-cafeteria-addition-and-renovation.html
07-Dec-2023 12:00:00 AM CST |
16-Jan-2024 2:00:00 PM CST |
Mader Engineering - Central Bidding Plan Room |
CONTRACT 2 – NEW WATER TREATMENT PLANT
|
<div style="text-align: center;">ADVERTISEMENT FOR BIDS<br />Project No. (3339-20)<br />Milton Water System (herein referred to as the "Owner")</div> <br />Notice is hereby given that electronic bids will be received by the Owner via the Mader Engineering Plan Room at www.madereng.com until <b>10:00 a.m. on Thursday the 14th day of December 2023</b> for the construction of the project described as follows:<br /> <div style="text-align: center;"><b>CONTRACT 2 – NEW WATER TREATMENT PLANT</b><br />FOR THE MILTON WATER SYSTEM<br />DRINKING WATER REVOLVING LOAN FUND</div> <br />Properly submitted electronic bids will be publicly opened and read aloud by an online webinar platform. Email Mader Engineering at
[email protected] for more information regarding joining instructions. The Information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, Performance and Payment Bond, and other contract documents may be downloaded from the Mader Engineering Plan Room as hosted by Central Bidding (subject to fees and conditions).<br /> <br /><b>This will be the only method of plan distribution and the only method for bid submittal.</b><br /> <br />The Owner reserves the right to reject any and all bids for just cause. Such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.<br /> <br />Contractor's classification shall be <b>Municipal and Public Works Construction</b>.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <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 pertaining to the minimum wage rates, the Anti-Kickback Act, the Contract Work Hours Standards Act and the Local Public Works Payroll Evaluation Program. Further, all contractors and subcontractors will be required to certify that they do not and will not maintain or provide for their employees any facilities that are segregated on a basis of race, color, creed, or national origin.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed. Attention to Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the 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. Attention to Bidders is also called to the requirements of the various EPA forms as found in Section V of these specifications and contract documents.<br /> <br />All bidding contractors must comply with:<br />Presidential Executive Orders 11625, 12138, and 12432; Women's and Minority Business Enterprise.<br />Presidential Executive Order 12549, Debarment and Suspension.<br />Presidential Executive Order 11246, Equal Employment Opportunity as amended by Presidential Executive Order 11375.<br />Presidential Executive Order 13202, as amended by E.O. 13208, Preservation of Open Competition.<br />All OSHA requirements. <br />Any person with disabilities requiring special accommodations must contact the Mader Engineering., Inc. no later than seven (7) days prior to the bid opening.<br /> <br />Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, sexual orientation, gender identity, national origin, genetics, disability or veteran status. Bidders on this work will be required to comply with the President’s Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications.<br /> <br />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE FORM OF BID PROPOSAL. ALSO MINORITY AND FEMALE OWNED AS WELL AS SECTION 3 (LOCAL FIRMS) CONTRACTING FIRMS ARE ENCOURAGED TO SUBMIT BIDS.<br /> <br />Each Bidder must have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />The bidding documents include a Wage Determination for the project based on the current U.S. Department of Labor wage rates obtained from Wage Determinations Online (https://sam.gov/content/wagedeterminations). The Wage Determination will be rechecked ten days before the bid opening, and if it has been revised, the revised version will be issued to bidders as an addendum.<br /> <br />Bidders are advised that the project is also being funded in part by the Drinking Water Revolving Fund Program of DHH.<br /> <br />Please publish on: November 1, November 8, and November 15, 2023 <br />
https://www.centralauctionhouse.com/rfp78003407-contract-2-new-water-treatment-plant.html
01-Nov-2023 12:00:00 AM CDT |
14-Dec-2023 10:00:00 AM CST |
Meyer Engineers - Central Bidding Plan Room |
Bissonet Plaza Drainage Outfalls
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00143697<br /><br />Sealed Bids will be received electronically through our E-Procurement site at <br />www.jeffparishbids.net until 2:00 p.m., December 7, 2023 and publicly opened thereafter. At no <br />charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting <br />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 70043 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Bissonet Plaza Drainage Outfalls Project No. 2017-004A-DR Department of Capital Projects<br /><br />The project consists of installing 60” drainage outfalls for Craig Avenue and Elmwood Parkway <br />across West Esplanade in the Bissonet Plaza area of Jefferson Parish.<br /><br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. <br />47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish <br />via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax <br />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 <br />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 <br />any bid bond will be accepted as part of the electronic bid submission.<br /><br />The drawings and specifications are on file and open for inspection in the Jefferson Parish <br />Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A Complete set of Contract Documents may be secured from Meyer Engineers, Ltd.’s Plan Room via Central Bidding at: <br />https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom<br /><br />The successful bidder will be required to furnish a performance bond guaranteeing faithful <br />performance of the contract. Companies providing the bonds shall comply with the requirements of <br />LRS-R.S. 38:2218 and<br />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 <br />cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds <br />are fully committed to awarding a contract(s) to firm(s) that will provide high quality services <br />and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly <br />encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /><br /><br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be <br />held at 9:00 a.m. on November 9, 2023 at The Joseph Yenni Bldg., 1221 Elmwood Park Blvd., Suite 303, 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 <br />necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno Director<br />Purchasing Department<br /><br />Misty A. Camardelle Assistant Director Purchasing Department<br /><br />ADV: The New Orleans Advocate: October 25, November 1, & 8, 2023<br /><br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net <br />or you may call 504-364-2678.<br /><br />
https://www.centralauctionhouse.com/rfp60723000-bissonet-plaza-drainage-outfalls.html
25-Oct-2023 12:00:00 AM CDT |
07-Dec-2023 2:00:00 PM CST |
Meyer Engineers - Central Bidding Plan Room |
Hurricane Ida Roof Repair and Replacement at Belle Terre Playground
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b><br /><b>BID NO. <u>50-</u></b><b><u>00143751</u></b></div><div> <br /> <br /><b>Sealed Bids </b>will be received electronically through our E-Procurement site at <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a> until 2:00 p.m., <b><u>December 14, 2023</u></b> and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a> to register for this <b>free</b> site.<br /> <br /><b>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:</b><br /> </div><div style="text-align: center;"><b>HURRICANE IDA ROOF REPAIR AND REPLACMENT AT BELLE TERRE PLAYGROUND</b></div><div> <br /><b><u>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, <i>Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate</i>. Form R-1020 is distributed by the Louisiana Department of Revenue.</u></b><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. <b>Late 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 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 in PDF Format may be secured by licensed contractors from <b><u>Meyer Engineers, Ltd. Plan Room, Phone: 504-885-9892 via Central Bidding at:</u></b> <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>, fees are applicable to Central Bidding Membership.<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 /> <b><u>All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 AM on November 28, 2023 at Belle Terre Playground, 5550 Belle Terre Rd. Marrero, La. 70072</u></b><b>.</b> 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 /> </div><div>Renny Simno <br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department</div><br clear="all" /> <br /><b>ADV: The New Orleans Advocate: November 8, 15 and 22, 2023</b><br /> <br />For additional information, please visit the Purchasing Webpage at <b><u><a href="http://purchasing.jeffparish.net/">http://purchasing.jeffparish.net</a></u></b> or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp73750007-hurricane-ida-roof-repair-and-replacement-at-belle-terre-playground.html
08-Nov-2023 12:00:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
Meyer Engineers - Central Bidding Plan Room |
Hurricane Ida Roof Repair and Replacement at Mike Miley Playground
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS BID NO. 50-00143666</b></div><br /><b>Sealed Bids </b>will be received electronically through our E-Procurement site at <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a> until 2:00 p.m., <b><u>December 19, 2023</u> </b>and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a> to register for this <b>free </b>site.<br /><br /><b>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:</b><br /> <div style="text-align: center;"><b>Hurricane IDA Roof Repair & Replacement Mike Miley Playground</b><br /><b>6716 W. Metairie Ave, Metairie, La 70003 Project NO. 20-22045</b></div><br /><b><u>Purchases for this project shall be exempt from state sales and use tax according to La. </u></b><b><u>R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of</u> <u>Jefferson Parish via Form R-1020, <i>Designation of Construction Contractor as Agent of a</i></u><i> <u>Governmental Entity Sales Tax Exemption Certificate</u></i><u>. Form R-1020 is distributed by the</u> <u>Louisiana Department of Revenue.</u></b><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. <b>Late 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 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 in PDF Format may be secured by licensed contractors from <b><u>Meyer Engineers, Ltd. Plan Room (Phone #: 504-885-</u> <u>9892) via Central Bidding at: </u></b><a href="https://www.centralauctionhouse.com/"><b>https://www.centralauctionhouse.com/</b></a>, fees are applicable to Central Bidding Membership.<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 /><b><u>All prospective bidders are invited to attend the non-mandatory pre-bid conference which</u> <u>will be held at 9:00 a.m. on November 29, 2023 at Mike Miley Playground 6716 W. Metairie</u> <u>Ave, Metairie, La 70003</u>. </b>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 />Renny Simno<br />Director<br />Purchasing Department<br /><br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /><b>ADV: The New Orleans Advocate: November 8, 15, & 22, 2023</b><br /><br />For additional information, please visit the Purchasing Webpage at <a href="http://purchasing.jeffparish.net/"><b>http://purchasing.jeffparish.net</b></a> or you may call 504-364-2678<br /><br /><br />
https://www.centralauctionhouse.com/rfp60551402-hurricane-ida-roof-repair-and-replacement-at-mike-miley-playground.html
08-Nov-2023 12:00:00 AM CST |
19-Dec-2023 2:00:00 PM CST |
Morehouse Parish Police Jury |
Morehouse Parish Police Jury - Courthouse Dome Repairs
|
Advertisement for Bids<br /> <br /><u>Morehouse Parish Police Jury </u> <br />Owner<br /> <br /><u>125 E. Madison Ave. </u> <br /><u>Bastrop, LA 71220 </u> <br />Address<br /> <br />Separate sealed Bids for the construction of Courthouse Dome Repairs, Project No. 22-08-705E will be received by the Morehouse Parish Police Jury at the office located at 125 E. Madison Ave., Bastrop, LA 71220 until 10:00 A.M. ., (Local Time) Tuesday December 12, 2023 , and then at said office publicly opened and read aloud.<br /> <br />The Contract Documents may be examined at the following locations:<br /> <br />MOREHOUSE PARISH POLICE JURY MCMANUS CONSULTING ENGINEERS, INC<br />125 e. MADISON aVE. 116 SMELSER ROAD<br />BASTROP, LA 71220 MONROE, LA 71202 <br />318-281-4132 318-343-5600 <br /> <br />Copies of the Contract Documents may be obtained at the Issuing Office, MCMANUS CONSULTING ENGINEERS, INC., located at 116 SMELSER ROAD, MONROE, LA 71202 upon payment of a $250.00 deposit. The deposit will be refunded upon request in accordance with R.S. 38:2212. A CD of the Plans and Specifications may also be obtained upon payment of $25.00 which will be nonrefundable. The Contractor must pay shipping costs. Deposits on first set of documents furnished to prime bidders shall be fully refunded upon return of the documents no later than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after receipt of bids. In addition, in accordance with ACT 759, Prime Bidders shall obtain an original set of Electronic (Disk or Download) or Paper Bidding Documents from the Engineer (LA R.S. 38.2212.D.). <br /> <br />Per L.R.S. 38.2212, the contractor has the option to submit the proposal and the bid bond electronically. Complete Bid Documents for this project are available from Central Bidding in electronic form. The contractor can register with Central Bidding if willing to do so. If the contractor has any questions regarding this process they can contact Central Bidding at (225) 810-4814. Plan holders will be responsible for their own reproduction costs.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />Each bidder must have must have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND<br />CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL.<br /> <br />Owner encourages minority owned businesses to submit bid proposals.<br /> <br />The Contractor shall be licensed in: Building Construction (LA R.S. 37)<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />The pre-bid estimate is $950,000<br /> <br /> MOREHOUSE PARISH POLICE JURY<br /> <br /><u>November 3, 2023</u> <br />Date Terry Matthews, President<br /> <br /> <br /> <br /> <br /> <br />Run in the Legal Section of the Ouachita Citizen on November 9, 16, and 23, 2023.<br /> <br /> <br />The Ouachita Citizen<br />4423 Cypress Street<br />West Monroe, Louisiana 71291<br />Tele: (318) 396-0602<br />Fax: (318) 396-0900<br /> <br />
https://www.centralauctionhouse.com/rfp30335022-morehouse-parish-police-jury--courthouse-dome-repairs.html
21-Nov-2023 6:00:00 PM CST |
12-Dec-2023 10:00:00 AM CST |
Morehouse Parish Police Jury |
Morehouse Parish Police Jury - Courthouse Roof Replacement
|
Advertisement for Bids<br /> <br /> <br /><u>Morehouse Parish Police Jury </u> <br />Owner<br /> <br /><u>125 E. Madison Ave. </u> <br /><u>Bastrop, LA 71220 </u> <br />Address<br /> <br />Separate sealed Bids for the construction of Courthouse Roof Replacement, Project No. 22-08-705E will be received by the Morehouse Parish Police Jury at the office located at 125 E. Madison Ave., Bastrop, LA 71220 until 10:00 A.M. ., (Local Time) Tuesday, December 12, 2023 , and then at said office publicly opened and read aloud.<br /> <br />The Contract Documents may be examined at the following locations:<br /> <br />MOREHOUSE PARISH POLICE JURY MCMANUS CONSULTING ENGINEERS, INC<br />125 e. MADISON aVE. 116 SMELSER ROAD<br />BASTROP, LA 71220 MONROE, LA 71202 <br />318-281-4132 318-343-5600 <br /> <br />Copies of the Contract Documents may be obtained at the Issuing Office, MCMANUS CONSULTING ENGINEERS, INC., located at 116 SMELSER ROAD, MONROE, LA 71202 upon payment of a $250.00 deposit. The deposit will be refunded upon request in accordance with R.S. 38:2212. A CD of the Plans and Specifications may also be obtained upon payment of $25.00 which will be nonrefundable. The Contractor must pay shipping costs. Deposits on first set of documents furnished to prime bidders shall be fully refunded upon return of the documents no later than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after receipt of bids. In addition, in accordance with ACT 759, Prime Bidders shall obtain an original set of Electronic (Disk or Download) or Paper Bidding Documents from the Engineer (LA R.S. 38.2212.D.). <br /> <br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />Each bidder must have must have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND<br />CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL.<br /> <br />Owner encourages minority owned businesses to submit bid proposals.<br /> <br />The Contractor shall be licensed in: Building Construction (LA R.S. 37)<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />The pre-bid estimate is $930,000<br /> <br /> MOREHOUSE PARISH POLICE JURY<br /> <br /><u>November 3, 2023 </u> <br />Date Terry Matthews, President<br /> <br /> <br /> <br /> <br /> <br />Run in the Legal Section of the Ouachita Citizen on November 9, 16, 2023, 2023.<br /> <br /> <br />The Ouachita Citizen<br />4423 Cypress Street<br />West Monroe, Louisiana 71291<br />Tele: (318) 396-0602<br />Fax: (318) 396-0900<br />
https://www.centralauctionhouse.com/rfp93136709-morehouse-parish-police-jury--courthouse-roof-replacement.html
21-Nov-2023 6:00:00 PM CST |
12-Dec-2023 10:00:00 AM CST |
Morehouse Parish School Board |
642 Acre Hunting Lease
|
NOTICE TO PUBLIC: PROPERTY FOR LEASE FOR HUNTING <br /><br />The Morehouse Parish School Board is now receiving bids for the lease of school property solely for the purposes stated in the bid packet and particularly in section 3 of the Lease Agreement “For Hunting Purposes”. The description of the property to be leased is the following described property situated in the Parish of Morehouse, State of Louisiana, to-wit: <br /><br /> <br /><br />Legal Description: Section 16, Township 23 North, Range 4 East – 642 acres more or less (just above the “Beanfield” in northwest area of Parish) (hunting) <br /><br /> <br /><br />Instructions for bids <br /><br />Bid specifications and bid forms are available at the office of the Superintendent at the Morehouse Parish School Board. The only bids that will be accepted must be contained on a bid form that will be provided by that office. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872. <br /><br /> <br /><br />All bids will be accepted only on official forms that can be obtained from the office of the Morehouse Parish School Board. The lease is for the period January 1, 2024 through December 31, 2029. All bids shall be in the form of a yearly cash payment amount. <br /><br /> <br /><br />Bids will be received in the office of the Morehouse Parish School Board at 4099 Naff Avenue, Bastrop, Louisiana or at P.O. Box 872, Bastrop, Louisiana 71221-0872. Bids must be hand delivered or sent by certified mail. The bid must be enclosed in an envelope which has on its front legibly written “Bid for Hunting Lease.” No more than one bid may be contained in an envelope and no more than one bid may be received from the same individual. <br /><br /> <br /><br />The School Board reserves the right to reject any or all bids and to waive all informalities. Bids must be delivered to the Morehouse Parish School Board at the above address no later than 10:00 a.m. on the December 21, 2023. The bids will be opened publicly at 10:01 am Thursday, December 21, 2023. Sealed bids must be hand delivered or sent by certified mail in an envelope clearly marked: “Bid for Hunting Lease.” Each bid must be accompanied by a certified check in an amount equal to one year’s lease payment which will be returned if the bid is not accepted. The successful bidder will also be required to pay when the Lease is executed an additional one time charge $600.00 for preparation and recording of the lease and advertising. <br /><br /> <br /><br />Each successful bidder will be required to execute the Lease Agreement For Hunting Purposes which will be the sole and only document utilized for the lease of the property. A copy can be obtained along with the bid form from the office of the Superintendent. The Lease Agreement contains the specifications for the lease. Whether or not there have been bids received or the number of bids received shall remain confidential until such time as the bids are opened. The Morehouse Parish School Board reserves the right to reject any bid for lease or to accept the high bid that meets specifications. <br /><br /> <br /><br />Instructions for the bid specifications and bid forms are available at the office of the Superintendent at Morehouse Parish School Board located at 4099 Naff Avenue, Bastrop, Louisiana. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com/rfp.php?cid=10075. For questions related to the electronic bidding process, please call Central Bidding at 225810-4814. All inquiries should be directed to the Superintendent, Morehouse Parish School Board, P.O. Box 872, Bastrop, Louisiana 71221-0872. The number of bids will remain confidential until all bids are opened. <br /><br /> <br /><br />David Gray, Superintendent <br /><br />Morehouse Parish School Board <br /><br /> <br /><br />Publish: November 30, 2023 <br /><br /> December 7, 2023 <br /><br /> December 14, 2023
https://www.centralauctionhouse.com/rfp560555-642-acre-hunting-lease-.html
04-Dec-2023 12:00:00 AM CST |
21-Dec-2023 2:00:00 PM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3091: Claiborne Yard Expansion New Rail Configuration
|
INVITATION TO BID 3091: Claiborne Yard Expansion New Rail Configuration - Per specifications provided
https://www.centralauctionhouse.com/rfp51601893-invitation-to-bid-3091-claiborne-yard-expansion-new-rail-configuration.html
28-Nov-2023 12:00:00 AM CST |
09-Jan-2024 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3092: Joint Bars
|
INVITATION TO BID 3092: Joint Bars - Per specifications provided
https://www.centralauctionhouse.com/rfp44997812-invitation-to-bid-3092-joint-bars.html
05-Dec-2023 12:00:00 AM CST |
20-Dec-2023 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3093: 80-Foot 115-Pound Rail
|
INVITATION TO BID 3093: 80-Foot 115-Pound Rail - Per specifications provided
https://www.centralauctionhouse.com/rfp14120057-invitation-to-bid-3093-80-foot-115-pound-rail.html
05-Dec-2023 12:00:00 AM CST |
20-Dec-2023 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3094: Steel Ties and Clips
|
INVITATION TO BID 3094: Steel Ties and Clips - Per specifications provided
https://www.centralauctionhouse.com/rfp75499054-invitation-to-bid-3094-steel-ties-and-clips.html
05-Dec-2023 12:00:00 AM CST |
20-Dec-2023 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3095: No. 7 and No. 9 Metal Switch Packages for Wood Tie Turnouts
|
INVITATION TO BID 3095: No. 7 and No. 9 Metal Switch Packages for Wood Tie Turnouts - Per specifications provided
https://www.centralauctionhouse.com/rfp65218172-invitation-to-bid-3095-no-7-and-no-9-metal-switch-packages-for-wood-tie-turnouts.html
05-Dec-2023 12:00:00 AM CST |
20-Dec-2023 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3096: Joint Bars
|
INVITATION TO BID 3096: Joint Bars - Per specifications provided
https://www.centralauctionhouse.com/rfp38325966-invitation-to-bid-3096-joint-bars.html
06-Dec-2023 12:00:00 AM CST |
22-Dec-2023 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3097: 80-Foot 115-Pound Rail
|
INVITATION TO BID 3097: 80-Foot 115-Pound Rail - Per specifications provided
https://www.centralauctionhouse.com/rfp41123416-invitation-to-bid-3097-80-foot-115-pound-rail.html
06-Dec-2023 12:00:00 AM CST |
22-Dec-2023 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3098: Steel Ties and Clips
|
INVITATION TO BID 3098: Steel Ties and Clips - Per specifications provided
https://www.centralauctionhouse.com/rfp94633449-invitation-to-bid-3098-steel-ties-and-clips.html
06-Dec-2023 12:00:00 AM CST |
22-Dec-2023 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3099: No. 9 Metal Switch Packages for Wood Tie Turnouts
|
INVITATION TO BID 3099: No. 9 Metal Switch Packages for Wood Tie Turnouts - Per specifications provided
https://www.centralauctionhouse.com/rfp45034444-invitation-to-bid-3099-no-9-metal-switch-packages-for-wood-tie-turnouts.html
06-Dec-2023 12:00:00 AM CST |
22-Dec-2023 10:00:00 AM CST |
Ouachita Parish School Board |
26-24 Sterlington High School Academic and Athletic Renovations and Additions
|
Contact the architect with questions
https://www.centralauctionhouse.com/rfp71160339-26-24-sterlington-high-school-academic-and-athletic-renovations-and-additions.html
09-Nov-2023 2:00:00 PM CST |
07-Dec-2023 2:00:00 PM CST |
Ouachita Parish School Board |
27-24 Chiller Swartz Lower Elementary
|
See bid documents.
