Agency |
Title |
Date published |
Bid opening date |
International School of Louisiana |
INVITATION TO BID No. 25-CN-0001: DRY & FROZEN GOODS
|
Sealed bids received in the Food Service Dept of International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Wednesday, May 22, 2024. Electronic Bids received at https://www.centralauctionhouse.com/login.php. Bids/Specifications may be obtained at the above address, by email to
[email protected], by calling (504) 444-2696, or by visiting: http://isl-edu.org/about-isl/rfp. Deadline for submitting questions is May 13, 2024. Written responses provided on May 17, 2024. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp7765366-invitation-to-bid-no-25-cn-0001-dry-frozen-goods.html
19-Apr-2024 12:00:00 AM CDT |
22-May-2024 1:00:00 PM CDT |
International School of Louisiana |
INVITATION TO BID NO. 25-CN-0003: CHEMICALS AND SUPPLIES
|
Sealed bids received in the Food Service Dept of International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Wednesday, May 22, 2024. Electronic Bids received at https://www.centralauctionhouse.com/login.php. Bids/Specifications may be obtained at the above address, by email to
[email protected], by calling (504) 444-2696, or by visiting: http://isl-edu.org/about-isl/rfp. Deadline for submitting questions is May 13, 2024. Written responses provided on May 17, 2024. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp13879019-invitation-to-bid-no-25-cn-0003-chemicals-and-supplies.html
19-Apr-2024 12:00:00 AM CDT |
22-May-2024 1:00:00 PM CDT |
International School of Louisiana |
INVITATION TO BID No. 25-CN-0002: MILK
|
Sealed bids received in the Food Service Dept of International School at 1400 Camp Street, New Orleans, Louisiana 70130 until 1:00 PM, on Wednesday, May 22, 2024. Electronic Bids received at https://www.centralauctionhouse.com/login.php. Bids/Specifications may be obtained at the above address, by email to
[email protected], by calling (504) 444-2696, or by visiting: http://isl-edu.org/about-isl/rfp. Deadline for submitting questions is May 13, 2024. Written responses provided on May 17, 2024. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp26543236-invitation-to-bid-no-25-cn-0002-milk.html
19-Apr-2024 12:00:00 AM CDT |
22-May-2024 1:00:00 PM CDT |
Ascension Parish Sheriff's Office |
PUBLIC NOTICE - Fiscal Agent - July 1,2024 through June 30, 2028
|
PUBLIC NOTICE<br /> <br />REQUEST FOR PROPOSALS – FISCAL AGENT<br /> <br />Sealed proposals will be accepted by the Ascension Parish Sheriff's Office for Fiscal Agent for the period of July 1, 2024 through June 30, 2028.<br /> <br />Complete specifications may be obtained from the Ascension Parish Sheriff’s Office, Parish, Governmental Annex Building, 828 S Irma, Gonzales, LA during business hours - 8:00 a.m. to 4:30p.m., Monday through Friday or requested via email from
[email protected].<br /> <br />All proposals must be hand delivered to the Ascension Parish Sheriff’s Office, Parish, Governmental Annex Building, Finance Department, 828 S Irma, Gonzales, LA or submitted via registered or certified mail to P.O. Box 268, Donaldsonville, LA 70346.<br /> <br />Proposals must be submitted no later than 3:00 p.m. on Friday May 24, 2024.<br /> <br />Bobby Webre, Sheriff<br />PUBLICATION DATES:<br />April 11, 18, & 25, 2024
https://www.centralauctionhouse.com/rfp49783665-public-notice--fiscal-agent--july-12024-through-june-30-2028.html
11-Apr-2024 8:00:00 AM CDT |
24-May-2024 3:00:00 PM CDT |
Diocese of Lake Charles |
Lake Charles Catholic Schools Child Nutrition Program -Invitation for Bids for General Food, Meat, & Staples AND Large Equipment
|
<div style="text-align: center;">BID SCHEDULE<br />Lake Charles Catholic Schools Child Nutrition Program</div><div style="text-align: center;">School Year 2024-2025</div><div style="text-align: center;">All bids will be opened at 1201 Ryan Street, Lake Charles, LA at 10:00 am, May 9, 2024.<br />The public is invited to attend all bid openings. Official bid documents can be downloaded from Central<br />Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For<br />technical questions relating to the electronic bidding process, call Central Bidding at 225-810-4814.<br /> </div><div style="text-align: center;">Items Procured Bid Period Bid Mailed Bid Opening Bid Awarded</div><div> General Food, Meat, & Staples Yearly April 9 May 9 May 16 <br /><br /> Large Equipment Yearly April 9 May 9 May 16 <br /><br /> <br /> Mrs. Kimberlee Gazzolo<br /> Superintendent of Catholic Schools <br /> </div><div style="text-align: center;">THIS INSTITUTION IS AN EQUAL OPPORTUNITY PROVIDER. <br /> </div><div style="text-align: center;"> </div>
https://www.centralauctionhouse.com/rfp76999045-lake-charles-catholic-schools-child-nutrition-program-invitation-for-bids-for-general-food-meat-staples-and-large-equipment.html
09-Apr-2024 12:00:00 AM CDT |
09-May-2024 10:00:00 AM CDT |
Natchitoches Parish School Board |
NPSB Paper and Cleaning Products Bid#2425-1
|
Please see attachments for details
https://www.centralauctionhouse.com/rfp84460728-npsb-paper-and-cleaning-products-bid2425-1.html
08-Apr-2024 2:00:00 PM CDT |
13-May-2024 2:00:00 PM CDT |
Beauregard Parish School Board |
RFP - Chromebooks
|
The Beauregard Parish School Board will take sealed Request for Proposal<br /> for Chromebooks. Request for Proposals should be in the<br /> Central Office by 10:00 a.m., on Tuesday, May 7, 2024.<br /> <br /> Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the<br /> Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone (337-<br /> 463-5551 Extension 10007).<br /> <br /> Return sealed Request for Proposal to the Beauregard Parish School Board,<br /> P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt, hand<br /> deliver, or electronic delivery by ten (10:00) o'clock a.m., Tuesday,<br /> May 7, 2024. Mark bid envelope: "SEALED RFP - Chromebooks".<br /> <br /> In compliance with La. Act 590, electronic bid submittal procedures have<br /> been established for this Proposal, and are available online at Central Auction House <br /> https://www.centralauctionhouse.com/main.php <br /> <br /> The Board reserves the right to reject any and all RFP's and to waive<br /> informalities.<br />
https://www.centralauctionhouse.com/rfp61926192-rfp--chromebooks.html
05-Apr-2024 7:00:00 AM CDT |
07-May-2024 10:00:00 AM CDT |
State of Louisiana Military Department |
AASF #2 Airfied Cleaning & Re-striping, Esler Field, Pineville, Louisiana
|
See attached Solicitation for: AASF #2 Airfield Cleaning & Restriping, Esler Field, Pineville, Louisiana.
https://www.centralauctionhouse.com/rfp27680271-aasf-2-airfied-cleaning-re-striping-esler-field-pineville-louisiana.html
05-Apr-2024 12:00:00 AM CDT |
17-May-2024 10:00:00 AM CDT |
Livingston Parish Government |
RFP - Livingston Parish Standby Contract for Debris Removal Services for 2024
|
REQUEST FOR PROPOSALS<br />FOR<br />2024 STANDBY CONTRACT FOR<br />DEBRIS REMOVAL AND SITE MANAGEMENT FOR DEBRIS REDUCTION, EMERGENCY ROADWAY DEBRIS CLEARANCE AND WATERWAY DEBRIS<br /> <br />The Parish of Livingston is soliciting a Request for Proposal (RFP)/Solicitation from professionals to provide debris removal and site management for debris reduction, emergency roadway debris clearance and waterway debris services in the event of a natural or manmade catastrophe.<br /> <br />Our community is subject to the ravages of such disasters and catastrophes. Therefore, as set forth by FEMA, each community should be prepared in advance for such an occurrence. One step in this process is to contract with qualified firms for them to be on standby to assist immediately in the Response, Logistics, and/or Recovery from any such disaster.<br /> <br />We are therefore soliciting proposals from experienced disaster management and emergency response firms for debris removal and site management services. This solicitation contains detailed requirements and directions. Please follow them very closely. Failure to follow these directions, provide the required attachments, or submit the proposal in the required format, may lead to disqualification.<br /> <br />Proposers shall be judged on multiple criteria, not primarily on price, and the firm or firms found to be the most qualified and in the Owner’s best interest shall be selected. Minority, women-owned, and small disadvantaged businesses are encouraged to participate. <br /> <br />Interested parties are invited to obtain a Request for Proposal package by contacting Mr. Shannon Dyer at (225) 686-3066 or by sending an e-mail request to
[email protected] or by mailing a written request to Mr. Shannon Dyer, Director, P.O. Box 1060, Livingston, LA 70754.<br /> <br />Proposals are to be addressed as follows for mail, express delivery or hand delivery:<br /> <br />Owner/Representative: Livingston Parish Office of Homeland Security<br /> and Emergency Preparedness<br />Title: Shannon Dyer, Deputy Director<br />Owner: Randy Delatte, Parish President<br /> <br />Physical Address: 20355 Government Blvd, Suite D<br /> Livingston, LA 70754<br /> Office: 225-686-3066<br /> Fax: 225-686-7280<br /> <br />Mailing Address: Post Office Box 1060<br /> Livingston, LA 70754<br /> <br />Responses to this RFP must be received no later than 4:00 p.m. on Thursday, May 2, 2024. Proposals shall be enclosed in an opaque sealed envelope or package, addressed to the Owner. The name and address of the prospective Contractor, the date and hour of the proposal submittal, and the title “Request for Proposals for Disaster Debris Removal and Site Management for Debris Reduction, Emergency Roadway Debris Clearance and Waterway Debris Services” RFP shall be placed on the outside of the envelope.<br /> <br />Livingston Parish is an Equal Opportunity Employer. The Parish encourages all small and minority-owned firms and women’s business enterprises to apply.<br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp10557145--rfp--livingston-parish-standby-contract-for-debris-removal-services-for-2024.html
04-Apr-2024 12:00:00 AM CDT |
02-May-2024 4:00:00 PM CDT |
Terrebonne Parish Recreation District 7 |
Hurricane Ida - Permanent Repairs to Smithridge Gymnasium
|
<br />SECTION 001113<br /> <br />ADVERTISEMENT FOR GENERAL CONSTRUCTION BIDS<br /> <br />Sealed bids will be received on WEDNESDAY, MAY 1, 2024 by the Terrebonne Parish Recreation District No. 7, at The Merlin Group, Ltd. Office, 1100 Barataria Avenue, in Houma 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 Recreation District No. 7 Chairman 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. 7 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. 7. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br />Should digital copies be required by prospective bidders, they may be obtained from:<br /> <br />THE MERLIN GROUP, LTD. <br />MERLIN A. LIRETTE, AIA, ALEP <br />1100 BARATARIA STREET <br />P.O. BOX 7013 <br />HOUMA, LOUISIANA 70361<br />(985) 876?4218<br />
[email protected] and
[email protected]<br /> <br />WORK DESCRIPTION:<br /> <br />TERREBONNE PARISH RECREATION DISTRICT NO. 7 HURRICANE IDA – PERMANENT REPAIRS to<br /> <br />SMITHRIDGE GYMNASIUM<br />4924 BAYOUSIDE DRIVE<br />CHAUVIN, LOUISIANA 70344<br /> <br />ARCHITECT’S PROJECT NO.: 2022.07-SRGHI<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within ONE HUNDRED TWENTY (120) 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 THURSDAY, APRIL 18, 2024, commencing at 10:00 a.m. at SMITHRIDGE GYMNASIUM, 4924 BAYOUSIDE DRIVE, in CHAUVIN, LOUISIANA, 70344 in front of the Gymnasium. Attendees will be required to sign-in.<br /> <br /> <br /> <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. 7. <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. 7. The TERREBONNE PARISH RECREATION DISTRICT NO. 7, 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 />Donald Tivet, Chairman<br />Terrebonne Parish Recreation District No. 7 <br /> <br /> <br /> <br />FIRST PUBLICATION: WEDNESDAY, APRIL 3, 2024 <br />SECOND PUBLICATION: WEDNESDAY, APRIL 10, 2024<br />THIRD PUBLICATION: WEDNESDAY, APRIL 17, 2024
https://www.centralauctionhouse.com/rfp10502930-hurricane-ida--permanent-repairs-to-smithridge-gymnasium.html
03-Apr-2024 10:00:00 AM CDT |
01-May-2024 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid: Frozen and Refrigerated Items SY24.25
|
Vendors,<br /> <br />Enclose are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is line item. The sealed bids will be opened at 10:00 A.M. Wednesday, May 8, 2024.<br /> <br />Bids must be submitted on the Bid Package documents to be compliant. Seal bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any matter will not be considered.<br /> <br />All bids shall be submitted sealed to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager; Child Nutrition Program 3761 Rosedale Road, Port Allen, Louisiana 70767. A uniform and secure electronic interactive system for the submittal of bids for public contracts, both public works, materials and supplies is available electronically at https://www.centralauctionhouse.com<br /> <br />Please examine the “Instructions to Bidders and General Conditions” and specifications for the above-mentioned bid before submitting your bid prices on the bid proposal form. Bidders must submit manufacturer’s most current copy of the CN Number label (when applicable), Product Code Numbers, Yield information, and Nutritional information for items listed in the Bid forms at the date/time of the bid opening. If the information is not provided for the item, the item will be disqualified. Exemptions are spices, cooking/baking sprays, eggs, etc. If you are unsure of an item, please contact the Child Nutrition central office. <br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1724 or e-mail
[email protected].<br /><br />Sincerely,<br />Mary Couty,<br />CNP Field Manager
https://www.centralauctionhouse.com/rfp62877043-invitation-to-bid-frozen-and-refrigerated-items-sy2425.html
29-Mar-2024 6:00:00 AM CDT |
08-May-2024 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid: Dry Good Items SY24.25
|
Vendors,<br /> <br />Enclose are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is line item. The sealed bids will be opened at 10:00 A.M. Wednesday, May 8, 2024.<br /> <br />Bids must be submitted on the Bid Package documents to be compliant. Seal bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any matter will not be considered.<br /> <br />All bids shall be submitted sealed to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager; Child Nutrition Program 3761 Rosedale Road, Port Allen, Louisiana 70767. A uniform and secure electronic interactive system for the submittal of bids for public contracts, both public works, materials and supplies is available electronically at https://www.centralauctionhouse.com<br /> <br />Please examine the “Instructions to Bidders and General Conditions” and specifications for the above-mentioned bid before submitting your bid prices on the bid proposal form. Bidders must submit manufacturer’s most current copy of the CN Number label (when applicable), Product Code Numbers, Yield information, and Nutritional information for items listed in the Bid forms at the date/time of the bid opening. If the information is not provided for the item, the item will be disqualified. Exemptions are spices, cooking/baking sprays, eggs, etc. If you are unsure of an item, please contact the Child Nutrition central office. <br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1724 or e-mail
[email protected].<br /><br />Sincerely,<br />Mary Couty,<br />CNP Field Manager
https://www.centralauctionhouse.com/rfp63188467-invitation-to-bid-dry-good-items-sy2425.html
29-Mar-2024 6:00:00 AM CDT |
08-May-2024 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid: Non-Food Supply SY24.25
|
Vendors,<br /> <br />Enclose are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is line item. The sealed bids will be opened at 10:00 A.M. Wednesday, May 8, 2024.<br /> <br />Bids must be submitted on the Bid Package documents to be compliant. Seal bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any matter will not be considered.<br /> <br />All bids shall be submitted sealed to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager; Child Nutrition Program 3761 Rosedale Road, Port Allen, Louisiana 70767. A uniform and secure electronic interactive system for the submittal of bids for public contracts, both public works, materials and supplies is available electronically at https://www.centralauctionhouse.com<br /> <br />Please examine the “Instructions to Bidders and General Conditions” and specifications for the above-mentioned bid before submitting your bid prices on the bid proposal form. Bidders must submit manufacturer’s most current copy of the CN Number label (when applicable), Product Code Numbers, Yield information, and Nutritional information for items listed in the Bid forms at the date/time of the bid opening. If the information is not provided for the item, the item will be disqualified. Exemptions are spices, cooking/baking sprays, eggs, etc. If you are unsure of an item, please contact the Child Nutrition central office. <br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1724 or e-mail
[email protected].<br /><br />Sincerely,<br />Mary Couty,<br />CNP Field Manager
https://www.centralauctionhouse.com/rfp10180450-invitation-to-bid-non-food-supply-sy2425.html
29-Mar-2024 6:00:00 AM CDT |
08-May-2024 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
Invitation to Bid: Small Equipment SY24.25
|
Vendors,<br /> <br />Enclose are the bid forms, complete with bid instructions and specifications to bidder for the above-mentioned bid. This bid is line item. The sealed bids will be opened at 10:00 A.M. Wednesday, May 8, 2024.<br /> <br />Bids must be submitted on the Bid Package documents to be compliant. Seal bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any matter will not be considered.<br /> <br />All bids shall be submitted sealed to: West Baton Rouge Parish School Board, Attention: Mary Couty, Field Manager; Child Nutrition Program 3761 Rosedale Road, Port Allen, Louisiana 70767. A uniform and secure electronic interactive system for the submittal of bids for public contracts, both public works, materials and supplies is available electronically at https://www.centralauctionhouse.com<br /> <br />Please examine the “Instructions to Bidders and General Conditions” and specifications for the above-mentioned bid before submitting your bid prices on the bid proposal form. Bidders must submit manufacturer’s most current copy of the CN Number label (when applicable), Product Code Numbers, Yield information, and Nutritional information for items listed in the Bid forms at the date/time of the bid opening. If the information is not provided for the item, the item will be disqualified. Exemptions are spices, cooking/baking sprays, eggs, etc. If you are unsure of an item, please contact the Child Nutrition central office. <br /> <br />Please complete and sign all forms and return with your bid package. Failure to complete all forms could result in the rejection of your bid.<br /> <br />If you have any questions or comments, please feel free contact me at (225) 343-8309, ext. 1724 or e-mail
[email protected].<br /><br />Sincerely,<br />Mary Couty,<br />CNP Field Manager
https://www.centralauctionhouse.com/rfp39752030-invitation-to-bid-small-equipment-sy2425.html
29-Mar-2024 6:00:00 AM CDT |
08-May-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144794 Furnish Labor, Materials and Equipment to Re-Insulate Chill Water Piping and Pumps for the Jefferson Parish Department of General Services
|
Furnish Labor, Materials and Equipment to Reinsulate Water Piping and Pumps
https://www.centralauctionhouse.com/rfp10535335-5000144794-furnish-labor-materials-and-equipment-to-re-insulate-chill-water-piping-and-pumps-for-the-jefferson-parish-department-of-general-services-.html
28-Mar-2024 4:00:00 PM CDT |
04-Apr-2024 11:00:00 AM CDT |
Port of South Louisiana |
RFP FOR TWO SMALL UNMANNED AIRCRAFT SYSTEMS
|
The Port is solicitiing for competittive proposals to provide procurement, delivery and installation of two (2) small unmanned aircraft systems.
https://www.centralauctionhouse.com/rfp22316724-rfp-for-two-small-unmanned-aircraft-systems.html
28-Mar-2024 2:00:00 PM CDT |
06-May-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144785 Furnish Labor, Materials and Equipment to Install One Overhead Fan for the Jefferson Parish Department of Drainage
|
Furnish Labor, Materials and Equipment to Install One Overhead Fan
https://www.centralauctionhouse.com/rfp61930882-5000144785-furnish-labor-materials-and-equipment-to-install-one-overhead-fan-for-the-jefferson-parish-department-of-drainage.html
28-Mar-2024 2:00:00 PM CDT |
04-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144970 PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp5545908-5000144970-purchase-of-warehouse-supplies-for-jefferson-parish-eastbank-warehouse.html
28-Mar-2024 1:00:00 PM CDT |
03-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144738 Three (3) Year Contract for Paint Accessories, Brushes, Rollers, Etc. for the Jefferson Parish Recreation Maintenance Department
|
Three (3) Year Contract for Paint Accessories, Brushes, Rollers, Etc. for the Jefferson Parish Recreation Maintenance Department
https://www.centralauctionhouse.com/rfp21401527-5000144738-three-3-year-contract-for-paint-accessories-brushes-rollers-etc-for-the-jefferson-parish-recreation-maintenance-department.html
28-Mar-2024 1:00:00 PM CDT |
05-Apr-2024 11:00:00 AM CDT |
Pontchartrain Levee District |
Pontchartrain Levee District Notice for Solicitation for Qualifications
|
The Pontchartrain Levee District <br />NOTICE FOR SOLICITATION FOR QUALIFICATIONS<br />The Pontchartrain Levee District is seeking responses for the following project: <br />RFQ#2024-001- Pontchartrain Levee District -Borrow Pit Pre-Approval<br /> <br />Responses will be received by the Pontchartrain Levee District, until 2:00pm CST April 11, 2024. RFQ responses shall be received at the physical location as identified in Section 1.6 of the RFQ documents and only respondents who have submitted an RFQ response shall be identified. No responses shall be accepted after 2:00pm CST on April 11, 2024. Each response will be evaluated by designated Pontchartrain Levee District personnel as received until the submission deadline has passed. <br /><br />Each Proposal must be sealed. The outside of the envelope, box or package should be marked with the Proposer's Name and Address, the Proposal Name, the RFQ #, and the Proposal Opening Date.<br /> <br />Successful Respondent(s) must supply The Pontchartrain Levee District with all required documentation as specified in the RFQ documents. Said Respondent(s) must also be in Good Standing and licensed to do business in the State of Louisiana.<br /> <br />Responses will be received at The Pontchartrain Levee District, 2069 Railroad Avenue, Lutcher, LA 70071 from each Respondent.
https://www.centralauctionhouse.com/rfp27645335-pontchartrain-levee-district-notice-for-solicitation-for-qualifications-.html
28-Mar-2024 10:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Ascension Parish Government |
Asphalt Concrete Reconstruction & Overlay Improvements 2024
|
<b><i> BID NOTICE</i></b><br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 (mailing address PO Box 2392, Gonzales, LA 70707-2392) until <b>April 25, 2024, at 10:00 a.m. </b>local time. The bids will be publicly opened and read aloud for the following: <br /><b>Asphalt Concrete Reconstruction & Overlay Improvements</b><br /><b>(Indefinite Delivery / Indefinite Quantity Contract) 2024</b><br /><b>Project Number: ROAD23003</b><br /> <br /><b>Statement of Work: </b><br /><b><u>This project consists of Asphalt concrete roadway reconstruction, overlay improvements, and ancillary work elements are anticipated to be implemented throughout the Parish of Ascension on a Task Order Basis.</u></b><br /> <br />All Bids must be in accordance with the Contract Documents on file at the <b><u>Ascension Parish Purchasing Department, 615. E. Worthey Street, Gonzales, LA 70737. </u></b><br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from <b><u>Ascension Parish Purchasing Department, 615 East Worthey Street, Gonzales, Louisiana 70737, (225) 621-8543</u></b> upon payment of <b><u>Fifty Dollars ($50.00) per set made payable to Ascension Parish Government. </u></b> Documents can be mailed to bidders for an additional $5.00 per set. No refund will be made for returned drawings.<br /> <br />Where bids are to be received on forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his/ her authorized Representatives. <b><u>In no event shall any document for bidding be issued later than seventy-two (72) hours prior to the hour and date set for receiving bids.</u></b><br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor’s state license number and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the <b><u>Ascension Parish Purchasing Department, 615 E. Worthey Street, Gonzales, Louisiana 70737</u>, mailed certified mail and must be received no later than the bid opening. </b><br /> <br />Contractors desiring to bid shall submit to the Owner, with their request for Contract Documents, contract documents deposit and evidence that they hold State License of proper classification and in full force and effect.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each bid, and shall be made payable to the Owner.<br /> <br /> The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br /> No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />Mandatory Pre-Bid Conference will be held on<u> <b>Tuesday, April 9, 2024,</b> at the Department of Public Works Conference Room (Auditorium)- Located at <b>42077 Churchpoint Rd, Gonzales, LA 70737 at 10:00 am</b>.</u><br /> <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via <a href="mailto:
[email protected]">
[email protected]</a> <b>by 3:00 PM on April 12, 2024</b>. Responses will be coordinated with the Project Engineer and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> <b>by 3:00 pm on April 17, 2024</b>.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> prior to the electronic bidding deadline. Beginning at <b>10:00 am local time on Thursday April 25, 2024,</b> all bids will be downloaded. <b>No bids are accepted after 10:00 am local time.</b><br /> <br /> RS 38:2218. Evidence of good faith; countersigning<ol style="list-style-type:upper-alpha;"> <li>The public entity advertising for bids for work shall require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the contract price of work to be done, as an evidence of good faith of the bidder. The public entity advertising for bids for work may require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder.</li></ol> <br /> <br /> <br /> <br />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows: <ol style="list-style-type:upper-alpha;"> <li>A copy of the bid bond <b><u>must</u></b> be attached to bid document submitted electronically.</li> <li>The original bid bond document must be received in our office no later than 48 hours after bid opening date and time <b><i><u>(Ascension Parish Purchasing Department</u></i></b><b><u>, <i>615 E. Worthey Street, Gonzales, Louisiana 70737).</i></u></b></li> <li>The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address.</li></ol> <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled <b><i>“<u>Asphalt Concrete Reconstruction & Overlay Improvements - (Indefinite Delivery / Indefinite Quantity Contract 2024).</u></i><u>”.</u></b> Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer for a response.<br /> <br />The U.S. Department of Transportation (DOT) operates a toll free “Hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should call 1-800-424-9071. All information will be treated confidentially and caller anonymity will be respected.<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 />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- 3/28/24, 4/4/24, 4/11/24<br />CHIEF- 3/28/24, 4/4/24, 4/11/24<br />
https://www.centralauctionhouse.com/rfp44447710-asphalt-concrete-reconstruction-overlay-improvements-2024.html
28-Mar-2024 7:00:00 AM CDT |
25-Apr-2024 10:00:00 AM CDT |
Central Fire Department |
Central Fire Department - Station #33
|
LEGAL NOTICE ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the Central Fire Department until 2:00 PM on Thursday, May 2, 2024, at Central Fire Department, 11646 Sullivan Road, Central, LA, at which time bids will be publicly opened and read-aloud for the Central Fire Department Fire Station 33, 7019 Donny Brook Ave, Greenwell Springs, LA 70739<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 />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. Contractor’s LA License Number<br />5. Sealed Bid Enclosed <br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />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 Central Fire Department<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 Three Hundred Thirty (330) 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 MANDATORY Pre-bid Conference will be held at 2:00 PM on Thursday, April 18, 2024; at the Project Location: Central Fire Department – Station 33, 7019 Donny Brook Ave, Greenwell Springs, LA 70739 <br /><br />Central Fire Department<br />Chief Stephen Branscom<br />Fire Chief <br /><br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: 03/28/24<br />SECOND DATE: 04/04/24<br />THIRD DATE: 04/11/24
https://www.centralauctionhouse.com/rfp29949074-central-fire-department--station-33.html
28-Mar-2024 5:00:00 AM CDT |
02-May-2024 2:00:00 PM CDT |
Lafourche Parish Government |
HURRICANE IDA DAMAGE REPAIRS TO LAFOURCHE PARISH GOVERNMENT SHERIFF’S OFFICE INTERIOR
|
Lafourche Parish Government<br />P.O. Drawer 5548<br />Thibodaux LA,70302.<br /> <br />Project Name:<br />Hurricane Ida Damage Repairs to<br />Lafourche Parish Government Sheriff’s Office Interior<br />Thibodaux, LA<br />Architect’s Project No. 2166I-1<br /> <br />ELECTRONIC BIDS for the construction of the “Hurricane Ida Damage Repairs to Lafourche Parish Government Sheriff’s Office Interior” consisting of the following:<br /> <br />This project includes interior and exterior repairs and improvements to the existing Lafourche Parish Sheriff's office in Thibodaux, Louisiana. Generally, the sheriff's office will receive exterior repairs, including replacing damaged storefronts and other items as depicted in these drawings. The interior repairs include wall repair, trim, flooring and ceiling repairs and replacement, as well as painting throughout. Project is funded by FEMA reimbursement and is subject to all required FEMA Terms and Conditions. <br />will be received electronically by the Lafourche Government until 2:00 P.M. local time, on Thursday, April 25th, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, Conference Room, Third Floor, 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 Pre-Bid Conference shall be held on Thursday, April 11th, at 10:00 A.M., at the Lafourche Parish Government Complex, Conference Room, Third Floor, 402 Green Street, Thibodaux, LA 70301. The pre-bid conference will be conducted to discuss the Plans, Specifications, and project requirements.<br /> <br />The Bidding Documents, consisting of Advertisement for Bids, Information for Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Special Conditions, Payment Bond, Performance bond, Notice of Award, Notice to Proceed, Drawings, Specifications and Addenda may be examined at the following locations: <br /> <br /> <br />Gros Flores Positerry, LLC<br />Architecture and Interior Design<br />307 Canal Blvd.<br />Thibodaux, LA 70301<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of BUILDING CONSTRUCTION.<br /> <br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /> <br />Any person with disabilities requiring special accommodation must contact Lafourche Parish Government no later than seven (7) days prior to the bid opening.<br /> <br /> <br />LAFOURCHE PARISH GOVERNMENT<br />Archie P. Chaisson, III<br /> <br />/s/ Archie P. Chaisson, III Parish President<br /> <br /> <br /> <br />Publish Dates:<br /> <br />First Advertisement: Thursday, March 28, 2024.<br />Second Advertisement: Wednesday, April 3, 2024.<br />Third Advertisement: Wednesday, April 10, 2024.<br />
https://www.centralauctionhouse.com/rfp77012793-hurricane-ida-damage-repairs-to-lafourche-parish-government-sheriffs-office-interior.html
28-Mar-2024 2:00:00 AM CDT |
25-Apr-2024 2:00:00 PM CDT |
Ascension Parish Government |
Feed Water Storage Tank Project
|
<b>REQUEST FOR QUALIFICATIONS</b> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until April 25, 2024, at 3:00 p.m. (CST) for the following:<div style="text-align: center;"><b>Feed Water Storage Tank Project </b></div><br /><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) is seeking to contract a Design Engineering Services Firm to support the parish by providing professional design services under a professional services contract to renovate our Water Storage Tanks.<br /> <br />This project will involve design services to support the Parish with design engineering, bid packages, specifications, permits, required applications, submittal reviews, approvals, testing, field support, as built drawings and close out documents.<br /> <br />The Engineering Firm must have a business license in the State of Louisiana for a minimum of three (3) years. Interested firms must demonstrate a minimum of 10 years of experience in the provision of construction design services of municipal construction, including pipeline, civil, structural, electrical, mechanical, sewer wastewater, potable water and roadway construction and pavement restoration in the South Louisiana area. Firm shall demonstrate experience managing similar construction design services.<br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at
[email protected] by 3:00 p.m. local time (CST) on April 9, 2024. Responses will be coordinated with the Project Manager and posted on the www.centralauctionhouse.com by 3:00 p.m. local time (CST) on April 16, 2024.<br /> <br />RFQ documents may be obtained at the Ascension Parish Government, Purchasing Department located at 615 E. Worthey Street, Gonzales, Louisiana, 70737. RFQ documents are available at Central Auction House Bidding at www.centralauctionhouse.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />CHIEF PLEASE PUBLISH 3/28, 4/4, 4/11<br /> <br />WEEKLY PLEASE PUBLISH 3/28, 4/4, 4/11
https://www.centralauctionhouse.com/rfp72039767-feed-water-storage-tank-project.html
28-Mar-2024 12:00:00 AM CDT |
25-Apr-2024 3:00:00 PM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida Repairs to St. Ann Parish Rectory Demolition, Bourg, LA
|
ADVERTISEMENT FOR BIDS<br /> <br />PROJECT INFORMATION<br />Notice to Bidders: Qualified Bidders may submit Bids for Project as described in this Document. Submit Bids according to the Instructions to Bidders.<br />Project Identification:HURRICANE IDA REPAIRS TO<br />ST. ANN PARISH FOR THE<br />DIOCESE OF HOUMA-THIBODAUX<br />RECTORY DEMOLITION<br />4355 Highway 24<br />Bourg, Louisiana 70343<br />Owner:Diocese of Houma-Thibodaux<br />On behalf of St. Joseph Parish<br />2779 Highway 311<br />Schriever, Louisiana 70395<br />Architect:Gossen-Holloway-Cortez<br />315 East Second Street<br />Thibodaux, LA 70301<br />Architects Beazley Moliere<br />300 Heymann Boulevard<br />Lafayette, Louisiana 70503<br /><br />Project Description:<br />The Project consists of the demolition and removal of existing Rectory Building and all associated foundations, plumbing, electrical, and mechanical systems due to severe damages inflicted by Hurricane Ida. Backfill subgrade with structural fill, compact, and fine grade as required. Scope of work includes approximately: <br />Demolition & removal of 3,870 sf Rectory.<br />Demolition & removal of 1,354 sf Courtyard & associated landscape elements.<br />Demolition & removal of 560 sf of paving.<br />Demolition & removal of 200 sf of Canopy.<br /><br />Construction Contract: Bids will be received for the following Work:<br /><br />General Contract (all trades): For all labor, materials and equipment required to fully complete the Project entitled<br />HURRICANE IDA REPAIRS TO ST. ANN PARISH FOR THE DOHT RECTORY DEMOLITION 4355 HIGHWAY 24 BOURG, LOUISIANA 70343 in accordance with the Contract Documents.<br /><br />BID SUBMITTAL AND OPENING<br />Owner will receive sealed lump sum Bids until the Bid time and date at the location given below. Owner will consider Bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows:<br /><br />Bid Date: Thursday April 25, 2024<br />Bid Time: 2:00 p.m., local time.<br />Location: At the offices of:Diocese of Houma-Thibodaux<br />2779 Highway 311<br />Schriever, Louisiana 70395<br />Bids will be thereafter publicly opened and read aloud.<br />Questions about this procedure shall be directed to the Architect at:Gossen-Holloway-Cortez<br />315 East Second Street<br />Thibodaux, Louisiana 70301<br />Telephone: (985) 447-9229<br />Dino Benoit (
[email protected]).<br /><br />BID SECURITY<br />Each Bid must be accompanied by a certified check, cashier’s check, or Bid Bond using the Owner’s form payable to Owner in, the amount of which shall be 5 percent of the amount of the proposed Base Bid plus all Alternates. Money Orders will not be accepted:<br /><br /> PERFORMANCE AND PAYMENT BOND<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond in an amount equal to 100 percent of the Contract amount in accordance with the requirements of the Instructions to Bidders:<br /><br />NON-MANDATORY PREBID MEETING<br />A Pre-Bid Conference for all Bidders will be held at St. Ann Catholic Church, 4355 La-24, Bourg, LA 70343 on Thursday April 11, 2024 at 10:00 a.m., local time. Prospective prime Bidders are requested or required to attend.<br /><br />Bidders' Questions: Architect will provide responses at Pre-Bid Conference to Bidders' questions received up to and during conference.<br /><br />DOCUMENTS<br />Complete Bid Documents for this Project are available in electronic form only. All drawings, specifications and other Contract Documents for the project are available on the internet at www.centralbidding.com. No project Contract Documents will be provided by the Architect or Owner. All Bidders, Sub-Bidders and Vendors are required to register with a working email address in order to access and download the Construction Documents. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. <br /><br />TIME OF COMPLETION AND LIQUIDATED DAMAGES<br />Successful Bidder shall begin the Work on receipt of the Notice to Proceed and shall complete the Work within Sixty days (60) consecutive calendar days of the date specified in the Notice to Proceed, subject to such extensions as may be granted under Paragraph 8.3 Delays and Extensions of Time, in the General Conditions. <br />If Substantial Completion is achieved after expiration of the Contract date plus any approved extensions, reimbursement to the Owner for Liquidated Damages in the amount of five-hundred dollars ($500.00) per consecutive calendar day shall be assessed.<br /><br />BIDDER'S QUALIFICATIONS<br />Bids shall be accepted only from Contractors who are licensed by the Louisiana State Licensing Board for Contractors for the classification of Building Construction. No Bid may be withdrawn for a period of forty-five (45) days after receipt of Bids, except under the provisions of La. R.S. 38:2214.<br /><br />GENERAL<br />The Owner reserves the right to reject any and all Bids for just cause.<br />The Proposal must be plainly marked in accordance with the Instructions to Bidders.
https://www.centralauctionhouse.com/rfp63124174-hurricane-ida-repairs-to-st-ann-parish-rectory-demolition-bourg-la.html
28-Mar-2024 12:00:00 AM CDT |
25-Apr-2024 2:00:00 PM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida Repairs to St. Joseph Parish Church & Rectory Renovations, Galliano, LA
|
ADVERTISEMENT FOR BIDS<br /> <br />PROJECT INFORMATION<br />Notice to Bidders: Qualified Bidders may submit Bids for Project as described in this Document. Submit Bids according to the Instructions to Bidders.<br />Project Identification:HURRICANE IDA REPAIRS TO<br />ST. JOSEPH PARISH FOR THE DIOCESE OF HOUMA-THIBODAUX<br />CHURCH & RECTORY RENOVATIONS<br />17980 West Main Street<br />Galliano, Louisiana 70354<br />Owner:Diocese of Houma-Thibodaux<br />On behalf of St. Joseph Parish<br />2779 Highway 311<br />Schriever, Louisiana 70395<br />Architect:Gossen-Holloway-Cortez<br />315 East Second Street<br />Thibodaux, LA 70301<br />Architects Beazley Moliere<br />300 Heymann Boulevard<br />Lafayette, Louisiana 70503<br />Project Description: Project consists of:<br /><br />Repair of interior finishes that were damaged due to Hurricane Ida. Includes ceiling, wall, and floor finishes throughout the buildings.<br /><br />Construction Contract: Bids will be received for the following Work:<br /><br />General Contract (all trades): For all labor, materials and equipment required to fully complete the Project entitled:<br />HURRICANE IDA REPAIRS TO ST. JOSEPH PARISH FOR THE DIOCESE OF HOUMA-THIBODAUX CHURCH AND RECTORY RENOVATIONS.<br />17980 West Main Street, Galliano, Louisiana 70354 in accordance with the Contract Documents.<br /><br />BID SUBMITTAL AND OPENING<br />Owner will receive sealed lump sum Bids until the Bid time and date at the location given below. Owner will consider Bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows:<br /><br />Bid Date: April 25, 2024<br />Bid Time: 2:00 p.m., local time.<br />Location: At the offices of:Diocese of Houma-Thibodaux<br />2779 Highway 311<br />Schriever, Louisiana 70395<br />Bids will be thereafter publicly opened and read aloud.<br />Questions about this procedure shall be directed to the Architect at:Gossen-Holloway-Cortez<br />315 E 2nd Street<br />Thibodaux, Louisiana 70301<br />Telephone: (985) 447-9229<br />Dino Benoit (
[email protected]).<br /><br />BID SECURITY<br />Each Bid must be accompanied by a certified check, cashier’s check, or Bid Bond using the Owner’s form payable to Owner in, the amount of which shall be 5 percent of the amount of the proposed Base Bid plus all Alternates. Money Orders will not be accepted:<br /><br />PERFORMANCE AND PAYMENT BOND<br />The successful Bidder shall be required to furnish a Performance and Payment Bond in an amount equal to 100 percent of the Contract amount in accordance with the requirements of the Instructions to Bidders:<br /><br />NON-MANDATORY PREBID MEETING<br />A Pre-Bid Conference for all Bidders will be held at St Joseph Catholic Church 17980 W Main Street Galiano, LA 70354 on Friday April 12, 2024 at 10:00 a.m., local time. Prospective prime Bidders are requested or required to attend.<br /><br />Bidders' Questions: Architect will provide responses at Pre-Bid Conference to Bidders' questions received up to and during conference.<br /><br />DOCUMENTS<br />Complete Bid Documents for this Project are available in electronic form only. All drawings, specifications and other Contract Documents for the project are available on the internet at www.centralbidding.com. No project Contract Documents will be provided by the Architect or Owner. All Bidders, Sub-Bidders and Vendors are required to register with a working email address in order to access and download the Construction Documents. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. <br /><br />TIME OF COMPLETION AND LIQUIDATED DAMAGES<br />Successful Bidder shall begin the Work on receipt of the Notice to Proceed and shall complete the Work within One Hundred-Eighty (180) consecutive calendar days of the date specified in the Notice to Proceed, subject to such extensions as may be granted under Paragraph 8.3 Delays and Extensions of Time, in the General Conditions. <br />If Substantial Completion is achieved after expiration of the Contract date plus any approved extensions, reimbursement to the Owner for Liquidated Damages in the amount of five-hundred dollars ($500.00) per consecutive calendar day shall be assessed.<br /><br />BIDDER'S QUALIFICATIONS<br />Bids shall be accepted only from Contractors who are licensed by the Louisiana State Licensing Board for Contractors for the classification of Building Construction. No Bid may be withdrawn for a period of forty-five (45) days after receipt of Bids, except under the provisions of La. R.S. 38:2214.<br /><br />GENERAL<br />The Owner reserves the right to reject any and all Bids for just cause.<br />The Proposal must be plainly marked in accordance with the Instructions to Bidders.
https://www.centralauctionhouse.com/rfp97422885-hurricane-ida-repairs-to-st-joseph-parish-church-rectory-renovations-galliano-la.html
28-Mar-2024 12:00:00 AM CDT |
25-Apr-2024 2:00:00 PM CDT |
Pointe Coupee Parish Government |
Pointe Coupee Parish Sewer Board - District 1 Sewer Consolidation Project SD1-23-01
|
<div>ADVERTISEMENT FOR BIDS<br /> <br /> <br /> Pointe Coupee Parish Consolidated Sewer District 1 (herein referred to as the "Owner") hereby solicits sealed bids for the District 1 Sewer Consolidation Project described as follows:<br /> <br />STATEMENT OF WORK: This project consists of the consolidation of sewer systems from three Districts within Pointe Coupee Parish via installation of new pump stations (all site/civil, mechanical and electrical components) to replace existing package wastewater treatment plants as well as installation of new force mains and force main header that will discharge into an existing oxidation pond. PC Parish Project SD1-23-01<br /> <br />Sealed Bids shall be addressed to the Pointe Coupee Parish Consolidated Sewer District 1, and delivered to the Pointe Coupee Parish Annex, 160 East Main Street, New Roads, LA 70760 not later than 2:00 p.m., on the 25th day of April, 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 25th day of April , 2024, at the Pointe Coupee Parish Annex located at 160 East Main Street, New Roads, LA 70760 .<br /> <br />A PRE-BID CONFERENCE WILL BE HELD:<br /> <br />TIME & DATE: Monday, April 15, 2024 at 9:00 a.m.<br />LOCATION: Pointe Coupee Parish Annex<br /> 160 East Main Street<br /> New Roads, LA 70760<br /> <br />Attendance at the Pre-Bid Conference is mandatory in order to bid on the project. It is the responsibility of all potential bidders to visit the job site to assess the location and conditions prior to bidding.<br /> <br />The 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; Pointe Coupee Parish Annex Building. located at 160 East Main Street, New Roads, LA 7060; (225-638-9556). Copies shall be obtained at this office upon payment of a deposit of $50.00. 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, Bidders may obtain Bid Documents as well as submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralauctionhouse.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralauctionhouse.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Municipal and Public Works. 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 />Each bidder must have an active Unique Entity ID (UEI) SAM number, as verified on www.sam.gov, prior to the beginning of construction.<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 />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.<br /> <br />Any person with disabilities requiring special accommodations must contact the Pointe Coupee Parish Government no later than seven (7) days prior to bid opening.<br /> <br />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED POST-BID. ALSO, MINORITY, FEMALE OWNED AND SECTION 3 (PARISH/LOCAL) CONTRACTING FIRMS ARE ENCOURAGED TO SUBMIT BIDS.<br /> <br /> <br />OWNER<br />Pointe Coupee Parish Consolidated Sewer District 1<br /> <br />BY: Steve Boudreaux, Pointe Coupee Parish Sewerage Board Chairman<br /> <br /> <br />PUBLICATION/DATES:<br /> Pointe Coupee Banner<br /> Thursday, March 28, 2024<br /> Thursday, April 4, 2024<br /> Thursday, April 11, 2024</div><div> </div>
https://www.centralauctionhouse.com/rfp69251396-pointe-coupee-parish-sewer-board--district-1-sewer-consolidation-project-sd1-23-01.html
28-Mar-2024 12:00:00 AM CDT |
25-Apr-2024 2:00:00 PM CDT |
St. Landry Parish Government |
Public Works - Gravel, Limestone, Diesel, Hot & Cold Mix and Culverts
|
https://www.centralauctionhouse.com/rfp41514216-public-works--gravel-limestone-diesel-hot-cold-mix-and-culverts.html
28-Mar-2024 12:00:00 AM CDT |
15-Apr-2024 2:00:00 PM CDT |
St. Charles Parish Sheriff's Office |
St. Charles Parish Sheriff's Office East Bank Station
|
ADVERTISEMENT FOR BIDS<br />PROJECT IDENTIFICATIONSealed bids are requested by the St. Charles Parish Sheriff’s Office from general contractors for construction of:<br />ST. CHARLES PARISH SHERIFF’S OFFICE<br />EAST BANK STATION<br />Bids will be received at the St. Charles Parish Sheriff’s Office, 260 Judge Edward Dufresene Parkway, Luling, LA 70070 at 2:00 P.M., LOCAL TIME, April 25, 2024 at which time the bids will be publicly opened and read aloud in the conference room.<br />BID DOCUMENTS AND DEPOSITSComplete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit by visiting the public projects area at www.cityblueprint.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through City Blueprint & Supply or most other reprographic firms. Please note that Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to:<br />City Blueprint & Supply Co.<br />1904 Poydras Street<br />New Orleans, LA 70112<br />Phone: 504-522-0387<br />Email:
[email protected]<br />All other questions regarding the scope of work of the project should be directed to the Project Architect in writing via email only:
[email protected].<br />BID SECURITY AND PERFORMANCE AND PAYMENT BONDSBids must be accompanied by a bid security at least equal to five percent (5%) of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond. The successful bidder will be required to furnish a performance bond and a payment bond, each in an amount equal to one hundred percent (100%) of the contract amount.<br />Contract, if awarded, will be on the basis of the lowest responsive and responsible bidder, if within the budget. No bid may be withdrawn for a period of 45 days after bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq.<br /> <br /> <br />REJECTION OF BIDSSt. Charles Sheriff Sheriff’s Office reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities as allowed by law.<br />PRE-BID CONFERENCEA PRE-BID CONFERENCE will be held at the project site, 14558 River Road, New Sarpy, LA 70047 on April 16, 2024 at 10:00 a.m. Attendance at this pre-bid conference is MANDATORY.<br />ADVERTISEMENT DATES <br /> LEGAL AD TO RUN: Thursday, March 28, 2024<br /> Thursday, April 4, 2024<br /> Thursday, April 11, 2024<br /> <br /> <br /> <br /> <br />St. Charles Parish Sheriff’s Office<br /> Sheriff Greg Champagne<br />260 Judge Edward Dufresne Parkway<br />Luling, LA 70070<br />
https://www.centralauctionhouse.com/rfp76931545-st-charles-parish-sheriffs-office-east-bank-station.html
28-Mar-2024 12:00:00 AM CDT |
25-Apr-2024 2:00:00 PM CDT |
Avoyelles Parish School Board |
Staple Food Bid
|
Staple food bid.