https://www.centralauctionhouse.com/rfp11646877-27-24-chiller-swartz-lower-elementary.html
16-Nov-2023 2:00:00 PM CST |
11-Dec-2023 2:00:00 PM CST |
Pontchartrain Levee District |
Pontchartrain Levee District Two (2) Ford F-150 XL 4x4 Crew Cab Pickup Truck White
|
PONTCHARTRAIN LEVEE DISTRICT<br />NOTICE TO BIDDERS<br /> <br />Pontchartrain Levee District will be accepting separate sealed bids at PLD Headquarters in Lutcher, up to December 11, 2023 at 4:30 p.m. Bids will be opened at the Equipment Committee Meeting on Tuesday, December 12, 2023 at 6:00 p.m.<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 Pontchartrain Levee District, 2069 Railroad Ave, Lutcher, LA 70071.<br />The envelope containing the bid must be marked “Pontchartrain Levee District 2024 Ford F-150 XL 4x4 Crew Cab Pickup Truck White (Maintenance Department)” clearly on the outside of the envelope.<br />In accordance with LRS 38:2212.1. B. (4) (a), the Pontchartrain Levee District 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 />Make/Model – Two (2) 2024 Ford F-150 XL 4x4 Crew Cab Pickup Truck White<br />As per La. RS 38:2212.1 C(1)(2):<br /> <br />The reference to the particular name of the brand, make, manufacturer and specifications are used only to denote the quality standard of product desired and does not restrict bidders to the specific brand, make, manufacturer or specification named. The reference is only to set forth the general style, type, character and quality of the product desired. Equivalent products may be accepted.<br /> <br />All bids must be complete and include delivery schedule and warranty.<br />Immediate delivery and availability of parts, services, and warranty will be considered in the<br />awarding of bids.<br />The Pontchartrain Levee District reserves the right to reject any and all bids and to waive any<br /> formalities.
https://www.centralauctionhouse.com/rfp89897558-pontchartrain-levee-district-two-2-ford-f-150-xl-4x4-crew-cab-pickup-truck-white.html
01-Dec-2023 12:00:00 AM CST |
11-Dec-2023 4:30:00 PM CST |
Pontchartrain Levee District |
Pontchartrain Levee District One (1) Ford Expedition XLT 4x4 Regular Length White
|
PONTCHARTRAIN LEVEE DISTRICT<br />NOTICE TO BIDDERS<br /> <br />Pontchartrain Levee District will be accepting separate sealed bids at PLD Headquarters in Lutcher, up to Monday, December 11, 2023 at 4:30 p.m. Bids will be opened at the Equipment Committee Meeting on Tuesday, December 12, 2023 at 6:00 p.m.<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 Pontchartrain Levee District, 2069 Railroad Ave, Lutcher, LA 70071.<br />The envelope containing the bid must be marked “Pontchartrain Levee District 2024 Ford Expedition XLT 4x4 Regular Length White (Police Department)” clearly on the outside of the envelope.<br />In accordance with LRS 38:2212.1. B. (4) (a), the Pontchartrain Levee District 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 /> Make/Model – One (1) 2024 Ford Expedition XLT 4x4 Regular Length White<br />As per La. RS 38:2212.1 C(1)(2):<br /> <br />The reference to the particular name of the brand, make, manufacturer and specifications are used only to denote the quality standard of product desired and does not restrict bidders to the specific brand, make, manufacturer or specification named. The reference is only to set forth the general style, type, character and quality of the product desired. Equivalent products may be accepted.<br /> <br />All bids must be complete and include delivery schedule and warranty.<br />Immediate delivery and availability of parts, services, and warranty will be considered in the<br />awarding of bids.<br />The Pontchartrain Levee District reserves the right to reject any and all bids and to waive any<br />formalities.
https://www.centralauctionhouse.com/rfp7324239-pontchartrain-levee-district-one-1-ford-expedition-xlt-4x4-regular-length-white-.html
01-Dec-2023 12:00:00 AM CST |
11-Dec-2023 4:30:00 PM CST |
Pontchartrain Levee District |
Pontchartrain Levee District One (1) Ford F-150 XLT 4x4 Crew Cab Pickup Truck White
|
PONTCHARTRAIN LEVEE DISTRICT<br />NOTICE TO BIDDERS<br /> <br />Pontchartrain Levee District will be accepting separate sealed bids at PLD Headquarters in Lutcher, up to December 11, 2023 at 4:30 p.m. Bids will be opened at the Equipment Committee Meeting on Tuesday, December 12, 2023 at 6:00 p.m.<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 Pontchartrain Levee District, 2069 Railroad Ave, Lutcher, LA 70071.<br />The envelope containing the bid must be marked “Pontchartrain Levee District 2024 Ford F-150 XLT 4x4 Crew Cab Pickup Truck White (Police Department)” clearly on the outside of the envelope.<br />In accordance with LRS 38:2212.1. B. (4) (a), the Pontchartrain Levee District 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 /> Make/Model – One (1) 2024 Ford F-150 XLT 4x4 Crew Cab Pickup Truck White <br />As per La. RS 38:2212.1 C(1)(2):<br /> <br />The reference to the particular name of the brand, make, manufacturer and specifications are used only to denote the quality standard of product desired and does not restrict bidders to the specific brand, make, manufacturer or specification named. The reference is only to set forth the general style, type, character and quality of the product desired. Equivalent products may be accepted.<br /> <br />All bids must be complete and include delivery schedule and warranty.<br />Immediate delivery and availability of parts, services, and warranty will be considered in the<br />awarding of bids.<br />The Pontchartrain Levee District reserves the right to reject any and all bids and to waive any<br /> formalities.
https://www.centralauctionhouse.com/rfp7314905-pontchartrain-levee-district-one-1-ford-f-150-xlt-4x4-crew-cab-pickup-truck-white-.html
01-Dec-2023 12:00:00 AM CST |
11-Dec-2023 4:30:00 PM CST |
Port of Iberia |
Port Improvements, AGMAC Slip C4 Bankline Stabilzation
|
Sealed bids for the construction of the following project will be received by the Port of Iberia District Board of Commissioners at the POI Port Administrative Office located at 4611 S. Lewis St., New Iberia, LA 70560, until 11:00 A.M. on Tuesday, December 12, 2023, at which time and place bids will be publicly opened and read. No bids will be received after 11:00 A.M.<br /> <br /> PORT IMPROVEMENTS TO: AGMAC Slip C4 Bankline Stabilization<br /> <br /> LOCATED IN: Iberia Parish<br /> <br /> TYPE OF CONSTRUCTION: Heavy Construction<br /> <br /> CONTRACTING AGENCY: Port of Iberia District Board of Commissioners<br /> 4611 S. Lewis Street<br /> New Iberia, LA 70560<br /> <br /> ESTIMATED COST: $640,000.00<br /> <br /> PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br /> ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email: bidques
[email protected]<br /> <div style="text-align: justify;"> Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.</div> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <div style="text-align: justify;">Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00 In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.</div> <br />Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html<div style="text-align: justify;">To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.</div> <div style="text-align: justify;">Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. A non-mandatory pre-bid meeting will be held on Tuesday, November 28, 2023 at 11:00 A.M. at the office of the Port of Iberia (POI) District Board of Commissioners at the POI Port Administration Offices located at 4611 South Lewis St., New Iberia, LA 70562.</div> <div style="text-align: justify;">The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.</div> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br />Craig Romero, Executive Director<br />Port of Iberia
https://www.centralauctionhouse.com/rfp54103254-port-improvements-agmac-slip-c4-bankline-stabilzation.html
14-Nov-2023 6:00:00 PM CST |
12-Dec-2023 11:00:00 AM CST |
Port of New Orleans |
Inner Harbor Navigation Canal Seabrook Bridge Fender Repairs
|
Inner Harbor Navigation Canal Seabrook Bridge Fender Repairs per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp54164866-inner-harbor-navigation-canal-seabrook-bridge-fender-repairs.html
14-Nov-2023 8:00:00 AM CST |
12-Dec-2023 11:00:00 AM CST |
Port of New Orleans |
Nashville B Substructure Repairs - Re-Advertised
|
Nashville B Substructure Repairs - Re-Advertised per specifications and drawings provided.
https://www.centralauctionhouse.com/rfp93750724-nashville-b-substructure-repairs--re-advertised.html
05-Dec-2023 8:00:00 AM CST |
04-Jan-2024 11:00:00 AM CST |
Port of South Louisiana |
Port Administrative Offices Security Surveillance - Cameras EMW-2020-PU-00077-2
|
The PORT of South Louisiana (“PORT”) is soliciting competitive request for proposals from qualified responsible Proposers for Port Administrative Offices Security Surveillance – Cameras. PORT will receive sealed proposals for that purpose, until January 22, 2024, at 1:00 p.m. Central Standard Time (CST), (“Submission Deadline”). Proposals not received by PORT as of the Submission Deadline will not be considered responsive and will not be opened. Proposals not meeting specified delivery and methods of submittal will not be considered responsive and will not be opened. Proposals received via facsimile (fax), or electronic mail (e-mail) shall not be considered. PORT reserves the right to extend the Submission Deadline by issuing an Addendum. Proposers shall refer to the RFP documents for detailed deliverables.<br /> <br />The purpose of this RFP is to solicit competitive proposals for qualified Proposers to Purchase, Install and Configure cameras for the PORT.
https://www.centralauctionhouse.com/rfp81978794-port-administrative-offices-security-surveillance--cameras-emw-2020-pu-00077-2.html
30-Nov-2023 10:00:00 AM CST |
22-Jan-2024 1:00:00 PM CST |
Port of South Louisiana |
CAMERAS AND ACCESS CONTROL ON MARITIME OPERATIONS CENTER (MOC) EMW-2021-PU-00028-2
|
The PORT of South Louisiana (“PORT”) is soliciting competitive requests for proposals from qualified responsible Proposers for Cameras and Access Control on Marine Operations Center (MOC). PORT will receive sealed proposals for that purpose, until January 22, 2024, at 2:00 p.m. Central Standard Time (CST), (“Submission Deadline”). Proposals not received by PORT as of the Submission Deadline will not be considered responsive and will not be opened. Proposals not meeting specified delivery and methods of submittal will not be considered responsive and will not be opened. Proposals received via facsimile (fax), or electronic mail (e-mail) shall not be considered. PORT reserves the right to extend the Submission Deadline by issuing an Addendum. Proposers shall refer to the RFP documents for detailed deliverables.<br /> <br />The purpose of this RFP is to solicit competitive proposals for qualified Proposers to purchase, install and configure cameras, computer workstation, monitors, and access control reader at MOC for the PORT.
https://www.centralauctionhouse.com/rfp50612218-cameras-and-access-control-on-maritime-operations-center-moc-emw-2021-pu-00028-2.html
30-Nov-2023 10:00:00 AM CST |
22-Jan-2024 2:00:00 PM CST |
Port of South Louisiana |
Access Control at Port Main Gate – Inbound and Outbound Automatic Gate Openers EMW-2020-PU-00077-1
|
The PORT of South Louisiana (“PORT”) is soliciting competitive requests for proposals from qualified responsible Proposers for Access Control at Port Main Gate – Inbound and Outbound Automatic Gate Openers. PORT will receive sealed proposals for that purpose, until January 22, 2024, at 11:00 a.m. Central Standard Time (CST), (“Submission Deadline”). Proposals not received by PORT as of the Submission Deadline will not be considered responsive and will not be opened. Proposals not meeting specified delivery and methods of submittal will not be considered responsive and will not be opened. Proposals received via facsimile (fax), or electronic mail (e-mail) shall not be considered. PORT reserves the right to extend the Submission Deadline by issuing an Addendum. Proposers shall refer to the RFP documents for detailed deliverables.<br /> <br />The purpose of this RFP is to solicit competitive proposals for qualified Proposers to purchase and install Inbound and Outbound Automatic Gate Openers for the PORT
https://www.centralauctionhouse.com/rfp50687017-access-control-at-port-main-gate-inbound-and-outbound-automatic-gate-openers-emw-2020-pu-00077-1.html
30-Nov-2023 10:00:00 AM CST |
22-Jan-2024 11:00:00 AM CST |
Port of South Louisiana |
Cybersecurity Enhancements Phase II – Purchase, Install and Configure a Firewall EMW-2023-PU-00135-5
|
The PORT of South Louisiana (“PORT”) is soliciting competitive request for proposals from qualified responsible Proposers for Cybersecurity Enhancements Phase II to Purchase, Install and Configure a Firewall. PORT will receive sealed proposals for that purpose, until January 22, 2024, at 10:00 a.m. Central Standard Time (CST), (“Submission Deadline”). Proposals not received by PORT as of the Submission Deadline will not be considered responsive and will not be opened. Proposals not meeting specified delivery and methods of submittal will not be considered responsive and will not be opened. Proposals received via facsimile (fax), or electronic mail (e-mail) shall not be considered. PORT reserves the right to extend the Submission Deadline by issuing an Addendum. Proposers shall refer to the RFP documents for detailed deliverables.<br /> <br />The purpose of this RFP is to solicit competitive proposals for qualified Proposers to Purchase, Install and Configure a Firewall, for the PORT. It includes the following:<br /> <br />Purchase, Installation and Configuration of a Firewall.<br />3 years of Maintenance License, Warranty and Support of the Firewall<br />Cyber Technicians’ services required to install and configure the Firewall
https://www.centralauctionhouse.com/rfp47755101-cybersecurity-enhancements-phase-ii-purchase-install-and-configure-a-firewall-emw-2023-pu-00135-5.html
30-Nov-2023 10:00:00 AM CST |
22-Jan-2024 10:00:00 AM CST |
Rapides Parish School Board |
Bid 23-60: Installation of Covered Pavilion at Tioga Elementary School
|
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, Tuesday, December 12, 2023 for:<br /> <br /> Installation of Covered Pavilion at Tioga Elementary School<br /> <br />(BID NO. 23-60) <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, Tuesday, December 12, 2023) will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to 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 />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 />There will be a Mandatory Pre-Bid Meeting on Tuesday, November 28, 2023 at 10:00 am at Tioga Elementary School.<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 "Installation of Covered Pavilion at Tioga Elementary School – Bid # 23-60” 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: October 27, 2023<br /> November 3, 2023<br /> November 8, 2023
https://www.centralauctionhouse.com/rfp57064937-bid-23-60-installation-of-covered-pavilion-at-tioga-elementary-school.html
27-Oct-2023 8:00:00 AM CDT |
12-Dec-2023 11:00:00 AM CST |
Rapides Parish School Board |
Bid 24-24: Oak Hill High School Auditorium Roof Replacement
|
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, Thursday, December 14, 2023 for:<br /> <br /> Oak Hill High School Auditorium Roof Replacement<br /> <br />(BID NO. 24-24) <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, Thursday, December 14, 2023) will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to 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 />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 />There will be a Non-Mandatory Pre-Bid Meeting on Friday, December 1, 2023 at 10 AM at Oak Hill High School.<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 "Oak Hill High School Auditorium Roof Replacement – Bid # 24-24” 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: November 08, 2023<br /> November 15, 2023<br /> November 22, 2023
https://www.centralauctionhouse.com/rfp3770818-bid-24-24-oak-hill-high-school-auditorium-roof-replacement.html
08-Nov-2023 8:00:00 AM CST |
14-Dec-2023 11:00:00 AM CST |
Rapides Parish School Board |
Bid 100-42: Arthur F. Smith Middle Magnet School IAQ Enhancements
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />Arthur F. Smith Middle Magnet School IAQ Enhancements<br />RPSB Bid # 100-42<br /> <br />Separate sealed bids for (RPSB Bid # 100-42) Arthur F. Smith Middle Magnet School IAQ Enhancements will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 17, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 9:00 AM on January 10, 2023 at Arthur F. Smith Middle Magnet School, 3100 Jones Street, Alexandria, LA 71303<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, November 29, 2023<br />Wednesday, December 6, 2023<br />Wednesday, December 13, 2023
https://www.centralauctionhouse.com/rfp48632338-bid-100-42-arthur-f-smith-middle-magnet-school-iaq-enhancements.html
29-Nov-2023 8:00:00 AM CST |
17-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 100-43: Mabel Brasher Montessori IAQ Enhancements - Phase II
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />MABEL BRASHER MONTESSORI<br />IAQ ENHANCEMENTS (Phase II)<br />RPSB Bid # 100-43<br /> <br />Separate sealed bids for (RPSB Bid # 100-43) Mabel Brasher Montessori IAQ Enhancements (Phase II) project will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 17, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 2:00 PM on January 10, 2024 at Mabel Brasher Montessori, 601 Cloverleaf, Alexandria, LA 71303.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, November 29, 2023<br />Wednesday, December 6, 2023<br />Wednesday, December 13, 2023
https://www.centralauctionhouse.com/rfp48606856-bid-100-43-mabel-brasher-montessori-iaq-enhancements--phase-ii.html
29-Nov-2023 8:00:00 AM CST |
17-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 100-21: Cherokee Elementary IAQ Enhancements
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />Cherokee Elementary School IAQ Enhancements<br />RPSB Bid # 100-21<br /> <br />Separate sealed bids for (RPSB Bid # 100-21) Cherokee Elementary School IAQ Enhancements will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 17, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 11:00 AM on January 10, 2023 at Cherokee Elementary School, 5700 Prescott Road, Alexandria, LA 71301<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, November 29, 2023<br />Wednesday, December 6, 2023<br />Wednesday, December 13, 2023
https://www.centralauctionhouse.com/rfp47733544-bid-100-21-cherokee-elementary-iaq-enhancements.html
29-Nov-2023 8:00:00 AM CST |
17-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 11-24-05: Synthetic Turf Replacement for Tioga High School Football Field
|
ADVERTISEMENT OR INVITATION TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />SYNTHETIC TURF REPLACEMENT<br />FOR<br />TIOGA HIGH SCHOOL FOOTBALL FIELD<br />(RPSB BID #11-24-05)<br /> <br />Separate sealed bids for SYNTHETIC TURF REPLACEMENT FOR TIOGA HIGH SCHOOL FOOTBALL FIELD (RPSB Bid #11-24-05) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until 2:00 P.M. (Central Time), on Friday, January 5, 2024 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered. <br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />ASHE – BROUSSARD – WEINZETTLE ARCHITECTS<br />301 JACKSON STREET SUITE 205<br />ALEXANDRIA, LOUISIANA 71301<br />(318) 473-0252<br /> <br />The Scope of Work Includes: Base Bid: Removal of existing synthetic turf and infill materials and replacement with new shock attenuation pad, new synthetic turf surfacing (with logos/lettering) and infill materials including minor turf curb removal/replacement, aggregate drainage base top layer grading/leveling, etc. as indicated within the Bidding Documents. Alternate No. 1: Installation of upgraded synthetic turf, upgraded shock attenuation pad and temperature reducing infill material.<br /> <br />Copies of the bidding documents shall be obtained from the office of Ashe-Broussard-Weinzettle Architects upon deposit of $125.00 for each set of documents; or from the electronic bid submittal option as noted in the advertisement. The deposit on the first set of documents furnished to bonafide prime bidders will be fully refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids.<br /> <br />Pursuant to L.R.S. 38:2212.E.(1) Bidders have the option to submit bids and bid bonds electronically. Electronic bids for this project may be submitted through Central Bidding at www.CentralAuctionHouse.com. To register, or for assistance with completing an e-bid, contact Central Bidding at 225-810-4814 or 866-570-9620.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of the L.R.S.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 2:00 p.m. on Tuesday, December 19, 2023, at the project site (football field), Tioga High School, 1207 Tioga Road, Ball, Louisiana. Attendance at this conference is not mandatory, but strongly encouraged.<br /> <br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br /> <br />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br /> RAPIDES PARISH SCHOOL BOARD<br />ATTN: MS. ELIZABETH DOMITE,<br />CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />WEDNESDAY, NOVEMBER 29, 2023<br />WEDNESDAY, DECEMBER 6, 2023<br />WEDNESDAY, DECEMBER 13, 2023
https://www.centralauctionhouse.com/rfp60665535-bid-11-24-05-synthetic-turf-replacement-for-tioga-high-school-football-field.html
29-Nov-2023 8:00:00 AM CST |
05-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 100-22: D.F. Huddle Elementary IAQ Enhancements
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />D.F. HUDDLE ELEMENTARY SCHOOL<br />IAQ ENHANCEMENTS<br />RPSB Bid # 100-22<br /> <br />Separate sealed bids for (RPSB Bid # 100-22) D.F. Huddle Elementary School IAQ Enhancements project will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 24, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 2:00 PM on Thursday, January 11, 2024 at D.F. Huddle Elementary School, 505 Texas Avenue, Alexandria, LA 71301.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, December 6, 2023<br />Wednesday, December 13, 2023<br />Wednesday, December 20, 2023
https://www.centralauctionhouse.com/rfp59626313-bid-100-22-df-huddle-elementary-iaq-enhancements.html
06-Dec-2023 8:00:00 AM CST |
24-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 100-15: Acadian Elementary IAQ Enhancements
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />ACADIAN ELEMENTARY SCHOOL<br />IAQ ENHANCEMENTS<br />RPSB Bid # 100-15<br /> <br />Separate sealed bids for (RPSB Bid # 100-15) Acadian Elementary School IAQ Enhancements project will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 24, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 11:00 AM on Thursday, January 11, 2024 at Acadian Elementary School, 310 Richmond Drive, Alexandria, LA 71302.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, December 13, 2023<br />Wednesday, December 20, 2023<br />Wednesday, December 27, 2023
https://www.centralauctionhouse.com/rfp59627247-bid-100-15-acadian-elementary-iaq-enhancements.html
13-Dec-2023 8:00:00 AM CST |
24-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 100-20: Carter C. Raymond Elementary School IAQ Enhancements
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />CARTER C. RAYMOND ELEMENTARY SCHOOL<br />IAQ ENHANCEMENTS<br />RPSB Bid # 100-20<br /> <br />Separate sealed bids for (RPSB Bid # 100-20) Carter C. Raymond Elementary School IAQ Enhancements project will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 24, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 9:00 AM on Tuesday, January 16, 2024 at Carter C. Raymond Elementary School, 2510 St. Charles, Lecompte, LA 71346.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, December 6, 2023<br />Wednesday, December 13, 2023<br />Wednesday, December 20, 2023
https://www.centralauctionhouse.com/rfp35811724-bid-100-20-carter-c-raymond-elementary-school-iaq-enhancements.html
06-Dec-2023 8:00:00 AM CST |
24-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 100-44: Buckeye High School IAQ Enhancements - Phase II
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />BUCKEYE HIGH SCHOOL<br />IAQ ENHANCEMENTS (PHASE II)<br />RPSB Bid # 100-44<br /> <br />Separate sealed bids for the (RPSB Bid #100-44) Buckeye High School IAQ Enhancements (Phase II) project will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 24, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 9:00 AM on Thursday, January 11, 2024 at Buckeye High School, 715 HWY 1207, Deville, LA 71328.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, December 6, 2023<br />Wednesday, December 13, 2023<br />Wednesday, December 20, 2023
https://www.centralauctionhouse.com/rfp59692261-bid-100-44-buckeye-high-school-iaq-enhancements--phase-ii.html
06-Dec-2023 8:00:00 AM CST |
24-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
RFP 24-27: Student Information Management System
|
ADVERTISEMENT<br />RAPIDES PARISH SCHOOL BOARD<br />REQUEST FOR PROPOSAL (RFP 24-27)<br />FOR<br />STUDENT INFORMATION MANAGEMENT SYSTEM<br /> <br />Proposals will be received no later than 2:00 p.m., Thursday, January 18th, 2024, at the Rapides Parish School Board Purchasing Department located at 619 6th Street, Alexandria, La 71301. Any proposal received after this due date and time will not be accepted and will be returned unopened.<br /> <br />The RFP specifications may be obtained from the Rapides Parish School Board Purchasing Department, 619 6th Street, Alexandria, LA 71301 or P.O. Box 7117, Alexandria, LA 71306 or by submitting your request to
[email protected] or by visiting centralbidding.com (fees may be associated with the use of this site).<br /> <br />Proposals shall be submitted in a sealed envelope/box clearly marked on the outside with the following information:<br />vendor’s name<br />proposal due date/time<br />RFP 24-27: Student Information Management System <br />Award will not be made at the time of the RFP opening, but will be awarded by the School Board at a later meeting.<br /> <br />Rapides Parish School Board reserves the right to reject, in whole or in part, any and all proposals and to waive any and all technicalities and informalities in accordance with state law.<br /> <br />Rapides Parish School Board is an Equal Opportunity Employer.<br /> <br />Publication Dates:<br />December, 6th 2023<br />December, 13th 2023<br />December, 20th 2023
https://www.centralauctionhouse.com/rfp61855481-rfp-24-27-student-information-management-system.html
06-Dec-2023 8:00:00 AM CST |
18-Jan-2024 2:00:00 PM CST |
Rapides Parish School Board |
Bid 100-28: L.S. Rugg Elementary IAQ Enhancements
|
ADVERTISEMENT TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />L.S. RUGG ELEMENTARY SCHOOL<br />IAQ ENHANCEMENTS<br />RPSB Bid # 100-28<br /> <br />Separate sealed bids for (RPSB Bid # 100-28) L.S. Rugg Elementary School IAQ Enhancements project will be received by the RAPIDES PARISH SCHOOL BOARD in the Purchasing Dept. (2nd Floor of the School Board Central Office - 619 Sixth Street, Alexandria, Louisiana 71301), until 2:00 P.M. (Central time), January 31, 2024. 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
[email protected].<br /> <br />Pursuant to Louisiana Revised Statutes 38:2212.E.(I) Bidders have the option to submit their bids and bid bonds electronically. To view bids, download and receive plans and specifications, and bid notices by email, Bidders will need to register with Central Bidding at www.CentralAuctionHouse.com . If you need help registering, or need help with completing an e-bid, please call Central Bidding at 225-8100-4814 or Toll Free at 866-570-9620 seven days a week, 24 hours a day. Fees may be associated with the use of this site.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 11:00 AM on Tuesday, January 16, 2024 at L.S. Rugg Elementary School, 1319 Bush Avenue, Alexandria, LA 71301.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />PURCHASING DEPARTMENT<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />PLEASE PUBLISH THREE (3) TIMES:<br />Wednesday, December 13, 2023<br />Wednesday, December 20, 2023<br />Wednesday, December 27, 2023
https://www.centralauctionhouse.com/rfp38307411-bid-100-28-ls-rugg-elementary-iaq-enhancements.html
13-Dec-2023 8:00:00 AM CST |
31-Jan-2024 2:00:00 PM CST |
Sample Listings |
Sample Reverse Auction (1 year solicitation period)
|
This is an example of a Reverse Auction with a 1 Year Solicitation Period.