https://www.centralauctionhouse.com/rfp10586211-staple-food-bid.html
28-Mar-2024 12:00:00 AM CDT |
21-May-2024 1:30:00 PM CDT |
Jefferson Parish Government |
5000144638 - Lead Abatement Project at 801 Robert Street #12 for Jefferson Parish Community Development
|
Lead Abatement Project at 801 Robert Street #12 for Jefferson Parish Community Development
https://www.centralauctionhouse.com/rfp66185027-5000144638--lead-abatement-project-at-801-robert-street-12-for-jefferson-parish-community-development--.html
28-Mar-2024 12:00:00 AM CDT |
03-Apr-2024 11:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Processed Foods
|
St John the Baptist School Board is receiving Bids for Processed Foods until 10:00 am. on 4/17/2024
https://www.centralauctionhouse.com/rfp58822567-2024-processed-foods-.html
27-Mar-2024 7:00:00 PM CDT |
17-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144792-Labor, Materials & Equipment necessary to replace the Flooring in the Elevator Lobby of The Joseph Yenni Building for the General Services Department
|
Labor, Materials & Equipment necessary to replace the Flooring in the Elevator Lobby of The<br />Joseph Yenni Building for the General Services Department
https://www.centralauctionhouse.com/rfp16729258-5000144792-labor-materials-equipment-necessary-to-replace-the-flooring-in-the-elevator-lobby-of-the-joseph-yenni-building-for-the-general-services-department.html
27-Mar-2024 4:08:00 PM CDT |
10-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144951 PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp68789919-5000144951-purchase-of-warehouse-supplies-for-jefferson-parish-eastbank-warehouse.html
27-Mar-2024 3:25:00 PM CDT |
02-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144813-Labor, Materials & Equipment to provide a Three (3) Month Contract with A Three (3) Month option to renew Janitorial Contract for Dedicated Facilities under Jurisdiction of the Department of Juvenile Services
|
Labor, Materials & Equipment to provide a Three (3) Month Contract with A Three (3) Month option to renew Janitorial Contract for Dedicated Facilities under Jurisdiction of the Department of Juvenile Services
https://www.centralauctionhouse.com/rfp29928823-5000144813-labor-materials-equipment-to-provide-a-three-3-month-contract-with-a-three-3-month-option-to-renew-janitorial-contract-for-dedicated-facilities-under-jurisdiction-of-the-department-o.html
27-Mar-2024 2:42:00 PM CDT |
10-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144947 PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH PUBLIC WORKS WAREHOUSE
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH PUBLIC WORKS WAREHOUSE
https://www.centralauctionhouse.com/rfp62407312-5000144947-purchase-of-warehouse-supplies-for-jefferson-parish-public-works-warehouse.html
27-Mar-2024 2:10:00 PM CDT |
02-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144650 Two Year Contract to Provide EMD Engine Maintenance for the Jefferson Department of Public Works- Drainage
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144650<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 23, 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 Provide EMD Engine Maintenance on an as Needed Basis for the Jefferson Parish Department of Public Works – Drainage and all Jefferson Parish Agencies<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 27 and April 03 and 10, 2024<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/rfp58782837-5000144650-two-year-contract-to-provide-emd-engine-maintenance-for-the-jefferson-department-of-public-works-drainage.html
27-Mar-2024 2:00:00 PM CDT |
23-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144744 Furnish Labor, Materials and Equipment to Perform Concrete Chipping Services for the Jefferson Parish Department of Streets
|
Furnish Labor, Materials and Equipment to Perform Concrete Chipping Services - Department of Streets
https://www.centralauctionhouse.com/rfp76981140-5000144744-furnish-labor-materials-and-equipment-to-perform-concrete-chipping-services-for-the-jefferson-parish-department-of-streets.html
27-Mar-2024 2:00:00 PM CDT |
02-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144880 PURCHASE OF TONERS FOR JEFFERSON PARISH CODE COMPLIANCE & ENFORCEMENT
|
PURCHASE OF TONERS FOR JEFFERSON PARISH CODE COMPLIANCE & ENFORCEMENT
https://www.centralauctionhouse.com/rfp7131783-5000144880-purchase-of-toners-for-jefferson-parish-code-compliance-enforcement--.html
27-Mar-2024 12:17:00 PM CDT |
04-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144787-Labor, materials & equipment necessary to replace three (3) restroom roofs located at Lafreniere Park
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144787<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 23, 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 & equipment necessary to replace three (3) restroom roofs<br />located 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 WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 27, & April 3, & 10, 2024<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/rfp22362877-5000144787-labor-materials-equipment-necessary-to-replace-three-3-restroom-roofs-located-at-lafreniere-park.html
27-Mar-2024 10:13:00 AM CDT |
23-Apr-2024 2:00:00 PM CDT |
St. John the Baptist Parish Public Schools |
Bond Project - Improvements to WSJE & GMMS
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO<br />Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 10:00 A.M. C.S.T. on<br />April 25, 2024.<br /><br />FOR: Improvements to West St. John Elementary School and Garyville/ Mt. Airy Math and Science<br />Academy
https://www.centralauctionhouse.com/rfp22301930-bond-project--improvements-to-wsje-gmms.html
27-Mar-2024 10:00:00 AM CDT |
25-Apr-2024 10:00:00 AM CDT |
Port of New Orleans |
Invitation to Bid To Remove and Replace Transformer
|
<div style="text-align: center;">BOARD OF COMMISIONERS OF THE PORT OF NEW ORLEANS<br />INVITATION TO BID<br />TO REMOVE AND REPLACE TRANSFORMER</div> <br /> <br />Board of Commissioners of the Port of New Orleans (Board) is accepting sealed bids to Remove and Replace Transformer in accordance with the General Conditions & specification and subject to the terms and conditions as set forth more fully in the form agreement until <b>10:00 am (CDT) on Friday, April 19, 2024</b>. Bids must be submitted electronically at Central Bidding. <br /> <br />The work consists of furnishing all labor, material and equipment to Remove and Replace a Transformer as specified in the Bidding Documents. <br /> <br />Official Bidding Documents are available for download at www.centralbidding.com . For any questions relating to the electronic bidding process, contact Central Bidding at (225) 810-4814. The Board shall not be responsible if a Bidder cannot complete or submit an electronic bid. Any bids received after the Bid Submission Deadline will not be considered. Bidders shall follow the instructions given in the Invitation to Bid (ITB) in order to respond with a valid bid. <br /> <br />All questions, correspondence, inquiries, and other communications regarding this project shall be directed to Board of Commissioners of the Port of New Orleans, Procurement Department via email at
[email protected]. All questions will be answered via addenda and will be posted on the Central Bidding website at: www.centralbidding.com . Questions must be submitted by <b>5:00pm (CDT) on Tuesday, April 9, 2024</b>.<br /> <br />The Board as an equal opportunity public entity invites and encourages DBE’s and SBE’s to submit bids on its projects. In order to comply with the Constitution of the State of Louisiana, such certification programs must be race and gender neutral.<br /> <br />
https://www.centralauctionhouse.com/rfp76927819-invitation-to-bid-to-remove-and-replace-transformer.html
27-Mar-2024 10:00:00 AM CDT |
19-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144690 Three (3) Year Contract to Provide Serials Periodicals for the Jefferson Parish Library Department
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144690<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 23, 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 (3) Year Contract to Provide Serials Periodicals for the<br />Jefferson Parish Library 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 />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 27, April 3 and 10, 2024<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/rfp77039583-5000144690-three-3-year-contract-to-provide-serials-periodicals-for-the-jefferson-parish-library-department.html
27-Mar-2024 10:00:00 AM CDT |
23-Apr-2024 2:00:00 PM CDT |
St. John the Baptist Parish Public Schools |
2024 Milk & Milk Products
|
The St. John the Baptist Parish School Board will receive sealed bids for the Milk and Milk Products until <br />April 16, 2024 @ 10:00am.<br />
https://www.centralauctionhouse.com/rfp58763666-2024-milk-milk-products-.html
27-Mar-2024 10:00:00 AM CDT |
16-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Bread & Bread Product
|
St John the Baptist Parish School Board will receive Bids for Bread & Bread Products until April 16, 2024 @ 10:00 am
https://www.centralauctionhouse.com/rfp58783184-2024-bread-bread-product-.html
27-Mar-2024 10:00:00 AM CDT |
16-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Meat & Meat Products
|
St John Parish School Board will receive bids for Meat and Meat Products until 10:00 april 17, 2024
https://www.centralauctionhouse.com/rfp58786012-2024-meat-meat-products-.html
27-Mar-2024 10:00:00 AM CDT |
17-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Frozen Foods
|
St John Parish School Board will receive bids for Frozen Foods until 10:00 april 17, 2024
https://www.centralauctionhouse.com/rfp77615892-2024-frozen-foods-.html
27-Mar-2024 10:00:00 AM CDT |
17-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Cleaning Products
|
St John Parish School Board will receive bids for Cleaning Products until 10:00 april 18, 2024
https://www.centralauctionhouse.com/rfp3162854-2024-cleaning-products-.html
27-Mar-2024 10:00:00 AM CDT |
18-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Large Equipment
|
St John Parish School Board will receive bids for Large Equipment until 10:00 april 17, 2024
https://www.centralauctionhouse.com/rfp7105964-2024-large-equipment-.html
27-Mar-2024 10:00:00 AM CDT |
18-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Paper Products
|
St John Parish School Board will receive bids for Paper Products until 10:00 april 18, 2024
https://www.centralauctionhouse.com/rfp62440742-2024-paper-products-.html
27-Mar-2024 10:00:00 AM CDT |
18-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Small Equipment
|
St John Parish School Board will receive bids for Small Equipment until 10:00 april 18, 2024
https://www.centralauctionhouse.com/rfp22311816-2024-small-equipment-.html
27-Mar-2024 10:00:00 AM CDT |
18-Apr-2024 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
2024 Transporting
|
St John Parish School Board will receive bids for Transporting Services until 10:00 April 16, 2024
https://www.centralauctionhouse.com/rfp3103284-2024-transporting-.html
27-Mar-2024 10:00:00 AM CDT |
16-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144745-Purchase of a Combination Vacuum Cleaning Truck for the Jefferson Parish Public Works Rehab Section
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144745<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 />Purchase of a Combination Vacuum Cleaning Truck for the<br />Jefferson Parish Public Works Rehab Section<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: March 27, & April 3, 2024<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/rfp22305783-5000144745-purchase-of-a-combination-vacuum-cleaning-truck-for-the-jefferson-parish-public-works-rehab-section.html
27-Mar-2024 9:30:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
50-00144946 PURCHASE OF MANHOLE SUPPLIES FOR JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS
|
PURCHASE OF MANHOLE SUPPLIES FOR JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS
https://www.centralauctionhouse.com/rfp68759669-50-00144946-purchase-of-manhole-supplies-for-jefferson-parish-department-of-public-works.html
27-Mar-2024 9:10:00 AM CDT |
02-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144666-Labor, Materials & Equipment necessary to furnish & install Aluminum Bleachers at various playground locations for the Jefferson Parish Recreation Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144666<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 23, 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 & Equipment necessary to furnish & install Aluminum Bleachers <br />at various playground locations for the Jefferson Parish Recreation 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: March 27, & April 3, & 10, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at<br />http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp58700569-5000144666-labor-materials-equipment-necessary-to-furnish-install-aluminum-bleachers-at-various-playground-locations-for-the-jefferson-parish-recreation-department-.html
27-Mar-2024 9:03:00 AM CDT |
23-Apr-2024 2:00:00 PM CDT |
St. Landry Parish Assessor's Office |
2016 Buick LaCrosse
|
Declaration and Sale of surplus property<br /> <br />The St Landry Parish Assessor, Sherri Z. McGovern, hereby declares the below listed vehicle to be surplus and no longer needed in the regular operation of the St Landry Parish Assessor’s Office. This declaration of surplus property is being made in accordance with LA R.S. 33:4711.1. The listed vehicle below will be sold in an “AS IS” condition with no warranties or guarantees and sale shall be final. The St Landry Parish Assessor reserves the right to accept or reject any and all bids.<br /> <br />Surplus Property-2016 Buick LaCrosse (Premium Sedan 4dr) VIN- 1G4GD5G33GF170503, Odometer 113,346 (as of 3-27-24)<br /> <br />No Bids Under $10,000 Will Be Accepted<br /> <br /> <br />The vehicle must be removed within 48hrs of the accepted bid at buyer’s expense. Only bank drafts or certified checks made payable to St Landry Parish Assessor’s Office will be accepted and payment must be submitted by 3:00 pm day of bid opening by winner. The winning bidder must have a valid driver’s license or state ID at purchase. The vehicle is available for inspection by appointment by contacting Office Manager Letitia Dartez at 337 942-3166, Monday – Friday, 8:30a.m. to 4:30p.m. Photos of vehicle can be emailed to bidders by requesting through email at
[email protected] .<br /> <br />INSTRUCTIONS TO BIDDERS: Bids will be accepted until April 30, 2024 at 10:00a.m. with bids being opened and read after closing time of bid acceptances. Bids shall be submitted by U.S. mail to St Landry Parish Assessor’s Office, Attn: Letitia Dartez, P.O. Box 39, Opelousas, LA 70571 or submitted by hand delivery to St Landry Parish Assessor’s Office, Attn: Letitia Dartez, 118 S. Court Street, Suite 230, Opelousas, LA 70570 or by internet through Central Auction House at www.centralbidding.com. Only one(1) bid per bidder shall be submitted.<br />Interested bidders are to submit bid by internet or if in person or U.S. mail in a sealed envelope clearly marked “2016 Buick LaCrosse Bid Enclosed” with the following information below on plain paper filled out legibly:<br /> <br /> <br />2016 Buick LaCrosse Bid <br /> <br />Bid Price $__ __ __ __ __. __ __<br /> <br />Bidder’s Name ____________________________________________<br /> <br />Bidder’s Physical Address (not P.O. Box) street________________________<br /> <br /> city _____________________, state_______<br /> <br /> zip____________<br /> <br />Bidder’s Contact Phone (______) ______-_______________<br />
https://www.centralauctionhouse.com/rfp88332752-2016-buick-lacrosse.html
27-Mar-2024 9:00:00 AM CDT |
30-Apr-2024 10:00:00 AM CDT |
St. Tammany Parish School Board |
PURCHASE OF SIX (6) CARGO VANS
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp22359549-purchase-of-six-6-cargo-vans.html
27-Mar-2024 9:00:00 AM CDT |
12-Apr-2024 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 24-6827 FURNISH AND INSTALL OUTDOOR FITNESS EQUIPMENT AT ROSEMARY MINOR PARK
|
<div style="text-align: center;"><b>BID ADVERTISEMENT</b></div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:00 A.M., FRIDAY, APRIL 15th, 2024 IN THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 9:15 A.M. AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <div style="text-align: center;"><b>FURNISH AND INSTALL OUTDOOR FITNESS EQUIPMENT<br />AT ROSEMARY MINOR PARK<br />FOR THE CITY OF KENNER<br />DEPARTMENT OF RECREATION</b></div><br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062; OR BY CONTACTING THE FINANCE DEPARTMENT AT:
[email protected] .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 24-6827<br />ADV. THE ADVOCATE<br />MARCH 27th AND APRIL 3rd, 2024
https://www.centralauctionhouse.com/rfp95030849-sealed-bid-24-6827-furnish-and-install-outdoor-fitness-equipment-at-rosemary-minor-park.html
27-Mar-2024 8:30:00 AM CDT |
15-Apr-2024 9:00:00 AM CDT |
City of Kenner, LA |
SEALED BID 24-6828 FURNISH AND INSTALL OUTDOOR FITNESS EQUIPMENT AT BETSY B. HAMMOND PARK
|
<div style="text-align: center;"><b>BID ADVERTISEMENT</b></div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:30 A.M., FRIDAY, APRIL 15th, 2024 IN THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 9:45 A.M. AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <div style="text-align: center;"><b>FURNISH AND INSTALL OUTDOOR FITNESS EQUIPMENT<br />AT BETSY B. HAMMOND PARK<br />FOR THE CITY OF KENNER<br />DEPARTMENT OF RECREATION</b></div><br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062; OR BY CONTACTING THE FINANCE DEPARTMENT AT:
[email protected] .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 24-6828<br />ADV. THE ADVOCATE<br />MARCH 27th AND APRIL 3rd, 2024
https://www.centralauctionhouse.com/rfp12812745-sealed-bid-24-6828-furnish-and-install-outdoor-fitness-equipment-at-betsy-b-hammond-park.html
27-Mar-2024 8:30:00 AM CDT |
15-Apr-2024 9:30:00 AM CDT |
Jefferson Parish Government |
5000144729 Purchase of Mobility Vans for the Jefferson Parish Transit Department
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144729<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 />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: March 27 and April 3, 2024<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/rfp71110060-5000144729-purchase-of-mobility-vans-for-the-jefferson-parish-transit-department.html
27-Mar-2024 8:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Vermilion Parish Police Jury |
Additions to the Vermilion Parish Rabies and Animal Control Center
|
<br /><b>NOTICE TO BIDDERS</b><br />Notice is hereby given that sealed bids will be received by the Vermilion Parish Police Jury at the Vermilion Parish Courthouse, Police Jury Meeting Room, at 100 N. State Street, Suite 200, Abbeville, Louisiana, 70510, or online at http://www.centralauctionhouse.com until <b>3:00 P.M., Thursday, April 25, 2024</b> for the following:<br /><b>ADDITIONS TO THE<br />VERMILION PARISH RABIES AND ANIMAL CONTROL CENTER<br />FOR THE <br />VERMILION PARISH POLICE JURY</b><br />11303 PIONEER ROAD<br />KAPLAN, LOUISIANA<br />and will thereafter, be publicly opened and read aloud. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.<br />The Project consists of an approximate 770 Square Foot building addition constructed of a pre-engineered metal building structure with pre-finished metal roof panels, concrete masonry unit exterior and interior walls, along with all associated selective demolition, earthwork, fencing, site improvements, concrete site paving, mechanical and electrical systems and services, and all necessary appurtenances as indicated on the plans and specifications. An Alternate Bid Item includes the addition of an approximate 190 Square Foot Covered Canopy as well as a second Alternate Bid Item to include additional Plumbing Repairs and associated work in the existing Building Structure. <br /><br /><b>A Pre-Bid Conference will be held at the project site at 3:00 PM, Thursday April 11, 2024. All Prime Bidders and other interested parties are strongly encouraged to attend.</b><br /><br />General contractors (Prime Bidders), subcontractors and material suppliers interested in bidding shall obtain complete sets of plans, specifications and bid documents at the office of The Sellers Group, 147 Easy Street, Lafayette, Louisiana 70506 (337) 232-0778. Printed sets and plans, specifications and bidding documents are available upon deposit of $150.00 for each set of documents plus $10.00 postage and handling fee if applicable. Deposit for the first set is fully refundable to all bona fide prime contract bidders and a refund of $75.00 will be made for all additional sets to general contractors and to all subcontractors and material suppliers upon return of documents in good condition not later than ten (10) days after receipt of bids. The deposit for damaged, incomplete or late returned documents may be forfeited. Partial sets of documents will not be issued. As an option to printed plans and specifications, parties may request and acquire an electronic copy (in pdf format) set of plans, specifications and bidding documents from the office of the Architect at no cost. Plans, specifications and bid documents shall be available until twenty-four (24) hours before the bid opening. For convenience, complete Sets of Plans and Specifications may also be viewed online at http://www.centralauctionhouse.com.<br /><br /><b>Notice: Prime Bidders (General Contractors) must register with and acquire printed and/or electronically submitted plans and specifications from the office of the Architect in order to be eligible to bid the project. Any Bid submitted by a Prime Bid Contractor that has not registered with and acquired plans and specifications from the office of the Architect shall be rejected.</b><br /><br />Each quotation shall be accompanied by a certified check, cashier's check, or bid bond payable to the Owner, the amount of which shall be five percent (5%) of the total amount bid (including alternates). If a bid bond is used, it shall be written by a surety or insurance company currently on the U. S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register or by a Louisiana domiciled insurance company with a least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents.<br /><br />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 />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Title 37 of the Louisiana Revised Statutes (LA. R.S. 37:2150-2192) for the classification of BUILDING CONSTRUCTION and show their license number on the front of the sealed envelope in which their bid is enclosed. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. If the contract price is less than $50,000.00, the contractor need not be licensed. Any bid submitted that does not require the contractor to hold a license shall state the exemption on the bid envelope. Additional information relative to the licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /><br />Bidder is required to comply with provisions and requirements in accordance with LA. R. S. 38:2212(B)5. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. <br /><br />Each bid shall be submitted only on the Bid Form included in the Specifications.<br /><br />The Owner reserves the right to reject any and all quotations or any portions thereof for just cause. In accordance with LA R. S. 38:2212(B)(1), the provisions and requirements of this Section, those stated in the Advertisement (Notice) to bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br /><br />Any person with disabilities requiring special accommodations must contact the Vermilion Parish Police Jury Administrative Offices no later than seven (7) days prior to bid opening.<br /><br />Vermilion Parish Police Jury<br />Keith Roy, Parish Administrator<br /><br />Publish Dates: March 27, 2024, April 3, 2024, April 10, 2024. <br />
https://www.centralauctionhouse.com/rfp64343569-additions-to-the-vermilion-parish-rabies-and-animal-control-center.html
27-Mar-2024 7:00:00 AM CDT |
25-Apr-2024 3:00:00 PM CDT |
City of Mandeville |
REHABILITATION OF LIFT STATIONS 13,18,37
|
<b>INVITATION TO BID<br />CITY OF MANDEVILLE</b><br /><br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, April 17, 2024, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete the REHABILITATION OF LIFT STATIONS NO. 13, 18 and 37, CITY OF MANDEVILLE PROJECT NO. 212.24.001, FAIRWAY CONSULTING AND ENGINEERING PROJECT NO. 22-021A; for the City of Mandeville. Bids will be opened and publicly read aloud after 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received after 11:00 A.M. will be returned unopened.<br /><br />The work of this contract consists of the rehabilitation of three existing sewerage lift stations located within the City of Mandeville, Louisiana.<br />A NON-mandatory pre-bid conference will be held on Thursday, April 4, 2024; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169).<br /><br />Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of Contract Documents may be secured from Fairway Consulting and Engineering located at 827 West 22nd Avenue, Covington, Louisiana 70433 (985-288-2770) by licensed Contractors upon payment of ONE HUNDRED dollars ($100.00) per set. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids.<br /><br />Please find bid-related materials and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process please call Central Bidding at (225) 810-4814.<br /><br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents.<br /><br />The outside envelope in which the bid is placed must be clearly marked as follows:<br /><br />Sealed Bid: REHABILITATION OF LIFT STATIONS NO. 13, 18 and 37 CITY PROJECT NO. 212.24.001 FCE PROJECT 22-021A<br />Bid Due Date and Time: WEDNESDAY, APRIL 17, 2024; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND LOUISIANA CONTRACTOR’S LICENSE NUMBER<br /><br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy or a digital copy on a USB flash drive.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 3xs: 3/27, 4/3, 4/10, 2024
https://www.centralauctionhouse.com/rfp86207456-rehabilitation-of-lift-stations-131837.html
27-Mar-2024 12:00:00 AM CDT |
17-Apr-2024 11:00:00 AM CDT |
Jackson Parish School Board |
Jackson Parish School Board Access Control Project
|
Advertisement for Bids<br />Jackson Parish School Board<br />Access Control Project<br />Sealed bids for the following project will be received by the Jackson Parish School Board, located at 315 Pershing Highway, Jonesboro, Louisiana 71251, either by mail or hand delivery, no later than 2:00 p.m. local time on April 25, 2024, at which time all bids will be publicly opened and read aloud. Bids received after 2:00 p.m. deadline will be returned to the bidder unopened.<br /> Project: Access Control Project<br /> Project Classification: Installation of Access Control System at all Schools and Central Office<br /> Contract Time: October 1, 2024<br /> Liquidated Damages: $200.00 per calendar day<br />The contractors have the option of submitting their bids to the location stated above or submitting their bid electronically at www.CENTRALBIDDING.com. For more information or a copy of the specifications, please contact Bill Jones at
[email protected].<br />Bidders are advised that both a Performance Bond and a Payment Bond issued by a company licensed to do business in Louisiana, each in the amount of 100 percent (100%) of the Contract Price, will be required.<br />The Bidder is advised that the Jackson Parish School Board is an Equal Opportunity Employer.<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 all subcontractors comply with this law. The Contractors must be licensed in the above proper category of work and must show their license number on the face of the sealed bid envelope.<br />Bid proposals, amendments to bids, or request for withdrawal of bids, received after time specified for bid opening shall not be considered for any cause whatsoever.<br />The bid proposal is firm for a period of thirty (30) days from the date of the opening of bids and no bid proposal can be withdrawn for any reason during this period of time. The Jackson Parish School Board reserves the right to reject any and all bids for just cause and reserves the right to waive any and all informalities.<br />This project shall comply with applicable Uniform Guidance requirements, Davis-Bacon prevailing wage requirements 14, and all of the Department’s applicable regulations regarding construction at 34§ CFR 76.600 and 75.600-75.618. The project is funded using Stronger Connection Title IV funds which are distributed through the Louisiana Department of Education. This project shall be required to follow all applicable requirements.<br />Other documentation and information required including but not limited to the low bidder’s attestation pursuant to R.L.S. 38:2212.10 and 2227 shall be furnished by the low bidder within ten (10) days after the bid opening.<br />Prospective bidders must be in compliance with Executive Order 12549, pertaining to Disbarment and Suspension and implemented at 34 CFR Part 85, for prospective participants in primary covered transactions, as defined at 34 CFR Part 85, Section 85.105 and 85.110.<br />Publish Dates:<br />March 27, 2024<br />April 3, 2024 <br /> April 10, 2024
https://www.centralauctionhouse.com/rfp42102922-jackson-parish-school-board-access-control-project.html
27-Mar-2024 12:00:00 AM CDT |
25-Apr-2024 2:00:00 PM CDT |
Southeast Louisiana Flood Protection Authority - West |
Bid 308 - Flood Protection Materials
|
The Southeast Louisiana Flood Protection Authority – West (SLFPA – W) is soliciting bids for the purchase of Flood Protection Materials for daily operations as well as during a state of emergency when normal business is or has been interrupted. These events can be hurricanes, levee breaks, high water events, floods, tornados or any man-made disaster such as an act of terrorism or any other type of emergency or disaster, and they may occur at any time.<br /><br />A bid package that lists all of the materials necessary is available at 7001 River Road, Marrero, LA 70072 or click here for details.<br /><br />All bids must be sealed and marked with company name and bid number 308.<br /><br />Bids must be received by 10:00 A.M. on Wednesday, April 24, 2024.<br /><br />This is a non-exclusive contract. The contract will be valid for a period of one (1) year beginning July 1, 2024 through June 30, 2025.<br /><br />Bids will be opened and read aloud at 10:00 A.M. on Wednesday, April 24, 2024. For additional information, please contact Jesse Noel or Don Robertson at (504) 340-0318.
https://www.centralauctionhouse.com/rfp76922585-bid-308--flood-protection-materials-.html
27-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 10:00:00 AM CDT |
Southeast Louisiana Flood Protection Authority - West |
Bid 309 - Equipment Rental
|
The Southeast Louisiana Flood Protection Authority – West is soliciting bids for equipment rental needed for daily operations as well as during a state of emergency when normal business is or has been interrupted. These events can be hurricanes, levee breaks, floods, tornados, or any man-made disaster, such as an act of terrorism or any other type of emergency or disaster, and they may occur at any time.<br /><br />Note: Rates shall include all costs associated with supervision, mobilization, demobilization, delivery, and pickup of the equipment. All deliveries will be made to 7001 River Road, Marrero, LA 70072.<br /><br />A bid package is available at 7001 River Road, Marrero, LA 70072, that lists all the items and quantities necessary or click here for details.<br /><br />All bids must be sealed and marked with the company name and bid number 309.<br /><br />Bids must be received by 10:00 A.M. on Wednesday, April 24, 2024.<br /><br />This is a non-exclusive contract. The contract will be valid for a period of one (1) year beginning July 1, 2024, through June 30, 2025.<br /><br />Bids will be opened on Wednesday, April 24, 2024, at 10:00 A.M. For additional information, please contact Jesse Noel or Don Robertson at (504) 340-0318.
https://www.centralauctionhouse.com/rfp58736216-bid-309--equipment-rental.html
27-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144779 - Furnish Labor, Materials and Equipment to Provide and Install New Polystyrene Monument Style Sign for Jefferson Parish Parkways Department
|
Furnish Labor, Materials and Equipment to Provide and Install New Polystyrene Monument Style Sign for Jefferson Parish Parkways Department
https://www.centralauctionhouse.com/rfp22364355-5000144779--furnish-labor-materials-and-equipment-to-provide-and-install-new-polystyrene-monument-style-sign-for-jefferson-parish-parkways-department--.html
27-Mar-2024 12:00:00 AM CDT |
04-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144942 - Furnish Labor, Maintenance and Equipment to Perform a Visual Inspection of Roof Top Lightning Protection Systems at Various Locations for General Services
|
Furnish Labor, Maintenance and Equipment to Perform a Visual Inspection of Roof Top Lightning Protection Systems at Various Locations for General Services
https://www.centralauctionhouse.com/rfp76916792-5000144942--furnish-labor-maintenance-and-equipment-to-perform-a-visual-inspection-of-roof-top-lightning-protection-systems-at-various-locations-for-general-services.html
27-Mar-2024 12:00:00 AM CDT |
04-Apr-2024 11:00:00 AM CDT |
Avoyelles Parish School Board |
Sanitation supplies
|
Sealed bids will be received by the Avoyelles Parish School Board until 10:30 a.m., Wednesday, April 17, 2024 at its office at 221 Tunica Dr, Marksville, LA, 71351 for the following items for the 2023-24 and 2024-25 school session:<br /> <br />Sanitization supplies:<br />Purell Hand Sanitizer – 12 oz bottles<br />Lysol disinfecting wipes – 80 per box<br /> <br />Sealed bids will be opened at the Avoyelles Parish School Board Maintenance & Warehouse Department, at 539 West Bontemp Street, Marksville, Louisiana 71351 on April 17, 2024 at 1:30 pm. A copy of the APSB Certificate of tax exemption is available upon request.<br /> <br />Bids may be submitted by mail to the attention of Mary Bonnette at the following address:<br />221 Tunica Drive, Marksville, LA 71351<br />Bids may also be submitted via Central Bidding at the link below:<br />https://www.centralauctionhouse.com/<br /> <br />The Board reserves the right to reject any and/or all bids to waive informalities.<br /> <br /> AVOYELLES PARISH SCHOOL BOARD<br /> <br /> Lynn Deloach, President<br /> <br /> Publish Dates: April 4, 11 Karen Tutor, Superintendent<br />
https://www.centralauctionhouse.com/rfp48698818-sanitation-supplies.html
26-Mar-2024 5:58:00 PM CDT |
17-Apr-2024 1:30:00 PM CDT |
Avoyelles Parish School Board |
Security Metal Detection Scanners
|
NOTICE TO BIDDERS<br /> <br />Sealed bids will be received by the Avoyelles Parish School Board until 10:30 a.m., Tuesday, April 17, 2024 at its office at 221 Tunica Dr, Marksville, LA, 71351 for the following items for the 2023-24 and 2024-25 school session:<br /> <br />Security Metal Detection Scanners<br />Battery Unit<br />CEIA Metal Detectors<br />Able to use with phone or tablet<br />Weapon Detection System including charger and battery<br />Warranty<br />Installation, demo, training<br />Sealed bids will be opened at the Avoyelles Parish School Board Maintenance & Warehouse Department, at 539 West Bontemp Street, Marksville, Louisiana 71351 on April 17, 2024 at 1:30 pm. A copy of the APSB Certificate of tax exemption is available upon request.<br /> <br />Bids may be submitted by mail to the attention of Thelma Prater at the following address:<br />221 Tunica Drive, Marksville, LA 71351<br />Bids may also be submitted via Central Bidding at the link below:<br />https://www.centralauctionhouse.com/<br /> <br />The Board reserves the right to reject any and/or all bids to waive informalities.<br /> <br /> AVOYELLES PARISH SCHOOL BOARD<br /> <br /> Lynn Deloach, President<br /> <br /> Publish Dates: April 4, 11 Karen Tutor, Superintendent
https://www.centralauctionhouse.com/rfp64363800-security-metal-detection-scanners.html
26-Mar-2024 5:09:00 PM CDT |
17-Apr-2024 1:30:00 PM CDT |
Tangipahoa Parish Government |
ONE (1) TILTING FLOOR KETTLE GAS MODELS DH020/40/60C/A/C2T
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, WEDNESDAY, APRIL24, 2024 AT 10:00 A.M. IN THE TPC CHAMBERS 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp69267834-one-1-tilting-floor-kettle-gas-models-dh0204060cac2t.html
26-Mar-2024 3:32:00 PM CDT |
24-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144939 PURCHASE OF CATCHER'S HELMET FOR JEFFERSON PARISH RECREATION DEPARTMENT
|
PURCHASE OF CATCHER'S HELMET FOR JEFFERSON PARISH RECREATION DEPARTMENT
https://www.centralauctionhouse.com/rfp46524144-5000144939-purchase-of-catchers-helmet-for-jefferson-parish-recreation-department.html
26-Mar-2024 3:30:00 PM CDT |
01-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144925 PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH WESTBANK WAREHOUSE
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH WESTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp92053734-5000144925-purchase-of-warehouse-supplies-for-jefferson-parish-westbank-warehouse.html
26-Mar-2024 12:50:00 PM CDT |
01-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144907 PURCHASE OF TRAILER FOR JEFFERSON PARISH EAST BANK STREETS
|
PURCHASE OF TRAILER FOR JEFFERSON PARISH EAST BANK STREETS
https://www.centralauctionhouse.com/rfp71986921-5000144907-purchase-of-trailer-for-jefferson-parish-east-bank-streets.html
26-Mar-2024 12:16:00 PM CDT |
05-Apr-2024 11:00:00 AM CDT |
City of Alexandria |
RFP #1819P Environmental Engineering & Consulting Services
|
It is the intent of the City of Alexandria to secure pricing for Environmental Engineering & Consulting Services for use by the City of Alexandria Utility and Public Works Divisions. The purpose of this document is to engage the services of a consultant to provide a broad range of environmental consulting services and technical support for the City of Alexandria.