https://www.centralauctionhouse.com/rfp57701569-sample-reverse-auction-1-year-solicitation-period.html
22-Jun-2021 9:00:00 AM CDT |
21-Jun-2024 10:00:00 AM CDT |
Sample Listings |
Sample Electronic Bid - Bid period open for addenda demonstration
|
Advertisement for Demonstration
https://www.centralauctionhouse.com/rfp28314654-sample-electronic-bid--bid-period-open-for-addenda-demonstration.html
30-Nov-2017 11:44:15 AM CST |
30-Dec-2023 11:00:00 AM CST |
Sample Listings |
Sample Public Works Bid - June 8 (OPEN)
|
<br /><div style="text-align: center;"><br /><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />
https://www.centralauctionhouse.com/rfp75990837-sample-public-works-bid--june-8-open.html
08-Jun-2022 9:57:00 AM CDT |
31-Dec-2023 10:00:00 AM CST |
Sample Listings |
Sample Materials/Supplies Bid - (OPEN)
|
<br /><div style="text-align: center;"><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.
https://www.centralauctionhouse.com/rfp80115682-sample-materialssupplies-bid--open.html
08-Jun-2022 10:13:00 AM CDT |
31-Dec-2023 10:00:00 AM CST |
Sample Listings |
TAF Sample
|
This is a sample for demonstration purposes only.<br /><br />This is where the language from the public advertisement would be placed so the potential vendor has immediate access.<br /><br />EXAMPLE<br /><br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the 2022 Asphalt Street Rehabilitation Program project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11631): Base Bid – Asphalt milling, soil cement/lime treatment base work, asphalt patching, asphalt overlay, shoulder material, thermoplastic striping, markers, manhole/drainage grate/valve box adjustments and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Baker and delivered to the City Hall at 3325 Groom Road, Baker, LA 70714 not later than 2:00 p.m., on Wednesday, July 20, 2022. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, July 20, 2022, at the City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />The Owner has chosen the method of plan distribution to be via hard copies of the plans and specifications pursuant to LA R.S. 38:2212 as available through the office of the Engineer.<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractor’s license and classifications will be made prior to release of bid documents.<br /> <br />Pursuant to the Louisiana Revised Statute, vendors/contractors now have the option to submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 800-990-9339. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractor’s past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
https://www.centralauctionhouse.com/rfp96404192-taf-sample.html
29-Jul-2022 9:41:15 AM CDT |
31-Dec-2023 2:00:00 PM CST |
South Lafourche Levee District |
Golden Meadow Lock Maintenance of North Floodgate Sector Gates
|
<div style="text-align: justify;">Either sealed paper bids or electronic bids for the Golden Meadow Lock Maintenance of North Floodgate Sector Gates will be received by the South Lafourche Levee District located at 17904 Hwy 3235, Galliano, LA 70354 until 10:00 AM local time, December 19, 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 sand blasting, painting, and other related items.<br /> <br />The cost estimate is: $550,000.<br /> <br />No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds a Louisiana State Contractor's License in Heavy Construction, in full force and effect and in compliance with the Louisiana State Licensing Board for Contractors and Louisiana Public Bid Law.<br /> <br />Plans and specifications may be examined online at www.centralauctionhouse.com or at the Engineer’s office of Picciola & Associates, Inc. located at 115 Picciola Parkway, Cut Off, LA 70345. Plans and specifications may be obtained from the Engineer upon payment of $100. In accordance with R.S. 38:2212 (D), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex, or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br /><br />South Lafourche Levee District<br /> <br />Nicholas Matherne<br />General Manager</div>
https://www.centralauctionhouse.com/rfp42845823-golden-meadow-lock-maintenance-of-north-floodgate-sector-gates.html
20-Nov-2023 12:00:00 AM CST |
19-Dec-2023 10:00:00 AM CST |
St. Bernard Parish Government |
VISTA PARK PLAYGROUND RENOVATIONS
|
<h1>ADVERTISEMENT FOR BIDS</h1> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br /> <br /> <br />Sealed Bids will be received until the hour of <b>2:00 p.m., on Tuesday, January 9, 2024</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <h2>St. Bernard Parish Government</h2><b>VISTA PARK</b><br /><b>PLAYGROUND RENOVATIONS</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, January 9, 2024.</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>DEMOLITION, CLEANUP, INSTALLATION OF CONCRETE WALKS, CONCESSION STAND, ARTIFICIAL TURF BASEBALL FIELD AND DRAINAGE, WITH POURED IN PLACE RUBBER SURFACING, AND SUPPLY AND INSTALLATION OF PLAYGROUND EQUIPMENT.</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, December 19, 2023 at 11:00 AM</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana. All bidders and sub-contractors are encouraged to attend.<br /> <br />The drawings and specifications are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, and may be secured from the office of <b>SHREAD-KUYRKENDALL & ASSOCIATES, INC., 13000 Justice Avenue, Suite 16, Baton Rouge, LA 70816, (225) 296-1335</b>, by only licensed contractors upon payment of $300.00 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 />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract (Davis-Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities) and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.<br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) and Section 3 business to participate.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />Each bidder must have an active Unique Entity ID (UEI), as verified on www.sam.gov, prior to award.<br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp59641934-vista-park-playground-renovations.html
04-Dec-2023 1:02:00 PM CST |
09-Jan-2024 2:00:00 PM CST |
St. Bernard Parish Government |
PATRICIA ROTHSCHILD PARK PLAYGROUND RENOVATIONS
|
<h1>ADVERTISEMENT FOR BIDS</h1> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br /> <br />Sealed Bids will be received until the hour of <b>2:00 p.m., on Tuesday, January 9, 2024</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <h2>St. Bernard Parish Government</h2><b>PATRICIA ROTHSCHILD PARK</b><br /><b>PLAYGROUND RENOVATIONS</b><br /> <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, January 9, 2024.</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><a name="Text6"></a>DEMOLITION, CLEANUP, INSTALLATION OF CONCRETE PADS WITH POURED IN PLACE RUBBER SURFACING, SUPPLY AND INSTALLATION OF PLAYGROUND EQUIPMENT, LIGHTING, FENCING, AND PAVILION.</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, December 19, 2023 at <a name="Text11">10:00</a> <a name="Text12">AM</a></b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana. All bidders and sub-contractors are encouraged to attend.<br /> <br />The drawings and specifications are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, and may be secured from the office of <b>SHREAD-KUYRKENDALL & ASSOCIATES, INC., 13000 Justice Avenue, Suite 16, Baton Rouge, LA 70816, (225) 296-1335</b>, by only licensed contractors upon payment of $300.00 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 />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract (Davis-Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities) and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.<br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) and Section 3 business to participate.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />Each bidder must have an active Unique Entity ID (UEI), as verified on www.sam.gov, prior to award.<br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp37207824-patricia-rothschild-park-playground-renovations.html
04-Dec-2023 2:08:00 PM CST |
09-Jan-2024 2:00:00 PM CST |
St. Bernard Parish Government |
Three or More New, Unused Command Vehicles St. Bernard Parish Government, Fire Department
|
ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br /> <br />Sealed Bids will be received until the hour of 2:00 p.m. on Tuesday, December 19, 2023 in the Office of the Department of Public Works, St. Bernard Parish Government located at 1125 East St. Bernard Highway, Chalmette, Louisiana and opened at 2:00 p.m., at which time they will be publicly read, for:<br /> <br />Three or More New, Unused Command Vehicles<br />St. Bernard Parish Government,<br />Fire Department<br /> <br /> <br /> <br />To be a valid delivery, Sealed Bids must be delivered electronically by Central Bidding or by hand to St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m. on Tuesday, December 19, 2023.<br /> <br />Sealed bids delivered to any other St. Bernard Parish Government location or other room number prior to the bid receipt deadline will not be considered.<br /> <br />The specifications are on file and may be secured from the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043<br />(504) 278-4313
[email protected].<br /> <br />Bids may also be viewed and submitted online at www.centralauctionhouse.com.<br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to apply.<br /> <br /> <br />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp38342060-three-or-more-new-unused-command-vehicles-st-bernard-parish-government-fire-department.html
06-Dec-2023 3:49:00 PM CST |
19-Dec-2023 2:00:00 PM CST |
St. Charles Parish Government |
WWKS 110 - East Bank Water Intake Platform Repairs
|
The East Bank Water Intake Platform located along the Mississippi River in St. Charles Parish was damaged during Hurricane Ida. This project includes the stabilization of the platform and the repairs necessary to return the platform to its pre-damaged conditions. The proposed work includes repairs to the concrete platform deck, removing and replacing the damaged gantry crane structure, repairing damaged concrete cap beams, repairing/replacing structural steel framing, replacing the electrical building and with contents within, and replacing damaged steel piles
https://www.centralauctionhouse.com/rfp39598327-wwks-110--east-bank-water-intake-platform-repairs.html
19-Oct-2023 12:00:00 AM CDT |
14-Dec-2023 10:00:00 AM CST |
St. Charles Parish Government |
114 B- Distribution Service Materials - Fire Hydrants with Integral Restraints
|
24-114B - Yearly Bid for 2024
https://www.centralauctionhouse.com/rfp17012515-114-b-distribution-service-materials--fire-hydrants-with-integral-restraints.html
07-Dec-2023 11:00:00 AM CST |
28-Dec-2023 11:00:00 AM CST |
St. Charles Parish Government |
X-23-481 POLYMER BLENDING & FEED EQUIPMENT SYSTEM
|
X-23-481 - POLYMER BLENDING SYSTEM - BID FROM OUR WASTEWATER DEPARTMENT
https://www.centralauctionhouse.com/rfp65273544-x-23-481-polymer-blending-feed-equipment-system.html
14-Dec-2023 11:00:00 AM CST |
04-Jan-2024 11:00:00 AM CST |
St. Charles Parish Public Schools |
Request for Proposal (RFP): USDA Commodity Processing for SY 2024/2025
|
Notice is hereby given that the following School Food Authorities (SFAs): St. Charles Parish Public Schools, Tangipahoa Parish Public Schools, Livingston Parish Public Schools, Washington Parish Public Schools, St. Bernard Parish Public Schools, Bogalusa City Schools, NOLA Public Schools and St. Mary's Parish Schools will receive sealed proposals at the St. Charles Parish School Board Office, Child Nutrition Department, 13855 River Road, Luling, Louisiana 70070 until 9:00 a.m. on Friday, January 12, 2024, for processing of USDA commodity beef, chicken, pork, turkey, eggs, cheese, tomato paste, pollock, flour, and dehydrated potatoes for the 2024/2025 School Year. All product manufacturers must have an approved contract for commodity processing with the Louisiana Department of Agriculture and Forestry, Food Distribution Division prior to submitting a proposal.