https://www.centralauctionhouse.com/rfp48650581-rfp-1819p-environmental-engineering-consulting-services.html
26-Mar-2024 11:00:00 AM CDT |
29-Apr-2024 2:00:00 PM CDT |
City of Alexandria |
RFP 1820P Testing, Calibration, and Maintenance of Substation and the DG Hunter Generating Station's Relays, Meters, and Related Equipment
|
It is the intent of the City of Alexandria to secure pricing for the service of Testing, Calibration, and Maintenance of Substations and the D.G. Hunter Generating Station’s Relays, Meters, and Related Equipment. This service contract shall remain in effect for a period of twelve (12) months from award date. Contingent upon the availability of funds, and the ability of the successful proposer to honor the quoted prices, the City reserves the right to renew the existing contract for a period of up to two (2) additional years, in one year increments.
https://www.centralauctionhouse.com/rfp48677813-rfp-1820p-testing-calibration-and-maintenance-of-substation-and-the-dg-hunter-generating-stations-relays-meters-and-related-equipment.html
26-Mar-2024 11:00:00 AM CDT |
29-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144924 PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
|
PURCHASE OF WAREHOUSE SUPPLIES FOR JEFFERSON PARISH EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp97705638-5000144924-purchase-of-warehouse-supplies-for-jefferson-parish-eastbank-warehouse.html
26-Mar-2024 11:00:00 AM CDT |
01-Apr-2024 11:00:00 AM CDT |
Assumption Parish School Board |
Assumption Parish School Board Child Nutrition Bids 24-25
|
https://www.centralauctionhouse.com/rfp92081983-assumption-parish-school-board-child-nutrition-bids-24-25.html
26-Mar-2024 10:00:00 AM CDT |
12-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144876 PURCHASE OF SEPTIC TREATMENT PRODUCTS FOR JEFFERSON PARISH EAST BANK WAREHOUSE
|
PURCHASE OF SEPTIC TREATMENT PRODUCTS FOR JEFFERSON PARISH EAST BANK WAREHOUSE
https://www.centralauctionhouse.com/rfp64314923-5000144876-purchase-of-septic-treatment-products-for-jefferson-parish-east-bank-warehouse.html
26-Mar-2024 9:50:00 AM CDT |
02-Apr-2024 11:00:00 AM CDT |
Avoyelles Parish School Board |
HVAC Wallmounts and Condensers
|
NOTICE TO BIDDERS<br /> <br />Sealed bids will be received by the Avoyelles Parish School Board until 10:30 a.m., Tuesday, April 23, 2024 at its office at 539 West Bontemp St, Marksville, Louisiana, 71351 for the following items for the 2023-24 and 2024-25 school session:<br /> <br />HVAC Wall Mount Units and Condensers<br />1. 4T Wall MT 15 KW 230 V 1 Ph<br />2. 3T Wall MT 10 KW 230 V 1 Ph<br />3. 5T Wall MT 15KW 230 V 1 Ph<br />4. RHM 5T CU RA14AZ 230 V 1 Ph<br />5. 3T 3 Ph Gas Wall MT 55000 BTU Heat 230 V<br />6. 3T 1 Ph Gas Wall MT 55000 BTU Heat 230 V<br /> <br />Sealed bids will be opened at the Avoyelles Parish School Board Maintenance & Warehouse Department, at 539 West Bontemp Street, Marksville, Louisiana 71351 on April 23, 2024 at 1:30 pm. Bids must show unit prices per item. A copy of the APSB Certificate of tax exemption is available upon request.<br /> <br />Bids may be submitted by mail to the attention of Ray Carlock at the following address:<br />221 Tunica Drive, Marksville,LA 71351<br />Bids may also be submitted via Central Bidding at the link below:<br />https://www.centralauctionhouse.com/<br /> <br /> <br />The Board reserves the right to reject any and/or all bids to waive informalities.<br /> <br /> AVOYELLES PARISH SCHOOL BOARD<br /> <br /> Lynn Deloach, President<br /> <br /> Publish Dates: April 4, 11 Karen Tutor, Superintenden<br />
https://www.centralauctionhouse.com/rfp69200248-hvac-wallmounts-and-condensers.html
26-Mar-2024 9:29:00 AM CDT |
23-Apr-2024 10:30:00 AM CDT |
Avoyelles Parish School Board |
Water Fountains and Fillers
|
NOTICE TO BIDDERS<br /> <br />Sealed bids will be received by the Avoyelles Parish School Board until 10:30 a.m., Tuesday, April 23, 2024 at its office at 539 West Bontemp St, Marksville, Louisiana, 71351 for the following items for the 2023-24 and 2024-25 school session:<br /> <br />Water Fountains and filters<br />EZS8L LF Deluxe Barrier Free Water Cooler<br />EZS8WSLK LF EZH2O Bottle Filler 8GPH No Filter<br />EFA8L1Z LF Elkay Deluxe Floor Model (EFA-8) Air Cooled Water Cooler <br />Sealed bids will be opened at the Avoyelles Parish School Board Maintenance & Warehouse Department, at 539 West Bontemp Street, Marksville, Louisiana 71351 on April 23, 2024 at 1:30 pm. Bids must show unit prices per item. A copy of the APSB Certificate of tax exemption is available upon request.<br /> <br />Bids may be submitted by mail to the attention of Ray Carlock at the following address:<br />221 Tunica Drive, Marksville,LA 71351<br />Bids may also be submitted via Central Bidding at the link below:<br />https://www.centralauctionhouse.com/<br /> <br /> <br />The Board reserves the right to reject any and/or all bids to waive informalities.<br /> <br /> AVOYELLES PARISH SCHOOL BOARD<br /> <br /> Lynn Deloach, President<br /> <br /> Publish Dates: April 4, 11 Karen Tutor, Superintendent
https://www.centralauctionhouse.com/rfp64351076-water-fountains-and-fillers.html
26-Mar-2024 9:20:00 AM CDT |
23-Apr-2024 10:30:00 AM CDT |
Lafourche Parish Government |
Morvant Pump Station Access Road Improvements
|
INVITATION TO BIDDERSSealed bids will be received on April 24, 2024, by Lafourche Parish Government until 2:00 P.M 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 (3rd floor conference room). Only electronic bids submitted on www.centralbidding.com will be accepted.<br /> <br />Bid documents are posted on https://www.centralauctionhouse.com/rfpc59-lafourche-parish-government.html. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />No bid received after the scheduled time for opening will be considered.<br /> <br />PROJECT NAME: Morvant Pump Station Access Road Improvements<br /> <br />PROJECT DESCRIPTION: Construction of proposed 4,640 linear feet of stone access road, four 72” diameter SDP for drainage canal crossing and existing culvert modification.<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. This Project shall require a Louisiana Contractors license number for Heavy Construction.<br /> <br />Bidding Documents for this Project are on file in the engineer’s office, High Tide Consultants, LLC, 700 Canal Blvd, in Thibodaux, Louisiana. Please contact B. Shane Guin, PE (985-446-1110) for any clarification or information with regard to the specifications.<br /> <br />A non-mandatory Pre-Bid Conference will be held on April 9, 2024 at 10:00 AM at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301. (3rd floor conference room)<br /> <br />Lafourche Parish Government reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<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 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. Chiassion, III<br /> <br />/s/ Archie P. Chiassion, III Parish President<br /> <br />Publish Dates<br />March 26, 2024<br />April 2, 2024<br />April 9, 2024
https://www.centralauctionhouse.com/rfp93536225-morvant-pump-station-access-road-improvements.html
26-Mar-2024 9:20:00 AM CDT |
24-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144861 PURCHASE OF TURBO JET CHAIN FLAIL KIT FOR PUBLIC WORKS
|
PURCHASE OF TURBO JET CHAIN FLAIL KIT FOR PUBLIC WORKS
https://www.centralauctionhouse.com/rfp62041406-5000144861-purchase-of-turbo-jet-chain-flail-kit-for-public-works.html
26-Mar-2024 9:09:00 AM CDT |
02-Apr-2024 11:00:00 AM CDT |
Lafourche Parish School District |
MATS AND DUST MOP RENTALS
|
Sealed bids will be received by the Lafourche Parish School Board until 10:00 a.m. on Tuesday, April 23, 2024 at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids in accordance with the following specifications will be publicly opened and read aloud for the purchase of Mats and Dust Mop Rentals.<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 />All bids, in duplicate copies, shall be submitted in a sealed envelope and clearly marked: BID NO. 2024-042324 Mats and Dust Mop Rentals, TO BE OPENED Tuesday, April 23, 2024 AT 10:00 A.M., and addressed to the Purchasing Agent, Lafourche Parish School Board, P. O. Box 879, Thibodaux, Louisiana 70302. The name and address of the company submitting the bid should appear on the top left corner of the envelope containing the bid document.<br />
https://www.centralauctionhouse.com/rfp69915766-mats-and-dust-mop-rentals.html
26-Mar-2024 5:00:00 AM CDT |
23-Apr-2024 6:00:00 AM CDT |
Jefferson Parish Government |
5000144824 - Furnish Labor, Materials and Equipment to Provide and Install Safeco Files and Supplies for Jefferson Parish Clerk of Court
|
Furnish Labor, Materials and Equipment to Provide and Install Safeco Files and Supplies for Jefferson Parish Clerk of Court
https://www.centralauctionhouse.com/rfp64340296-5000144824--furnish-labor-materials-and-equipment-to-provide-and-install-safeco-files-and-supplies-for-jefferson-parish-clerk-of-court.html
26-Mar-2024 12:00:00 AM CDT |
03-Apr-2024 11:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Rebid System Wide Line Repairs (Hurricane Ida)
|
<br />Sealed bids will be received until the hour of 2:00 pm on April 17, 2024, 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: TPCG (Rebid) System Wide Line Repairs<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, 301 Plant Road, 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: (Rebid) System Wide Line Repairs<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 />Electronic drawings and specifications are on file and can be secured from Red Stick Power or Royal Engineering via email at
[email protected];
[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 />A Non-mandatory Pre-Bid Conference will be held on April 9, 2024, 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 />
https://www.centralauctionhouse.com/rfp88344717-rebid-system-wide-line-repairs-hurricane-ida.html
25-Mar-2024 3:37:00 PM CDT |
17-Apr-2024 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 24-6825 FURNISH AND INSTALL A THERMOPLASTIC POLYOLEFIN (TPO) ROOF ON THE FASSBENDER CENTER
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:30 A.M., THURSDAY, APRIL 18th, 2024 IN THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 9:45A.M. AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <div style="text-align: center;"><b>THERMOPLASTIC POLYOLEFIN (TPO) ROOF<br />FOR THE FASSBENDER CENTER<br />AT 2508 20th STREET, KENNER, LA 70062</b></div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062, OR BY CONTACTING THE FINANCE DEPARTMENT AT:
[email protected] .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 24-6825<br />ADV. THE ADVOCATE<br />MARCH 20th AND 27th, AND APRIL 3rd, 2024<br />
https://www.centralauctionhouse.com/rfp63101178-sealed-bid-24-6825-furnish-and-install-a-thermoplastic-polyolefin-tpo-roof-on-the-fassbender-center.html
25-Mar-2024 8:00:00 AM CDT |
18-Apr-2024 9:30:00 AM CDT |
City of Youngsville |
Youngsville Water Treatment Plant
|
The work includes the construction of new water treatment facilities including 4-8’-6” diameter greensand plus vertical filters, air scour blower, chemical feed systems, filter and operations building, 2 high service pumps, 2 backwash pumps, and other equipment associated with the water plant, 500,000 gallons prestressed concrete ground storage tank, 100 sf chlorine building, natural gas generator, electrical instrumentation and controls, and other appurtenant and related items of construction. The work also includes relocation of an existing generator at Water Well #7 to nearby Water Well #9.
https://www.centralauctionhouse.com/rfp58652038-youngsville-water-treatment-plant.html
25-Mar-2024 6:00:00 AM CDT |
01-May-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144726 - Furnish Labor, Materials and Equipment to Clean and Seal the Walls and Wet-Glaze Exterior Windows for Jefferson Parish General Services
|
Furnish Labor, Materials and Equipment to Clean and Seal the Walls and Wet-Glaze Exterior Windows for Jefferson Parish General Services
https://www.centralauctionhouse.com/rfp63158669-5000144726--furnish-labor-materials-and-equipment-to-clean-and-seal-the-walls-and-wet-glaze-exterior-windows-for-jefferson-parish-general-services.html
25-Mar-2024 12:00:00 AM CDT |
08-Apr-2024 11:00:00 AM CDT |
Terrebonne Parish School District |
TPSD-Security Improvements at Oaklawn Middle School
|
SECTION 001113 – ADVERTISEMENT FOR BIDS (LEGAL NOTICE)<br /> <br />Sealed bids will be received on Thursday, April 18, 2024, by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until 2:00 P.M. local time. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 2:00 P.M. local time, 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 />TPSD – SECURITY IMPROVEMENTS AT<br />OAKLAWN MIDDLE SCHOOL<br />2215 ACADIAN DRIVE<br />HOUMA, LOUISIANA 70363<br />ARCHITECT’S PROJECT NO. T703A-0922<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 60 calendar days from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An On-Site Non-Mandatory Pre-Bid Conference shall be held for bidders on Tuesday, April 2, 2024, commencing at 10 A.M. at Oaklawn Middle School, 2215 Acadian Drive. <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 />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 />2. Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<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 1-10 (Articles 1-11 if ESSER) 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 />FIRST PUBLICATION: March 22, 2024<br />SECOND PUBLICATION: March 25, 2024<br />THIRD PUBLICATION: April 1, 2024
https://www.centralauctionhouse.com/rfp26533439-tpsd-security-improvements-at-oaklawn-middle-school.html
22-Mar-2024 9:00:00 PM CDT |
18-Apr-2024 2:00:00 PM CDT |
Tangipahoa Parish Government |
TWO (2) CONVECTION OVEN B-SERIES GAS, DOUBLE DECK
|
NOTICEE HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, WEDNESDAY, APRIL 24, 2024, AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp26707536-two-2-convection-oven-b-series-gas-double-deck.html
22-Mar-2024 2:14:00 PM CDT |
24-Apr-2024 10:00:00 AM CDT |
Evangeline Parish School Board |
Frozen and Cold SY2024-2025
|
Sealed Bids for Frozen and Cold for bid opening May 13, 2024 at 2:00 p.m.<br />
https://www.centralauctionhouse.com/rfp49786559-frozen-and-cold-sy2024-2025.html
22-Mar-2024 2:00:00 PM CDT |
13-May-2024 2:00:00 PM CDT |
Evangeline Parish School Board |
Dry SY 2024-2025
|
Sealed Bids for Dry and Canned Products for bid opening May 13, 2024 at 2:00 p.m.
https://www.centralauctionhouse.com/rfp69144184-dry-sy-2024-2025.html
22-Mar-2024 2:00:00 PM CDT |
13-May-2024 2:00:00 PM CDT |
Evangeline Parish School Board |
Paper and Cleaning SY2024-2025
|
Sealed Paper and Cleaning Bids for bid opening May 13, 2024
https://www.centralauctionhouse.com/rfp76432199-paper-and-cleaning-sy2024-2025.html
22-Mar-2024 2:00:00 PM CDT |
13-May-2024 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
Greenwell Street – Amarillo Street Large Diameter Drainage Pipe Rehabilitation Project-City Parish Project No. 24-DR-MS-0020
|
To be published three times-Legal<br /> March 22 & 29, April 5 2024<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 /> Greenwell Street – Amarillo Street Large Diameter Drainage Pipe Rehabilitation Project<br /> City Parish Project No. 24-DR-MS-0020<br /><br />PROJECT DESCRIPTION: APPROXIMATELY 100 LINEAR FEET OF 84’’ DIAMETER PIPE REHABILIATION, 190 SY OF REMOVAL AND REPLACEMENT OF ASPHALT CONCRETE ROADWAY WITH BASE, 50 LINEAR FEET OF GUARDRAIL INSTALLATION, AND 150 CUBIC YARDS OF RIPRAP NEAR OUTLET, SITE RESTORATION AND CLEANUP.<br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, APRIL 16, 2024, 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.<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, Stormwater Division, 12422 Florida Boulevard, Baton Rouge, LA 70815, 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 http://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 non-mandatory pre-bid conference will be held at 10:00 A.M., Tuesday, April 2nd, 2024, in the Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815.<br /><br />For additional information please contact Mr. Koby Mancuso, P.E., Project Manager at
[email protected].
https://www.centralauctionhouse.com/rfp8685312-greenwell-street-amarillo-street-large-diameter-drainage-pipe-rehabilitation-project-city-parish-project-no-24-dr-ms-0020.html
22-Mar-2024 8:00:00 AM CDT |
16-Apr-2024 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
Corporation Canal at East Chimes Street Trash Capture Pilot Project-. 22-STMH-MS-0037
|
To be published three times-Legal March 22 & 29, April 5 2024 THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> NOTICE TO CONTRACTORS<br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br /><br /> Corporation Canal at East Chimes Street Trash Capture Pilot Project<br /> City Parish Project No. 22-STMH-MS-0037<br />PROJECT DESCRIPTION: INSTALLATION OF (2) TRASH CAPTURE UNITS, A GRAVEL DRIVEWAY, STORM DRAINAGE PIPING, AND THE RE-GRADING OF A SWALE DITCH AT THE JOB SITE. LOCATED AT 333 E. CHIMES ST., BATON ROUGE, LA 70802.<br /><br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, APRIL 16, 2024, 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. Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division.<br /><br />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. 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, Stormwater Division, 12422 Florida Boulevard, Baton Rouge, LA 70815, 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 http://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. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 15% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<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 non-mandatory pre-bid conference will be held at 11:00 A.M., Tuesday, April 2nd 2024, in the Environmental Services Facility, 12422 Florida Blvd, First Floor Conference Room, Baton Rouge, LA 70815.<br /><br />For additional information please contact Mr. Koby Mancuso, P.E., Project Manager at
[email protected]
https://www.centralauctionhouse.com/rfp35655055-corporation-canal-at-east-chimes-street-trash-capture-pilot-project-22-stmh-ms-0037.html
22-Mar-2024 8:00:00 AM CDT |
16-Apr-2024 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
SALES TAX STREET AND ROAD REHABILITATION PROGRAM PROJECT 20-2 ROLLINS RD, THOMAS RD AND JOOR RD-CITY-PARISH PROJECT NO. 24-AO-ST-0012
|
To be published three times Legal- March 22nd, 29th & April 5th, 2024<br />THE ADVOCATE 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 />SALES TAX STREET AND ROAD REHABILITATION<br />PROGRAM PROJECT 20-2<br />ROLLINS RD, THOMAS RD AND JOOR RD<br />CITY-PARISH PROJECT NO. 24-AO-ST-0012<br /><br />PROJECT DESCRIPTION: This project consists of reconstruction of asphalt concrete and soil cement base pavement, asphalt patching, and related work.<br /><br />Electronic or sealed bids will be received until 2:00 p.m. Local Time, TUESDAY _ April 16th, 2024 by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date.<br /><br />Bid Openings can be in person or via teleconference.<br /><br />Teleconference Call-in Information<br /><br />Join by phone +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): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /><br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division.<br /><br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in 806 of City Hall immediately after the 2:00 p.m. bid closing.<br /><br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /><br />Bids shall be firm for a period of sixty (60) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /><br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of Ten Dollars ($10.00). (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are nonrefundable in accordance with Louisiana Revised Statutes.<br /><br />A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid.<br /><br />Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which is submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /><br />The 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 12% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening<br /><br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /><br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /><br />For additional information please contact Dan Rosenquist, at (225) 389-3106 or
[email protected]
https://www.centralauctionhouse.com/rfp43797655-sales-tax-street-and-road-rehabilitation-program-project-20-2-rollins-rd-thomas-rd-and-joor-rd-city-parish-project-no-24-ao-st-0012.html
22-Mar-2024 8:00:00 AM CDT |
16-Apr-2024 2:00:00 PM CDT |
City of Alexandria |
Augusta Avenue Drainage Improvements
|
<b>INFORMATION TO BIDDERS</b><br /> <br />1. Defined Terms 8. Substitute or “Or Equal” Items<br />2. Copies of Bidding Documents 9. Subcontractors, Suppliers and Others<br />3. Qualifications of Bidders 10. BID Proposal<br />4. Date and Location of Receipt of Bids 11. Bids to Remain Subject to Acceptance<br />5. Interpretation and ADDENDA 12. Retainage<br />6. CONTRACT Time 13. Performance and Payment Bonds<br />7. Liquidated Damages 14. Project Classification<br /> <br />1. Defined Terms:<br /> <br />Terms used in these Instructions to Bidders which are defined in the Standard General Provisions of the Construction CONTRACT have the meanings assigned to them in the General Provisions. The term “Bidder” means one who submits a BID directly to OWNER, as distinct from a sub-bidder who submits a BID to a BIDDER. The term “Successful BIDDER” means the lowest, qualified, responsible and responsive BIDDER to whom the OWNER (on the basis of OWNER’S EVALUAION AS HEREINAFTER PROVIDED) makes an award. The term “Bidding Documents” includes the Advertisement, Instructions to Bidders, the BID Form and the proposed CONTRACT Documents (including all ADDENDA issued prior to the receipt of Bids). <br />2. Copies of Bidding Documents:<br /> <br />2.1 Complete sets of the Bidding Documents may be obtained from the ENGINEER or Central Bidding (www.centralbidding.com).<br /> <br />2.2 Complete sets of Bidding Documents must be used in preparing Bids; OWNER assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.<br /> <br />2.3 OWNER, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the WORK and do not confer a license or grant for any other use.<br /> <br />3. Qualifications of Bidders:<br /> <br />3.1 To demonstrate qualification to perform the WORK, each BIDDER must be prepared to submit within five days of OWNER’S request for written evidence, such as financial data, previous experience, present commitments and other such data as may be called for in the Supplementary Conditions. Each BID must contain evidence of Bidder’s qualifications to do business in the state where the PROJECT is located or covenant to obtain such qualifications prior to award of the CONTRACT.<br /> <br />4. Date and Location for Receipt of Bids:<br /> <br />4.1 Bids for this PROJECT shall be received no later than 10:00 A.M. on Tuesday, April 30, 2024, in the City Council Chambers (913 Third Street, Alexandria, LA 71301) where they will be publicly opened and read aloud.<br /> <br />5. Interpretations and ADDENDA:<br /> <br />5.1 All questions about the meaning or intent of the CONTRACT Documents are to be directed to the ENGINEER. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by ADDNEDA posted, mailed, emailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than seven days prior to the date for opening Bids may not be answered. Only questions answered by formal written ADDENDA will be binding. Oral and other interpretations or clarifications will be held without legal effect.<br /> <br />5.2 ADDENDA may also be issued to modify the Bidding Documents as deemed advisable by OWNER or ENGINEER.<br /> <br />6. CONTRACT Time:<br /> <br />6.1 The numbers of days within which, or dates by which, the WORK is to be substantially completed and ready for final payment (the CONTRACT Time) is three hundred thirty (330) working days.<br /> <br />7. Liquidated Damages:<br /> <br />7.1 Provisions for liquidated damages, if any, are set forth in the BID and under Section 10.5 of the General Provisions.<br /> <br />8. Substitute or “Or Equal” Items:<br /> <br />8.1 The CONTRACT, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the SPECIFCATIONS without consideration of possible substitute or “or equal” items. Whenever it is indicated in the Drawings or specified in the SPECIFICATIONS that a substitute or “or equal” item of material or equipment may be furnished or used by CONTRACTOR, if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the CONTRACT. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in Paragraph 7.9 pf the General Provisions and as may be amended in the SPECIAL PROVISIONS.<br /> <br />9. Subcontractors, Suppliers, and Others:<br /> <br />9.1 No CONTRACTOR shall be required to employ any SUBCONTRACTOR, Supplier, other person or organization against whom CONTRACTOR has reasonable objection.<br /> <br />10. BID FORM:<br /> <br />10.1 The BID FORM is included with the Bidding Documents.<br /> <br />10.2 Bids by corporations must be executed in the corporate name by the president or vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state or incorporation must be shown above the signature.<br /> <br />10.3 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature.<br /> <br />10.4 All names must be typed or printed below the signature.<br /> <br />10.5 All ADDENDA shall be acknowledged on the Louisiana Uniform Public Work Bid Form.<br /> <br />11. Bids to Remain Subject to Acceptance:<br /> <br />11.1 All bids will remain subject to acceptance for forty-five days after the day of the BID opening, but OWNER may, at its sole discretion, release any BID and return the BID security prior to that date.<br /> <br />12. Retainage:<br /> <br />12.1 Retainage in the value as stipulated per LA Revised Statues 38:2248 of the work completed and materials stored on-site shall be deducted from the CONTRACTOR’S Partial Payments.<br /> <br />13. Performance and Payment Bonds: For public contracts of $30,000.00 or less the CONTRACTOR may provide an irrevocable Letter of Credit from a commercial bank having offices in the City of Alexandria in an amount not less than the amount of the contract for the faithful performance of his duties in lieu of providing a Performance and Payment Bond. An irrevocable letter of credit will be accepted by a CONTRACTOR who meets the following criteria:<br /> <br />Meets the definition or requirements of a “responsible Bidder” as set forth in L.S.A.R.S. 38:2216(C-2); and <br />Has been operating as the same business for a continuous period of at least three (3) years. <br />14. Project Classification: This PROJECT is classified as a Highway Street and Bridge Construction.