https://www.centralauctionhouse.com/rfp65214724-request-for-proposal-rfp-usda-commodity-processing-for-sy-20242025.html
07-Dec-2023 9:00:00 AM CST |
12-Jan-2024 9:00:00 AM CST |
St. Helena Parish Police Jury |
Improvements to Charlie Overton Park and 5th Ward Recreational Facility Love Louisiana Outdoors (LLO) Program
|
ADVERTISEMENT FOR BIDS<br /> <br />
Improvements to Charlie Overton Park and 5th Ward Recreational Facility<br>
St. Helena Parish Police Jury (herein referred to as the "Owner")<br>
<br>
Sealed bids marked "Sealed Bid -- Improvements to Charlie Overton Park and 5th Ward Recreational Facility, St. Helena Parish, LA” Community Development Block Grant Project for Fiscal Year 2021 to be financed by the State of Louisiana CDBG Program will be received by the Owner for the construction of the project described as follows:<br />
<br />Improvements to Charlie Overton Park and 5th Ward Recreational Facility<br />Love Louisiana Outdoors (LLO) Program<br />FY 2021 CDBG – CV<br />DOA Contract No. 2000753814<br />HDCA Project No. 2022-05<br /> <br />Bids shall be addressed to St. Helena Parish Police Jury and delivered to St. Helena Parish Police Jury located at 17911 LA-43 Greensburg, LA 70441 not later than 2:00 CST on the __18th___ day of December , 2023 . Any Bid received after the specified time and date will not be considered. The sealed Bids will be publicly opened and read aloud at __6:00 PM________ CST on the 19th day of December , 2023 , at the located at 177911 LA-43 Greensburg, LA 70441___________ .<br /> <br />The Information for Bidders, Bid Form, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other Contract Documents may be examined at the Office of the Engineer, H. Davis Cole & Associates, LLC located at 1340 Poydras Street, Suite 1850, New Orleans, LA 70112. Copies may be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Bidders also have the option to review Bid Documents and submit bids electronically by visiting Central Auction House. <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br />Each Bidder must have an active Unique Entity ID Number (UEI), as verified on www.sam.gov, prior to the beginning of construction.<br />Each Bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br />No Bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.<br />The Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.<br />Any person with disabilities requiring special accommodations must contact the St. Helena Parish Police Jury no later than seven (7) days prior to bid opening.<br /> <br /> <br />
Publish in The Advocate:<br />
11 / 16 / 2023<br />
11 / 23 / 2023<br />
11 / 30 / 2023<br />
https://www.centralauctionhouse.com/rfp25390238-improvements-to-charlie-overton-park-and-5th-ward-recreational-facility-love-louisiana-outdoors-llo-program.html
16-Nov-2023 6:00:00 PM CST |
18-Dec-2023 2:00:00 PM CST |
St. John the Baptist Parish Government |
RFQ 2023.61 CMAR for Reserve Wastewater Treatment Pond Capacity Expansion
|
RFQ 2023.61 CMAR for Reserve Wastewater Treatment Pond Capacity Expansion
https://www.centralauctionhouse.com/rfp95093264-rfq-202361-cmar-for-reserve-wastewater-treatment-pond-capacity-expansion.html
01-Nov-2023 8:00:00 AM CDT |
07-Dec-2023 9:45:00 AM CST |
St. John the Baptist Parish Government |
Bid 2023.62 River Road Wastewater Treatment Plant Headworks and Clarifier Rehabilitation
|
Bid 2023.62 River Road Wastewater Treatment Plant Headworks and Clarifier Rehabilitation
https://www.centralauctionhouse.com/rfp29242761-bid-202362-river-road-wastewater-treatment-plant-headworks-and-clarifier-rehabilitation.html
08-Nov-2023 8:00:00 AM CST |
13-Dec-2023 9:45:00 AM CST |
St. John the Baptist Parish Government |
Bid 2023.63 Miscellaneous Wastewater Treatment Plant Repairs (Tigerville WWTP, Central WWTP, Wallace WWTP, River Road WWTP, and Garyville WWTP)
|
Bid 2023.63 Miscellaneous Wastewater Treatment Plant Repairs (Tigerville WWTP, Central WWTP, Wallace WWTP, River Road WWTP, and Garyville WWTP) Plans
https://www.centralauctionhouse.com/rfp36023293-bid-202363-miscellaneous-wastewater-treatment-plant-repairs-tigerville-wwtp-central-wwtp-wallace-wwtp-river-road-wwtp-and-garyville-wwtp.html
09-Nov-2023 1:16:00 PM CST |
13-Dec-2023 9:45:00 AM CST |
St. John the Baptist Parish Government |
Bid 2024.01 Woodland Regional Pump Station
|
Bid 2024.01 Woodland Regional Pump Station
https://www.centralauctionhouse.com/rfp93006208-bid-202401-woodland-regional-pump-station-.html
06-Dec-2023 9:46:00 AM CST |
16-Jan-2024 9:45:00 AM CST |
St. John the Baptist Parish Government |
Bid 2024.02 Cambridge Pump Station
|
Bid 2024.02 Cambridge Pump Station
https://www.centralauctionhouse.com/rfp93087536-bid-202402-cambridge-pump-station-.html
06-Dec-2023 9:48:00 AM CST |
19-Jan-2024 9:45:00 AM CST |
St. John the Baptist Parish Public Schools |
24.31 Property Insurance
|
<b>The St. John the Baptist Parish School Board will receive sealed proposals for the following:<br /> <br />Property Insurance for Fiscal Year 2023-2024</b>
https://www.centralauctionhouse.com/rfp67605667-2431-property-insurance-.html
29-Nov-2023 6:00:00 PM CST |
05-Feb-2024 10:00:00 AM CST |
St. Landry Parish Solid Waste Disposal District |
One (1) Used Landfill Compactor
|
ADVERTISEMENT FOR BIDS<br />ST. LANDRY PARISH SOLID WASTE DISPOSAL DISTRICT<br />OWNER<br />Sealed bids for the purchase of one (1) Used Landfill Compactor will be received by the St. Landry Parish Solid Waste Disposal District until 4:00 p.m. Thursday December 7, 2023 at the District's office at 417 Solid Waste Road, Washington, LA 70589, and then at said office publicly opened and read aloud. Electronic bidding is also available through Central Bidding. The website to submit an electronic bid is www.centralauctionhouse.com.<br />The equipment bid shall be evaluated based on conformance with specifications, costs, delivery schedule, warranty, and availability of parts and service.<br />Specifications may be examined, without charge, in the office of the St. Landry Parish Solid Waste Disposal District, (417 Solid Waste Road, Washington, LA 70589) or at the office of Aucoin & Associates, Inc., Consulting Engineers, (433 North C.C. Duson Street, Eunice, LA 70535), or will be forwarded to the prospective bidder upon request.<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 />No bidder may withdraw his bid within thirty (30) days after the actual date of the opening thereof.<br />Thus done and signed at Beggs, Louisiana, on this the 13th day of October, 2023.<br /><br />/s/ A.F. Pete Olivier CHAIRMAN<br />ATTEST:<br />/s/ Jack Ortego<br />Secretary/Treasurer
https://www.centralauctionhouse.com/rfp98218837-one-1-used-landfill-compactor.html
03-Nov-2023 7:00:00 AM CDT |
07-Dec-2023 4:00:00 PM CST |
St. Mary Parish School Board |
E-Rate Category 2 Products and Services
|
https://www.centralauctionhouse.com/rfp17310955-e-rate-category-2-products-and-services-.html
30-Oct-2023 12:00:00 AM CDT |
11-Dec-2023 12:00:00 AM CST |
St. Mary Parish School Board |
St. Mary Parish School Board District 3, 2023 Reroofing, Phase 1: J. S. Aucoin Elementary School Morgan City High School Morgan City Junior High School
|
ADVERTISEMENT FOR BIDS<br /> <br />ST. MARY PARISH SCHOOL BOARD<br />District 3, 2023 Reroofing, Phase 1 <br />J. S. Aucoin Elementary School, Morgan City High School, Morgan City Junior High School,<br /> <br />Sealed bids will be received by St. Mary Parish School Board, LA Hwy 317, Centerville, Louisiana for ST. MARY PARISH SCHOOL BOARD District 3, 2023 Reroofing, Phase 1, until 2:00 PM, local time on Wednesday December 13, 2023, at the St. Mary Parish School Board Central Office Complex, Maintenance Office, LA Hwy 317, Centerville, Louisiana 70380, at which time and place said proposals will be publicly opened and read aloud. Electronic bids at www.centralbidding.com as allowed by Act 590 amended Title 38:2212 are acceptable. Any bids received after the above-mentioned time will be returned unopened.<br /> <br />Each bid shall be enclosed in a sealed envelope bearing the title of the work, the name of the Bidder, the address, date and hour of the bid opening, and the State Contractor’s License Number. The bid shall be addressed as follows:<br /> <br />BID: ST. MARY PARISH SCHOOL BOARD<br /> District 3, 2023 Reroofing, Phase 1<br /> J. S. Aucoin Elementary School, Morgan City High School, Morgan City Junior High School<br /> <br />To: the St. Mary Parish School Board Central Office Complex, LA Hwy 317, Centerville, Louisiana<br /> <br />LICENSE NO. ____________________<br /> <br />Failure to have the license number on the envelope will be result in the Bid being returned unopened.<br /> <br />Bid documents will be posted on www.centralbidding.com. To view, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy. Contact Central Auction House at 1-866-570-9620 concerning any questions about this process.<br /> <br />PROJECT DESCRIPTION: The project consists of St. Mary Parish School Board, District 3, 2023 Reroofing, Phase 1. The estimated construction cost for the Base Bid for this project is $2,400,000.00. <br /> <br />Prospective Contractors shall be licensed for Building Construction or Roofing Construction by the State of Louisiana and that license shall be in effect on the date of the bid.<br /> <br />Each proposal must be accompanied by a bid bond, a certified check, or cashier’s check in an amount equal to at least five percent (5%) of the amount bid, made payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute the contract documents. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form and shall be dated on or before the bid date. The bid security of all bidders, except the three lowest, will be returned promptly after the canvas of bids.<br /> <br />A non-mandatory pre-bid conference, at which the scope of the project, contract time and other requirements can be discussed with prospective bidders, may be held at the project site. All bidders will be notified and are encouraged to attend. <br /> <br />Copies of the contract documents are on file for St. Mary Parish School Board, District 3, 2023 Reroofing, Phase 1 at the St. Mary Parish School Board Central Office Complex, Maintenance Office, and at the office of the Architect, Carl P. Blum AIA Architect, 900 David Drive, Morgan City, Louisiana, and are open for inspection without charge.<br /> <br />Contractors may obtain contract documents from the Architect by paying a deposit of One Hundred Dollars ($100.00). The full amount of the deposit, on the first set, will be refunded to each contractor who submits a bona fide bid, upon return of the documents in good condition within ten (10) days after the receipt of bids. Contractors and Material Dealers may obtain additional sets of plans and specifications by making a deposit in the amount named above. Upon return of these documents, in good condition, one half of the deposit will be refunded, the difference representing the cost of printing, assembling, and distributing the sets. No refund will be made on any set not returned in good condition within ten (10) days after the receipt of bids.<br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, 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. 38:22:12(0). <br /> <br />A bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must: (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact, (c) submitted in ink. <br /> <br />No bid may be withdrawn after the scheduled closing time for receipt of bids for thirty (30) days.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, St. Mary Parish School Board reserves the right to reject any and/or proposals for just cause. <br /> <br />St. Mary Parish School Board.<br /> <br /> <br />Advertise November 17, 2023, November 24, 2023, December 1, 2023
https://www.centralauctionhouse.com/rfp77688409-st-mary-parish-school-board-district-3-2023-reroofing-phase-1-j-s-aucoin-elementary-school-morgan-city-high-school-morgan-city-junior-high-school.html
17-Nov-2023 2:00:00 PM CST |
13-Dec-2023 2:00:00 PM CST |
St. Tammany Parish Fire District 1 |
St. Tammany Fire Protection District No.1 Training Facility
|
St. Tammany Fire Protection District No. 1 522 Robert Blvd.<br />Slidell, LA 70458<br /> <br />St. Tammany Fire Protection District No. 1 will be accepting sealed bids for the construction of a 3,150 square foot new Training Facility located at 34780 S. Range Rd, Slidell, LA 70458 (On Camp Villere).<br /> <br />Those interested in submitting bids may obtain drawings and specifications, upon deposit of $400.00 at Dammon Engineering, Inc located at 554 Old Spanish Trail, Slidell La. 70458 or by emailing
[email protected] for information, or by downloading documents at Central Bidding.<br /> <br />Sealed bids shall be marked "SEALED-TRAINING FACILITY" and shall also contain the respondent's Louisiana Contractor's Name and License Number on the outside of the envelope. In accordance with La. R.S. 37:2163, the Contractor shall certify that he holds an active license. The contractor shall hold a Louisiana Contractor's license in Municipal & Public Works Construction and/or Building Construction.<br /> <br />Bids will be accepted through Central Bidding or manual submission. Manually-submitted bids can be submitted to the Receptionist at the St. Tammany Fire Protection District No. 1 Headquarters, 522 Robert Boulevard, Slidell, LA 70458 no later than 3:00 p.m., Thursday, December 14, 2023. Any bid received after 3:00 p.m. will be returned unopened.<br /> <br />In the case of an electronic bid, a contractor may submit an authentic digital signature on the electronic bid accompanied by the contractor's license number in order to meet the requirements of La. R.S. 37:2163. Except as otherwise provided in<br />R.S. 37:2163, if the bid does not contain the contractor's certification and show the contractor's license number on the bid envelope, the bid shall be automatically rejected and shall be returned to the bidder marked "Rejected" and shall not be read aloud.<br /> <br />Bids will be opened on Thursday, December 14, 2023, at 3:00 PM at Fire District Headquarters, 522 Robert Blvd, Slidell, LA 70458.<br /> <br />In accordance with La. R.S. 37:2163, the Contractor shall certify that he holds an active license under the provisions of La. R.S. 37:2163 and all architects, engineers, and awarding authorities shall place in their bid specifications the requirement.<br /> <br />There will be a mandatory pre-bid meeting held of all respondents at the jobsite at 34780 S. Range Rd, Slidell, LA 70460 (On Camp Villere) on November 29, 2023, at 10:00 AM. All prime respondents must have an officer, principal, manager, or supervisor present during the entire duration of the pre-bid meeting.<br /> <br />The signature on the bid must be that of an authorized representative of the corporation, partnership or other legal entity, as defined by Louisiana Public Bid Law Revised Statute 38:2212.A.(l)(c) which dictates parties authorized to submit bids for public contracts.<br /><br />All entities submitting a bid must have at least 5 years previous construction experience in the State of Louisiana. This requirement is applicable to all persons holding an ownership interest of five (5%) percent or greater in any partnership or joint venture submitting a bid.<br /> <br />All required Certificates of Liability Insurance shall list the Fire District as an "additional insured."<br /> <br />All applicable Federal, State, Local laws, ordinance, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout.<br /> <br />The bid must be accompanied by a bid security equal to five percent (5%) of the base bid and must be in the form of a certified check, cashier’s check or bid bond written by a company licensed to do business in Louisiana. If submitting a bid online, vendors must submit an electronic bid bond through the respective online 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 successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in the amount equal to one hundred percent (100%) of the Bid amount. Certificates of Insurance will also be required<br /> <br />No bidder may withdraw his/her Bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />All proposals, bids and applications are welcomed. The Fire District encourages participation by Minority, Women-Owned, and Disadvantaged Business Enterprise firms.<br /> <br />Deposits are refundable to bonafide prime respondents and will be 50% refundable to all others with return of complete and unmarked documents no later than 10 days after receipt of bids.
https://www.centralauctionhouse.com/rfp47922913-st-tammany-fire-protection-district-no1-training-facility.html
15-Nov-2023 12:00:00 AM CST |
14-Dec-2023 3:00:00 PM CST |
St. Tammany Parish School Board |
Slidell High School, Visitor Side Softball Locker Room and Restrooms, STPSB Project No. P0349
|
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 Slidell High School, Visitor Side Softball Locker Room and Restrooms, STPSB Project No. P0349 on the 30th day of November, 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 Architect, RCL Architecture, LLC, 900 West Causeway Approach, Mandeville, LA 70471, 985-727-4440, 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 $215.00 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 Architect as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /> <br />The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn except as provided for by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Preference may be given to materials, supplies and provisions produced, manufactured or grown in Louisiana in accordance with law.<br /> <br />The Owner reserves the right, in accordance with law, to reject any and all bids.<br /> <br />A pre-bid conference will be held on the 2nd day of November, 2023 at 11:00 a.m. at the project site, Slidell High School, #1 Tiger Drive, Slidell, LA 70458. 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, October 18, 2023<br /> Wednesday, October 25, 2023<br /> Wednesday, November 1, 2023
https://www.centralauctionhouse.com/rfp46452296-slidell-high-school-visitor-side-softball-locker-room-and-restrooms-stpsb-project-no-p0349.html
18-Oct-2023 9:00:00 AM CDT |
11-Dec-2023 2:00:00 PM CST |
St. Tammany Parish School Board |
Little Oak Middle School, Administration Offices Renovations, STPSB Project No. 1956
|
<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 Little Oak Middle School, Administration Offices Renovations, STPSB Project No. 1956 on the 5th day of December, 2023 at 3:00 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 Architect, VergesRome Architects, 320 N. Carrollton Avenue, Suite 100, New Orleans, LA 70119, 504-488-7739, 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 $320.00 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 Architect as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /> <br />The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn except as provided for by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Preference may be given to materials, supplies and provisions produced, manufactured or grown in Louisiana in accordance with law.<br /> <br />The Owner reserves the right, in accordance with law, to reject any and all bids.<br /> <br />A pre-bid conference will be held on the 21st day of November, 2023 at 10:00 a.m. at the project site, Little Oak Middle School, 59241 Rebel Drive, Slidell, LA 70461. 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, November 8, 2023<br /> Wednesday, November 15, 2023<br /> Wednesday, November 22, 2023<br /> </div>
https://www.centralauctionhouse.com/rfp45660197-little-oak-middle-school-administration-offices-renovations-stpsb-project-no-1956.html
08-Nov-2023 9:00:00 AM CST |
14-Dec-2023 3:00:00 PM CST |
St. Tammany Parish School Board |
CATALOG BID FOR DISTRICT
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp13612304-catalog-bid-for-district.html
29-Nov-2023 9:00:00 AM CST |
14-Dec-2023 2:00:00 PM CST |
St. Tammany Parish School Board |
Mandeville Middle School, Drainage Improvements, STPSB Project No. P0368
|
<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 Mandeville Middle School, Drainage Improvements, STPSB Project No. P0368 on the 11th day of January, 2024 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 $50.00 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 14th day of December, 2023 at 10:00 a.m. at the project site, Mandeville Middle School, 2525 Soult Street, Mandeville, LA 70448. 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, November 29, 2023<br /> Wednesday, December 6, 2023<br /> Wednesday, December 13, 2023</div>
https://www.centralauctionhouse.com/rfp61719262-mandeville-middle-school-drainage-improvements-stpsb-project-no-p0368.html
29-Nov-2023 9:00:00 AM CST |
11-Jan-2024 2:00:00 PM CST |
St. Tammany Parish School Board |
Bid #1848 PAPER
|
BIDS MUST BE SUBMITTED AS PER ATTACHED BID INSTRUCTIONS AND SPECIFICATIONS
https://www.centralauctionhouse.com/rfp47742113-bid-1848-paper.html
29-Nov-2023 12:00:00 AM CST |
15-Dec-2023 2:00:00 PM CST |
St. Tammany Parish School Board |
RFP #179 Wireless Network 2024
|
PROPOSALS MUST BE SUBMITTED IN ACCORDANCE WITH THE ATTACHED INSTRUCTIONS AND SPECIFICATIONS
https://www.centralauctionhouse.com/rfp39389174-rfp-179-wireless-network-2024.html
29-Nov-2023 12:00:00 AM CST |
24-Jan-2024 4:00:00 PM CST |
St. Tammany Parish School Board |
Group 2, Various Schools: Playground/Outdoor Activity Area Equipment Installation and Associated Improvements, STPSB Project No. P0462
|
<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 Group 2, Various Schools: Playground/Outdoor Activity Area Equipment Installation and Associated Improvements, STPSB Project No. P0462 on the 17th day of January, 2024 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 Architect, Greenleaf Architects, 404 E. Gibson Street, Suite 1, Covington, LA 70433, 985-778-2080, 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 $110.00 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 Architect as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /> <br />The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn except as provided for by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Preference may be given to materials, supplies and provisions produced, manufactured or grown in Louisiana in accordance with law.<br /> <br />The Owner reserves the right, in accordance with law, to reject any and all bids.<br /> <br />A pre-bid conference will be held on the 20th day of December, 2023 at 1:30 p.m. at the the St. Tammany Parish School Board C.J. Schoen Administrative Complex, Board Room, 321 N. Theard St., Covington, LA 70433. Bidders are strongly urged to attend and participate in the conference. <br /> <br />Access to sites should be coordinated through the Construction Department at 985-898-3287.<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 /> <br />Print Dates: Wednesday, December 6, 2023<br /> Wednesday, December 13, 2023<br /> Wednesday, December 20, 2023</div>
https://www.centralauctionhouse.com/rfp93753986-group-2-various-schools-playgroundoutdoor-activity-area-equipment-installation-and-associated-improvements-stpsb-project-no-p0462.html
06-Dec-2023 9:00:00 AM CST |
17-Jan-2024 2:00:00 PM CST |
State of Louisiana Military Department |
Field Maintenance Shop #1 Modernization, Shreveport, Louisiana
|
See attached Solicitation for: Field Maintenance Shop #1 Modernization, Shreveport, Louisiana.
https://www.centralauctionhouse.com/rfp95082769-field-maintenance-shop-1-modernization-shreveport-louisiana.html
01-Nov-2023 12:00:00 AM CDT |
13-Dec-2023 2:00:00 PM CST |
Tangipahoa Parish Government |
PONCHATOULA FTA PEDESTRIAN IMPROVEMENTS PROJECT
|
SEALED BIDS FOR THE CONSTRUCTION OF "PONCHATOULA FTA PEDESTRIAN IMPROVEMENTS" WILL RE RECEIVED AT THE FROM DESK OF THE TANGIPAHOA PARISH GOVERNMENT BUILDING, 206 E MULBERRY STREET, LA 70422, UNTIL 9:00 A.M, ON FRIDAY, DECEMBER 1, 2023. BIDS RECEEIVED BEFORE THE 9:00 A.M DEADLINE WILL BE PUBLICLY OPENED AND READ AT 10:00 A.M.