https://www.centralauctionhouse.com/rfp34998443-augusta-avenue-drainage-improvements.html
22-Mar-2024 8:00:00 AM CDT |
30-Apr-2024 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
CAPITAL AREA UNITED WAY RENOVATION-700 LAUREL ST BATON ROUGE, LA 70802-CITY PARISH PROJECT NO. 21-ASC-CP-1487
|
THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br />To be published three times Legal: March 22nd, March 29th, and<br />April 5th, 2024<br /> <br />NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge (City-Parish) will receive electronic or paper bids for the construction of the following project:<br /> <br />cAPITAL aREA UNITED WAY RENOVATION<br />700 LAUREL ST BATON ROUGE, LA 70802<br /> <br />City Parish Project No. 21-ASC-CP-1487<br /> <br />PROJECT DESCRIPTION: WITH AMERICAN RESCUE PLAN ACT GRANT FUNDING, THIS PROJECT WILL REPAIR THE 1939 HISTORIC BUILDING, TO INCLUDE A ROOF REPLACEMENT, WALL CLEANING AND CAULKING, WINDOW AND DOOR REPLACEMENT, SITE DRAINAGE, RESTORATION OF ART DECO DETAILS, AND VARIOUS INTERIOR RENOVATIONS.<br /> <br />Bid Package with Plans and Specifications may be obtained online at www.centralauctionhouse.com. Alternately, paper copies may be obtained from most reprographic vendors for their printing cost, by arrangement through Architectural Services Division, by please contacting Monica Springer at (225) 389-4694 or
[email protected] between 7:30am to 2:00pm at least 3 business days prior to Bid Opening. All Bids shall be made on Bid Package Forms. <br /> <br />Statutory Forms (Bid Package Part 1-A) shall be submitted to the Purchasing Division prior to Bid Opening:<br />Certification Regarding Debarment, Suspension and Other Responsibility Matters<br />Attestation of No Past Criminal Convictions<br />Legal Citizen Affidavit<br />Non-Collusion & Non-Solicitation Affidavit<br /> <br />Bid Forms (Bid Package Part 1) submitted shall be accompanied by a Certified Check or Cashier's Check payable to the Parish of East Baton Rouge, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid. <br /> <br />Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Building Construction, and must show their license number on the face of the bid envelope. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, La RS 37:2150-2163 for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. <br /> <br />Bids will be received online through www.centralauctionhouse.com or in an envelope delivered to the Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802 until the BID OPENING 2:00 PM Local Time, THURSDAY, APRIL 18, 2024 with no exceptions.<br /> <br />At Bid Opening in Purchasing Division Room 826 City Hall, electronic Bids and Bid Bonds will be downloaded, then all electronic and paper Bids will be publicly read aloud. Bidders and/or their authorized representatives are invited. Bid results can also be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp <br /> <br />The contract shall be awarded to the lowest responsible and responsive bidder. In accordance with Louisiana Revised Statute (La RS) 38:2214 B, the City-Parish reserves the right to reject any and all bids exceeding the preconstruction cost estimate, or for just cause. In accordance with La RS 38:2212 B (1), the provisions and requirements stated in the Bid Package and this advertisement shall not be waived by any entity. Bids shall be firm for a period of 45 days from the date of the Bid Opening, except as allowed per La RS 38:2214 C. In the event all qualified bids are above the granted American Rescue Plan Act federal fund amount, the typical time limits of 45 days to award contract, 60 days to execute contract, and 30 days to issue Notice to Proceed shall not be applicable, until additional project funding is secured.<br /> <br />The City-Parish is an Equal Opportunity Employer with a Social and Economically Disadvantaged Business Enterprise (SEDBE) Program. The Bidder is encouraged to utilize minority-, woman- and veteran-owned businesses to the extent possible as suppliers or subcontractors, toward a 25% SEDBE participation goal. The successful low bidder shall complete SEDBE forms (revised 1/19/2024) verifying good faith efforts.<br /> <br />A non-mandatory pre-bid conference will be held at 10:00 am on Wednesday, April 3, 2024, at 700 Laurel St Baton Rouge, LA 70802. 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: Stephen Long, (225) 389-4694 or
[email protected] or Architectural and Construction Documents related: Allison Keppinger, (225) 224-3363 or
[email protected].
https://www.centralauctionhouse.com/rfp66830502-capital-area-united-way-renovation-700-laurel-st-baton-rouge-la-70802-city-parish-project-no-21-asc-cp-1487.html
22-Mar-2024 8:00:00 AM CDT |
18-Apr-2024 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 57-24-00: Carter C. Raymond Jr. High Renovations - Phase I
|
ADVERTISEMENT OR INVITATION TO BID<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />PHASE 1 - RENOVATIONS TO CARTER C. RAYMOND JR. HIGH SCHOOL<br />(RPSB BID # 57-24-00)<br /> <br />Separate sealed bids for Phase 1 - Renovations to Carter C. Raymond Jr. High School (RPSB Bid # 57-24-00) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until 2:00 P.M. (Central Time), on Wednesday, April 24, 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 obtained electronically from:<br /> <br />ALLIANCE DESIGN GROUP, LLC<br />1439 CENTRE CT., STE 401<br />ALEXANDRIA, LA 71301<br />PHONE: (318) 445-3151<br /> <br />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 Mandatory Pre-Bid Conference will be held at 2:00 p.m. on April 16, 2024 at the project site, 2510 St Charles Avenue, Lecompte, La. 71346. Attendance at this conference is mandatory and bids shall be accepted only from Contractors that attend the mandatory pre-bid conference.<br /> <br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived. Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />ATTN: MS. ELIZABETH DOMITE,<br />CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br />PLEASE PUBLISH THREE (3) TIMES:<br /> <br />FRIDAY, MARCH 22, 2024<br />FRIDAY, MARCH 29, 2024<br />FRIDAY, APRIL 5, 2024
https://www.centralauctionhouse.com/rfp35813741-bid-57-24-00-carter-c-raymond-jr-high-renovations--phase-i.html
22-Mar-2024 8:00:00 AM CDT |
24-Apr-2024 2:00:00 PM CDT |
Beauregard Parish School Board |
South Beauregard High School - Sewer Treatment Plant
|
CONSTRUCTION BID NOTICE<br /> <br />The Beauregard Parish School Board will take sealed bids for the project: South Beauregard High School - Sewer Treatment Plant. Bids should be in the Central Office by 2:00 P.M. on Thursday, April 18, 2024.<br /><br />Bid Information and specifications may be obtained from Champeaux, Evans, Hotard Architects, 702 Dr. Michael DeBakey Drive, Lake Charles, LA 70601 or (337) 439-8871, in representation of the Beauregard Parish School Board. Bidding Documents are available at the Architect’s website www.champeaux.biz free of charge to download.<br /> <br /> <br />A Non-Mandatory Pre-Bid Conference and site visit is scheduled for Wednesday, April 3, 2024 at 10:00 a.m. at the project site, 151 Longville Church Road, Longville, LA 70652. Attendance at the Pre-Bid Conference is not required, but is recommended for all bidders and subcontractors.<br /> <br />Return sealed bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand deliver to Kelli Stanard, Purchasing Agent, at Beauregard Parish School Board located at 202 W 3rd Street, DeRidder, LA, by 2:00 P.M. on Thursday, April 18, 2024.<br /> <br />Mark bid envelope: “Sealed Bid – SOUTH BEAUREGARD HIGH SCHOOL - SEWER TREATMENT PLANT”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.<br />
https://www.centralauctionhouse.com/rfp92408643-south-beauregard-high-school--sewer-treatment-plant.html
22-Mar-2024 7:00:00 AM CDT |
18-Apr-2024 2:00:00 PM CDT |
Terrebonne Parish School District |
Section 16 Hunting & Trapping Bid #050824HT
|
BIDS ON SCHOOL LANDS INVITED<br />Notice is hereby given that the Terrebonne Parish School Board, in accordance with LA R.S. 17:87.8, will receive sealed bids in its Purchasing Department for Hunting and Trapping Privileges on Section 16 Lands until the hour of eleven o’clock AM (11:00 AM) May 8, 2024. Bids received by the Purchasing Department after 11:00 AM will not be accepted. Bids will be opened, publicly acknowledged, and read aloud, in the Purchasing Department at 201 Stadium Drive, Houma, Louisiana 70360.<br /> <br /> SECTION ACREAGE LOCATION <br /> <br />Section 16-T18S-R14E 579.49 On Bayou Penchant<br />Section 16-T19S-R14E 640.00 Bayou Biscuit/Near Carrion Crow<br />Section 16-T20S-R12E 542.46 On Pointe-Au-Fer<br />Section 16-T20S-R20E 416.67 East Shore Near Lake Chien<br />Section 16-T21S-R15E 320.00 Near Bay Voisin, “Caillou Lake”<br />Section 16-T21S-R20E 640.00 Near Old Lady Lake<br />Section 16-T22S-R15E 537.68 Gulf East of Bayou Gran Lake<br />Section 16-T22S-R16E 640.00 North Side of Dog Lake<br />Section 16-T22S-R17E 640.00 Near Bay Mangrove on Bayou Sale’<br />Section 16-T22S-R18E 619.46 Near Bay Coon Road<br />Section 16-T23S-R16E 640.00 Near Pelican Lake <br />Section 16-T23S-R17E 640.00 North Lake Pelto <br /> <br />The School Board does not warrant the acreage indicated in the sections advertised for hunting and trapping is all land. The acreage listed in the advertisement is the acreage originally given to the School Board by the State of Louisiana. A portion or all of the property may be a water bottom associated with a bayou, canal, or ditch and may have significant or minor land loss due to erosion.<br /> <br />Bids must be submitted on the official bid forms which may be obtained in person from the Purchasing Department office, Terrebonne Parish School Board, 201 Stadium Drive, Houma, Louisiana 70360, requested by phone at (985) 876-7400, extension #860244, by email:
[email protected], or downloaded from www.centralbidding.com.<br /> <br />Bids shall be accompanied by a deposit, equal to 100% of the amount bid for the first year rental, in the form of a certified check or money order, made payable to the Terrebonne Parish School Board. The deposit will be returned to the unsuccessful bidder or credited to the successful bidder. NOTE: The deposit shall be non-refundable to a successful bidder declining bid award.<br /> <br />All bids shall be enclosed in a sealed envelope addressed to Purchasing Department, Terrebonne Parish School Board. In accordance with LA R.S. 41:1214, bids shall be secret, sealed applications. Each bid shall be either hand-delivered by the bidder, or his agent, in which instance the deliverer shall receive a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. No lessor shall accept or take any bids, including receiving any hand-delivered bids, on days which are recognized as holidays by the United States Postal Service. Bids received prior to the scheduled bid opening will be securely kept unopened. Terrebonne Parish School Board bears no responsibility for receipt of a bid submitted by Certified Mail where delivery may be delayed and not be received by the bid due date and time. Bidders are cautioned to allow ample time for the transmittal of bids by United States mail or other carrier. Failure of the U.S. Mail or other carrier to deliver bids in a timely manner shall not be considered due cause to extend the time of the scheduled bid opening.<br /> <br />To the extent allowed by law, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br />Dr. MayBelle N. Trahan, Board President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024; April 10, 2024; May 1, 2024
https://www.centralauctionhouse.com/rfp69742854-section-16-hunting-trapping-bid-050824ht.html
22-Mar-2024 12:00:00 AM CDT |
08-May-2024 11:00:00 AM CDT |
City of Alexandria |
Former Downtown Weiss and Goldring Building Selective Demolition and Exterior Envelope Protective Measures (Part A)
|
Selective demolition of the former Weiss and Goldring downtown building on Third Street in preparation of re-development efforts by third-party developers; including temporary interior lighting, temporary exterior walls, and roofing protective measures, etc.<br />
https://www.centralauctionhouse.com/rfp58667524-former-downtown-weiss-and-goldring-building-selective-demolition-and-exterior-envelope-protective-measures-part-a.html
22-Mar-2024 12:00:00 AM CDT |
30-Apr-2024 10:00:00 AM CDT |
Terrebonne Parish School District |
Building Supplies Bid #042424e
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of two fifteen (10:30 AM), April 24, 2024 for Building Supplies. Bids received in Central Bidding Prior to April 24, 2024 at 10:30 AM, will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by April 15, 2024 at 4:30 PM. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Building Supplies Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024; April 3, 2024; April 10, 2024<br /> <br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp96880548-building-supplies-bid-042424e.html
22-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 10:30:00 AM CDT |
Terrebonne Parish School District |
Electrical Supplies and Equipment Bid #042424d
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of 10:00 AM on April 24, 2024 for Electrical Supplies and Equipment. Bids received in Central Bidding Prior to April 24, 2024 at 10:00 AM, will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by April 15, 2024 at 4:30 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Electrical Supplies and Equipment Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024; April 2, 2024; April 10, 2024<br /> <br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp73158425-electrical-supplies-and-equipment-bid-042424d.html
22-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 10:00:00 AM CDT |
Terrebonne Parish School District |
Equipment Rental Bid #042424f
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of 11:00 AM on April 24, 2024 for Equipment Rental. Bids received in Central Bidding Prior to April 24, 2024 at 11:00 AM, will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by April 15, 2024 at 4:30 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Equipment Rental Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024; April 3, 2024; April 10, 2024<br /> <br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp92458781-equipment-rental-bid-042424f.html
22-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 11:00:00 AM CDT |
Terrebonne Parish School District |
New Sewer Treatment Plant Parts Bid #042424g
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of 11:30 AM April 24, 2024 for New Sewer Treatment Plant Parts Bid. Bids received in Central Bidding Prior to April 24, 2024 at 11:30 AM will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by April 15, 2024 at 4:30 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the New Sewer Treatment Plant Parts Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024; April 2, 2024; April 10, 2024<br /> <br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp84087395-new-sewer-treatment-plant-parts-bid-042424g.html
22-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 11:30:00 AM CDT |
Terrebonne Parish School District |
Plumbing Supplies and Equipment Bid #042424c
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of 9:30 AM on April 24, 2024 for Plumbing Supplies and Equipment. Bids received in Central Bidding Prior to April 24, 2024 at 9:30 AM will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by April 15, 2024 at 4:30 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Plumbing Supplies and Equipment Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024; April 2, 2024; April 10, 2024<br /> <br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp43846699-plumbing-supplies-and-equipment-bid-042424c.html
22-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 9:30:00 AM CDT |
Terrebonne Parish School District |
Grease Trap and Sewer Sump Station Services Bid #042424a
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of (8:30 AM) on April 24, 2024 for Grease Trap and Sewer Sump Station Services. Bids received in Central Bidding Prior to April 24, 2024 at 8:30 AM, will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by April 15, 2024 at 4:30 PM. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the Grease Trap and Sewer Sump Station Services Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024; April 3, 2024; April 10, 2024<br /> <br /> <br />This institution is an equal opportunity employer.<br /> <br />
https://www.centralauctionhouse.com/rfp54843913-grease-trap-and-sewer-sump-station-services-bid-042424a.html
22-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 8:30:00 AM CDT |
City of Alexandria |
SELECTIVE DEMOLITION AND CLEARANCE HISTORIC BRINGHURST FIELD
|
Selective demolition and clearance of the deteriorated and dilapidated elements of historic Bringhurst Field.
https://www.centralauctionhouse.com/rfp26757729-selective-demolition-and-clearance-historic-bringhurst-field.html
22-Mar-2024 12:00:00 AM CDT |
30-Apr-2024 10:00:00 AM CDT |
Terrebonne Parish School District |
HVAC Supplies and Equipment Bid #042424b
|
ADVERTISEMENT FOR BIDS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids until the hour of one 9:00 AM on April 24, 20234 for HVAC Supplies and Equipment. Bids received in Central Bidding Prior to April 24, 2024 at 9:00 AM will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by April 15, 2024 at 4:30 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Purchasing Department by emailing
[email protected].<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors that are pertaining to the HVAC Supplies and Equipment Bid.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised.<br /> <br />To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br /> <br /> Dr. MayBelle N. Trahan, President<br /> TERREBONNE PARISH SCHOOL BOARD<br /> <br /> <br />Publication Dates: March 22, 2024, April 3, 2024, and April 10, 2024<br /> <br />This institution is an equal opportunity employer.<br />
https://www.centralauctionhouse.com/rfp26795510-hvac-supplies-and-equipment-bid-042424b.html
22-Mar-2024 12:00:00 AM CDT |
24-Apr-2024 9:00:00 AM CDT |
St. Charles Parish Public Schools |
RFP - Hardware Repair Services
|
St. Charles Parish Public Schools is seeking written proposals for a comprehensive, hardware repair service contract based upon the statements and scope of required services listed in the Request for Proposals document..
https://www.centralauctionhouse.com/rfp26581705-rfp--hardware-repair-services.html
21-Mar-2024 7:00:00 PM CDT |
22-Apr-2024 12:00:00 PM CDT |
St. Charles Parish Government |
Bethune Park Renovations
|
renovations to existing park facilites as shown within attached set of drawings
https://www.centralauctionhouse.com/rfp26741834-bethune-park-renovations.html
21-Mar-2024 7:00:00 PM CDT |
16-Apr-2024 2:00:00 PM CDT |
Grant Parish Sherriff’s Office |
Grant Parish Law Enforcement District - Evidence Building
|
GRANT PARISH LAW ENFORCEMENT DISTRICT<br />STEVEN McCAIN, SHERIFF & EX-OFFICIO TAX COLLECTOR<br />(OWNER)<br /> <br />Sealed or internet Bids for EVIDENCE BUILDING, 100 8TH STREET, COLFAX, LOUISIANA 71417 will be received by the GRANT PARISH LAW ENFORCEMENT DISTRICT, 205 CYPRESS STREET, COLFAX, LOUISIANA 71417, until 10:00 AM on Friday, April 19, 2024 and then at said office publicly opened and read aloud. Electronic bids may be submitted through www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814.<br /> <br />The Instructions To Bidders, Bid Form, form of Bid Bond, Agreement Between Owner and Contractor, forms of Performance and Payment Bonds, Drawings, Specifications and other Contract Documents may be examined at the office of the design professional:<br /> <br />Nassif Engineering & Architecture, LLC<br />270 Blanchard Road<br />Natchitoches, LA 71457<br />(318) 527-4409<br /> <br />Copies of the bidding documents may be obtained from the office of Nassif Engineering and Architecture, LLC, upon deposit of $150.00 for each set of documents; or from the electronic bid submittal option, www.centralbidding.com. In accordance with L.R.S. 38:2212 A(a)(e), 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 />The Owner reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of Louisiana Public Bid Law.<br /> <br />Each Bid is to be accompanied by Bid Security as provided in the Instructions To Bidders and General Conditions. 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 the 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 />No Bidder may withdraw his bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />Necessary evidence of authority to sign bids on behalf of corporations and other legal entities shall accompany the submitted bid.<br /> <br /> <br />A pre-bid conference will be held on Friday, April 12, 2024, at 10:00 AM, at the project site, located at 100 8th Street, Colfax, Louisiana 71417. All Bidders who submit a Bid for this project are encouraged to attend this pre-bid conference.<br /> <br />The Grant Parish Law Enforcement District is an equal opportunity employer.<br /> <br />Any person with disabilities requiring special accommodation must contact the Grant Parish Sheriff’s Office no later than seven (7) days prior to bid opening.<br /> <br /> <br /> Stevn McCain <br /> Sheriff & Ex-Officio Tax Collector
https://www.centralauctionhouse.com/rfp26563597-grant-parish-law-enforcement-district--evidence-building.html
21-Mar-2024 7:00:00 PM CDT |
19-Apr-2024 10:00:00 AM CDT |
Pointe Coupee Parish School Board |
PCPSB Child Nutrition Program Non Food Item & Supply Bid 2024 - 2025
|
ADVERTISEMENT FOR:<br /> <br />Sealed bids for the purchase of:<br /> <br /> Class 1: Bread and Bread Products<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 2: Food Items: Dry/Processed, Frozen Food<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 3: Non-Food Items/ Supplies<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 4: Milk Bid<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> <br />Bids will be received and opened by the Pointe Coupee Parish School System, Child Nutrition Program, at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, no later than the time and date of bid opening, specified above. The Public is invited to all bid openings at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760.<br /> <br />Bids must be submitted with proper documentation to be compliant. Sealed bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any manner will not be considered. Bids may not be accepted on days recognized as holidays by the USPS (Louisiana Public Bid Law 2212(ii). Additional information may be obtained by contacting, Kristan Andre or Kate Roy, Child Nutrition Program, Pointe Coupee Parish School Board, 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, telephone number (225) 618-4864. The Pointe Coupee Parish Child Nutrition Program is funded approximately 89 percent with federal funds.<br /> <br />USDA Non-Discrimination Statement <br />In accordance with federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, this institution is prohibited from discriminating on the basis of race, color, national origin, sex (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity. Program information may be made available in languages other than English. Persons with disabilities who require alternative means of communication to obtain program information (e.g., Braille, large print, audiotape, American Sign Language), should contact the responsible state or local agency that administers the program or USDA’s TARGET Center at (202) 720-2600 (voice and TTY) or contact USDA through the Federal Relay Service at (800) 877-8339. To file a program discrimination complaint, a Complainant should complete a Form AD-3027, USDA Program Discrimination Complaint Form which can be obtained online at: https://www.usda.gov/sites/default/files/documents/USDA-OASCR%20P-Complaint-Form-0508-0002-508-11-28-17Fax2Mail.pdf, from any USDA office, by calling (866) 632-9992, or by writing a letter addressed to USDA. The letter must contain the complainant’s name, address, telephone number, and a written description of the alleged discriminatory action in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by: (1) mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C. 20250-9410;or (2) fax: 833) 256-1665 or (202) 690-7442; or (3) email:
[email protected]. This institution is an equal opportunity provider.<br /> <br /> <br />Publication Dates: 1st Insertion – March 21, 2024<br /> 2nd Insertion – March 28, 2024
https://www.centralauctionhouse.com/rfp31693725-pcpsb-child-nutrition-program-non-food-item-supply-bid-2024--2025.html
21-Mar-2024 2:00:00 PM CDT |
17-Apr-2024 10:00:00 AM CDT |
Pointe Coupee Parish School Board |
PCPSB Child Nutrition Program Bread and Bread Products Bid 2024 - 2025
|
ADVERTISEMENT FOR:<br /> <br />Sealed bids for the purchase of:<br /> <br /> Class 1: Bread and Bread Products<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 2: Food Items: Dry/Processed, Frozen Food<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 3: Non-Food Items/ Supplies<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 4: Milk Bid<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> <br />Bids will be received and opened by the Pointe Coupee Parish School System, Child Nutrition Program, at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, no later than the time and date of bid opening, specified above. The Public is invited to all bid openings at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760.<br /> <br />Bids must be submitted with proper documentation to be compliant. Sealed bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any manner will not be considered. Bids may not be accepted on days recognized as holidays by the USPS (Louisiana Public Bid Law 2212(ii). Additional information may be obtained by contacting, Kristan Andre or Kate Roy, Child Nutrition Program, Pointe Coupee Parish School Board, 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, telephone number (225) 618-4864. The Pointe Coupee Parish Child Nutrition Program is funded approximately 89 percent with federal funds.<br /> <br />USDA Non-Discrimination Statement <br />In accordance with federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, this institution is prohibited from discriminating on the basis of race, color, national origin, sex (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity. Program information may be made available in languages other than English. Persons with disabilities who require alternative means of communication to obtain program information (e.g., Braille, large print, audiotape, American Sign Language), should contact the responsible state or local agency that administers the program or USDA’s TARGET Center at (202) 720-2600 (voice and TTY) or contact USDA through the Federal Relay Service at (800) 877-8339. To file a program discrimination complaint, a Complainant should complete a Form AD-3027, USDA Program Discrimination Complaint Form which can be obtained online at: https://www.usda.gov/sites/default/files/documents/USDA-OASCR%20P-Complaint-Form-0508-0002-508-11-28-17Fax2Mail.pdf, from any USDA office, by calling (866) 632-9992, or by writing a letter addressed to USDA. The letter must contain the complainant’s name, address, telephone number, and a written description of the alleged discriminatory action in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by: (1) mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C. 20250-9410;or (2) fax: 833) 256-1665 or (202) 690-7442; or (3) email:
[email protected]. This institution is an equal opportunity provider.<br /> <br /> <br />Publication Dates: 1st Insertion – March 21, 2024<br /> 2nd Insertion – March 28, 2024
https://www.centralauctionhouse.com/rfp86204795-pcpsb-child-nutrition-program-bread-and-bread-products-bid-2024--2025.html
21-Mar-2024 2:00:00 PM CDT |
17-Apr-2024 10:00:00 AM CDT |
Pointe Coupee Parish School Board |
PCPSB Child Nutrition Program Milk Bid 2024 - 2025
|
ADVERTISEMENT FOR:<br /> <br />Sealed bids for the purchase of:<br /> <br /> Class 1: Bread and Bread Products<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 2: Food Items: Dry/Processed, Frozen Food<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 3: Non-Food Items/ Supplies<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 4: Milk Bid<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> <br />Bids will be received and opened by the Pointe Coupee Parish School System, Child Nutrition Program, at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, no later than the time and date of bid opening, specified above. The Public is invited to all bid openings at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760.<br /> <br />Bids must be submitted with proper documentation to be compliant. Sealed bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any manner will not be considered. Bids may not be accepted on days recognized as holidays by the USPS (Louisiana Public Bid Law 2212(ii). Additional information may be obtained by contacting, Kristan Andre or Kate Roy, Child Nutrition Program, Pointe Coupee Parish School Board, 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, telephone number (225) 618-4864. The Pointe Coupee Parish Child Nutrition Program is funded approximately 89 percent with federal funds.<br /> <br />USDA Non-Discrimination Statement <br />In accordance with federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, this institution is prohibited from discriminating on the basis of race, color, national origin, sex (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity. Program information may be made available in languages other than English. Persons with disabilities who require alternative means of communication to obtain program information (e.g., Braille, large print, audiotape, American Sign Language), should contact the responsible state or local agency that administers the program or USDA’s TARGET Center at (202) 720-2600 (voice and TTY) or contact USDA through the Federal Relay Service at (800) 877-8339. To file a program discrimination complaint, a Complainant should complete a Form AD-3027, USDA Program Discrimination Complaint Form which can be obtained online at: https://www.usda.gov/sites/default/files/documents/USDA-OASCR%20P-Complaint-Form-0508-0002-508-11-28-17Fax2Mail.pdf, from any USDA office, by calling (866) 632-9992, or by writing a letter addressed to USDA. The letter must contain the complainant’s name, address, telephone number, and a written description of the alleged discriminatory action in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by: (1) mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C. 20250-9410;or (2) fax: 833) 256-1665 or (202) 690-7442; or (3) email:
[email protected]. This institution is an equal opportunity provider.<br /> <br /> <br />Publication Dates: 1st Insertion – March 21, 2024<br /> 2nd Insertion – March 28, 2024
https://www.centralauctionhouse.com/rfp31624499-pcpsb-child-nutrition-program-milk-bid-2024--2025.html
21-Mar-2024 2:00:00 PM CDT |
17-Apr-2024 10:00:00 AM CDT |
Pointe Coupee Parish School Board |
PCPSB Child Nutrition Program Food Bid 2024 - 2025
|
ADVERTISEMENT FOR:<br /> <br />Sealed bids for the purchase of:<br /> <br /> Class 1: Bread and Bread Products<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 2: Food Items: Dry/Processed, Frozen Food<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 3: Non-Food Items/ Supplies<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> Class 4: Milk Bid<br /> Bid opening at 10:00 A.M., Wednesday, April 17, 2024<br /> <br /> <br />Bids will be received and opened by the Pointe Coupee Parish School System, Child Nutrition Program, at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, no later than the time and date of bid opening, specified above. The Public is invited to all bid openings at 8526 Pointe Coupee Road, New Roads, Louisiana, 70760.<br /> <br />Bids must be submitted with proper documentation to be compliant. Sealed bids may be delivered or mailed in a package clearly marked with the bid title, bid opening date, and the bid number. Any notations appearing on the outside of envelopes containing the sealed bids which are intended to amend the bids in any manner will not be considered. Bids may not be accepted on days recognized as holidays by the USPS (Louisiana Public Bid Law 2212(ii). Additional information may be obtained by contacting, Kristan Andre or Kate Roy, Child Nutrition Program, Pointe Coupee Parish School Board, 8526 Pointe Coupee Road, New Roads, Louisiana, 70760, telephone number (225) 618-4864. The Pointe Coupee Parish Child Nutrition Program is funded approximately 89 percent with federal funds.<br /> <br />USDA Non-Discrimination Statement <br />In accordance with federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, this institution is prohibited from discriminating on the basis of race, color, national origin, sex (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity. Program information may be made available in languages other than English. Persons with disabilities who require alternative means of communication to obtain program information (e.g., Braille, large print, audiotape, American Sign Language), should contact the responsible state or local agency that administers the program or USDA’s TARGET Center at (202) 720-2600 (voice and TTY) or contact USDA through the Federal Relay Service at (800) 877-8339. To file a program discrimination complaint, a Complainant should complete a Form AD-3027, USDA Program Discrimination Complaint Form which can be obtained online at: https://www.usda.gov/sites/default/files/documents/USDA-OASCR%20P-Complaint-Form-0508-0002-508-11-28-17Fax2Mail.pdf, from any USDA office, by calling (866) 632-9992, or by writing a letter addressed to USDA. The letter must contain the complainant’s name, address, telephone number, and a written description of the alleged discriminatory action in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by: (1) mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C. 20250-9410;or (2) fax: 833) 256-1665 or (202) 690-7442; or (3) email:
[email protected]. This institution is an equal opportunity provider.<br /> <br /> <br />Publication Dates: 1st Insertion – March 21, 2024<br /> 2nd Insertion – March 28, 2024
https://www.centralauctionhouse.com/rfp31686274-pcpsb-child-nutrition-program-food-bid-2024--2025.html
21-Mar-2024 2:00:00 PM CDT |
17-Apr-2024 10:00:00 AM CDT |
Evangeline Parish School Board |
BREAD PRODUCTS BID 2024-2025
|
SEALED BREAD PRODUCTS BID FOR BID OPENING MAY 13, 2024 AT 2:00 P.M.
https://www.centralauctionhouse.com/rfp6550743-bread-products-bid-2024-2025.html
21-Mar-2024 2:00:00 PM CDT |
13-May-2024 2:00:00 PM CDT |
Evangeline Parish School Board |
MILK AND MILK RELATED PRODUCTS BID SY 2024-2025
|
SEALED MILK PRODUCTS BID FOR BID OPENING MAY 13, 2024 AT 2:15 P.M.
https://www.centralauctionhouse.com/rfp24929540-milk-and-milk-related-products-bid-sy-2024-2025.html
21-Mar-2024 2:00:00 PM CDT |
13-May-2024 2:15:00 PM CDT |
Evangeline Parish School Board |
FRESH PRODUCE BID SY 2024 - 2025
|
SEALED FRESH PRODUCE BID FOR BID OPENING MAY 13, 2024 AT 1:00 P.M.
https://www.centralauctionhouse.com/rfp26436835-fresh-produce-bid-sy-2024--2025.html
21-Mar-2024 2:00:00 PM CDT |
13-May-2024 1:00:00 PM CDT |
Evangeline Parish School Board |
SMALL EQUIPMENT BID SY 2024 - 2025
|
SEALED SMALL EQUIPMENT BID FOR BID OPENING JUNE 12, 2024 AT 2:00P.M.
https://www.centralauctionhouse.com/rfp84011986-small-equipment-bid-sy-2024--2025.html
21-Mar-2024 2:00:00 PM CDT |
21-Jun-2024 2:00:00 PM CDT |
St. Charles Parish Government |
HOME REHAB BID #259
|
BIDS MUST BE SUBMITTED ON DOCUMENTS PROVIDED.
https://www.centralauctionhouse.com/rfp84038468-home-rehab-bid-259.html
21-Mar-2024 1:00:00 PM CDT |
11-Apr-2024 11:00:00 AM CDT |
St. Charles Parish Government |
X-24-482 - AUXILIARY ENGINE FOR KOBELCO 250LC EXCAVATOR
|
https://www.centralauctionhouse.com/rfp84037680-x-24-482--auxiliary-engine-for-kobelco-250lc-excavator.html
21-Mar-2024 11:00:00 AM CDT |
05-Apr-2024 11:00:00 AM CDT |
Ascension Parish Government |
BRIDGE MATERIAL AND ROUND TIMBER PILES
|
SEALED BID<br />BRIDGE MATERIAL AND ROUND TIMBER PILES<br />Sealed Bids will be received by the Ascension Parish Government Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737 until Thursday, April 11, 2024 @ 10:00 AM local time for the following:<br /> Ascension Parish (Parish) is accepting Sealed Bids for Bridge Material and Round Timber Piles.<br />Bridge Material Specifications: All lumber and timbers will be grade #2 and Better Southern Pine in accordance with SPIB Grade Rules and treated in accordance with AWPA specifications U1 and T1.<br />Round Timber Piles Specifications: All pilings will meet specifications in accordance with ASTM-Class B Round Timber Piles specifications, and treated in accordance with AWPA specifications U1 and T1 for land and fresh water use.<br />Unless submitting bid via online, bids must be enclosed in a sealed envelope bearing on the outside, the name of the Bidder, Bidder’s address, and the name of the material/project for which the bid is submitted. The bids will be publicly open and read aloud on the above stated date and time.<br />Bid information shall be received in legible print by: Ascension Parish Government, Purchasing Department, 615 East Worthey Street, Gonzales, LA 70737 on or before 10:00 a.m. Central Standard Time on the specified date stated above. Electronic bid submittals are permitted via http://www.centralauctionhouse.com.<br />Specifications/Bid documents may be obtained at the Ascension Parish Government, Purchasing Office, 615 East Worthey Street, Gonzales, Louisiana 70737. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. All addenda, corrections, and responses to this public notice shall be posted to http://www.centralauctionhouse.com.<br />The Parish shall not be responsible if the bidder cannot complete and submit a Bid due to failure or incomplete delivery of the files submitted via the internet.<br />The Parish reserves the right to disqualify any responses to Bids, or Request for Proposals if it is not authorized to do business in the State of Louisiana.<br /> <br /> <br /> <br /> <br /> <br /> <br />TO BE BID BY PIECE FOR THE FOLLOWING SIZES:<br />Size<br />12’<br />14’<br />16’<br />18’<br />20’<br />22’<br />24’<br />26’<br />28’<br />30’<br />32’<br />2 x 10<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />3 x 10<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />3 x 8<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />3 x 12<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />4 x 12<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />6 x 6<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />6 x 8<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />8 x 8<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />12 x 12<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />25’ Piling<br />40’ Piling<br />2 x 10 x 12’ Full Center Match<br />6 x 12 x 16’ .80 CCA Poles<br />12 butt x 40’ .80 CCA Poles<br />12 butt x 45’ .80 CCA Poles<br />6 x 12 x 18’ #2 RGH.80 CCA<br /> <br /> <br /> <br />2 x 8 x 20’ #2 SYP RGH .80 <br />6/8 x 20’ .80 Poles<br />2 x 6 x 20' #2 SYP RGH .80<br /> <br />3 x 10 x 20’ #2 SYP RGP .80<br /> <br />2 x 10 x 10’ #2 SYP RGP .80<br /> <br /> <br /> <br />LA. R.S. 38:2212.1 (C) (2)<br />Wherever in specifications the name of a certain brand, make, manufacturer, or definite specification is utilized, the specifications shall state clearly that they are used only to denote the quality standard of product desired and that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable.<br /> <br />The contract will be awarded on an all or none type basis. The bidder with the most items at the lowest price will be awarded the contract.<br /> <br /> <br />The Parish reserves the right to reject any and all bids or proposals for just cause.<br /> <br /> <br /> <br />DONALDSONVILLE CHIEF - PLEASE PUBLISH 03/21/2024 03/28/2024<br />GONZALES WEEKLY - PLEASE PUBLISH 03/21/2024 03/28/2024<br /> <br />
https://www.centralauctionhouse.com/rfp32753453-bridge-material-and-round-timber-piles.html
21-Mar-2024 10:00:00 AM CDT |
09-Apr-2024 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Hurricane Ida Damage Repairs for VFW Center
|
Sealed bids will be received on April 18, 2024, by the Terrebonne Parish Consolidated Government (TPCG) Purchasing Division, at the City of Houma Service Complex, 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and TPCG shall at that time and place 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 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 /> <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 DAMAGE REPAIRS FOR VFW CENTER<br /> Project No: IDA-0062, FEMA # 680843<br /> <br /> Project Description: This scope includes Hurricane Ida Damage Repairs to the interior,<br /> exterior, and roof replacement to the Terrebonne Parish VFW<br /> located in Houma, LA.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors. <br /> <br />This Project shall require a Louisiana Contractors license number for BUILDING CONSTRUCTION.<br /> <br />Bidding Documents for this Project are on file in the office of the Designer, Gros Flores Positerry, LLC 307 Canal Blvd., Thibodaux, Louisiana. Please contact the Architect for any clarification or information regarding the specifications.<br /> <br />A Non-mandatory Pre-Bid Conference will be held on April 9, 2024, 2:00 PM, 2024 at the office of 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.
https://www.centralauctionhouse.com/rfp96813083-hurricane-ida-damage-repairs-for-vfw-center-.html
21-Mar-2024 8:56:00 AM CDT |
18-Apr-2024 2:00:00 PM CDT |
Terrebonne Parish School District |
Child Nutrition Kitchen Equipment Bid 041824
|
Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids for the Child Nutrition Department, via Central Bidding, until the hour of three o’clock PM (3:00 PM), April 18, 2024 for Kitchen Equipment. Bids received by 3:00 PM on April 18, 2024, will be publicly opened and acknowledged at the Purchasing Department, 201 Stadium Drive, Houma, LA 70360, and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by March 28, 2024 at 12:00 PM. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Child Nutrition Program, 340 St. Charles Street, Bldg. #3, Houma, LA 70360/PO Box 5097, Houma, LA 70361, or by calling (985) 876-7407.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished.<br /> <br />Bids shall be submitted electronically using www.centralbidding.com. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Bids shall not be accepted by mail, facsimile, or e-mail.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised. To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br />Dr. MayBelle Trahan, President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br />Publication Dates: Thursday, March 21, 2024<br /> Thursday, March 28, 2024<br /> <br /> <br />This Institution is an Equal Opportunity Employer
https://www.centralauctionhouse.com/rfp40902210-child-nutrition-kitchen-equipment-bid-041824.html
21-Mar-2024 8:00:00 AM CDT |
18-Apr-2024 3:00:00 PM CDT |
Iberville Parish School Board |
Large Equipment BID for Crescent Elementary #SFS-2425-03
|
"Per BID Specifications"
https://www.centralauctionhouse.com/rfp96812692-large-equipment-bid-for-crescent-elementary-sfs-2425-03.html
21-Mar-2024 12:00:00 AM CDT |
18-Apr-2024 9:00:00 AM CDT |
Iberville Parish School Board |
Large Equipment BID for North Iberville #SFS-2425-02
|
Per BID Specifications
https://www.centralauctionhouse.com/rfp54834747-large-equipment-bid-for-north-iberville-sfs-2425-02.html
21-Mar-2024 12:00:00 AM CDT |
17-Apr-2024 9:00:00 AM CDT |
Iberville Parish School Board |
Large Equipment BID for Dorseyville Kitchen #SFS-2425-01
|
Per BID Specifications
https://www.centralauctionhouse.com/rfp88363288-large-equipment-bid-for-dorseyville-kitchen-sfs-2425-01.html
21-Mar-2024 12:00:00 AM CDT |
16-Apr-2024 9:00:00 AM CDT |
Livingston Parish Gravity Drainage District No. 2 |
RE-ADVERTISEMENT LPGDD2-On-Call & Emergency Debris Removal from Ditches & Canals 2023
|
<div style="text-align: center;"><b>RE-ADVERTISEMENT<br />LPGDD2-On-Call & Emergency Debris Removal from Ditches & Canals 2023</b></div> <div style="text-align: center;"><b>Livingston Parish Gravity Drainage District 2<br />Request for Qualifications & Proposals<br /> </b></div>Sealed Proposals will be received by Livingston Parish Gravity Drainage District 2 (LPGDD2), Parish of Livingston, at 8639 Springfield Road, Denham Springs, LA 70786, either by electronic submission through Central Bidding or hand delivered, no later than 10:00 AM. CST on Tuesday, April 16, 2024. Submittals shall be made by Instructions in the Proposal Package furnished by LPGDD2. The district reserves the right to reject any or all Proposals, to waive irregularities and/or informalities in any Proposal, and to make and award in any manner, consistent with law, considered in the best interest of the District.<br /> <br />The Proposal Package (Forms and Instructions) is available to interested parties with demonstrated experience in providing Debris Removal from Ditches and Canals located throughout LPGDD2 and funded by governmental agencies. The Proposal Package can be obtained from the LPGDD2 Office, at 8639 Springfield Road, Denham Springs, LA 70786 or via electronic submission through Central Bidding. Office hours are Monday – Thursday 7:30 AM to 4:30 PM. Telephone number is 225-791-6509.<br /> <br />A mandatory Prebid meeting will be held on Tuesday, April 9, 2024, at 10 AM CST at 8639 Springfield Road, Denham Springs, LA 70786<br /> <br />LPGDD2 is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to take part in this solicitation.<br /> <br />Any person with disabilities requiring special accommodation must contact the LPGDD2 Office at 225-791-6509 no later than twenty-four (24) hours prior to Proposal opening.<br /> <br />Jimmy Davis<br />LPGDD2 Board Chairman<br /> <br />Advertisement Source and Dates: Livingston Parish News<br />Central Bidding
https://www.centralauctionhouse.com/rfp78460813-re-advertisement-lpgdd2-on-call-emergency-debris-removal-from-ditches-canals-2023.html
21-Mar-2024 12:00:00 AM CDT |
16-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144743 Labor, Materials and Equipment Necessary to Repair Damaged Panels at the Johnny Bright Gym for the Department of Parks and Recreation
|
Labor, Materials and Equipment Necessary to Repair Damaged Panels at the Johnny Bright Gym for the Department of Parks and Recreation
https://www.centralauctionhouse.com/rfp84449392-5000144743-labor-materials-and-equipment-necessary-to-repair-damaged-panels-at-the-johnny-bright-gym-for-the-department-of-parks-and-recreation.html
20-Mar-2024 3:55:00 PM CDT |
02-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Government |
5000144503 Purchase of a Turbo Terrain cut Commercial Wide Area Mower for the Jefferson Parish Department of Parks and Recreation
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144503<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 />Purchase of a Turbo Terrain Cut Commercial- Wide Area Mower for the Jefferson Parish Department of Parks and Recreation<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 20 and 27, 2024<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/rfp31696053-5000144503-purchase-of-a-turbo-terrain-cut-commercial-wide-area-mower-for-the-jefferson-parish-department-of-parks-and-recreation.html
20-Mar-2024 1:00:00 PM CDT |
04-Apr-2024 2:00:00 PM CDT |
Calcasieu Parish School System |
Bid#2025-08._SY24-25 Bread,Produce, and paper goods
|
https://www.centralauctionhouse.com/rfp73120960-bid2025-08_sy24-25-breadproduce-and-paper-goods.html
20-Mar-2024 11:00:00 AM CDT |
12-Apr-2024 11:00:00 AM CDT |
St. Tammany Parish School Board |
VRF PREVENTATIVE MAINTENANCE SERVICES
|
ALL PROPOSALS MUST SUBMITTED AS PER SPECIFICATIONS<br /><br />A mandatory site visit of the premises for existing equipment will take place Monday, April 8, 2024 and continue through Thursday, April 11, 2024. Site visits should take 3-4 days to complete. Any vendor interested in scheduling a site visit must contract Brad Taylor at (985) 768-6836 or Gary Hoover at (985) 966-3090. Vendors will be required to sign in and supply their own transportation to and from each site. The MANDATORY site visits will be categorized according to the Manufacturer/Brand at each school.<br /><br />Contractors must be properly licensed by the Louisiana State Licensing Board for Commercial and Mechanical license(s). As a contractor you must show the appropriate license number(s) on the outside of your sealed proposal/package as well as the inside of the proposal.
https://www.centralauctionhouse.com/rfp90563682-vrf-preventative-maintenance-services.html
20-Mar-2024 10:00:00 AM CDT |
29-Apr-2024 3:00:00 PM CDT |
Jefferson Parish Government |
5000144611 Purchase of Vertical Turbine Pump for the Jefferson Parish Department of Sewerage
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144611<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 />Purchase of a Vertical Turbine Pump 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 programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 20 and 27, 2024<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/rfp35179975-5000144611-purchase-of-vertical-turbine-pump-for-the-jefferson-parish-department-of-sewerage.html
20-Mar-2024 10:00:00 AM CDT |
04-Apr-2024 2:00:00 PM CDT |
Tangipahoa Parish Government |
2024 TANGIPAHOA PARISH PATCHNG CONTRACT
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, WEDNESDAY, APRIL 17, 2024 AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp23272792-2024-tangipahoa-parish-patchng-contract.html
20-Mar-2024 9:43:00 AM CDT |
17-Apr-2024 10:00:00 AM CDT |
Iberia Parish Government |
New Water Treatment Plant for Iberia Parish WaterWorks District No. 3
|
Notice is hereby given that sealed bids will be received ONLY by Iberia Parish Waterworks District No. 3, c/o Iberia Parish Government, located on the 4th floor of Iberia Parish Courthouse at 300 Iberia Street, Suite 400, New Iberia, LA 70560, until ten o’clock a.m. (10:00) central standard time on the 17th day of April 2024 for the following: <br /> <br />Iberia Parish Waterworks District No. 3<br />Water Treatment Plant<br /> <br />and shall at that time and place be publicly open and read aloud in Iberia Parish Council Chambers. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br /> <br />The scope of work encompasses the comprehensive installation and commissioning of two groundwater wells, designed to achieve a flow rate of 1750 gallons per minute (gpm), sourced from the Chicot Aquifer. This includes all needed activities such as site preparation, drilling, casing installation, development, testing, and installation of pumping equipment to complete the wells.<br /> <br />In addition to the groundwater wells, the project entails the construction and implementation of a water treatment facility. This facility will feature five gravity filters to treat water from the Chicot Aquifer and will incorporate two 1,000,000 gallon bolted steel ground storage tanks for treated water storage.<br /> <br />The water treatment facility scope covers all tasks including site preparation, facility structure construction, installation of filtration systems, piping, associated equipment, and testing and commissioning for operational efficiency.<br /> <br />Original Contract Document including drawings and specifications are available at the office of C.H. Fenstermaker and Associates, L.L.C. located at 135 Regency Square, Lafayette, LA 70508, phone: (337) 237-2200, upon payment of two hundred dollars ($200) per set, payable to Iberia Parish Waterworks District No. 3. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO IBERIA PARISH WATERWORKS DISTRICT NO. 3. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of 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. Bid documents may also be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed above. An electronic copy of the bid documents may be obtained by contacting Mrs. Meghan Broussard at
[email protected] or by telephone at (337) 237-2200. There will be no deposit required to receive an electronic copy of bid documents. Plans and specifications shall be available until twenty-four hours before the bid opening date.<br /> <br />There will be a non-mandatory Pre-Bid Conference at Iberia Parish Council Chambers on April 10th, 2024, at 10:00 a.m. Physical street address of 300 Iberia Street, Suite 400, New Iberia, LA 70560.<br /> <br />Each bid shall be accompanied by a certified check, cashier's check, or bid bond payable to Iberia Parish Waterworks District No. 3, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and who is under contract with the surety company or bond issuer as a licensed agent in this state and residing in this state. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within thirty (30) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids, unless the withdrawal is in accordance with LA R.S. 38§2214.C Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on LA Bid Law statutes, including the lowest responsible bid submitted which is also in compliance with the specifications. Iberia Parish Waterworks District No. 3 (Owner) reserves the right to reject any and all bids for just cause as allowed by LA R.S. 38§2214.<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 $50,000.00 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 Owner strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Owner 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, 337-367-6111. <br /> <br /> Paul Trahan<br /> President<br /> Iberia Parish Waterworks District No. 3 (Coteau)
https://www.centralauctionhouse.com/rfp84462646-new-water-treatment-plant-for-iberia-parish-waterworks-district-no-3.html
20-Mar-2024 9:41:21 AM CDT |
17-Apr-2024 10:00:00 AM CDT |
Tangipahoa Parish Government |
REQUEST FOR PROPOSALS FOR REGION 9 EMERGENCY DISTRIBUTION CENTER SECURITY SYSTEM
|
TANGIPAHOA PARISH GOVERNMENT IS SEEKING PROPOSALS FOR THE ACQUISITION AND INSTALLATION OF ONE VERKADA ALARM SYSTEM AND ASSOCIATED INFRASTRUCTURE AT THE REGION 9 EMERGENCY DISTRIBUTION CENTER LOCATED AT 129 CALHOUS STREET, INDEPENDENCE, LA. 70443.
https://www.centralauctionhouse.com/rfp35893244-request-for-proposals-for-region-9-emergency-distribution-center-security-system.html
20-Mar-2024 9:24:00 AM CDT |
02-Apr-2024 3:00:00 PM CDT |
Tangipahoa Parish Government |
TWO (2) -20 TON DAIKIN PACKAGE UNITS OR EQUIVALENT AT THE REGION 9 WAREHOUSE, INDEPENDENCE
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, WEDNESDAY, APRIL 17, 2024, AT 11:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp90581258-two-2-20-ton-daikin-package-units-or-equivalent-at-the-region-9-warehouse-independence.html
20-Mar-2024 9:22:00 AM CDT |
17-Apr-2024 11:00:00 AM CDT |
City of Kenner, LA |
SEALED BID 24-6826 F AND I REPLACEMENT FIRE ALARM BEAM SMOKE DETECTORS AT THE PONT. CEN.
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, THURSDAY, APRIL 18TH, 2024 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM AT 1610 REV. RICHARD WILSON DRIVE BUILDING D, KENNER, LOUISIANA 70062 .THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <div style="text-align: center;">FURNISH & INSTALL REPLACEMENT FIRE ALARM BEAM SMOKE DETECTORS AT THE PONTCHARTRAIN CENTER<br />FOR THE CITY OF KENNER<br />GENERAL SERVICES DEPARTMENT</div> <br /> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062, OR BY CONTACTING THE FINANCE DEPARTMENT AT:
[email protected]<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com.<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE:<br />www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 24-6826<br />ADV. THE ADVOCATE<br />MARCH 20th, 27th AND APRIL 3rd, 2024
https://www.centralauctionhouse.com/rfp31628072-sealed-bid-24-6826-f-and-i-replacement-fire-alarm-beam-smoke-detectors-at-the-pont-cen.html
20-Mar-2024 9:00:00 AM CDT |
18-Apr-2024 9:45:00 AM CDT |
Jefferson Parish Government |
5000144649 Two (2) Year Contract for Air Compressor Maintenance and Repair Services for the Jefferson Parish Department of Public Works and all Jefferson Parish Agencies
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144649<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 16, 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 Air Compressor Maintenance and Repair Services for the Jefferson Parish Department of Public Works<br />Drainage and all Jefferson Parish Agencies<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 />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 20, 27 and April 3, 2024<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/rfp88910103-5000144649-two-2-year-contract-for-air-compressor-maintenance-and-repair-services-for-the-jefferson-parish-department-of-public-works-and-all-jefferson-parish-agencies.html
20-Mar-2024 9:00:00 AM CDT |
16-Apr-2024 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 62-24-12A: Synthetic Track and Field Event Improvements for Alexandria Senior High
|
ADVERTISEMENT OR INVITATION TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />SYNTHETIC TRACK AND FIELD EVENT IMPROVEMENTS<br />FOR<br />ALEXANDRIA SENIOR HIGH SCHOOL<br />(RPSB BID #62-24-12A)<br /> <br />Separate sealed bids for SYNTHETIC TRACK AND FIELD EVENT IMPROVEMENTS FOR ALEXANDRIA SENIOR HIGH SCHOOL (RPSB Bid #62-24-12A) 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 Tuesday, April 23, 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, LLP –<br />TIPTON ASSOCIATES, APAC (A Joint Venture)<br />301 JACKSON STREET<br />ALEXANDRIA, LOUISIANA 71301<br />(318) 473-0252<br /> <br />The Scope of Work Includes: Installation of haul route matting with associated chain link fence removal replacement, various saw cutting and removal of areas of track pavement, areas of existing track and field events synthetic surfacing and chain link fence, power cleaning of existing synthetic surfacing to remain; and construction/installation of new Portland Cement concrete pavement at added starting lanes / straightaway and repair areas (track), relocated/added chain link fence, various synthetic rubber surface repairs, structural spray system on all track and field event pavement areas, lane striping/markings, minor edge sodding, general site clean-up, etc.<br /> <br />Copies of the bidding documents shall be obtained from the office of Ashe-Broussard-Weinzettle Architects, LLP – Tipton Associates, APAC (A Joint Venture) 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 11:00 a.m. on Tuesday, April 9, 2024 at the project site, Alexandria Senior High School, 800 Ola Street, Alexandria, Louisiana. Attendance at this conference is not mandatory, but strongly encouraged.<br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br /> <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, MARCH 20, 2024<br />WEDNESDAY, MARCH 27, 2024<br />WEDNESDAY, APRIL 3, 2024
https://www.centralauctionhouse.com/rfp86283521-bid-62-24-12a-synthetic-track-and-field-event-improvements-for-alexandria-senior-high.html
20-Mar-2024 8:00:00 AM CDT |
23-Apr-2024 2:00:00 PM CDT |
St. Martin Parish Government |
Request for Proposals to Provide Hazard Mitigation Services
|
The Parish of St. Martin, Louisiana, is soliciting proposals from qualified consultants (“the consultant”) with expertise in the Federal Hazard Mitigation Assistance Programs (HMA). The qualified consultant shall be responsible for preparing HMA applications, managing acquisition and elevation projects, monitoring construction projects, consultation with agencies to assure compliance with the HMA, preparing and updating the Hazard Mitigation Plan, as well as other applicable mitigation activities.