https://www.centralauctionhouse.com/rfp3721545-ponchatoula-fta-pedestrian-improvements-project.html
03-Nov-2023 2:45:00 PM CDT |
08-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
LIMESTONE BID
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp64280222-limestone-bid.html
13-Nov-2023 12:17:00 AM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
PEST CONTROL BID
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LOUISIANA 70422
https://www.centralauctionhouse.com/rfp36155741-pest-control-bid.html
13-Nov-2023 2:31:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
HEAVY RED CLAY BID
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp55549948-heavy-red-clay-bid.html
13-Nov-2023 2:57:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
HOT MIX BIDS
|
NOTICEE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LOUISIANA 70422
https://www.centralauctionhouse.com/rfp64284854-hot-mix-bids.html
13-Nov-2023 4:00:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
COLD MIX
|
NOTICE ISH HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WDNESDA, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E MULBERRY STREET, AMITE, LOUISIANA 70422
https://www.centralauctionhouse.com/rfp13165529-cold-mix.html
15-Nov-2023 9:39:00 AM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
CORRUGATED METAL CULVERTS BID
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNEMT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LOUISIANA 70422
https://www.centralauctionhouse.com/rfp90140269-corrugated-metal-culverts-bid.html
15-Nov-2023 2:05:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
BRIDGE MATERIAL BID
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp10842576-bridge-material-bid.html
15-Nov-2023 2:40:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
FUEL BID
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEEIVED BY THE TANGIPAHOA PARISHGOVERNMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E MULBERRY STREET, AMITE, LOUISIANA 70422
https://www.centralauctionhouse.com/rfp58584173-fuel-bid.html
15-Nov-2023 3:14:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
ROAD MATERIAL
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNEMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp60650273-road-material.html
15-Nov-2023 3:50:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
JANITORIAL SUPPLIES
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp13154336-janitorial-supplies.html
15-Nov-2023 4:00:00 PM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
PROPOSAL FOR FISCAL AGENCY
|
NOTICE IS HEREBY GIVEN THAT PROPOSALS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, DECEMBER 13, 2023 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp47779763-proposal-for-fiscal-agency.html
28-Nov-2023 8:36:00 AM CST |
13-Dec-2023 10:00:00 AM CST |
Tangipahoa Parish Government |
INSTALLATION OF ELECTRICAL AT THE REGION 9 FACILITY
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL WEDNESDAY, JANUARY 3, 2024 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LOUISIANA 70422
https://www.centralauctionhouse.com/rfp81978640-installation-of-electrical-at-the-region-9-facility.html
30-Nov-2023 4:44:00 PM CST |
03-Jan-2024 10:00:00 AM CST |
Tangipahoa Parish School System |
E-RATE RFP 2024-2025 E-RATE CATEGORY PRODUCTS AND SERVICES
|
<br />REQUEST FOR PROPOSALS<br />[District & School Performance - Tangipahoa Parish School System]<br />E-RATE CATEGORY 2 PRODUCTS AND SERVICES<br />Event Calendar<br /> <br />EVENT<br />DATE<br />TIME<br />LOCATION<br />Release RFP<br />November 3, 2023<br />2:00 PM (CST)<br />EPC, Central bidding, and Advertisements<br />Virtual Mandatory Pre-bid meeting<br />November 15, 2023<br />2:00 PM (CST)<br />See page 22<br />Inquiry Opens<br />November 16, 2023<br />2:00 PM (CST)<br />
[email protected]<br />Inquiry Closes<br />December 4, 2023<br />2:00 PM (CST)<br />
[email protected]<br />Submission Deadline<br />December 8, 2023<br />2:00 PM (CST)<br /> <br />See Page 2<br />Public Bid Opening<br />December 8, 2023<br />2:05 PM (CST)<br /> <br />See Page 2<br /> <br /> <br /> <br /> <br />TANGIPAHOA PARISH SCHOOL BOARD (“DISTRICT”) reserves the right to reject all proposals and to waive any formability defects or clerical errors in any Bid Proposal Package, as in the interest of “TANGIPAHOA PARISH SCHOOL BOARD.”<br /><br /> <br /> <br />E-Rate REQUEST FOR PROPOSALS<br />[District & School Performance - Tangipahoa Parish School System]<br />Category 2 Products and Services<br />NOTICE TO BIDDERS<br /> <br />TANGIPAHOA PARISH SCHOOL BOARD, AKA “DISTRICT,” requests proposals for Category 2 Products and Services. The District plans to combine funding from E-Rate and Elementary and Secondary School Emergency Relief (ESSER) funding. The DISTRICT will determine the items paid for with E-Rate funding or ESSER. See<br /> <br />The DISTRICT is seeking bids for E-Rate eligible internal connections, licenses, support warranties for new switches ( including SFPs) and access points, Managed Internet Broadband Services (MIBS), and Basic Maintenance for renewal of support warranties.<br /> <br />Sealed proposals must be sent by certified mail, UPS, Fed Ex, or hand-delivered to TANGIPAHOA PARISH SCHOOL BOARD PROCUREMENT OFFICE or proposals may be uploaded at:<br /> <br />http://centralauctionhouse.com (Please check the site in ADVANCE for rules and fees for uploading to the bidding site(s). Bids must be received before Friday, December 8, 2023, at 2:00 P.M. (CST).<br />Proposal Delivery Address:<br /> <br />Sealed proposals should be delivered OR mailed to:<br />TANGIPAHOA PARISH SCHOOL DISTRICT<br />Attention: Michael Coxen<br />Purchasing Agent<br />59656 Puleston Road<br />Amite, La. 70422<br />985-748-2420 (office)<br /><br /><br />Proposals must be received no later than:<br />Friday, December 8, 2023, at 2:00 PM (CST)<br />Category 2 Products and Services<br />RFP Number: E-Rate 2024-2025<br />section PAGE NUMBER <br />1. GENERAL TERMS AND DEFINITIONS 6<br />2. OVERVIEW OF SERVICES- 9<br />3. Specifications of Wireless Infrastructure. 10<br />4. Access Point Options. 11<br />5. System Management. 11<br />6. Switch Options 12<br />7. ANTENNAS, CONNECTORS, AND COMPONENTS 12<br />8. cabling- 12<br />9. Software, Support, Licenses, Warranty. 13<br />10. firewall 14<br />11. router- 14<br />12. UniNteRrUPTIBLE POWER SUPPLY (UPS) 14<br />13. BASIC MAINTENANCE (RENEWAL OF WARRANTIES) 14<br />14. MANAGED INTERNAL bROaDBAND SERVICES (MIBS) 15<br />15. Project Plan Management. 17<br />16. ASSET LEDGERS 17<br />17. training. 18<br />18. Order of Installations. 18<br />19. On-Site Requirements. 18<br />20. Interaction with Students- 18<br />21. Customized Proposals and Pricing Clause. 19<br />22. Requirements. 19<br />23. Minimum contractor qualifications. 19<br />24. ESSER FUNDING REQUIREMENTS. 19<br />25. Proposal Price Format Requirements for All Options. 20<br />26. STANDARD TERMS AND CONDITIONS 20<br />27. Proposal Response Format and Details. 21<br />28. SPECIAL TERMS AND CONDITIONS (Equipment, materials or supplies) 25<br />29. MANDATORY PRE-BID CONFERENCE- 26<br />30. Evaluation Process- 27<br />31. Evaluation Criteria- 27<br />32. PricING- 28<br />33. Best and Final Offer. 28<br />34. list of eligible entities for Category 2- 30<br />35. BASIC MAINTENANCE PRICING FORM- 35<br />36. PRICING FORM FOR MANAGEMENT OF INTERNAL CONNECTIONS- 36<br />37. BID FORM (REQUIRED) 37<br />38. NON-COLLUSION STATEMENT- 38<br /> <br />1.GENERAL TERMS AND DEFINITIONS<br /><br />TERMS<br />DEFINITION<br />ADDENDUM<br />A Document or information attached or added to clarify, modify, or support the REQUEST FOR PROPOSAL information. All Addendums will be uploaded to the E-Rate Portal (EPC) and electronic bidding site if required.<br />ADMINISTRATIVE BID APPROVAL<br /> <br />The DISTRICT's final review by the administrative authority to accept or reject a bid that complies or does not comply fully with the Request for Proposal (RFP). Submissions may be disqualified for reasons outlined in the Request for Proposal.<br /> <br />AGREEMENT<br />A contract that has been agreed upon and signed by the DISTRICT. Sometimes, the Agreement will be a letter of award, purchase order, or another legally binding contract.<br /> <br />ASSIGNMENT OF CONTRACT OR PURCHASE ORDER<br />The bidder(s) shall not assign or transfer by operation of law or otherwise any rights, burdens, duties, or obligations without the DISTRICT's prior written consent. Notification of corporate takeovers or mergers must be reported to the DISTRICT.<br /> <br />BEST AND FINAL OFFER (BAFO)<br />The DISTRICT reserves the right to conduct a BAFO with one or more Proposers determined by the evaluation committee to be susceptible to being selected for an award. The Vendor(s) chosen will receive written notification of their selection, with a list of specific items to be addressed in the BAFO and instructions for submittal. The BAFO negotiation may assist the DISTRICT in clarifying the scope of the work. The evaluation criteria for a BAFO will be the same as the evaluation used in Round 1.<br />BID<br />The Vendor's response to the Request for Proposals.<br />CONFLICT OF INTEREST<br />A Conflict of Interest shall exist when a Vendor or any affiliated person or business entity provides goods or services under a Contract Award whereby one or more personal, business, or monetary interests or relationships exist which would cause a reasonable individual with knowledge of the relevant facts to question the integrity or impartiality of those who are or will be acting on behalf of the DISTRICT.<br />CONTRACT AWARD<br />The acceptance of a Quote, Bid, Proposal, or Offer; a Purchase Order, Contract Agreement, or other formal notification of award issued by an authorized official of the DISTRICT. The term 'contract award' refers to formally notifying the Vendor that they have been selected as the supplier for a particular contract.<br /> <br />CONTRACT TERM<br />The length of time of a Contract or Agreement will be available for use by the DISTRICT. Optional extensions may be available as an option to extend the contract term.<br />DEFAULT BY CONTRACTOR<br />The DISTRICT shall hold the bidder(s) responsible for any damage that may be sustained due to failure to comply with any terms or conditions listed herein. It is expressly provided and agreed that time shall be essential in meeting the contract delivery requirements. Suppose the successful bidder(s) fails to deliver services listed herein at the prices named and at the time and place herein stated or otherwise fails or neglects to comply with the terms of the bid. In that case, the DISTRICT may, upon written notice to the bidder, cancel the contract in its entirety or cancel or rescind any or all items affected by such default and may, whether the contract is canceled in whole or in part. The DISTRICT may consider the second winner or re-advertise all services.<br />EQUIVALENT<br />A replacement for a good or service that achieves the same result and has the same functionality as the product or service requested in the RFP. All equivalent goods and services will be considered that meet the definition.<br />INVOICES AND PAYMENTS<br />All vendors submitting proposals must agree to invoice the DISTRICT their monthly discount obligation portion and then send a Service Provider Invoice (SPI) to USAC for the eligible share. Invoices must show the Funding Request Number (FRN) for each service, site location, the total monthly cost, the discount portion owed by DISTRICT, and the amount billed to USAC.<br />NOTICE OF INTENT AWARD<br />A formal, written document issued by an authorized official of the DISTRICT informing a Vendor that a Contract has been awarded to the Vendor based on its Solicitation Response. The finance committee, school board, and other authorizing bodies sometimes must approve the final Agreement.<br />PRICE<br />Prices should be typed and shown as instructed on the sample price form for each item in the quantity specified in the bid form. The DISTRICT is exempt from all state taxes; therefore, taxes should not be included. All additional fees must be fully explained and listed on the sample pricing forms.<br /> <br />The DISTRICT also requires ALL E-Rate ineligible items to be listed separately (e.g., Antivirus software, content filtering). Errors may be crossed out and corrections made before bid opening only and must be initialed in ink by the person signing the bid or the bidder's authorized representative. If there should be a decrease in prices of the items bid (LCP) during the contract period, a corresponding reduction in costs on the balance of the services shall be made to the DISTRICT for as long as the lower prices are in effect.<br /> <br />PROTEST OF A SOLICITATION OR AWARD<br />Any person aggrieved in connection with the solicitation or award of a contract shall have an opportunity to protest to the DISTRICT. Protest concerning a solicitation shall be submitted in writing at least two (2) days before bids open. Protest concerning the award of a contract shall be submitted in writing within fourteen (14) days after the contract award.<br />QUANTITY AND QUALITY OF MATERIALS OR SERVICES<br />The successful bidder(s) shall furnish and deliver the services or products designated in the bid. All services or products provided under the contract shall be by the bid specifications. There are no understandings, agreements, representations, or warranties, express or implied, not specified in the Agreement. The DISTRICT may adjust quantities as needed. The amounts are based on the best estimate of the quantities time of posting Form 470. The estimates on Form 470 include the licenses and support warranty in the product quantity. For example, each access point needs one license in the quantity of access points.<br /> <br />TERMINATION OF AGREEMENT<br />The DISTRICT may terminate agreements upon giving thirty days advance written notice of intent to terminate the contract for a compelling cause. (e. g. failure to deliver services, failure to comply with the RFP conditions and specifications within the RFP).<br /> <br />MANUFACTURE SUGGESTED RETAIL PRICE (MSRP)<br />The manufacturer-suggested Suggested Retail Price (MSRP) is the price a Manufacturer recommends selling his product to resellers.<br />ESSER FUNDING<br />Elementary and Secondary School Emergency Relief (ESSER) Funds are available for technology and educational resources. All projects using ESSER funding will need to have the project completed by September 30, 2024.<br /> <br /><br /> <br />2.OVERVIEW OF SERVICES<br />2.1TANGIPAHOA PARISH SCHOOL DISTRICT would like to receive information and proposals for the following:<br />2.2 The District is applying for Internal connections to continue upgrading the Wi-Fi networking infrastructure in all school sites over the next 36 to 60 months and to purchase 5-year new and one-year renewal licenses for existing equipment. The DISTRICT also seeks 36-month manufacture support warranties for new and existing equipment; therefore, the DISTRICT is applying for Basic Maintenance for renewals and an hourly rate for support. Additionally, the DISTRICT plans to apply for Management Internal Broadband Services (MIBS).<br />2.3This Request for Proposal (RFP) invites Vendors to submit information and proposal(s). Issuance of this RFP in no way constitutes a commitment by the DISTRICT to select a Vendor and award a contract. The DISTRICT reserves the right to accept or reject all proposals submitted. Acceptance of any plan with contractual terms depends on the DISTRICT School Board approval, E-Rate funding, and appropriation of funds by the DISTRICT.<br />2.4The DISTRICT's technology goals specify that all schools will provide campus-wide wireless and wired local area networks and high-speed Internet access to all students, faculty, and stakeholders. As a strategy for this goal, the DISTRICT will continue to maintain and upgrade internal connections (connections include, but are not limited to, routers, switches, access points, wiring, related components, firewalls, and uninterruptible power supplies) to facilitate data transport to all schools and administrative offices.<br />2.5TANGIPAHOA Parish School Board requests a centrally managed wireless solution. Vendors are encouraged to offer various wireless options.<br />2.6APs are installed throughout the campuses, including classrooms, gyms, and auditoriums. We also request the Project Management, installation, and configuration of this equipment. The DISTRICT reserves the right to select multiple vendors.<br />2.7It is essential to the DISTRICT that Vendors meet the expectations as outlined in this RFP, especially the requirements for saturated wireless access.<br />2.8Any design's primary objective should ensure that bottlenecks do not occur at the wireless access point under the specified conditions. The Network should support up to 1,500 or more simultaneously connected devices in classrooms, auditoriums, libraries, gyms, cafeterias, and shared areas. Clients must be able to roam across individual campuses without refreshing DHCP. Should any Vendor propose a solution that does not meet the conditions and specifications, the Vendor must provide sufficient documentation that the DISTRICT's objective will be met with its solution.<br />2.9Proposals should include a cloud solution for the centralized method of managing and controlling wireless access to all access points.<br />2.10The Vendor's responsibility is to ensure that the equipment proposed meets the manufacturer's performance specifications and the previously stated requirements. The DISTRICT will not release the Vendor from the performance guarantee required above because of malfunctions or defects in equipment due to manufacturer error or flaws in the material or design.<br />2.11The DISTRICT requests detailed proposals to accomplish the tasks described in the RFP because of the diversity of workable solutions. Specifications in this RFP are general and minimal, allowing proposals to be as innovative as possible.<br />2.12The name of the contract or subcontractor performing the cabling work must be included in the proposal. The bid must include the cabling company's reference and direct contact information. Submissions must have this information to be allowed to bid.<br />2.13All technology equipment included in any Vendor's proposal must be new equipment purchased from the manufacturer, and Vendors shall not quote discontinued or end-of-life equipment. No grey market, third-party, or used equipment will be considered.<br />2.14Proposals must include proof of authorization from the manufacturer to resell and install the proposed products.<br />3.Specifications of Wireless Infrastructure.<br />3.1Access Points (APs) – The DISTRICT is seeking bid quotes for Juniper Mist Models AP 34, AP 45, AP 63, or equivalent. Please quote the appropriate five-year license and 3-year support warranty for the proposed products. Vendors are encouraged to submit proposals for equivalent indoor and outdoor access points.<br />3.2Below are the minimum specifications for wireless access points.<br />3.3802.11ax (Wi-Fi 6), including support for OFDMA, 1024-QAM, MU-MIMO, Target Wake Time (TWT)<br />3.4Spatial Frequency Reuse (BSS Coloring).<br />3.5 Backwards compatibility with 802.11a/b/g/n/ac<br />3.6Combined Highest Supported Data Rates 2.4 GHz / 5 GHz: 1.8 Gbps +6 GHz: 4.2 Gbps 2.4 GHz 2x2:2 802.11ax up to 575 Mbps data rate 5 GHz 2x2:2.<br />3.7802.11ax up to 1,200 Mbps data rate 6 GHz 2x2:2 802.11ax up to 2,400 Mbps data rate MIMO Operation<br />3.8Two spatial stream SU-MIMO for up to 1200 Mbps wireless data rate to individual 2x2 HE160<br />3.9Two spatial stream MU-MIMO for up to 1200 Mbps wireless data rate to up to two MU-MIMO capable client devices simultaneously<br />3.10Dedicated Fourth Radio 2.4 GHz, 5 GHz, and 6 GHz tri-band WIDS/WIPS, spectrum analysis and location analytics radio Internal Antennas (AP34) Two 2.4 GHz omnidirectional antennas with four dBi peak gain Two 5 GHz omnidirectional antennas with six dBi peak gain Two 6 GHz omnidirectional antennas with six dBi peak gain.<br />3.11Bluetooth 5.1 Omni Bluetooth Antenna Beam Forming Transmit Beamforming and Maximal Ratio Combining<br />3.12Power Options 802.3af: Single radio, cloud connectivity only 802.3at: Full functionality Dimensions 230 mm x 230 mm x 50 mm Weight 1.89 kg Shipping Box 289 mm x 268 mm x 191 mm<br />3.13Operating Temperature Internal antenna: 0° to 40° C Operating Humidity 10% to 90% maximum relative humidity, non-condensing Operating Altitude 3,048 m (10,000 ft) Trusted Platform Module (TPM).<br />3.14TPM for infrastructure security<br />4.Access Point Options.<br />4.1The selected Vendor shall make available all-new access point technologies when ratified and available to meet the DISTRICT's needs for the contract term.<br />4.2The selected Vendor shall make available additional access points explicitly for large areas and outdoor access points to meet the DISTRICT's needs for the contract term. Please quote items such as enclosed cages or other components for gyms and auditoriums.<br />4.3A combination of access points may be selected for implementation.<br />5.System Management.<br />5.1A cloud or equivalent is preferred and shall provide comparable system management solutions.<br />5.2The installed system shall provide a management application that allows a single configuration point for the entire solution and a single configuration point per site.<br />5.3The wireless management application shall support administrative access by multiple users simultaneously.<br />5.4The wireless cloud controller or equivalent management application shall support finding wireless host information by MAC address and IP address.<br />5.5The installed solution shall be able to classify types of interference observed during any radio frequency monitoring.<br />5.6The wireless management application shall allow role-based access to user-defined groups.<br />6.Switch Options<br />6.1The District desires Junipers 24 and 48 port EX4100 switches or equivalent. A model "declared by the manufacturer as discontinued or end of life shall not be quoted."<br />6.2The selected Vendor shall make available additional switches, modules, cables, products, and services not specified that may be required to meet the DISTRICT's needs for the contract term. Any solution must be interoperable with existing networking equipment and other IP standards-based solutions.<br />6.3Must include a minimum of:<br />6.3.1RJ-45<br />6.3.21000Base-T<br />6.3.3Auto-negotiation<br />6.3.4 Auto-uplink (auto MDI/MDI-X)<br />6.3.5 Bridge protocol data unit (BPDU)<br />6.3.6Broadcast Storm Control, Discovery Protocol<br />6.3.7Cloud-managed, Crossover detection<br />6.3.8DHCP relay<br />6.3.9DHCP support<br />7.ANTENNAS, CONNECTORS, AND COMPONENTS<br />7.1The DISTRICT also seeks antennas, SFPs, Connectors, and related components. Please quote SFP+, 10GBASE-LR, SMF 10 km, Extended Temperature (0 through 85 DEGREE C), Duplex LC connector, Stacking cables, and other connectors, antennas, and components or equivalent.<br />8.cabling<br />8.1The District school sites were built over several decades and had varied construction materials. Some materials shall not be disturbed, and wiring installations must be performed around these areas.<br />8.2All points shall be installed with data wiring, as described in the RFP.<br />8.3Existing access point wiring shall be removed from the patch panel and the Intermediate Distribution Frame (IDF) and Main Distribution Frame (MDF) cabinets.<br />8.4Existing patch cords shall be removed from the existing switch and patch panels.<br />8.5All cables, fiber jumpers, patch cords, panels, cabinets, connectors, etc., shall be provided as required to connect all installed equipment.<br />8.6The selected Vendor shall make available additional/new wiring, wiring installation, and wiring repairs and maintenance, specified or not, that may be required to meet the needs of the District for the term of the contract.<br />8.7Wiring closets (MDF and IDF) must be re-wired, toned, tested, and labeled in phases and throughout the contract term.<br />8.8Vendors must supply and install an approximate 3-meter factory patch cable to a patch panel and supply and install patch panels specific to the certified structured connectivity solution. All wires must terminate directly back to a single distribution closet if possible.<br />8.9Cabling must be appropriately labeled and not exposed.<br />8.10The winning vendor MUST provide Project management services and clear maps showing all wiring drops and other work performed (e.g., MDF and IDF, Fiber).<br />9.Software, Support, Licenses, Warranty.<br />9.1The Vendor shall offer software that provides ease of management of networking devices. The software should be requested under the same category as the associated equipment being installed or obtained (e.g., Licenses, Operating).<br />9.2For any proposed software, provide a detailed functional description of the software modules and the quantity of each, the unit price of the software modules, the unit price of any annual maintenance and support, or any other reoccurring cost total amount of the software.<br />9.3For the proposed solution, indicate which components (hardware, software, and services) are mandatory. If optional, clearly state what, if any, proposed solution's functionality would be omitted unless the component is included in the proposed solution.<br />9.4All switches must include quotes for 3-year support warranties and 5-year licenses if applicable. Manufacturers offering one-year licenses and support warranties for new equipment may be disqualified.<br />10.firewall<br />10.1The DISTRICT is seeking pricing for a Juniper firewall SRX4200 Services Gateway includes hardware (8x10GE, two AC PSU, four FAN Trays, cables, and RMK) and Junos Software Base (Firewall et al., MPLS) or equivalent. Or equivalent with 10 to 40 GIG throughput. Vendors are encouraged to bid on assorted options.<br />11.router<br />11.1The District requests bids for Juniper MX204 Fixed AC System - HW and STD Junos or equivalent. Vendors should quote licenses, support warranties, and any required components.<br />12.UniNteRrUPTIBLE POWER SUPPLY (UPS)<br />12.1The District is seeking bids for the following rack-mounted make and models or equivalent:<br />12.2UPS APC 1500VA RM 2U 120V with SmartConnect or equivalent<br />12.3Smart-UPS 3000VA LCD RM 2U 120V with SmartConnect or equivalent<br />12.4Please quote replacement batteries for any UPS being proposed.<br />13.BASIC MAINTENANCE (RENEWAL OF WARRANTIES)<br />13.1The DISTRICT is seeking bids to renew Support Warranties for existing NETWORKING ACCESS POINTS AND SWITCHES over the contract term.