https://www.centralauctionhouse.com/rfp35847208-request-for-proposals-to-provide-hazard-mitigation-services.html
20-Mar-2024 8:00:00 AM CDT |
11-Apr-2024 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A24-91051 Grout Cleaning for East Baton Rouge Libraries
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 16, 2024 for the following:<br /> <br />A24-91051 Grout Cleaning for East Baton Rouge Parish Libraries<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on April 2, 2024 at 9:30 a.m. The address is 7711 Goodwood Boulevard, Baton Rouge, LA 70806. Questions regarding the site visit may be directed to Alvin Rattle @ (225) 231-3779.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on April 5, 2024.<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/rfp66664735-a24-91051-grout-cleaning-for-east-baton-rouge-libraries.html
20-Mar-2024 12:00:00 AM CDT |
16-Apr-2024 11:00:00 AM CDT |
St. Mary Parish Government |
WATER SECTOR PROGRAM ST. MARY PARISH WATER & SEWER COMM. 5 PHASE 1 REPLACEMENT WATER WELL AT GLENCOE WATER TREATMENT PLANT
|
The St. Mary Parish Water & Sewer Commission No. 5, St. Mary Parish, Louisiana, acting through its current<br />President, or the St. Mary Parish CAO, will receive sealed bids for the Water Sector Program – St. Mary<br />Parish Water & Sewer Commission No. 5 – Phase I, Replacement Water Well at Glencoe Water<br />Treatment Plant project, at St. Mary Parish Courthouse, 5th Floor, Franklin, Louisiana 70538, until April 18,<br />2024, at 10:00 A.M., local time, at which time and place, they will be publicly opened and read aloud. Bids<br />received after the time set forth above for opening of bids will not be considered and will be returned<br />unopened.<br />The Contract Documents (Plans, Information for Bidders, Bid Form, Specifications and other pertinent<br />documents) may be examined at the following locations:<br />• Miller Engineers & Associates, Inc. – 601 Main Street; Franklin, Louisiana 70538
https://www.centralauctionhouse.com/rfp95547775-water-sector-program-st-mary-parish-water-sewer-comm-5-phase-1-replacement-water-well-at-glencoe-water-treatment-plant.html
20-Mar-2024 12:00:00 AM CDT |
18-Apr-2024 10:00:00 AM CDT |
City of Broussard |
Broussard Police Department Facility Renovations
|
<div style="text-align: center;"><b>NOTICE TO BIDDERS</b></div><br />Notice is hereby given that sealed bids will be received by the Owner, City of Broussard, at City Hall, located at 310 East Main Street, Broussard, LA 70518, until <b>10:00 am Central Time on Monday the 22th day of April, 2024</b> for the following:<br /> <div style="text-align: center;"><b>BROUSSARD POLICE DEPARTMENT FACILITY RENOVATIONS</b></div><br />The sealed bids will, shortly thereafter, be opened and read aloud. Bids received after the above specified time for opening shall not be considered and shall be returned to the sender unopened.<br /> <br />Scope of Services: The scope of work shall consist of, but not be limited to, the demolition of select interior areas finishes and fixtures. Followed by the renovation of the selected spaces with new finishes and fixtures. <b>All work to be completed within one hundred twenty (120) calendar days from issuance of Notice to Proceed.</b><br /> <br />Bidders may view or download the electronic (.pdf) bid package from: https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions related to the bidding documents shall be addressed to Bryan Boudreaux, Boudreaux Hoffpauir & Associates and submitted to
[email protected]<br /> <br />Mandatory Pre-Bid Conference will be held on Thursday, April 11, 2024 at 9:00 AM at the Broussard Police Department Facility, 5801 Evangeline Throughway, Broussard, LA 70518.<br /><br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /><br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the City of Broussard Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The City of Broussard Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Bidders or firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Bidders shall be licensed for the classification of “<b>BUILDING CONSTRUCTION</b>”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />PURCHASING DIVISION<br />City of Broussard Government<br /> <br />PUBLISH DATES: 3/20/2024, 3/27/2024, 4/10/2024<br /><br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp99366330-broussard-police-department-facility-renovations.html
20-Mar-2024 12:00:00 AM CDT |
22-Apr-2024 10:00:00 AM CDT |
City of Broussard |
West Fairfield Drive & North Larriviere Road Signalization
|
Notice is hereby given that sealed bids will be received by the City of Broussard, Lafayette Parish, Louisiana, at City Hall, 310 East Main Street, Broussard, Louisiana 70518, until 10:00 a.m., on April 17, 2024, for:<br /> <div style="text-align: center;"><b>WEST FAIRFIELD DR. & N. LARRIVIERE RD.<br />SIGNALIZATION<br />FOR<br />THE CITY OF BROUSSARD</b></div> <br />at which time the bids will be opened and publicly read aloud. Bids received after the specified time will not be considered.<br /> <br />The work shall consist of the following:<br /> <br /><b>Installation of four (4) traffic signal poles with all associated work located in the City of Broussard.</b><br /><b> <br />A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on April 4, 2024 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: <b>90 calendar days</b>, exclusive of delays beyond the Contractor’s control from the date stipulated in the written Notice to Proceed.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner's approval:<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />All bonds (Bid Bond, Performance Bond and Payment Bond) shall be written by a surety or insurance company which is currently on the U.S. Department of the Treasury Financial Management Service List (Circular Number 570) of approved bonding companies. The surety or insurance company must be currently licensed to do business in the State of Louisiana.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor's Licensing Law R.S. 37:2150-2164 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification (“<b>Electrical & 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 />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 />Comeaux Engineering & Consulting <br />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<br /><br />Broussard City Hall <br />310 East Main Street<br />Broussard, Louisiana 70518<br />Mon-Thur; 6:30 a.m. to 5:00 p.m.<br /> <br />Complete contract documents and drawings may be obtained at the office of Comeaux Engineering & Consulting, 601 Second Street, Broussard LA, 70518, Telephone No. (337) 837-2210, upon payment of one-hundred fifty dollars ($150.00) to reimburse the cost of reproduction and handling. Payments shall be received before bidding documents are mail. Deposits on the first set of documents furnished to Bona Fide Prime bidders will be fully refunded if returned in good condition within 10 DAYS after receipt of bids. One-half of the deposits will be refunded to Bona Fide Prime bidders upon return of additional sets of documents if returned in good condition within 10 DAYS after receipt of bids. Documents containing marks, torn sheets, or unbound sheets are NOT considered to be in good condition. <br /> <br />Bid related information also available on line and bids may also be submitted on line at:<br /> <br />https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html<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 /> <br /> <br /> ATTEST:<br /><br />s/ Ray Bourque<br /> <br /> (Mayor)<br /> <br /> <br /> <br /> <br /> <br />Publish Dates: March 20, 2024<br /> March 27, 2024<br /> April 3, 2024
https://www.centralauctionhouse.com/rfp83656047-west-fairfield-drive-north-larriviere-road-signalization.html
20-Mar-2024 12:00:00 AM CDT |
17-Apr-2024 10:00:00 AM CDT |
Lincoln Parish Police Jury |
ONE USED TRACK-TYPE CRAWLER TRACTOR
|
Sealed bids will be received by the Police Jury of Lincoln Parish until Friday, April 5, 2024 at 10:00 am. at its office in the Courthouse, Ruston, Louisiana,<br />For furnishing:<br /> <br /> ITEM 1. ONE (1) USED TRACK-TYPE CRAWLER TRACTOR<br /> <br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston LA 71270. Bids can also be submitted electronically at www.centralauctionhouse.com.<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer<br /> Sealed bids will be received by the Police Jury of Lincoln Parish until Friday, April 5, 2024 at 10:00 am. at its office in the Courthouse, Ruston, Louisiana,<br />For furnishing:<br /> <br /> ITEM 1. ONE (1) USED TRACK-TYPE CRAWLER TRACTOR<br /> <br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston LA 71270. Bids can also be submitted electronically at www.centralauctionhouse.com.<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer<br />
https://www.centralauctionhouse.com/rfp83682149-one-used-track-type-crawler-tractor.html
20-Mar-2024 12:00:00 AM CDT |
05-Apr-2024 10:00:00 AM CDT |
City of Alexandria |
Bid# 2463 Gas Meters & Itron ERTS
|
It is the intent of the City of Alexandria to secure pricing on GAS METERS for use by the City of Alexandria Gas Department. Said material is to be inventoried by the Central Warehouse Department.<br /> <br />Bids are to remain in effect for twelve (12) months from the bid award date. Quantities are estimated and not guaranteed. Items to be ordered on an “as needed” basis.<br />
https://www.centralauctionhouse.com/rfp93141341-bid-2463-gas-meters-itron-erts.html
20-Mar-2024 12:00:00 AM CDT |
30-Apr-2024 10:00:00 AM CDT |
City of Alexandria |
Bid# 2461 Janitorial Chemicals
|
It is the intent of the City of Alexandria to secure pricing on JANITORIAL CHEMICALS, for use by the City of Alexandria. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Bids are to remain in effect for a period of twelve (12) months from bid award date. Quantities given are estimated and not guaranteed
https://www.centralauctionhouse.com/rfp35132729-bid-2461-janitorial-chemicals.html
20-Mar-2024 12:00:00 AM CDT |
30-Apr-2024 10:00:00 AM CDT |
City of Alexandria |
Bid# 2464 Operating Supplies-Electric Distribution
|
It is the intent of the City of Alexandria to secure pricing on Operating Supplies, for use by the City of Alexandria Electric Distribution Department. Quoted prices are to remain in effect for a period of twelve (12) months from bid award date. Said material to be inventoried by the Central Warehouse Department and issued to the using department on an “as needed” basis. Quantities given are estimated and not guaranteed. All products shall be new and of current manufacture.<br />
https://www.centralauctionhouse.com/rfp93109512-bid-2464-operating-supplies-electric-distribution.html
20-Mar-2024 12:00:00 AM CDT |
30-Apr-2024 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Hathaway High School Sewer Treatment Plant for Jefferson Davis Parish School Board
|
The Jefferson Davis Parish School Board will receive sealed bids before 2:00 P.M., Tuesday, April 16th, 2024 at JDPSB Technology Center, 1628 South Thibodeaux Road, Jennings LA 70546 for “Hathaway High School Sewer Treatment Plant for the Jefferson Davis Parish School Board”. 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 “Building Construction”. No bid may be withdrawn for a period of thirty (30) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. Evidence of authority to submit the bid shall be required in accordance with R.S. 38:2212 (5) and/or R.S. 39:1594 (C) (4). Each bid must be placed in an opaque envelope, sealed, and marked on the outside, “Hathaway High School Sewer Treatment Plant for the Jefferson Davis Parish School Board” contractor name, address and license number of the bidder, to be opened at 2:00 P.M., Tuesday, April 16th, 2024 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 Non-Mandatory Pre-Bid Meeting will be held at 10:00 a.m. on Thursday, March 28th, 2024 at 4040 Pine Island Hwy, Jennings, LA 70546. John Hall, Superintendent Jefferson Davis Parish School Board
https://www.centralauctionhouse.com/rfp31693433-hathaway-high-school-sewer-treatment-plant-for-jefferson-davis-parish-school-board.html
19-Mar-2024 6:00:00 PM CDT |
16-Apr-2024 2:00:00 PM CDT |
St. Bernard Parish Government |
Riverbend Oxidation Pond Sewer Pump Station and Force Main #LAWSP 10757
|
ADVERTISEMENT FOR BIDS <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br />#LAWSP 10757<br /> <br />Sealed Bids will be received until the hour of 2:00 p.m., on Tuesday, April 23, 2024, at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <br />St. Bernard Parish Government<br />Riverbend Oxidation Pond Sewer Pump Station and Force Main<br />#LAWSP 10757<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., Tuesday, April 23, 2024.<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 />This project consists of furnishing all supervision, labor, equipment, and materials necessary to provide force main and pump station construction at multiple locations in the Parish to transfer sewer flows from the Riverbend Oxidation Pond to the Munster Wastewater Treatment Plant (WWTP). At the Riverbend Oxidation Pond work will include new pump station construction and various site improvements. From the Riverbend Oxidation Pond a new force main will be constructed west to the Violet Canal, across the Violet Canal to the site of the decommissioned Violet WWTP. A new force main will also be constructed from the north end of Debouchel Boulevard at the 40 Arpent Canal west to the Munster WWTP site and tie into the existing headworks at the Munster WWTP.<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 Tuesday, April 9, 2024 at 10:00 am, 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 BCG Engineering and Consulting, Inc, 3012 26th Street, Metairie, LA 70002 , by only licensed contractors upon payment of $150 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 />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/rfp86214311-riverbend-oxidation-pond-sewer-pump-station-and-force-main-lawsp-10757.html
19-Mar-2024 3:38:00 PM CDT |
23-Apr-2024 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Hurricane Ida Damage Repairs Mayfield Bridges #1 & 2 Bankline Stabilization
|
<div style="text-align: center;"><b>INVITATION TO BIDDERS</b></div> <br />Sealed bids will be received on Tuesday, April 16, 2024, by the Terrebonne Parish Consolidated Government (TPCG) Purchasing Division, at the City of Houma Service Complex, 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and TPCG shall at that time and place publically open the bids and read them aloud.<br /> <br />Bid documents are posted on http://www.centralauctionhouse.com/rfp.php?cid=65. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-225-810-4814. <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: Hurricane Ida Damage Repairs<br /> Mayfield Bridges #1 & #2 Bankline Stabilization<br /> <br /> Project No: N/A<br /> <br /> Project Description: <br /> <br />Mayfield #1 Bridge Repairs consist of sawcutting two timber bulkheads 2’ below the mudline, installation of two sheet pile wingwalls on each side of the bridge, and erosion protection in the form of grouted riprap on the side slopes of the bridge. Two new approach slabs shall also be installed.<br /><br />Mayfield # 2 Bridge Repairs consists of the installation of two sheet pile wingwalls on each side of the bridge, and erosion protection in the form of grouted riprap on the side slopes of the bridge. Two new approach slabs shall also be installed. <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 Highway, Street, and Bridge 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 at 985-219-1000 or email
[email protected] for any clarifications or information with regard to the specifications.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held on Wednesday, March 27, 2024 at 2:00 PM at the office of GIS Engineering, LLC, located at 197 Elysian Drive, 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.
https://www.centralauctionhouse.com/rfp24755088-hurricane-ida-damage-repairs-mayfield-bridges-1-2-bankline-stabilization.html
19-Mar-2024 2:07:00 PM CDT |
16-Apr-2024 2:00:00 PM CDT |
Port of New Orleans |
Inner Harbor Navigation Canal Florida Avenue Bridge Roadway and Settlement Repairs
|
Inner Harbor Navigation Canal Florida Avenue Bridge Roadway and Settlement Repairs per specifications and drawings provided.
https://www.centralauctionhouse.com/rfp36336565-inner-harbor-navigation-canal-florida-avenue-bridge-roadway-and-settlement-repairs.html
19-Mar-2024 8:00:00 AM CDT |
16-Apr-2024 11:00:00 AM CDT |
Port of New Orleans |
Nashville A Shed Sprinkler System Replacement
|
Nashville A Shed Sprinkler System Replacement per specifications and drawings provided.
https://www.centralauctionhouse.com/rfp86240759-nashville-a-shed-sprinkler-system-replacement-.html
19-Mar-2024 8:00:00 AM CDT |
24-Apr-2024 11:00:00 AM CDT |
South Lafourche Levee District |
Breton Canal Weir
|
<div style="text-align: justify;">Sealed Bids will be received by the South Lafourche Levee District at their office located at 17904 Hwy. 3235, Galliano, LA 70354 until 10:00 a.m. on Thursday, April 18, 2024. At 10:00 a.m., Bids will be publicly opened and read aloud at their office.<br /> <br />Bidders will have the option to submit their Bids electronically or by paper copy. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process or obtaining the Bidding / Contract Documents & Specifications electronically, please call Central Bidding at 225-810-4814.<br /> <br />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 />BRETON CANAL WEIR<br /> <br />Project consists of:</div><ul> <li style="text-align: justify;">Installing four (4) – 5’ wide x 3’ tall weir gates that will be mounted to a concrete headwall box and allow water to flow from Bayou Lafourche into Breton Canal.</li> <li style="text-align: justify;">Dredging approximately 1,400 feet of Breton Canal. </li></ul><div style="text-align: justify;">Bids must be submitted on the Louisiana Uniform Public Work Bid Form furnished with the Contract Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of LA R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Numbers as evidence that they hold a license of the proper classification that is in full force and effect.<br /> <br />Contract Documents are on file in the office of GIS Engineering, LLC, hereinafter referred to as ENGINEER, located at 197 Elysian Drive, Houma, Louisiana 70363 or 16878 West Main Street, Cut Off, Louisiana 70345 or by contacting Ann Hebert at (985) 219-1001 or
[email protected].<br /> <br />In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $150.00 for one (1) set of Contract Documents, and upon return of the complete Contract Documents in good condition within 10 days from receipt of Bids, shall be refunded the full deposit.<br /> <br />A Pre-Bid Conference will be held on Tuesday, April 2, 2024 at 10:00 a.m.at the office of the South Lafourche Levee District located at 17904 Hwy. 3235, Galliano, LA 70354.<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 South Lafourche Levee 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 South Lafourche Levee 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 />On any Bid submitted in the amount of fifty thousand dollars ($50,000.00) or more, the Bidder shall certify that he is licensed under R.S. 37:2151-2163 and show his license number on the Bid Form above the signature of his duly authorized representative, as well as showing his license number on the outside of the sealed envelope containing his Bid.<br /> <br />Successful Bidder must register with the Lafourche Parish Sales and Use Tax Department for use tax purposes.<br /> <br />/s/ Nicholas Matherne<br />NICHOLAS MATHERNE, GENERAL MANAGER</div>
https://www.centralauctionhouse.com/rfp44471694-breton-canal-weir.html
19-Mar-2024 12:00:00 AM CDT |
18-Apr-2024 10:00:00 AM CDT |
Morehouse Parish Police Jury |
Morehouse Parish Police Jury - George Franklin Road Improvements
|
Advertisement for Bids<br /> <br /> <br />Morehouse Parish Police Jury <br />Owner<br /> <br />125 E. Madison Ave. <br />Bastrop, LA 71220 <br />Address<br /> <br />Separate sealed Bids for the construction of George Franklin Road Improvements, Project No. 22-08-707E will be received by the Morehouse Parish Police Jury at the office located at 125 E. Madison Ave., Bastrop, LA 71220 until 10:00 AM ., (Local Time) April 9, 2024 , 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 registration with a 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: Highway, Street, and Bridge Construction (LA R.S. 37)<br /> <br /> <br />The Project has an expected duration of 45 calendar days.<br />The pre-bid estimate is $410,000<br /> <br /> MOREHOUSE PARISH POLICE JURY<br /> <br />March 7, 2024 <br />Date Terry Matthews, President<br /> <br /> <br /> <br /> <br /> <br />Run in the Legal Section of the Ouachita Citizen on<br /> March 14, 2024, March 21, 2024, and March 28, 2024.<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
https://www.centralauctionhouse.com/rfp31674062-morehouse-parish-police-jury--george-franklin-road-improvements.html
18-Mar-2024 7:00:00 PM CDT |
09-Apr-2024 10:00:00 AM CDT |
Avoyelles Parish School Board |
Supplies
|
Supply bid for food service
https://www.centralauctionhouse.com/rfp70243263-supplies.html
18-Mar-2024 7:00:00 PM CDT |
23-Apr-2024 1:00:00 PM CDT |
Avoyelles Parish School Board |
Bread and Bread related Products
|
Bread Bid
https://www.centralauctionhouse.com/rfp43264955-bread-and-bread-related-products.html
18-Mar-2024 7:00:00 PM CDT |
23-Apr-2024 1:00:00 AM CDT |
Avoyelles Parish School Board |
Disposal of Grease Service
|
Grease Trap Bid
https://www.centralauctionhouse.com/rfp83690689-disposal-of-grease-service.html
18-Mar-2024 7:00:00 PM CDT |
23-Apr-2024 1:00:00 PM CDT |
Avoyelles Parish School Board |
Milk Bid
|
Milk BId
https://www.centralauctionhouse.com/rfp44472902-milk-bid.html
18-Mar-2024 7:00:00 PM CDT |
23-Apr-2024 1:00:00 PM CDT |
Jefferson Parish Government |
5000144724 Purchase of ATI Q25 and Q45 Sensors for the Jefferson Parish Sewerage Department
|
Purchase of ATI Q25 and Q45 Sensors for the Jefferson Parish Sewerage Department
https://www.centralauctionhouse.com/rfp91291096-5000144724-purchase-of-ati-q25-and-q45-sensors-for-the-jefferson-parish-sewerage-department.html
18-Mar-2024 9:54:00 AM CDT |
04-Apr-2024 11:00:00 AM CDT |
Jefferson Parish Public School System |
Hurricane Ida Roof Replacement, Interior Repairs, and Site Work at Bonnabel Magnet Academy High School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, April 16, 2024 for Hurricane Ida Roof Replacement, Interior Repairs, and Site Work at Bonnabel Magnet Academy High School, Project No. 2022-34 C. 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, Duplantier & Meric, Architects, LLC, 4764 Paris Avenue, New Orleans, LA 70122, Phone: 504-324-9874 for a deposit of $350.00 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, April 3, 2023 at 1:00 p.m. at Bonnabel Magnet Academy High School, 2801 Bruin Dr., Kenner, LA 70065 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as general construction.
https://www.centralauctionhouse.com/rfp51436006-hurricane-ida-roof-replacement-interior-repairs-and-site-work-at-bonnabel-magnet-academy-high-school.html
16-Mar-2024 12:00:00 AM CDT |
16-Apr-2024 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
City Hall Fire Alarm Upgrades-PROJECT NO. : 21-ASC-CP-1484
|
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: 3/15, 3/22, & 3/29, 2024<br /> NOTICE TO CONTRACTORS<br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: City Hall Fire Alarm Upgrades City Hall - 222 St. Louis Street, Baton Rouge, LA 70802 CITY PARISH PROJECT NO. 21-ASC-CP-1484 PROJECT DESCRIPTION: Replacement/Upgrade of existing Fire Alarm System Electronic or sealed bids will be received until 2:00 p.m. Local Time, Thursday, April 4, 2024, 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 p.m. on the same day and date. Please note the above new delivery address.<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 /><br />Certification Regarding Debarment, Suspension and Other Responsibility Matters Attestation Clause per LA RS 38:2227 (Past Criminal Convictions) and Legal Citizen Affidavit LA RS 38:2212.10. Non-Collusion & Non-Solicitation Affidavit LA RS 38:2224 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division.<br /><br />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 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 />Complete Bid Documents are available in electronic form. They may be obtained online at www.centralauctionhouse.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Architectural Services Division of the City of Baton Rouge at: (225) 389- 4694, Attn: J. Gordon or
[email protected]<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 Electrical Contractor, 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 10:00am on March 26, 2024 at City Hall, 222 St. Louis Street. 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: Sean M. Johnson, AIA, (225) 389-4694 or
[email protected] or Architectural and Construction Documents related: Landon Burns, P.E., TLA, LLC, (225) 293-9474 or
[email protected].
https://www.centralauctionhouse.com/rfp62401532-city-hall-fire-alarm-upgrades-project-no-21-asc-cp-1484.html
15-Mar-2024 8:00:00 AM CDT |
04-Apr-2024 2:00:00 PM CDT |
Terrebonne Parish School District |
CNP #041024 Milk Products, Fruit Juice, Fresh Fruits & Vegetables, Supplies & Disposables
|
ADVERTISEMENT FOR BIDS/PROPOSALS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids/proposals at its Child Nutrition Department, via Central Bidding, until the hour of eleven o’clock AM (11:00 AM), April 10, 2024 for Milk Products, Fruit Juice, Fresh Fruits & Vegetables, Supplies & Disposables, Linen Services, and Concentrated Detergents. Bids/Proposals received by 11:00 AM on April 10, 2024 will be publicly opened and acknowledged on April 10, 2024 at 1:00 PM at 201 Stadium Drive, Houma, LA 70360, and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by March 21, 2024 at 2:00 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Child Nutrition Program, 340 St. Charles Street, Bldg. #3, Houma, LA 70360/PO Box 5097, Houma, LA 70361, or by calling (985) 876-7407.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid/proposal 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 shall be submitted at www.centralbidding.com at no charge. Bidders need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications/proposals that are charged by Central Bidding.<br /> <br />Bids/Proposals shall be submitted electronically using www.centralbidding.com. Failure of the bidder to upload their bid/proposal to Central Bidding is not the responsibility of Terrebonne Parish School Board. Bids/Proposals shall not be accepted by mail, facsimile, or e-mail.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid/proposal for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid/proposal. This bid/proposal has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids/proposals as advertised. To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids/proposals for just cause.<br /> <br />Dr. MayBelle N. Trahan, President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br />Publication Dates: Friday, March 15, 2024<br /> Thursday, March 21, 2024<br /> <br />This Institution is an Equal Opportunity Employer
https://www.centralauctionhouse.com/rfp87590552-cnp-041024-milk-products-fruit-juice-fresh-fruits-vegetables-supplies-disposables.html
15-Mar-2024 8:00:00 AM CDT |
10-Apr-2024 11:00:00 AM CDT |
Terrebonne Parish School District |
CNP RFP#041024 Linen Service and Concentrated Detergents
|
ADVERTISEMENT FOR BIDS/PROPOSALS<br /> <br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids/proposals at its Child Nutrition Department, via Central Bidding, until the hour of eleven o’clock AM (11:00 AM), April 10, 2024 for Milk Products, Fruit Juice, Fresh Fruits & Vegetables, Supplies & Disposables, Linen Services, and Concentrated Detergents. Bids/Proposals received by 11:00 AM on April 10, 2024 will be publicly opened and acknowledged on April 10, 2024 at 1:00 PM at 201 Stadium Drive, Houma, LA 70360, and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by March 21, 2024 at 2:00 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Child Nutrition Program, 340 St. Charles Street, Bldg. #3, Houma, LA 70360/PO Box 5097, Houma, LA 70361, or by calling (985) 876-7407.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid/proposal 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 shall be submitted at www.centralbidding.com at no charge. Bidders need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications/proposals that are charged by Central Bidding.<br /> <br />Bids/Proposals shall be submitted electronically using www.centralbidding.com. Failure of the bidder to upload their bid/proposal to Central Bidding is not the responsibility of Terrebonne Parish School Board. Bids/Proposals shall not be accepted by mail, facsimile, or e-mail.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid/proposal for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid/proposal. This bid/proposal has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids/proposals as advertised. To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids/proposals for just cause.<br /> <br />Dr. MayBelle N. Trahan, President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br />Publication Dates: March 14, 2024<br /> March 21, 2024<br /> <br />This Institution is an Equal Opportunity Employer<br />
https://www.centralauctionhouse.com/rfp49746883-cnp-rfp041024-linen-service-and-concentrated-detergents.html
15-Mar-2024 8:00:00 AM CDT |
15-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Public School System |
Phase I Roof Replacement and Repairs at Ehret High 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, April 11, 2024 for Phase I Roof Replacement and Repairs at Ehret High School, Project No. 2022-27 A. 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, Linfield, Hunter, & Junius, Inc., 3608 18th Street, Suite 200, Metairie, Louisiana 70002, Phone: (504) 833-5300 for a deposit of $125.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Wednesday, March 27, 2024 at 3:30 p.m. at Ehret High School, 4300 Patriot Street. 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 Commercial Roofing.
https://www.centralauctionhouse.com/rfp61244972-phase-i-roof-replacement-and-repairs-at-ehret-high-school.html
15-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Rapides Parish Sheriff's Office |
Vehicle Emergency Response Equipment RPSO-05-2024
|
It is the intent of the Rapides Parish Sheriff’s Office to secure pricing on Emergency Response Equipment for 2023 model year Ford Explorer Police Pursuit Vehicles and 2024 model year Ford F150 Police Pursuit Vehicle. Quoted prices shall be for equipment only. No installation required.
https://www.centralauctionhouse.com/rfp69989741-vehicle-emergency-response-equipment-rpso-05-2024.html
15-Mar-2024 12:00:00 AM CDT |
03-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Public School System |
Covered Play Structures on the Westbank
|
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, April 11, 2024 for Covered Play Structures on the Westbank, Project No. 2023-30 A. 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, Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B Metairie, LA 70001 Phone: 504-885-9892 for a deposit of $60.00 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, April 3, 2024 at 9:00 a.m. at Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, 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/rfp30733719-covered-play-structures-on-the-westbank.html
15-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Public School System |
Covered Play Structures on the Eastbank
|
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, April 11, 2024 for Covered Play Structures on the Eastbank, Project No. 2023-30 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, Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B Metairie, LA 70001 Phone: 504-885-9892 for a deposit of $60.00 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, April 3, 2024 at 9:00 a.m. at Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, 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/rfp73709657-covered-play-structures-on-the-eastbank.html
15-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Public School System |
Covered Play Structures in Marrero and Westwego
|
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, April 11, 2024 for Covered Play Structures in Marrero and Westwego, Project No. 2023-30 C. 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, Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B Metairie, LA 70001 Phone: 504-885-9892 for a deposit of $60.00 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, April 3, 2024 at 9:00 a.m. at Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, 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/rfp34327511-covered-play-structures-in-marrero-and-westwego.html
15-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Public School System |
Hurricane Ida Damage Repairs at Hazel Park-Hilda Knoff 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, April 11, 2024 for Hurricane Ida Damage Repairs at Hazel Park-Hilda Knoff Elementary School, Project No. 2022-15. 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 Burgdahl & Graves AIA Architects, Inc., 2550 Belle Chasse Highway Suite 130, Gretna, LA 70053 Phone: <a href="tel:504-366-4433">504-366-4433</a> Phone: <a href="tel:504-885-9892">504-885-9892</a> for a deposit of $150.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Wednesday, April 3, 2024 at 10:00 a.m. at Hazel Park-Hilda Knoff Elementary School, 8809 Jefferson Hwy., River Ridge, LA 70123 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as general construction.