<br />13.2 All renewals must include any cost allocations. Support warranties are under the Basic Maintenance Category; therefore, vendors must quote unit pricing for 1-year licenses.<br />13.3The DISTRICT desires proposals that include a “break/fix” hourly rate to repair E-Rate-eligible equipment. Proposals MUST include various pricing levels, which normally depend on the technical expertise of the employee dispatched. Resumes and a description of technical certifications and other training of the technical staff MUST be included in the proposal.<br />13.4The winning Vendor will be required to offer a “help desk ticket” system or other electronic method for the DISTRICT to report an issue.<br />13.5The Vendor must notify the IT Director or their designee of the technician’s estimated arrival time. All technicians must sign in and out at the eligible location. Additionally, the technician MUST record the repair of the E-Rate eligible item's make, model, and location. All invoices sent to the DISTRICT MUST reference the “help desk ticket” number, the dispatch date, and the technician's arrival and departure times. Invoices without this information will not be paid.<br />13.6 The Vendor must explain the billing procedures for this service (e.g., hourly rate begins and ends time, safeguards to prevent over-billing of time, minimum rates).<br />14.MANAGED INTERNAL bROaDBAND SERVICES (MIBS) <br />14.1The DISTRICT is seeking Managed Internal Broadband Services (MIBS) to be provided by a third party to operate, manage, and monitor E-Rate-eligible equipment owned by the DISTRICT. Please review the E-Rate Eligible Services list.<br />14.2Vendors are required to explain how MIBS Services will benefit the DISTRICT fully and to include a list of items they are proposing to operate, manage, and monitor (e.g., access points, switches, routers).<br />14.3Vendors are encouraged to propose a solution that includes an assessment of the configurations of E-Rate-eligible equipment. For example, it is the vendor’s responsibility to ensure access points roam throughout the wireless network and switches are performing to an optimal level.<br />14.4One-time fees for design, engineering, and configuration changes are E-Rate eligible as a necessary component of the MIBS Service.<br />14.5The DISTRICT desires a monthly cost model with an easy-to-understand formula, which can be increased or decreased based on adding or removing equipment, student enrollment, school facilities, or other cost-related factors. Proposers are required to explain in detail the cost model being proposed. Under no circumstance will the DISTRICT or the E-Rate program pay for work not performed.<br />14.6The DISTRICT requires all Proposers to describe in detail the monitoring software that will be used and all equipment that will be visible.<br />14.7Vendors must agree to provide login access and training to the DISTRICT staff.<br />14.8MIBS is not a “break/Fix” service (hourly rate service), and the DISTRICT will rely on the Proposer to present a plan to ensure all E-Rate eligible items under the MIBS agreement are always operating efficiently.<br />14.9In most cases, MIBS is a “proactive service" to help prevent failure, and monitoring is an essential component of an MIBS service. From time to time, unexpected failures will happen. The DISTRICT requires all Proposers to have a notification system that allows the Proposer to provide repair status updates for outages and other alerts. Vendors must describe the alert system in their proposal, and the District MUST have access to it.<br />14.10If a District-owned piece of equipment is under warranty, the winning Vendor will be expected to work with the District to ensure the Merchandise Return Authorization (RMA) is expedited.<br />14.11 If the District-owned equipment is beyond repair, the Vendor must notify the District immediately. Replacement of the equipment is the responsibility of the DISTRICT.<br />14.12The winning Proposer must submit a detailed network diagram showing all E-Rate-eligible wireless equipment that will be supported. The list must include the make, model, serial number, location, and SKU#, if available. Any one-time fees for design and engineering are eligible as a necessary component of the MIBS Service.<br />14.13The DISTRICT desires a configuration assessment of the current Access Points and Switches to ensure all access points are roaming properly without any outages and all switch configurations are set to the optimal performance.<br />14.14Vendors are encouraged to include “in-line cabling” in the MIBS proposal. In-line cabling is the cabling attached to a piece of E-Rate-eligible equipment and is causing the equipment to experience a malfunction alert. Whether the cable is traced back to fiber or Cat. 5-6, Vendors are encouraged to include in-line cabling in the MIBS proposal. Since it is not feasible to cover all drops under MIBS, on-line cabling is being requested.<br />14.15The winning Proposer will be required to meet with the DISTRICT’s technical staff monthly to discuss the work performed during the previous month and the network’s performance. Weekly monitoring reports will be submitted to the DISTRICT.<br />14.16According to E-Rate rules, proposals may include a one-time fee, which may cover the purchase of several types of monitoring software (e.g., Airwave). Installation, configuration, and on-site training of staff are also eligible. All proposals must provide a detailed description of all components that make up any one-time charge. If monitoring software is included, the software can only be used to monitor eligible equipment on the DISTRICT’s network, and a specification sheet of the software must be provided.<br />14.17 All documents (maps, diagrams, and other documents) created under the MIBS agreement are the property of the DISTRICT. Original maps and updated documents will be sent to the DISTRICT upon completion.<br />14.18At no time shall the Vendor change passwords without the permission of the IT Director.<br />14.19Each year, the list of current equipment must be updated before the filing of Form 471. A contract Amendment will be submitted to the E-Rate program if any changes are made.<br />14.20It will be the Vendor’s responsibility to ensure all devices are working properly, and any outages or alerts MUST be addressed within 24 hours during workdays. If a critical outage occurs during the weekend or holiday (e.g., the network is down at a site), the Vendor is expected to notify the DISTRICT immediately. Otherwise, non-critical issues that occur on a weekend or holiday MUST be addressed within 24 hours from the first workday after the DISTRICT reopens.<br />14.21A list of the current DISTRICT-owned E-Rate eligible equipment will be provided at the pre-bid meeting.<br />15.Project Plan Management.<br />15.1Contractor shall provide, at a minimum, the following project management functions:<br />15.2Provide Project Management<br />15.3The Contractor will provide day-to-day project management using best practices for all tasks and activities necessary to complete the Work Statement.<br />15.4Provide a Project Work Plan<br />15.5The winning bidder will work with the IT Director to develop and maintain a Project Work Plan, which breaks down the work into manageable phases, activities, and tasks as appropriate. The work plan will identify activities/tasks, project personnel requirements (the DISTRICT and Contractor), estimated workdays/personnel hours to complete, and expected start and completion dates. Scheduled completion dates for each deliverable shall specifically be included. Written concurrence of both parties will be required to amend the Work Plan. The DISTRICT shall approve the Project Work Plan before project payments are made.<br />16.ASSET LEDGERS<br />16.1The Vendor shall submit asset ledgers to the DISTRICT upon completion of work at each site. Asset ledgers must comply with all E-Rate rules. (e.g., make, model, serial number, the reference number of the invoice, date of installation, and physical location of each piece of equipment sold and installed.)<br />16.2Asset Tagging and equipment labeling are critical during an E-Rate audit. The Vendor will apply the labels and work with the DISTRICT to create the correct labeling system. In some cases, the DISTRICT will supply the asset tags.<br />17.training.<br />17.1Training shall be provided to the DISTRICT on all installed equipment and software. The cost of training shall be included in the total price of the proposal, and the Vendor shall provide knowledge transfer to DISTRICT Information Technology staff on all installed hardware/software solutions offered.<br />17.2The Vendor shall provide an online training course for each hardware/software solution provided if available.<br />18.Order of Installations.<br />18.1The DISTRICT shall specify and provide the installation sequence order of all sites and shall install sites in the order specified by the DISTRICT. It may be necessary for multiple sites to be installed simultaneously.<br />18.2The number of sites to be installed at any time may vary during the project and shall depend on the acceptance of other completed sites and the Approval to Proceed by DISTRICT.<br />19.On-Site Requirements.<br />19.1All Vendors shall sign in at the site’s primary office before beginning activities. Site credentials may be issued and must always be displayed. All sites must be cleaned daily and returned to the original order. The work area shall always remain clean. Shipping boxes and other trash and debris shall be removed daily and disposed off-site. Dumpsters belonging to the site or surrounding area shall not be used.<br />20.Interaction with Students<br />20.1*** ANY INTERACTION WITH STUDENTS BY THE VENDOR AND ANY REPRESENTATIVE IS STRICTLY PROHIBITED.<br />20.2The Vendor is expected to supervise and exercise control over any employee or subcontractor employed and shall be held responsible for the employees’ and subcontractors' actions and activities.<br />20.3While working on-site at a DISTRICT school, annex, or another student educational facility, the Vendor,<br />20.4its personnel and subcontractor(s) staff must wear identification badges or a uniform with a logo, always identifying the company when working on any DISTRICT property.<br />20.5A Vendor shall only enter the DISTRICT site with a scheduled visit. The visits will be scheduled by the Director of Technology or their designee.<br />21.Customized Proposals and Pricing Clause.<br />21.1Understanding that the responses as initially submitted may or may not completely meet the DISTRICT's needs, the DISTRICT reserves the right to work with one or more selected proposers to customize and refine their proposal as a part of the selection process. This process includes but is not limited to, the refinement, addition, change, and deletion of products, services, and pricing as the DISTRICT desires. This clause allows the DISTRICT to make the most favorable proposal(s) and customize it to serve the DISTRICT best.<br />22.Requirements.<br />22.1Proposers must submit a proposal detailing their project plan based on the specifications and information in this RFP attachment. All questions must be emailed to the contact listed, and the email must contain an attachment on the company letterhead stating the issue(s). Vendors emailing questions in the body of an email will not receive a response. NO PHONE CALLS WILL BE ACCEPTED. ALL THE CORRESPONDENCE MUST BE IN WRITING.<br />23.Minimum contractor qualifications.<br />23.1The following skill sets and qualifications must be provided. As a person may possess multiple areas of expertise, a Contractor must indicate a separate spreadsheet, the proposed resource, and the work each will perform. Each network staff member must pass the State Police Background check to access our servers in the secured computer room at the DISTRICT Operation Center.<br />23.2 Fully qualified to participate in the E-Rate Program Registered to do business in Louisiana and are in good standing with the Louisiana Secretary of State's Office, and technical support staff MUST be in Louisiana.<br />24.ESSER FUNDING REQUIREMENTS.<br />24.1Vendors MUST comply with ESSER rules under the Davis-Bacon and related Acts to receive any funding. The District will use both E-Rate and ESSER funding. Therefore, all rules for both programs were followed.<br />24.2Under the Davis-Bacon and Related Acts and Reorganization Plan No. 14 of 1950, the U.S. Department of Labor is responsible for determining prevailing wages, issuing regulations and standards to be observed by federal agencies that award or fund projects subject to Davis-Bacon labor standards, and overseeing consistent enforcement of the Davis-Bacon labor standards.<br />24.3The Davis-Bacon and Related Acts apply to contractors and subcontractors performing on federally funded or assisted contracts over $2,000 for the construction, alteration, or repair (including painting and decorating) of public buildings or public works. Davis-Bacon Act and Related Act contractors<br />24.4For prime contracts more than $100,000, contractors and subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours.<br />24.5worked over 40 in a workweek. The overtime provisions of the Fair Labor Standards Act may also apply to DBA-covered contracts.<br />24.6Any work performed and paid for with ESSER funds will need TO HAVE all work completed by September 30, 2024.<br />24.7Subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area.<br />24.8The Davis-Bacon Act directs the Department of Labor to determine locally prevailing wage rates. The Davis-Bacon Act applies to contractors and subcontractors working on federal or District of Columbia contracts. The Davis-Bacon Act prevailing wage provisions apply to the “Related Acts. under<br />24.9which federal agencies assist construction projects through grants, loans, loan guarantees, and insurance.<br />25.Proposal Price Format Requirements for All Options.<br />25.1Separate costs for travel and expense charges are not allowed at any time. The DISTRICT shall not consider or pay Any cost not specified. All pricing shall be provided as options that may be selected anytime during the contract term. The following categories list pricing and include unit price and extended cost. ALL Proposals Must include the pricing form. The pricing form MUST appear in the last section of the proposal and be clearly labeled "PRICING.”<br />26. STANDARD TERMS AND CONDITIONS<br /><br />Request for Proposal Form.<br /><br />26.2Unless otherwise provided, all written proposals must be submitted in the RFP package with the required forms provided and must be adequately signed. Bids submitted in the following manner will not be accepted: <br />RFP-required forms contain no signature.<br />Proposal filled out in pencil.<br />Proposal not submitted in compliance with the School Board's standard Proposal package and RFP form.<br />Proposal sent by Email or Fax<br /><br />27.Proposal Response Format and Details.<br /><br />Executive Summary.<br /><br />27.2The one- or two-page executive summary briefly describes the Vendor’s proposal. This summary should highlight the noteworthy features of the proposal. It must indicate any requirements that the Vendor cannot meet. The reader should be able to determine the essence of the plan by reading the executive summary. All pages must be numbered consecutively, and the name of the Vendor should appear in the header or footer.<br /><br />Detailed Proposal.<br /><br />27.4This section should constitute a sizable portion of the proposal and must contain the following:<br /><br />The plan must include a complete narrative of the Vendor's assessment of the work to be performed, the Vendor's ability and approach, and the resources necessary to fulfill the requirements. It should demonstrate an understanding of the desired overall performance expectations. Indicate any options or alternatives proposed. <br />The Vendor must respond to each section and note the subsection. Proposals needing more responses may be rejected. For ease of evaluation, the Vendor's response must immediately follow each item/specification (paragraph, sub-paragraph, etc.). For example, Section 2 describes the General Terms and Conditions. Subsection 2.16 are the conditions for canceling a contract. Vendors that disagree must indicate one of the options in the paragraph below. No response indicates acceptance and compliance. <br />Accept and comply - Follow this response with a brief, concise explanation that adequately details the Vendor's ability to meet the specified requirement unless the specification/requirement is clearly (unequivocally) a "yes or no," "can do or cannot do," "will or will not comply" type of specification, in which case "Accept and comply," without an accompanying explanation, will suffice. <br />Accept and comply with an exception – The vendor must clearly state the difference between the specification and the Vendor's ability to meet the specification's requirement(s). <br />Cannot comply - Follow this response with sufficient detail that explains why the specification cannot be met. <br />Exceptions and additions to the Standard Terms and Conditions must be submitted with the proposal response. Exceptions, additions, service level agreements, etc., submitted after the date and time for receipt of proposals will not be considered. The Vendor must submit a redline document identifying the proposed exceptions to the RFP terms and conditions with the proposal submission for review and evaluation purposes. The Vendor must provide the name, contact information, and access to the person(s) directly involved in legal negotiations of the terms and conditions in the proposal response.<br /><br />Proposal Copies.<br /><br />27.6One original and three duplicate copies of each proposal, plus one separate electronic copy in PDF format, must be included in the package. Electronic copies should be submitted on a clearly labeled flash drive. Only the PDF version is required if the proposal is uploaded to the bidding site. It is the responsibility of the Vendor to make sure all documents are uploaded to the drive and all are readable. All materials submitted in the proposal MUST be included in the electronic copy.<br /><br />Receipt of Proposals.<br /><br />27.8The entire RFP must be received at the address specified in this RFP before the Public Bid Opening on December 15, 2023, at 2:00 PM, Central Standard Time, to be considered. Any bids received after the proposal opening time will be returned unopened.<br /><br />Standards of Quality.<br /><br />27.10Any product or service proposal shall conform to all applicable federal and state laws and regulations and the specifications contained in the solicitation. Unless otherwise specified in the solicitation, any manufacturer's name, trademark, brand name, or catalog number used in the specifications describes the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. Equivalent products will be accepted. Vendors submitting a proposal must specify the brand and model number of the product offered in their plans. Proposals not specifying brand and model number will not be considered as providing the exact products specified in the solicitation. Objections to the specifications or RFP conditions must be filed in writing and received by the Purchasing Department at least five (5) days before the RFP opening date.<br /><br />Descriptive Information.<br /><br />27.12Vendors submitting a proposal that offers an equivalent brand or model should provide the RFP information, such as illustrations, descriptive literature, and technical data sufficient for the School Board's Purchasing Department to evaluate quality, suitability, and compliance with the specifications in the RFP. Password-protected documents will not be accepted. Please submit descriptive information to ensure the proposal is accepted. The manufacturer shall validate any change made to the manufacturer's public specifications provided for a product. If an item or items offered do not fully comply with specifications (including brand and product number), Vendors submitting a proposal must state how the item(s) deviate. Failure to note exceptions on the RFP form will not relieve the successful Vendor(s) from supplying the requested products or equivalent.<br /><br /> Public Bid Opening.<br /><br />27.14Vendors submitting a proposal may attend the RFP opening. Still, no information or opinions concerning the ultimate contract award will be given at the RFP opening or evaluation process. Whether successful or unsuccessful, vendors submitting a response to the solicitation will be provided with a copy of the tabulated results upon request.<br /><br /> Awards.<br /><br />27.16The DISTRICT reserves the right to award items separately, grouped, or on an all-or-none basis, reject proposals, and waive any informalities. The purchase order and contract mailed or delivered to the successful Vendor is the official authorization to provide the materials, supplies, or equipment. The DISTRICT will provide the winning vendor with a Purchase Order for the DISTRICT share of the payment and NOT the total funded amount.<br /><br /> Deliveries.<br /><br />27.18Proposals may be rejected if the delivery time indicated is longer than that specified in the RFP. Platform Delivery FOB Destination means the successful Vendor shall deliver and unload purchased items to the dock of the designated point of receipt. All cartage, drayage, packaging, handling, palletizing, etc., shall be included in the proposal price. Include a copy of the invoice as a packaging list with each shipment.<br /><br /> Taxes.<br /><br />27.20The Vendor is responsible for including all applicable taxes in the proposal price and MUST explain any fees or taxes. The DISTRICT is exempt from all state and local sales and most use taxes.<br /><br /> New Products.<br /><br />27.22Unless specifically called for in the RFP, all purchased products and the current packaging models must be new and never previously used. No remanufactured, demonstrated, used, or irregular product will be considered for purchase unless otherwise specified in the solicitation. The manufacturer's standard support warranty of 3 years and license agreements of up to 5 years should be included in the proposal.<br /><br /> Contract Renewals.<br /><br />27.24Upon Agreement of the DISTRICT and the Contractor, a term contract may be extended for two additional twelve-month periods at a price in the contract or the annual validated price and the same terms and conditions in the RFP. In such cases, the total commitment cannot exceed sixty (60) months.<br /><br /> Contract Cancellation.<br /><br />27.26The DISTRICT has the right to cancel any contract, by its purchasing rules and regulations, for cause, including but not limited to the following:<br /><br />Failure to deliver within the time specified in the contract.<br /><br />Failure of the product or service to meet specifications, conform to sample quality, or to be delivered in good condition.<br />Misrepresentation by the Contractor.<br />Fraud, collusion, conspiracy, or other unlawful means of obtaining any contract with the DISTRICT.<br />Conflict of contract provisions with constitutional or statutory requirements of state or federal law or any other breach of contract.<br />DISTRICT's lack of funding resources <br /> Contract Cancelation.<br /><br />27.29Failure to deliver within the RFP time will constitute a default and may cancel the contract. Where the DISTRICT has determined that the Contractor is in default, the School Board reserves the right to purchase any products or services covered by the Agreement from the next highest scorer, according to the evaluation matrix.<br /><br /> Order of Priority.<br /><br />27.31If there is a conflict between the Instructions for Vendors Submitting a Proposal or Standard Terms and Conditions or Special Terms and Conditions, the Special Terms and Conditions shall govern.<br /><br /> Applicable Law.<br /><br />27.33All contracts shall be construed by and governed by the laws of the State of Louisiana.<br /><br /> Equal Opportunity.<br /><br />27.35By submitting and signing the proposal, Vendors offering a proposal must agree that the company will not discriminate in the rendering of services to or employment of individuals because of race, religion, sex, age, national origin, handicap, or disability. Vendors submitting a Proposal shall keep informed of and comply with all E-Rate, federal, state, and local laws, ordinances, and regulations that affect Vendor's employees or prospective employees.<br /><br /> Indemnity.<br /><br />27.37The Contractor agrees, upon receipt of written notice of a claim or action, to defend the complaint and to take other appropriate measures to indemnify and hold harmless the DISTRICT and its members, its officers, its agents, and its employees from and against all claims and actions for bodily injury, death or property damages caused by the fault of a contractor, its officers, its agents, or its employees. The Contractor is obligated to repay only to the extent of the responsibility of the Contractor, its officers, its agents, or its employees. However, the Contractor shall have no obligation as set forth above concerning any claim or action from bodily injury, death, or property damages arising from the DISTRICT's fault, its members, its officers, its agents, or its employees.<br /><br />SPECIAL TERMS AND CONDITIONS (Equipment, materials or supplies)<br /><br />28.1In November 2019, the FCC released the Supply Chain First Report and Order adopting a rule (47 CFR Section 54.9) that prohibits the use of Universal Service Fund (USF) support to purchase, obtain, maintain, improve, modify, operate, manage, or otherwise support equipment or services produced or provided by companies found to pose a national security threat to the integrity of communications networks or the communications supply chain.<br />28.2In the Supply Chain Second Report and Order, the FCC adopted a second, additional rule (47 CFR Section 54.10) to implement the Secure and Trusted Communications Networks Act of 2019. This rule prohibits future use of certain federal subsidies, including USF funds or funding appropriated to the COVID-19 Broadband Programs, to purchase, rent, lease, or otherwise obtain any covered communications equipment or service or maintain any covered communications equipment or service previously purchased, rented, leased, or otherwise obtained, identified on the FCC-issued Covered List, released on March 12, 2021 (and updated as needed). All Vendors will be required to sign the certification indicating that a company on the covered list does not manufacture the proposed equipment.<br /><br />Suspensions and Debarments.<br /><br />28.4Persons and companies convicted of criminal violations or held civilly liable for individual acts arising from their participation in the Schools and Libraries (E-Rate) Program and other federal programs are subject to suspension and debarment from the program. The Federal Communications Commission (FCC) Suspension and Debarment regulations were announced in the Second Report and Order and Further Notice of Proposed Rulemaking (FCC 03-101 released April 30, 2003).<br /><br />FCC rules provide that there are two stages to this process.<br /><br />28.6First, when the FCC becomes aware that a person or company has been convicted of a crime or judged civilly liable for individual acts arising out of that person's participation in the program, the FCC suspends that person or company from activities related to the program. The FCC issues a Public Notice of Suspension and Proposed Debarment. USAC maintains a list of persons and companies (see below) who have been suspended, along with a link to the notice on the FCC's website. The suspension's announcement informs the suspended person or other interested parties that they have 30 days to oppose the proposed debarment.<br />28.7The second stage of this process is the actual debarment. The FCC will, absent extraordinary circumstances, notice a decision to debar within 90 days of receiving any information from the person proposed for debarment. The notice will specify the duration of the debarment. USAC will maintain a list of persons and companies that have been debarred, along with a link to the announcement on the FCC's website.<br /><br />Contractual Period.<br /><br />28.9The DISTRICT intends to award all items for an initial period of at most thirty-six (36) months with two 12-month optional extensions. Delays in awarding beyond the anticipated starting date may change the contract period. If such a situation occurs, an award may be made for less than thirty-six (36) months.<br /><br />Quantities.<br /><br />28.11The DISTRICT has provided on Form 470 an estimate of quantities needed over five (5) years. These estimates are based on changing out products during the contract’s life, opening new sites, shifts in enrollments, and adding more end-user devices on the Network. The quantities listed on Form 470 do not exceed amounts for the contract period.<br /><br />Non-Exclusivity Clause.<br /><br />28.13This Agreement is non-exclusive. It shall not preclude the DISTRICT from entering into similar agreements or arrangements with other Vendors or from acquiring the same, equal, or like goods or services from other entities or sources, including state contracts.<br /><br />MANDATORY PRE-BID CONFERENCE<br /><br />Due to the importance of all bidders clearly understanding the specifications and scope of work requirements in specific solicitations, attendance at the virtual mandatory pre-bid meeting on November 15, 2023, is a prerequisite for submitting a bid. Bids will only be accepted from those represented at the bid conference. The conference bridge will open at 1:45 PM (CST) to allow callers sufficient time to dial in to:https://us06web.zoom.us/j/89530934912?pwd=lQaOPZE0PtDTsGf2xI2B5eHmTZQ9Rw.1<br />For assistance, please contact
[email protected].<br />Evaluation Process<br /><br />All responses received due to this RFP are subject to evaluation by the DISTRICT. The Evaluation Committee will select a Vendor(s) to provide services and products as described in this RFP.<br />A committee with expertise in various areas will evaluate proposals that meet the qualifications described in this RFP. Written or oral discussions may be conducted with Vendors to decide the most cost-effective solution.<br /><br />30.3Mandatory Administrative Evaluation<br />30.4An Administrative Evaluation Team will review all proposals to determine compliance with compulsory administrative requirements as specified in the RFP. Bids must be compliant with the specifications to be accepted for further consideration.<br /><br />Discussions/Presentations<br /><br />30.6Written or oral discussions will be conducted with Vendors determined qualified to select the award. Written or oral discussions/presentations for clarifications may be undertaken to enhance the DISTRICT's understanding of any or all components of the proposal submitted. The DISTRICT reserves the right to conduct a Round 1 and 2 Evaluation. The same evaluation criteria will be used in both rounds.<br /><br />The DISTRICT reserves the right to cancel any contract within thirty (30) days for a compelling cause.<br /><br />Evaluation CriteriaProposals that pass the preliminary screening and mandatory requirements will be evaluated on <br />The plan's information. The evaluation of each response will be based on its competence, compliance, format, and organization as it relates to the evaluation criteria below:<br /> <br /> <br /> <br />Criteria<br />Maximum Score<br />1<br />Qualifications and Experience<br />20<br />2<br />Approach and Methodology<br />15<br />3<br />Proposed Technology/Solution and Perceived Value<br />15<br />4<br />Management Team Capabilities and Qualifications<br />20<br />5<br />Pricing<br />30<br /> <br />Total<br />100<br /> <br />PricING<br /><br />Lowest Corresponding Price.<br /><br />32.2Service providers must comply with the FCC rules for the Lowest Corresponding Price (LCP). For this RFP, the Lowest Corresponding Price (LCP) is the lowest price a service provider charges to nonresidential customers similarly situated to a particular applicant (school, library, or consortium) for similar services. See 47 C.F.R. § 54.500.<br />32.3A similarly situated applicant is in the service provider's geographic area (i.e., the area where the service provider seeks to serve customers with any of its Schools and Libraries (E-Rate) Program services). See First Report and Order [PDF (opens in new window)] , 12 FCC Rcd 8776, 9032, para. 486.<br />32.4Similar services include those provided under a contract or month-to-month. First Report and Order, 12 FCC Rcd 8776, 9032, para. 485. See also Fourth Order on Reconsideration [PDF (opens in new window)] , Report, and Order 13 FCC Rcd 5318, 5398, para. 133.<br />32.5Service providers cannot charge applicants a price above the LCP for E-Rate Program services. See 47 C.F.R. § 54.511(b).<br />32.6Further details on LCP may be obtained at USAC's website: <br />32.7http://www.usac.org/sl/service-providers/step02/lowest-corresponding-price.aspx <br />Best and Final Offer.<br /><br />33.1The DISTRICT reserves the right to conduct a BAFO with one or more Proposers determined by the evaluation committee to be susceptible to being selected for an award. If a BAFO is undertaken, the Vendor(s) selected will receive written notification of their selection, with a list of specific items to be addressed in the BAFO along with instructions for submittal. The BAFO negotiation may help clarify the work scope or obtain the most cost-effective pricing from the Proposers. The evaluation criteria for a BAFO will be the same as those used in the first assessment.<br /><br />Inflation and Manufacturer Suggested Retail Pricing (MSRP).<br /><br />33.3The DISTRICT seeks unit pricing proposals for Category 2 E-Rate eligible products and services during an uncertain economic climate due to rising costs and supply chain delays. At the same time, the DISTRICT desires a 36-month contract with two optional extensions.<br />33.4The DISTRICT realizes future increases in costs may lead to increased pricing by manufacturers, and vendors (resellers) may be hesitant to submit quotes for longer than 12-months or, in some cases, may be unable to honor the pricing for the length of the Agreement.<br />33.5For these reasons, the DISTRICT requires all pricing to include the MSRP. The initial MSRP will set the baseline price in the first year and will be used to evaluate the impact of any rise in the cost of the MSRP. If a manufacturer increases its MSRP during the life of any resulting contract, the Vendor may request an annual review of the unit pricing for the original item approved. The request must be sent in writing to the Director of Information Technology.<br />33.6The annual review may only be requested if the proposal INCLUDES the original equipment manufacturer verification of the MSRP in the proposal submitted in response to this RFP. If the plan does not include the MSRP, the DISTRICT will deny consideration for the review, and the original contract pricing will be used to apply for E-Rate funding annually. Vendors are encouraged to urge manufacturers to lock in pricing for the length of the contract.<br />33.7The review team will calculate the original COST and original percentage off the MSRP. The percentage will be used to determine the increase, if any.<br />33.8The request MUST be made in writing before December of the upcoming E-Rate funding year. If there is an increase in the MSRP after the first year, the DISTRICT may allow a price increase. However, the increase will be based on reviewing the percentage of MSRP originally offered and subtracting that percentage. The increase is not based on merely subtracting the MSRP from the original price and the MSRP of the current year.<br />33.9If the Vendor is "white labeling" a product listed in a proposal, the MSRP procedure above will NOT apply. <br /><br /> <br /><br />list of eligible entities for Category 2 <br />Site Name<br />Entity Type<br />Address<br />City<br />Zip Code<br />1. Amite Elementary Magnet School<br />School<br />301 Vernon Ave<br />Amite<br />70422<br />2. Amite High Magnet<br />School<br />403 S Laurel St<br />Amite<br />70422<br />3. Amite Westside Middle Magnet<br />School<br />401 West Oak St<br />Amite<br />70422<br />4. Champ Cooper Elementary School<br />School<br />42530 Highway 445<br />Ponchatoula<br />70454<br />5. Chesbrough Elementary School<br />School<br />68495 Highway 1054<br />Kentwood<br />70444<br />6. D C Reeves Elementary School<br />School<br />18026 Sisters Rd<br />Ponchatoula<br />70454<br />7. Florida Parishes Juvenile Det Ctr<br />School<br />28528 Highway 190<br />Covington<br />70433<br />8. Greenville Park Leadership Academy<br />School<br />111 J W Davis Dr<br />Hammond<br />70403<br />9. Hammond Eastside Magnet (Pk-5)<br />School<br />45050 River Rd<br />Hammond<br />70401<br />10. Hammond High Magnet School<br />School<br />45168 River Rd<br />Hammond<br />70401<br />11. Hammond Westside Montessori<br />School<br />2600 Pfc Matthew E Wildes Street<br />Hammond<br />70403<br />12. Independence High Magnet<br /> <br />School<br /> <br /> <br />270 Tiger Avenue<br /> <br /> <br />Independence<br /> <br /> <br />70443<br /> <br
https://www.centralauctionhouse.com/rfp64978118-e-rate-rfp-2024-2025-e-rate-category-products-and-services.html
07-Nov-2023 12:00:00 AM CST |
08-Dec-2023 12:00:00 AM CST |
Tangipahoa Parish School System |
KENTWOOD HIGH SCHOOL DRAINAGE IMPROVEMENTS; 603 9th Street; Kentwood, LA 70444
|
ADVERTISEMENT FOR BIDS <br />Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the front desk of the Tangipahoa Parish School Board Office, 59600 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on Friday, December 1, 2023, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School Board Room.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY FACILITY PLANNING AND CONTROL OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br />FOR: KENTWOOD HIGH SCHOOL DRAINANGE IMPROVEMENTS<br /> 603 9TH Street<br /> Kentwood, LA 70444<br /> TPSS PROJECT NUMBER: 2024-015-001<br /> <br />Complete Bidding Documents for this project are available in electronic form from the TPSS website at https://drive.google.com/drive/folders/1bvMyb-UKhk3osUl8Q2Jgct9D6b7C0F4e.<br />Printed copies are not available from the Owner but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs.<br /> <br />Questions about this procedure shall be directed to the Designer at:<br /> <br />E-mail: Cynthia Jenkins (
[email protected])<br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />A Mandatory Pre-Bid Conference will be held at 11:00 AM on Tuesday, November 21, 2023 at Kentwood High School. Meet at the locked front gate and the meeting will move inside to school grounds at 11:00AM. <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Municipal and Public Works Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<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 />Melissa Stilley, Superintendent<br /> <br />PUBLICATION DATES: Tuesday, November 7, 2023<br /> Tuesday, November 14, 2023<br /> Tuesday, November 21, 2023<br /> <br />"The Tangipahoa Parish School System does not discriminate on the basis of race, color, national origin, sex, age, disabilities or veteran status. We are an equal opportunity employer.
https://www.centralauctionhouse.com/rfp60551611-kentwood-high-school-drainage-improvements-603-9th-street-kentwood-la-70444.html
07-Nov-2023 12:00:00 AM CST |
19-Dec-2023 2:00:00 PM CST |
Terrebonne Levee and Conservation District |
HOUMA NAVIGATION CANAL LOCK COMPLEX PROJECT (TE-113) PHASE 2
|
<p>SECTION A<br /> <br />INVITATION TO BIDDERS<br /> <br />Sealed Bids will be received by the Terrebonne Levee and Conservation District at their office located at 220-A Clendenning Road, Houma, LA 70363 until 10:00 AM on Wednesday, November 22, 2023. Bids will be publicly opened and read aloud at their office. <br /> <br />Bidders will have the option to submit their Bids electronically or by paper copy. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process or obtaining the Bidding / Contract Documents & Specifications electronically, please call Central Bidding at 225-810-4814.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No Bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the Bid prior to the date and time of the above stated Bid Opening shall not be considered due cause for the scheduled time of the Bid Opening to be extended.<br /> <br />Houma Navigation Canal Lock Complex<br />Project (TE-113)<br />PHASE 2<br />Project consists of:<br /> <br />Gulf Side Sector Gate (GSSG)<br />Lock Chamber<br />Inland Side Sector Gate (ISSG)<br />Floodwalls<br /><br />East Braced Floodwall<br />Braced Floodwall Between GSSG and 250’ Floodgate<br /><br />Dewatering Bulkheads and Storage area<br />Protection Fendering, Nose Piers and East Side Protection Dolphins<br />Civil<br /><br />Complete East Levee Tie-Ins<br />Dredging of East Floodwall Access Channel<br />Operations Area Bulkhead, Limestone Surfacing, Maintenance Building and Boat Ramp and Lift<br />Control Building<br />Control Building Access Bridge<br />Site Fencing<br />Erosion Protection – Channel Scour Protection and East Levee Tie-In Scour Protection<br />Signage<br />Utilities (Complete)<br /><br />Mechanical/Electrical <br />Bids must be submitted on the Louisiana Uniform Public Work Bid Form furnished with the Contract Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of LA R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Numbers as evidence that they hold a license of the proper classification that is in full force and effect. <br /> <br />Contract Documents are on file in the office of Aptim Environmental & Infrastructure, L.L.C. hereinafter referred to as ENGINEER, 1200 Brickyard Lane, Suite 202, Baton Rouge, LA 70802 or by contacting Ms. Nicole Buranzon at (225) 302-3283 or
[email protected]. A notice of request shall be sent to the ENGINEER 48 hours prior to confirm Contract Document availability.<br /> <br />In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $500.00 for one (1) set of Contract Documents, and upon return of the complete Contract Documents in good condition within 10 days from receipt of Bids, shall be refunded the full deposit. <br /> <br />A mandatory Pre-Bid Conference will be held on Wednesday, September 13, 2023 at 10:00 AM at the Barry P. Bonvillain Civic Center located at 346 Civic Center Blvd., Houma, LA 70360. 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 in person or remain for the duration of the conference shall be prohibited from submitting a bid for the project.<br /> <br />Electronic attendance can be accessed via Microsoft Teams upon request to
[email protected], however, electronic attendance via Microsoft Teams shall not substitute for official in-person attendance, and therefore, bids from electronic attendees will not be accepted.<br /> <br />A non-mandatory site visit will immediately follow the Pre-Bid Conference. Three (3) additional dates will be scheduled for prospective bidders to be given access to visit the project site and those dates will be provided in an addendum to follow the pre-bid conference.<br /> <br />Bidders are required to comply with La. R.S. 38:2212.B.(5), as may be amended (further described in the Instructions to Bidders). Failure to include a copy of the appropriate signature authorization, if required, shall result in the rejection of the bid as non-responsive. <br /> <br />All Bids shall be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the Bid made payable to the Terrebonne Levee and Conservation District. Failure to do so will result in the Bid/Bids being declared nonresponsive and shall be cause for rejection.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Contract Documents.In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, and signed and be responsive in all respects to the Contract Documents; (b) be made on the Bid Forms provided. The Terrebonne Levee and Conservation District reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br />The Bidder must be a properly licensed CONTRACTOR under the provision of Chapter 24 of Title 37, Louisiana Revised Statutes, together with any other applicable laws.Work Classification: Heavy Construction.<br /> <br />Bidder shall certify he holds an active license under La. R.S. 37:2151 et seq. by displaying his license number on the outside of the sealed envelope containing his Bid. In the case of an electronic bid proposal, Bidder shall certify he holds an active license by having his electronic bid accompanied by the contractor's license number, which may be satisfied by showing his license number on the Bid Form above the signature of his duly authorized representative.<br /> <br />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed (including but not limited to the Contract Work Hours and Safety Standards Act - 40 U.S.C. §§ 3701-3708) and minimum wage rates to be paid under the Contract (Davis-Bacon Act). Attention of Bidders is also called to Section 3 of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities) of Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, insurance and bonding requirements of the contract documents, and all applicable laws and regulations of Federal government and State of Louisiana.<br /> <br />Any person with disabilities requiring special accommodations must contact the OWNER no later than seven (7) days prior to bid opening.<br /> <br />Successful Bidder must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. <br /> <br /> <br /> <br /> /s/ Reggie Dupre<br />REGGIE DUPRE, EXECUTIVE DIRECTOR<br />TERREBONNE LEVEE AND CONSERVATION DISTRICT<br /><br /><br />Please publish 3 times: <br />August 24, 2023<br />August 30, 2023<br />September 6, 2023</p><p> </p><p style="color: #FF0004"><strong>NOTICE:</strong> For users downloading the KMZ file added on 10/6/2023, you will need to download and install Google Earth in order to view the file. Follow the link below to download the latest version of Google Earth.</p><p><a href="https://earth.google.com/intl/earth/download/ge/agree.html" target="new"><strong>DOWNLOAD GOOGLE EARTH</strong></a></p>
https://www.centralauctionhouse.com/rfp85923974-houma-navigation-canal-lock-complex-project-te-113-phase-2.html
24-Aug-2023 1:00:00 PM CDT |
21-Dec-2023 3:00:00 PM CST |
Terrebonne Parish Consolidated Government |
Advertisement for General Construction Bids: TP Rec Dist 2-3
|
<br />SECTION 001113<br /> <br />ADVERTISEMENT FOR GENERAL CONSTRUCTION BIDS<br /> <br />Sealed bids will be received on WEDNESDAY, DECEMBER 13, 2023 by the Terrebonne Parish Recreation District No. 2/3, at the Terrebonne Parish Consolidated Government (TPCG) Purchasing Division, at the City of Houma Service Complex, 301 Plant, Road, in Houma 70363, 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 Recreation District No. 2/3 Board for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish Recreation District No. 2/3 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 Recreation District No. 2/3. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br />WORK DESCRIPTION:<br /> <br />TERREBONNE PARISH RECREATION DISTRICT NO. 2/3 RENOVATIONS and REPAIRS to:<br /> <br />LISA PARK GYMNASIUM<br />6669 LISA PARK AVENUE<br />HOUMA, LOUISIANA 70364<br /> <br />ARCHITECT’S PROJECT NO.: 2022.09-LPGHI<br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within TWO HUNDRED SEVENTY (270) calendar days from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An On-Site Mandatory Pre-Bid Conference shall be held for bidders on TUESDAY, NOVEMBER 28, 2023, commencing at 10:00 a.m. at LISA PARK GYMNASIUM, 6669 LISA PARK AVENUE, in HOUMA, LOUISIANA, 70361 at the Front of the Gymnasium. Attendees will be required to sign-in.<br /> <br />All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br /><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 RECREATION DISTRICT No. 2/3. <br />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 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of BUILDING CONSTRUCTION.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish Recreation District No. 2-3. The TERREBONNE PARISH RECREATION DISTRICT NO. 2/3, 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 /> <br />Shawn Dupre, Chairman<br />Terrebonne Parish Recreation District No. 2/3 <br /> <br /> <br /> <br />FIRST PUBLICATION: WEDNESDAY, NOVEMBER 15, 2023 <br />SECOND PUBLICATION: WEDNESDAY, NOVEMBER 22, 2023<br />THIRD PUBLICATION: WEDNESDAY, NOVEMBER 29, 2023
https://www.centralauctionhouse.com/rfp30490974-advertisement-for-general-construction-bids-tp-rec-dist-2-3-.html
15-Nov-2023 3:17:00 PM CST |
13-Dec-2023 2:00:00 PM CST |
Terrebonne Parish Consolidated Government |
Re-Bids for Civic Center Permanent Repairs
|
INVITATION TO BIDDERS<br /> <br />Terrebonne Parish Consolidated Government<br /> <br />Sealed bids will be received until the hour of 2:00 pm on December 12, 2023, by Terrebonne Parish Consolidated Government Purchasing Division in the City of Houma Service Complex, 301 Plant Road, Houma Louisiana and reviewed for furnishing all supervision, labor, materials, equipment, etc. and performing all work necessary for: Solid Waste Pickup Station – Ashland Landfill Road.<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 1-225-810-4814. <br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service 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 />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: Civic Center Permanent Repairs<br /> <br />Project No: 675370<br /> <br />The time stipulation in LA RS 38:2215 for award of contract is not applicable because the contract is to be financed in whole or in part by federal or other funds which may not be readily available at the time bids are received.<br /> <br />This Project shall require a Louisiana Contractors license number for Heavy Construction and/or Municipal and Public Works Construction.<br /> <br />Electronic drawings and specifications are on file and can be secured from YKH Consulting LLC or Royal<br />Engineering via email at
[email protected];
[email protected] and
[email protected] for any clarifications or information with regard to the drawings and specifications.<br /> <br />Terrebonne Parish Consolidated Government is an Equal Opportunity Employer. Terrebonne Parish Consolidated 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 /> <br /> <br />A Non-mandatory Pre-Bid Conference will be held on November 28, 2023, at 10:00 am at the office of the Terrebonne Parish Consolidated Government Purchasing Division, located at 301 Plant Road, Houma, Louisiana 70363.<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 /> <br />/s/ Gordon E. Dove <br />GORDON E. DOVE, PARISH PRESIDENT<br />TERREBONNE PARISH CONSOLIDATED GOVERNMENT<br /> <br /> <br />PUBLISH:<br /> <br />November 16, 2023<br />November 22, 2023<br />November 30, 2023
https://www.centralauctionhouse.com/rfp31791337-re-bids-for-civic-center-permanent-repairs.html
16-Nov-2023 10:02:00 AM CST |
12-Dec-2023 2:00:00 PM CST |
Terrebonne Parish Consolidated Government |
Bids: Remove and Replace Existing Roof
|
Sealed bids will be received January 4, 2024, by the Terrebonne Parish District Attorney’s Office in conjunction with TPCG. Bid submittals will be accepted until 2:00 P.M. CST as shown on the TPCG Purchasing Division Conference Room clock, at which time sealed bids shall be publicly opened and read aloud in the TPCG Purchasing Division Conference Room (301 Plant Rd, Houma LA 70363).<br /> <br />Each bid shall be either hand delivered by the bidder on January 4, 2024 or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by United States Postal Service. 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: <br /> <br />7856 Main Street<br />Ste 220 -- Attn: Jana’ Comeaux<br />Houma LA 70360<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />Project Name/Address:<br />Remove and Replace Existing Roof – 8024 Park Ave. Houma LA 70360<br />(To include separate line item for asbestos remediation)<br /> <br />Project Description: Measure roof for all materials needed, remove and dispose of all old roof material, and reroof. Portion of roof has been tested and determined to be asbestos shingles.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents.<br /> <br />This Project shall require a Louisiana Contractors license number for COMMERCIAL LICENSE: SPECIALTY ROOFING & SHEET METAL SIDING.<br /> <br />Bidding Documents for this Project are on file in the office of the TPDA’s Office, 7856 Main St, Ste 220, Houma, Louisiana. Please contact Jana’ Comeaux at
[email protected] or 985-872-5437 for the bid packet or any clarification/information with regard to the specifications.<br /> <br />A Non-mandatory Pre-Bid Conference will be held on December 20, 2023 at 2:00pm at the office of TPCG Purchasing Division at 301 Plant Rd., Houma LA 70363.<br /> <br />The Terrebonne Parish District Attorney’s Office reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp23515860-bids-remove-and-replace-existing-roof.html
01-Dec-2023 1:09:00 PM CST |
04-Jan-2024 2:00:00 PM CST |
Terrebonne Parish Consolidated Waterworks District No. 1 |
PURCHASE OF MATERIAL SUPPLIES
|
NOTICE TO MATERIAL SUPPLIERS<br /> <br />Sealed proposals for the furnishing of meter boxes, saddles, corporation stops, couplings, etc., will be received by the Staff of the District as authorized by the Board of Commissioners of Consolidated Waterworks District No. 1, Terrebonne Parish until 2:00 o’clock P.M. CST Thursday, January 4, 2024, at its Business Office, 8814 Main Street, Houma, Louisiana, at which place said proposal will be publicly open and read aloud. Vendors have the option to submit their bids and bid bonds electronically. For questions about the process to submit a bid electronically, please contact Ted Fleming with Central Auction House at 866-570-9620. Any proposal received after the announced closing time will be returned unopened.<br /> <br />All proposals shall be sealed and addressed as follows:<br /><br />Sealed Proposals:<br /><br />Material Supplies<br />Consolidated Waterworks District No. 1<br />8814 Main Street<br />Houma, LA 70363<br /> <br />January 4, 2024 2:00 PM<br /> <br />Proposals must be made on the Louisiana Uniform Public Work Bid Form furnished with the contract documents. Copies of detailed specifications and contract documents may be obtained from the office of Consolidated Waterworks District No. 1, 8814 Main St., Houma, LA 70363 and will also be posted on http://www.centralauctionhouse.com. To view these documents, download and receive bid notices electronically, you will have to register with Central Auction House (CAH) at 1-866-570-9620.<br /> <br />The Board of Commissioners of Consolidated Waterworks District No. 1, Terrebonne Parish reserves the right to reject any and all proposals and to waive informalities.<br /> <br />THUS DONE AND SIGNED in Houma, State of Louisiana on the 4TH day of December, 2023.<br /> <br />/s/ Vincent Celestin <br />Vincent Celestin, President<br />Board of Commissioners<br />Consolidated Waterworks District No. 1<br />Terrebonne Parish
https://www.centralauctionhouse.com/rfp98470917-purchase-of-material-supplies.html
12-Dec-2023 12:00:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
Terrebonne Parish Recreation District 7 |
Little Caillou Pool Demolition
|
INVITATION TO BIDDERS<br /> <br /> Sealed bids will be received on Thursday, January 11, 2024 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 />Bid documents are on file at the office of All South Consulting Engineers, LLC. A digital copy of these documents may be obtained by prospective bidders free of charge. Please contact Michael B. Slovensky, P.E., by sending email request to
[email protected] and copy
[email protected] with regard to the specifications or information about the proposal documents.<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 Pool Demolition<br /> <br /> ASCE Project No: 059-005-01 (2A)<br /> <br /> Project Description: This project consists of the demolition of the Little Caillou Pool and surrounding buildings including slab and 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) or BUILDING CONSTRUCTION (CLASS III).<br /> <br /> A Non-mandatory Pre-Bid Conference will be held on December 19, 2023 at 10:00 am at the office of All South Consulting Engineers, located at 107 W 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 />December 7, 2023<br />December 14, 2023<br />December 21, 2023<br />
https://www.centralauctionhouse.com/rfp38394282-little-caillou-pool-demolition.html
07-Dec-2023 7:00:00 AM CST |
11-Jan-2024 2:00:00 PM CST |
Terrebonne Parish Recreation District No. 11 |
Hurricane Ida Fence Repairs - Anthony Cavallo and Don Diamond Ball Fields
|
<div>INVITATION TO BIDDERS</div><br />Sealed bids will be received on <u>Thursday, January 4, 2024</u>, by Terrebonne Parish<br />Recreation District No. 11 (TPRD No. 11), at the office of All South Consulting Engineers, 107<br />W. Woodlawn Ranch Rd, in Houma, Louisiana until 2:00 P.M as shown on the All South Clock,<br />and TPRD No. 11 shall at that time and place publically open the bids and read them aloud.<br />Bid documents are posted on http://www.centralauctionhouse.com/rfp.php?cid=65. To view<br />these, download, and receive bid notices by e-mail, you must register with Central Auction<br />House (CAH). Vendors/Contractors have the option to submit their bids electronically or by<br />paper copy. For information about the electronic submittal process, contact Ted Fleming with<br />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<br />by United States Postal Service registered or certified mail with a return receipt requested,<br />or shall be submitted electronically with Central Auction House (CAH). Bids shall not be<br />accepted or taken, including receiving any hand delivered bids, on days which are<br />recognized as holidays by the United States Postal Service.<br /><br />The mailing address for bids is: All South Consulting Engineers, LLC.<br />107 W. Woodlawn Ranch Rd.<br />Houma, Louisiana 70363<br /><br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail<br />to deliver the bids timely shall not be considered due cause for the scheduled time of the bid<br />opening to be extended.<br /><br />Project Name: Hurricane Ida Fence Repairs – Anthony Cavallo and Don Diamond Ball Fields<br /><br />Project No: 071-001-01F<br /><br />Project Description: Work consists of furnishing all labor, equipment, and material<br />necessary for the removal and replacement of chain link fence (various heights) at<br />(3) three locations – Anthony Cavallo and Don Diamond (Babe Ruth and Dixie<br />Youth) ball fields.<br /><br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the<br />Bidding Documents. A single set of Bidding Documents shall be issued at the cost of<br />reproduction to contractors who are licensed by the Licensing Board of Contractors.<br /><br />This Project shall require a Louisiana Contractors license number for COMMERCIAL<br />(CLASS: I, II, III, OR IV) OR SPECIALTY: FENCING.<br /><br />Bidding documents for this Project are on file in the office of All South Consulting Engineers,<br />LLC, 107 West Woodlawn Road, Houma Louisiana 70363. In accordance with Louisiana Public<br />Bid Law, prime bidders shall be charged a deposit of $100.00 and upon return of the plans and<br />specifications in good condition within ten (10) days from the bid opening shall be refunded the<br />deposit. Digital copies of bid documents will be provided free of charge to any prospective<br />bidder, who holds the proper license and registers with the Project Engineer. Please contact<br />Michael Slovensky, Project Engineer, All South Consulting Engineers, LLC at 985-537-8893 for<br />any clarification or information regarding the specifications.<br /><br />A <u>Non-mandatory</u> Pre-Bid Conference will be held on <b>Thursday, December 14, 2023</b>,<br />at 10:00 am at the project site, Don Diamond Field, 1026 Williams Ave. Houma, LA 70364.<br /><br />ALL Bidder questions must be received by COB 5:00 PM, Tuesday, December 19, 2023, any<br />questions received after this date and time, will not be answered.<br /><br />The Terrebonne Parish Recreation District No. 11reserves the right to reject any and all<br />bids in accordance with Louisiana State Bid Law.<br /><br />/s/ Rev. Dr. Vincent Fusilier<br />REV. DR. VINCENT FUSILIER, CHAIRMAN<br />TERREBONNE PARISH<br />RECREATION DISTRICT NO. 11<br /><br />Publish:<br />11/24/23<br />12/01/23<br />12/08/23
https://www.centralauctionhouse.com/rfp13668407-hurricane-ida-fence-repairs--anthony-cavallo-and-don-diamond-ball-fields.html
24-Nov-2023 12:00:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
Terrebonne Parish School District |
Hurricane Ida Repairs: Evergreen Jr. High School - Phase 2
|
ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on <b>Thursday, November 30, 2023</b>, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until <b>2:00 P.M.</b>. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly <b>2:00 P.M</b>., all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br /><b>WORK DESCRIPTION:<br /> <br />HURRICAN IDA REPAIRS:<br />EVERGREEN JR. HIGH SCHOOL – PHASE 2<br />500 W. MAIN ST.<br />HOUMA, LOUISIANA 70360</b><br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within <b>120 calendar days</b> from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An <b>On-Site Non-Mandatory Pre-Bid Conference</b> shall be held for bidders on <b>Thursday, November 16, 2023</b>, commencing at <b>10:00 A.M.</b> at <b>EVERGREEN JR. HIGH SCHOOL, (500 W. MAIN ST., in HOUMA, LOUISIANA, 70360). Attendees will be required to sign-in in the Receptionist’s Office and will be directed to the meeting location.</b><br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<ol> <li> Bid Security in an amount equal to not less than <b>FIVE PERCENT (5%)</b> of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the <b>TERREBONNE PARISH SCHOOL BOARD</b>. Bid Bond shall be accompanied with Power of Attorney.</li> <li>Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).</li> <li>If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(B)(5). </li></ol><br />Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />All other information contained in the Instructions to Bidders, Articles 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of <b>BUILDING CONSTRUCTION</b>.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The <b>TERREBONNE PARISH SCHOOL BOARD</b>, to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any or all Bids/Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /> <br />Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board
https://www.centralauctionhouse.com/rfp64550646-hurricane-ida-repairs-evergreen-jr-high-school--phase-2.html
25-Oct-2023 12:00:00 AM CDT |
14-Dec-2023 2:00:00 PM CST |
Terrebonne Parish School District |
Hurricane Ida Repairs: Oaklawn Middle School and Schriever Elementary School - Phase 2
|
ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on <b>Thursday, November 30, 2023</b>, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until <b>3:00 P.M.</b>. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly <b>3:00 P.M.</b>, all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br /><b>WORK DESCRIPTION:<br /> <br />HURRICAN IDA REPAIRS:<br />OAKLAWN MIDDLE SCHOOL<br />2215 Acadian Dr.<br />Houma, LA 70363<br />Architect’s Project No.: 22-1055<br /> <br />AND<br /> <br />SCHRIEVER ELEMENTARY SCHOOL<br />2052 W. Main St.<br />Schriever, LA 70395<br />Architect’s Project No.: 22-1058</b><br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within <b>120 calendar days</b> from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An <b>On-Site Non-Mandatory Pre-Bid Conference</b> shall be held for bidders on <b>Thursday, November 16, 2023</b>, commencing at <b>2:00 P.M.</b> at <b>OAKLAWN MIDDLE SCHOOL, (2215 Acadian Dr.; Houma, LA 70363). Attendees will be required to sign-in in the Receptionist’s Office and will be directed to the meeting location.</b><br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<ol> <li>Bid Security in an amount equal to not less than <b>FIVE PERCENT (5%)</b> of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the <b>TERREBONNE PARISH SCHOOL BOARD</b>. Bid Bond shall be accompanied with Power of Attorney.</li> <li>Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).</li> <li>If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(B)(5). </li></ol>Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />All other information contained in the Instructions to Bidders, Articles 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of <b>BUILDING CONSTRUCTION</b>.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The <b>TERREBONNE PARISH SCHOOL BOARD</b>, to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any or all Bids/Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /> <br /><b>Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board </b>
https://www.centralauctionhouse.com/rfp88995745-hurricane-ida-repairs-oaklawn-middle-school-and-schriever-elementary-school--phase-2.html
25-Oct-2023 12:00:00 AM CDT |
14-Dec-2023 3:00:00 PM CST |
Terrebonne Parish School District |
Architectural Services RFQ #121223
|
REQUEST FOR QUALIFICATIONS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive Statements of Qualifications (SOQ) via Central Bidding, until the hour of nine o’clock am (9:00 am) on December 12, 2023 for Architectural Services. SOQs received by 9:00 am on December 12, 2023 will be publicly opened and acknowledged and reviewed by an evaluation committee at a later time.<br /> <br />All inquiries must be submitted in writing by December 5, 2023 at 9:00 am. Information regarding the SOQs may also be obtained by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute the Request for Qualifications (RFQ), collect responses, and/or allow proposers and vendors the ability to respond through a uniform and secure electronic interactive system. Official RFQ documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic SOQs can be submitted at www.centralbidding.com at no charge. Proposers participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic submission process at (225) 810-4814. There may be fees for downloading RFQ’s that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. There will be no bid bond required for this project. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. <br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this RFQ. This RFQ has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit SOQs as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all SOQs for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: November 8, 2023; November 15, 2023; November 29, 2023<br /> <br /> <br />This institution is an equal opportunity employer.
https://www.centralauctionhouse.com/rfp71577357-architectural-services-rfq-121223.html
08-Nov-2023 9:00:00 AM CST |
12-Dec-2023 9:00:00 AM CST |
Terrebonne Parish School District |
Repairs to Softball Field for Terrebonne High School
|
Sealed bids will be received on Wednesday, December 20, 2023, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 10:00 A.M. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 10:00 A.M., all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br />WORK DESCRIPTION:<br /> <br />REPAIRS TO SOFTBALL FIELD FOR TERREBONNE HIGH SCHOOL<br />(Located on the campus of Houma Junior High School)<br />315 St. Charles St.<br />Houma, Louisiana 70360<br />Architect’s Project No. 2340<br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within ninety (90) calendar days from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An On-Site Non-Mandatory Pre-Bid Conference shall be held for bidders on Thursday, December 7, 2023, commencing at 10:00 a.m. at the site located behind the gymnasium of HOUMA JUNIOR HIGH SCHOOL, 315 ST. CHARLES ST., HOUMA, LA 70360. Attendees will be required to sign-in in the Receptionist’s Office and will be directed to the meeting location.<br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br />Bid Security in an amount equal to not less than FIVE PERCENT (5%) of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the TERREBONNE PARISH SCHOOL BOARD. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />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 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of BUILDING CONSTRUCTION.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The TERREBONNE PARISH SCHOOL BOARD, to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any or all Bids/Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /> <br />Dr. MayBelle N. Trahan, President<br />Terrebonne Parish School Board <br /> <br /> <br />FIRST PUBLICATION: Wednesday, November 22, 2023 <br />SECOND PUBLICATION: Wednesday, November 29, 2023<br />THIRD PUBLICATION: Wednesday, December 6, 2023
https://www.centralauctionhouse.com/rfp13606732-repairs-to-softball-field-for-terrebonne-high-school.html
22-Nov-2023 12:00:00 AM CST |
20-Dec-2023 10:00:00 AM CST |
Terrebonne Parish School District |
Warehouse Generator at Child Nutrition Department
|
Sealed bids will be received on (Thursday, January 4, 2024), 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 (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 Board. Printed copies of the Bid Documents are not available from the Engineer or Owner.<br /><br />WORK DESCRIPTION:<br />WAREHOUSE GENERATOR CHILD NUTRITION DEPARTMENT 340 ST. CHARLES STREET BUILDING #3<br />HOUMA, LOUISIANA 70360<br />Engineers Project No. 23-178<br /><br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /><br />The time of completion of this project is of prime importance. All of the work required shall be completed within 420 calendar days from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every <br />day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /><br />An On-Site Mandatory Pre-Bid Conference shall be held for bidders on (Wednesday, December 20, 2023), commencing at (10:00 AM) at (CHILD NUTRITION DEPARTMENT), (340 ST. CHARLES STREET, BLDG. #3, HOUMA, LA 70360). Attendees will be required to sign-in in the Receptionist’s Office and will be directed to the meeting location.<br /><br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /><br />All questions regarding this project and the bid package shall be submitted to Thompson Luke & Associates via
[email protected] and
[email protected] by 5:00 PM on December 27, 2023. Responses will be coordinated and posted on www.centralbidding.com by 2:00 PM on December 29, 2023.<br /><br />All Bid packages shall be accompanied with the following:<br /><br />1. 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 /><br />2. Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br /><br />3. 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 /><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 1-11 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 ELECTRICAL WORK.<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 />Dr. MayBelle N. Trahan, President Terrebonne Parish School Board<br /><br />FIRST PUBLICATION: Wednesday, December 6, 2023<br />SECOND PUBLICATION: Wednesday, December 13, 2023<br />THIRD PUBLICATION: Wednesday, December 20, 2023<br /><br />*THIS INSTITUTION IS AN EQUAL OPPORTUNITY EMPLOYER*<br />
https://www.centralauctionhouse.com/rfp16905396-warehouse-generator-at-child-nutrition-department-.html
06-Dec-2023 12:00:00 AM CST |
04-Jan-2024 2:00:00 PM CST |
Town of Amite City |
Regional Wastewater Treatment & Transmission Facilities - Phase 1: Equipment and Storage Building
|
BID NOTICE<br /> <br />Sealed bids will be received by the Town of Amite City (Town Hall), located at 212 East Oak Street, Amite, Louisiana 70422 until NOVEMBER 30, 2023, at 2:00PM. Central Standard Time (CST). The bids will be publicly opened and read aloud for the following:<br /> <br />Town of Amite City Regional Wastewater Treatment Plant Project – Phase (1)<br /> <br />The Responsible, Responsive Bidder is expected to perform all the work described in the specifications in this Project Manual date OCTOBER 12, 2023, along with all the work shown in the Construction Plan associated with this Project Phase named above. Any bid received after the closure time stated above will be returned unopened.<br /> <br />A Mandatory Pre-Bid Conference will be held at Town of Amite – City Hall located at 212 East Oak Street, Amite City, Louisiana 70422 on NOVEMBER 13, 2023, at 10:00AM.<br /> <br />All questions regarding this project and the bid package shall be submitted to MCA Engineering LLC via
[email protected] until 2:00PM on NOVEMBER 20, 2023. Responses will be coordinated with the Project Engineer and posted on www.centralauctionhouse.com no later than 2:00PM on NOVEMBER 24, 2023.<br /> <br /> <br />Copies of Specifications, Bid Documents, and Contract Documents for use in preparing Bids may be obtained from MCA Engineering LLC’s office located at 8966 Interline Avenue | Suite D, Baton Rouge, Louisiana 70809 | Phone Number is (225) 295 7683 upon payment of Fifty Dollars ($50.00) per set made payable to MCA Engineering LLC’s., or free if electronic copy requested and media provided. Documents can be mailed to bidders for an additional $5.00 per set. Bidders may also obtain an electronic copy of the Bid documents from www.centralauctionhouse.com. According to Act No. 478, July 9, 1988, Section 1, R.S. 38:2212(D): “Deposits on the first set of documents furnished prime bidders shall 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 the actual cost of reproduction shall be refunded upon return of the documents no later than 10 days after receipt of bids.” No refund will be given to the Bidder that has been awarded the project. No refund will be made to non-bidders or sub-bidders.<br /> <br /> <br />According to LA RS 38:2216(B), the Town of Amite City requires that: “The successful bidder shall furnish good and solvent bond in an amount not less than one-half of the amount of the contract, for the faithful performance of his duties.”<br /> <br />Bid packages may be submitted in different manners. Consult the bid documents for specific deadlines for the desired submittal process before application. The following are acceptable methods:<br /> <br />Hand Delivered to Town of Amite City located at 212 East Oak Street, Amite, Louisiana 70422.<br />Certified Receipt Mailed to Town of Amite City located at 212 East Oak Street, Amite, Louisiana 70422. <br />Electronically uploaded to www.centralauctionhouse.com <br />Bids should be submitted in a sealed envelope and must be to the attention of the TOWN OF AMITE CITY – MAYOR’S OFFICE, clearly labeled on the outside of the envelope as “BID SUBMITTAL”, with the “BIDDER’S COMPANY NAME”, and “BIDDER’S COMPANY ADDRESS”. Include the project name as stated: “Amite City Regional Wastewater Treatment Plant Project – Phase (1)”. Accompany all funds and documents as spelled out on the bid documents to be deemed complete. All associated Addenda, Amendments, Letters of Clarification, and or Withdrawal Notices will be sent to all Prime Bidders and will be posted online at www.centralauctionhouse.com.<br /> <br /> <br />The Town of Amite City 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 complying with the requirements stated in the Bid Documents, especially if the Bidder has not followed the Louisiana Bid Laws in their pursuit to bid the project. The Town of Amite City reserves the right to reject any and all bids for just cause.<br /> <br />TOWN OF AMITE CITY – MAYOR’S OFFICE<br />MAYOR WALTER DANIELS, III<br /> <br />ADVERTISE AS FOLLOWS:<br />AD. AGENCIES<br />1ST ADVERTISED<br />2ND ADVERTISED<br />3RD ADVERTISED<br />4TH ADVERTISED<br />HAMMOND STAR:<br />October 24, 2023<br />October 26, 2023<br />November 2, 2023<br />November 9, 2023<br />CENTRAL BIDDING:<br />October 24, 2023<br />October 26, 2023<br />November 2, 2023<br />November 9, 2023<br /> <br />
https://www.centralauctionhouse.com/rfp86251763-regional-wastewater-treatment-transmission-facilities--phase-1-equipment-and-storage-building-.html
24-Oct-2023 4:26:00 PM CDT |
15-Dec-2023 2:00:00 PM CST |
Town of Grand Isle |
Hurricane Ida Damages Restoration, Multiplex Repairs
|
Sealed bids will be received on December 5, 2023 by the Town of Grand Isle (TOGI) at the Town Hall located at 170 Ludwig Lane, in Grand Isle, Louisiana until 9:00 A.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 9:00 A.M.<br /> <br />Bid documents are posted on Central Bidding. To view these, download, and receive bid notices by e-mail, you must register with Central Bidding. Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Bidding at 1-833-412-5717. <br /> <br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent by United States Postal Service registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Bidding. Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Town Grand Isle<br /> P. O. BOX 200<br /> Grand Isle, LA 70358<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />Project Name: Hurricane Ida Damages Restoration Multiplex Repairs<br /> <br />Project Description: The project consists of the restoration of the Multiplex building that was damaged during Hurricane Ida.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors. <br /> <br />This Project shall require a Louisiana Contractors license number for one of the following: Building Construction<br /><br />Bidding Documents for this Project are on file in the office of GIS Engineering, LLC located at 197 Elysian Dr., Houma, Louisiana, 70363 and a single copy may be obtained by each prospective bidder at a cost of $100.00 by contacting Ann Schouest or
[email protected] for any clarification or information with regard to the specifications.<br /> <br />A Pre-Bid Conference will be held on November 8, 2023 at 9:00 A.M. at the Grand Isle Multiplex Center, located at 3101 Hwy 1 in Grand Isle, Louisiana.<br /> <br />The Town of Grand Isle reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.
https://www.centralauctionhouse.com/rfp82602599-hurricane-ida-damages-restoration-multiplex-repairs.html
31-Oct-2023 7:00:00 PM CDT |
13-Dec-2023 10:00:00 AM CST |
Vermilion Parish Police Jury |
Materials for Parish Road Maintenance (5723-62)
|
1A. Bituminous Material<br />1B. Aggregates<br /> 2. Surface Course Aggregates<br /> 3. Superpave Asphaltic Mixture (Modified)<br /> 4. Asphaltic Mixtures for Cold Application<br /> 5. Fill and Select Fill Material<br />6A. Concrete Storm Drainage Pipe<br />6B. Steel Storm Drainage Pipe<br />6C. Polypropylene Pipe<br />6D. Polyethylene Pipe<br />6E. Concrete Pipe Adapters<br />6F. Drop Inlets and Grates<br /> 7. Mosquito Control Chemicals<br /> 8. Weed Control Chemicals<br /> 9. Motor Oil, Hydraulic Oil, and Grease<br />10. Gasoline and Diesel Fuel<br />11. Tires and Tubes<br />12. Roadway Signs<br />13. Alternative Daily Landfill Cover<br />14. Scrap Iron
https://www.centralauctionhouse.com/rfp29854452-materials-for-parish-road-maintenance-5723-62.html
21-Nov-2023 8:00:00 AM CST |
08-Dec-2023 10:00:00 AM CST |
Zachary Community School District |
E-Rate Equipment
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Technology Office {3755 Church Street, Zachary, Louisiana 70791}, until 1:00 p.m. Monday, December 11, 2023 for E-Rate eligible equipment to expand wireless coverage in all schools. Bid(s) will be opened at 2:00 p.m. Monday, December 11, 2023. The RFP and all specifications may be obtained from USAC website on November 10, 2023 at https://usac.org/e-rate.
https://www.centralauctionhouse.com/rfp82214398-e-rate-equipment-.html
10-Nov-2023 12:00:00 AM CST |
11-Dec-2023 2:00:00 PM CST |