https://www.centralauctionhouse.com/rfp11704888-hurricane-ida-damage-repairs-at-hazel-park-hilda-knoff-elementary-school.html
15-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Public School System |
Hurricane Ida Roof Replacement, Interior Repairs, and Site Work at Bissonet Plaza 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, April 11, 2024 for Hurricane Ida Roof Replacement, Interior Repairs, and Site Work at Bissonet Plaza Elementary School, Project No. 2022-22 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 Holly & Smith Architects, APAC, 2302 Magazine Street, New Orleans, LA 70130 Phone: 504-585-1315 for a deposit of $350.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Thursday, April 4, 2024 at 3:00 p.m. at Bissonet Plaza Elementary School, 6818 Kawanee Ave., Metairie, LA 70003 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as general construction.
https://www.centralauctionhouse.com/rfp73732399-hurricane-ida-roof-replacement-interior-repairs-and-site-work-at-bissonet-plaza-elementary-school.html
15-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Flood Protection Authority - East |
L2820046 - 40 Arpent Sheet Pile Wall Rehabilitation - Phase 1
|
INVITATION TO BID<br />PROJECT NO. L2820046<br />40 ARPENT SHEET PILE WALL REHABILITATION - PHASE 1<br /> <br />The Southeast Louisiana Flood Protection Authority – East (a.k.a. FPA, a.k.a. Owner) will receive sealed bids at the Front Reception Desk, located at 6920 Franklin Ave, New Orleans, LA 70122, on Wednesday, April 10, 2024 until 2:00 P.M. local time. All Bids must be in accordance with the Bidding Documents on file with and issued by N-Y Associates, Inc. Following this time, the bids will be opened, and publicly read aloud. Bids received after the above specified time will not be considered.<br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R. S. 38:2212, 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 informalities and shall not be waived by any public entity.<br />Bids shall be submitted on forms provided by the Owner. Envelopes containing bids and bid guarantee shall be sealed, marked with the Project Name, and with the Contractor’s name as it appears on the License and the Louisiana contractor’s license number (Unless a contractor’s license is not required).<br />The work consists of furnishing all labor, material, and equipment for blast cleaning and painting of sheet piles, repairing of sheet piles, excavation, backfilling and seeding, as well as, any related and incidental materials and work, as per the drawings and specifications provided in this bid document. The site is located along the floodwall, at 29-58-10N/ 89-59-05W in Chalmette, Louisiana. The opinion of probable construction costs for the project will be made available at the time of bid opening, either by posting such estimate electronically or announcing aloud such estimate at the bid opening.<br />Complete Drawings, Specifications, and Contract documents may be obtained from the N-Y Associates, Inc. on a payment of a non-refundable fee by check or money order only, payable to N-Y Associates, Inc. In accordance with La. R.S. 38:2212. Fees for these sets shall be set at a rate of Two Hundred Dollars ($200.00). Bidders may also check https://www.centralauctionhouse.com/ for downloadable electronic versions. See Instructions to Bidders for details. Any addenda, documents, Q&A, etc that are available after this letting are only available via the sources listed above and will be issued to the Official Plan Holder list, maintained by said sources. It is the responsibility of the bidder to ensure they have all said documents via the directions spelled out above.<br /> <br />Deposit on the first set is fully refundable to all bona fide prime Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent (50%) of the deposit of all other sets of documents will be refunded upon return of documents, in good condition, no later than ten (10) days after receipt of bids, as stated above.<br />If a request for Contract documents is made through U.S. mail or other delivery services, bidder must furnish a street mailing address and will be responsible for service and postage fees.<br />PRE-BID CONFERENCE. <br />A pre-bid conference will be held at 6920 Franklin Ave, New Orleans, LA 70122, on Wednesday, March 20, at (10:00 AM) Local Time.<br />Bidders are urged to attend. This is NOT a mandatory meeting. PRE-BID Site Visit. <br />There will be a Site Visit, if requested.<br /><br />Visitors are responsible for furnishing their own (as needed and required) P.P.E. for any Site Visits, e.g.: hard hat, safety vest, protective safety glasses, proper foot attire, etc.<br />The Flood Protection Authority assumes no responsibility or liability for the safety of those in attendance.<br />If there is any site visit, it will NOT be mandatory. .Licensing<br />Bids will only be accepted by those contractors complying with state licensing laws for contractors, La. R.S. 37:2163. On any bid submitted in the amount of $50,000 or more, Contractor shall hold at the time of bid opening, a valid license issued by the Louisiana Licensing Board for Contractors for the required classification of work This project is classified as, Heavy Construction as indicated at http://www.lslbc.louisiana.gov/examsclassifications/ ).<br />It is the responsibility of the bidder to determine the proper job classification and to possess the proper license.<br />Upon demand by the FPA, Contractors desiring to bid shall submit evidence that they hold license of proper classification and in full force and effect.<br />Objection to the required classification should be filed in accordance with La. R.S. 37:2163 as stated by the Louisiana Licensing Board for Contractors.<br />Bid and performance Bonds<br />All bids must be accompanied by bid security equal to five percent (5%) of the cost of the Contract price of work to be done for the Base Bid plus all additive Alternate Bid prices, by certified check, cashier's check or Bid Bond Form written by a surety company licensed to do business in Louisiana, signed by the surety’s agency or attorney-in-fact. <br />The Bid Bond shall be in favor of the following: <br />“Southeast Louisiana Flood Protection Authority – East” and<br />“Lake Borgne Basin Levee District”The Bid Bond shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable. <br />The bidder to whom the Contract is awarded shall also be required to furnish a performance bond equal to 100% of the total amount of the bid. The bid bond must be furnished in accordance with the requirements of La. R.S. 38:2218, and the performance bond in accordance with the provisions of La. R.S. 38:2219.<br />The furnished Payment and Performance bond shall be at no cost to the FPA.<br />The Bond shall be signed by the surety’s agent or attorney-in-fact.<br />Subcontractors, DISADVANTAGED BUSINESS ENTERPRISES (DBE), AND SMALL BUSINESS ENTERPRISES (SBE) AND WOMEN’S BUSINESS ENTERPRISE (WBE)<br />Work in the amount of at least sixty percent (60%) of total amount of Contract as awarded shall be performed by the Prime Contractor at the construction site or within its own shop, plant, or yard with its own employees.<br />FPA is an equal opportunity public entity and as such, invites and encourages DBE(s), SBE(s), and WBE(s) to submit bids on its projects. See General Conditions on DBE(s), SBE(s), and WBE(s). <br />Bidding and Withdrawal of bid<br />Bidder is required to comply with provisions and requirements of La. R.S.38:2212. Bids may be withdrawn or revised by the bidder prior to bid opening. Bids may only be withdrawn after bid opening due to patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, if clear and convincing sworn, written evidence of such errors is furnished to the public entity within48 hours of bid opening in accordance with La. R. S. 38:2214.<br /> <br />Local advertisements<br />This advertisement will be published in the following periodicals:<br />PERIODICAL(S): ........................................................ DATE:<br />THE NEW ORLEANS ADVOCATE..... March 15, 2024<br />................................................................... and March 22, 2024<br />................................................................... and March 29, 2024<br />DAILY JOURNAL OF COMMERCE... March 18, 2024
https://www.centralauctionhouse.com/rfp64410727-l2820046--40-arpent-sheet-pile-wall-rehabilitation--phase-1.html
15-Mar-2024 12:00:00 AM CDT |
10-Apr-2024 2:00:00 PM CDT |
Ouachita Parish School Board |
34-24 Surplus Equipment Sale
|
See Attachment for Bid Documents
https://www.centralauctionhouse.com/rfp83271978-34-24-surplus-equipment-sale.html
14-Mar-2024 2:00:00 PM CDT |
04-Apr-2024 3:00:00 PM CDT |
Jefferson Parish Government |
5000144772 Two (2) Year Contract for the Supply of Internet Base Postage Services
|
Two (2) Year Contract for the Supply of Internet Base Postage Services
https://www.centralauctionhouse.com/rfp86710326-5000144772-two-2-year-contract-for-the-supply-of-internet-base-postage-services.html
14-Mar-2024 1:00:00 PM CDT |
03-Apr-2024 11:00:00 AM CDT |
Port of South Louisiana |
REQUEST FOR PROPOSALS GRASS CUTTING AND MAINTENANCE
|
Seeking Proposals for Grass Cutting and Maintenance Services at the POSL Executive Regional Airport. <br /><br />Walk Thru - April 9, 2024 at 9:00 a.m.
https://www.centralauctionhouse.com/rfp87549819-request-for-proposals-grass-cutting-and-maintenance-.html
14-Mar-2024 11:00:00 AM CDT |
15-Apr-2024 11:00:00 AM CDT |
Ascension Parish Sheriff's Office |
INVITATON TO BID ASCENSION PARISH SHERIFF'S OFFICE JAIL - A/C AND FURNACE REPLACEMENT (C200)
|
PUBLIC NOTICE<br />INVITATION TO BID<br /> <br />The Ascension Parish Sheriff’s Office is accepting sealed bids until 10:00 AM Tuesday April 16th, 2024, for the purchase of the following:<br /> <br />A/C and Furnace replacement (C200)<br />(1) 20-ton, R-410a outdoor condenser<br />(1) 20-ton, indoor air handler<br />(1) 300 mbu/hr, natural gas, in-line duct furnace <br />A mandatory walk through will be held at the Ascension Parish Sheriff’s Office Jail, located at 2281 Lemanville Cut Off Rd, Donaldsonville, LA 70346, on Wednesday, March 20th, 2024, at 10:00 AM.<br /> <br />Bids will be opened on Tuesday, April 16th, 2024, at 10:00 AM at the Ascension Parish Sheriff’s Finance Office, which is located at 828 S. Irma Blvd., Gonzales, LA 70737 in the Ascension Parish Governmental Annex Building.<br /> <br />All bids must be submitted in a sealed envelope marked “Sealed Bid for A/C and Furnace Replacement (C200)” and delivered to the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737, or mailed to P.O. Box 268, Donaldsonville, Louisiana 70346, in time for the bid opening. Bids may also be submitted online at www.CentralBidding.com.<br /> <br />For more information regarding the detail specifications or the bid process, please call Lt. Adam Brasseaux at 225-264-6736.<br /> <br />The Ascension Parish Sheriff’s Office reserves the right to reject any or all bids, and to waive any formalities.<br /> <br /> <br />Bobby Webre, Sheriff<br /> <br />Published 2024, March 14th, 21st, and 28th<br />The Gonzales Weekly Citizen<br /> <br />
https://www.centralauctionhouse.com/rfp77375921-invitaton-to-bid-ascension-parish-sheriffs-office-jail--ac-and-furnace-replacement-c200.html
14-Mar-2024 8:00:00 AM CDT |
16-Apr-2024 10:00:00 AM CDT |
Terrebonne Parish School District |
Child Nutrition Bid 040924
|
Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids at its Child Nutrition Department, via Central Bidding, until the hour of eleven o’clock AM (11:00 AM), April 9, 2024 for Meat and Frozen Items and Canned and Dry Goods. Bids received by 11:00 AM on April 9, 2024 will be publicly opened and acknowledged on April 9, 2024 at 1:00 PM at 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by March 21, 2024 at 2:00 pm. Specifications and conditions for bidding may also be obtained from the Terrebonne Parish School Board Child Nutrition Program, 340 St. Charles Street, Bldg. #3, Houma, LA 70360/PO Box 5097, Houma, LA 70361, or by calling (985) 876-7407.<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 shall be submitted at www.centralbidding.com at no charge. Bidders need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading bid specifications that are charged by Central Bidding.<br /> <br />Bids shall be submitted electronically using www.centralbidding.com. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Bids shall not be accepted by mail, facsimile, or e-mail.<br /> <br />The Terrebonne Parish School Board reserves the right to use any state, government, or school contract that was properly let for public bidding as a bid for any item(s) where the prices are lower than or equal to the prices submitted by any or all vendors.<br /> <br />The Terrebonne Parish School Board accepts no responsibility for contacting any vendor, failure to contact a vendor, or a vendor not receiving information regarding this bid. This bid has been properly advertised and it is the sole responsibility of any or all Vendors to request and submit bids as advertised. To the extent permitted by applicable state and federal laws and regulations, the Terrebonne Parish School Board reserves the right to reject any or all bids for just cause.<br /> <br />Dr. MayBelle N. Trahan, President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br />Thursday, March 14, 2024<br />Thursday, March 21, 2024<br /> <br /> <br />This Institution is an Equal Opportunity Employer
https://www.centralauctionhouse.com/rfp44791433-child-nutrition-bid-040924.html
14-Mar-2024 8:00:00 AM CDT |
09-Apr-2024 11:00:00 AM CDT |
Beauregard Parish School Board |
SFS - BREAD AND BAKERY PRODUCTS
|
<b>BID NOTICE<br /> <br />The Beauregard Parish School Board will take sealed bids to purchase BREAD AND BAKERY PRODUCTS for the Food School Service Program. Bids should be in the Central Office by 10:15 A.M. on Tuesday, April 23, 2024.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:15 A.M. on Tuesday, April 23, 2024.<br /> <br />Mark bid envelope: “Sealed – BREAD AND BAKERY PRODUCTS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.</b><br />
https://www.centralauctionhouse.com/rfp51472662-sfs--bread-and-bakery-products.html
14-Mar-2024 7:00:00 AM CDT |
23-Apr-2024 10:15:00 AM CDT |
Beauregard Parish School Board |
SFS - MILK AND RELATED PRODUCTS
|
BID NOTICE<br /> <br />The Beauregard Parish School Board will take sealed bids to purchase MILK AND RELATED PRODUCTS for the Food School Service Program. Bids should be in the Central Office by 10:00 A.M. on Tuesday, April 23, 2024.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:00 A.M. on Tuesday, April 23, 2024.<br /> <br />Mark bid envelope: “Sealed – MILK AND RELATED PRODUCTS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp64441455-sfs--milk-and-related-products.html
14-Mar-2024 7:00:00 AM CDT |
23-Apr-2024 10:00:00 AM CDT |
Beauregard Parish School Board |
SFS - PRODUCE
|
BID NOTICE<br /> <br />The Beauregard Parish School Board will take sealed bids to purchase PRODUCE for the Food School Service Program. Bids should be in the Central Office by 10:30 A.M. on Tuesday, April 23, 2024.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:30 A.M. on Tuesday, April 23, 2024.<br /> <br />Mark bid envelope: “Sealed – PRODUCE BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp64431787-sfs--produce.html
14-Mar-2024 7:00:00 AM CDT |
23-Apr-2024 10:30:00 AM CDT |
Beauregard Parish School Board |
SFS - PAPER GOODS
|
BID NOTICE<br /> <br />The Beauregard Parish School Board will take sealed bids to purchase PAPER GOODS for the Food School Service Program. Bids should be in the Central Office by 10:45 A.M. on Tuesday, April 23, 2024.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:45 A.M. on Tuesday, April 23, 2024.<br /> <br />Mark bid envelope: “Sealed – PAPER GOODS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp87564583-sfs--paper-goods.html
14-Mar-2024 7:00:00 AM CDT |
23-Apr-2024 10:45:00 AM CDT |
Beauregard Parish School Board |
SFS - FROZEN FOODS
|
BID NOTICE<br /> <br />The Beauregard Parish School Board will take sealed bids to purchase FROZEN FOODS for the Food School Service Program. Bids should be in the Central Office by 1:00 P.M. on Tuesday, April 23, 2024.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 1:00 P.M. on Tuesday, April 23, 2024.<br /> <br />Mark bid envelope: “Sealed – FROZEN FOODS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.<br />
https://www.centralauctionhouse.com/rfp21126850-sfs--frozen-foods.html
14-Mar-2024 7:00:00 AM CDT |
23-Apr-2024 1:00:00 PM CDT |
Beauregard Parish School Board |
SFS - STAPLE GOODS
|
BID NOTICE<br /> <br />The Beauregard Parish School Board will take sealed bids to purchase STAPLE GOODS for the Food School Service Program. Bids should be in the Central Office by 1:30 P.M. on Tuesday, April 23, 2024.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 1:30 P.M. on Tuesday, April 23, 2024.<br /> <br />Mark bid envelope: “Sealed – STAPLE GOODS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp87574348-sfs--staple-goods.html
14-Mar-2024 7:00:00 AM CDT |
23-Apr-2024 1:30:00 PM CDT |
Livingston Parish Government |
WILDWOOD DRIVE BRIDGE OVER BEAVER CREEK
|
The project scope of work is to include the construction of a 24-foot wide x 80-foot long 4-span cast-in-place concrete bridge on Wildwood Drive over Beaver Creek in Livingston Parish. Wildwood Drive is a dead-end road that serves approximately 40 homes. The new bridge will be constructed on a new alignment to allow the existing bridge and roadway to remain open during construction for access to the existing homes. The new bridge and roadway approaches are to be constructed, the traffic is to be shifted to the new bridge and roadway, and the existing bridge and roadway is to be demolished. The construction will also include asphalt concrete pavement, class II crushed stone base course, drainage ditches, drainage pipe, and driveway reconstruction. <br /> <div style="text-align: center;"><b>A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD</b></div><div style="text-align: center;">at 2:00 PM on March 27th, 2024, at Livingston Parish Government 20399 Government Blvd., Livingston, LA 70754</div><br />
https://www.centralauctionhouse.com/rfp84132512-wildwood-drive-bridge-over-beaver-creek.html
14-Mar-2024 6:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
Ascension Parish Government |
South Louisiana Fairgrounds Park Upgrades
|
<div><h1>REQUEST FOR QUALIFICATIONS</h1>Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>April 11, 2024, at 3:00 p.m. </b>(CST) for the following:<h1>South Louisiana Fairgrounds Park Upgrades</h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is now seeking engineering/design services for additions to the South Louisiana Fairgrounds Park including new Airnasium, restroom, and multipurpose field.<div style="margin-left: 40px;"><i>The Parish is soliciting qualification statements for coordination of the design services for additions to the South Louisiana Fairgrounds Park including new Airnasium, restroom, and multipurpose field.</i></div> <div style="margin-left: 40px;"><b>Engineering/Design Scope of Work:</b></div><ul style="margin-left: 40px;"> <li><i>Demolition</i></li> <li><i>Site Work</i></li> <li><i>Identification/relocation/modifications of existing utilities as necessary</i></li> <li><i>Design for Airnasium structure and concrete foundation</i></li> <li><i>Design for new multipurpose field</i></li> <li><i>Design of new restroom</i></li> <li><i>Any other miscellaneous site construction deemed necessary</i></li> <li><i>Engineer to provide set of stamped design drawings and specifications to be utilized for bidding and construction</i></li> <li><i>Ascension Parish to provide surveying and soil testing</i></li></ul> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CST) on March 26, 2024. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CST) on April 2, 2024.<br /><b>One (1) original and six (6) copies of proposal required.</b></div><br clear="all" /> <br /> <br />RFQ documents may be obtained at the Ascension Parish Government, Purchasing Department located at 615 E. Worthey Street, Gonzales, Louisiana, 70737. RFQ documents are available at Central Auction House Bidding at <a href="http://www.entralauctionhouse.com/">www.centralauctionhouse.com</a>. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />CHIEF PLEASE PUBLISH 3/14, 3/21, 3/28<br />WEEKLY PLEASE PUBLISH 3/14, 3/21, 3/28
https://www.centralauctionhouse.com/rfp27549226-south-louisiana-fairgrounds-park-upgrades.html
14-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 3:00:00 PM CDT |
City of Walker |
RFP For Consulting Services - Taylor Bayou Drainage Improvements
|
PUBLIC NOTICE<br />- - -<br />REQUEST FOR PROPOSALS FOR ADMINISTRATIVE CONSULTING SERVICES<br /> The City of Walker has been approved for a grant under the Louisiana Community Development Block Grant Disaster Recovery (CBDG-DR) and Mitigation Funds for mitigation projects under the Louisiana Watershed Initiative (LWI) program. The city is interested in procuring the services of an administrative consultant firm to administer and implement the Taylor Bayou Drainage Improvements Project.<br /> <br />The procedures for the selection of this firm will be in accordance with the procurement requirements of the LCDBG Program. All responses received will be evaluated in accordance with the selection criteria and corresponding point system that is identified in the request for proposals package. That package also identifies the scope of services to be performed by the selected firm.<br />The City will award the contract to the respondent obtaining the highest score in the evaluation process.<br /> <br />Interested parties are invited to secure a proposal package from Ms. Kelsey Murray, City of Walker, Grant Manager, at (225) 665-4356; or by sending an email request to
[email protected]; or by mailing a written request to Ms. Kelsey Murray, City of Walker Grant Manager, P.O. Box 217, Walker, LA 70785.<br /> <br />Responses to this request shall be mailed to the address and name above or in case of hand delivery to the above-named person at 13600 Aydell Lane, Walker, LA 70785. Responses to this request must be received no later than 3:00 p.m., Thursday, April 25, 2024 Please state RFP for Consulting Services – Taylor Bayou Drainage Improvements on the cover. Responses received after the time and date set forth will not be considered.<br /> <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />City of Walker is an Equal Opportunity Employer. We encourage small and minority- owned firms and women’s business enterprises to apply.<br /> <br />
https://www.centralauctionhouse.com/rfp49763128-rfp-for-consulting-services--taylor-bayou-drainage-improvements.html
14-Mar-2024 12:00:00 AM CDT |
25-Apr-2024 3:00:00 PM CDT |
Livingston Parish Public Schools |
RFP 24-06: Third-Party Administrator for Claims Services
|
RFP 24-06: Third-Party Administrator for Claims Services (Workers' Compensation, Automobile, Employee Practices, and General Liability)<br /><br />Sealed bids will be accepted until 10:00 AM on Thursday, April 18, 2024.<br /><br />Questions: Please contact Bridget Demonica at (225) 686-4224 or
[email protected]
https://www.centralauctionhouse.com/rfp87749405-rfp-24-06-third-party-administrator-for-claims-services.html
14-Mar-2024 12:00:00 AM CDT |
18-Apr-2024 10:00:00 AM CDT |
Livingston Parish Sewer District |
LIVINGSTON PARISH SEWER DISTRICT SANITARY SEWER FORCE MAIN - FROM BELMONT SUBDIVISION TO JUBAN PARC SUBDIVISION
|
INVITATION TO BID <br /><br />Livingston Parish Sewer District (LPSD) is receiving sealed written bids from qualified vendors to provide public works Materials and Services for <br /><br />LIVINGSTON PARISH SEWER DISTRICT SANITARY SEWER FORCE MAIN <br />FROM BELMONT SUBDIVISION TO JUBAN PARC SUBDIVISION - ALONG BROWN ROAD AND JOE MAY ROAD - <br /><br />Sealed Bids will be received at LPSD office located at 8437 Lockhart Road, Denham Springs, LA. 70726, until Thursday, April 11, 2024 at 2:00 pm. At which time bids will be opened and publicly read aloud. Bids received after the above time will be returned unopened. Complete bidding documents may be obtained from the office of Alvin Fairburn & Associates, Inc., 1289 DEL ESTE AVENUE, Denham Springs, Louisiana upon payment of $75.00 per set. Deposits on first set of documents furnished to General Contractors who bid the project will be fully refunded upon return of the documents in good condition no later than ten days after receipt of bids. On other sets of documents one-half (1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. An additional non-refundable charge of $50.00 per set will be charged if plans and <br />specifications are mailed. <br /><br />A MANDATORY PRE-BID MEETING will be held at Fairburn Building located at 1289 Del Este Avenue, Denham Springs, Louisiana on Monday, April 1, 2024 @ 9:00 a.m. LA RS38: 2212 (I) rules apply. <br /><br />At which time bids will be opened and publicly read aloud. Bids received after the above time will be returned unopened. Complete bidding documents may be obtained from the office of Alvin Fairburn & Associates, LLC., 1289 DEL ESTE AVENUE, Denham Springs, Louisiana. <br /><br />The Contract will be awarded to the lowest, responsible, responsive bidder. <br /><br />The Livingston Parish Sewer District reserves the right to reject any and all bids for just cause. In <br />accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. <br /><br />Equal Employment Opportunity (EEQ) Statement – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will be required to comply with the President’s Executive Order No. 11246, as amended. <br /><br />LIVINGSTON PARISH SEWER DISTRICT <br /> <br /><br />ADVERTISE:<br /><br />THURSDAY, March 14, 2024 <br />THURSDAY, March 21, 2024 <br />WEDNESDAY, March 28, 2024
https://www.centralauctionhouse.com/rfp22226528-livingston-parish-sewer-district-sanitary-sewer-force-main--from-belmont-subdivision-to-juban-parc-subdivision.html
14-Mar-2024 12:00:00 AM CDT |
11-Apr-2024 2:00:00 PM CDT |
City of Eunice |
City of Eunice Central Fire Station Repairs
|
<div style="text-align: center;"><u><b>ADVERTISEMENT FOR BIDS</b></u></div> <br /><b>Sealed bids from Louisiana-licensed contractors will be received by the City of Eunice, c/o Ginny Moody, City Clerk at 300 S. Second St. / PO Box 1106, Eunice, LA 70535. or electronically via www.centralbidding.com, until 1:20 pm on Friday, April 12. 2024 for:<br /> </b><div style="text-align: center;"><b>City of Eunice Central Fire Station Repairs<br />100 Park Ave. Eunice, LA 70535<br />Architect’s Project No. A23-10</b></div><br /><b>Bids will be opened publicly at 2:00 p.m. on the Bid Date in the Mayor’s Conference Room on the 1st floor of the Municipal Complex at 300 S. Second St., Eunice, LA, 70535.</b><br /> <br />In accordance with Louisiana RS 38:2212, contractors may submit their bid electronically at www.centralbidding.com. Plans and specifications are available by electronic means from www.centralbidding.com . The web site is available 24 hours a day seven day a week. Vendors submitting bids electronically are required to provide the same documents as vendors submitting through the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from opening of the bids to provide the City of Eunice the original documents. If a certified check, or cashier’s check, is submitted as the bid security, electronic copies of both the front and back of the check shall be included with the electronic bid. If a vendor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non-responsive.<br /> <br />Bidding documents in print form may be obtained at the office of: Architects Alliance of Acadiana, 1006 Creswell Lane, Opelousas, LA 70570, Phone: (337)942-2678. Contractors who obtain printed documents will also be provided with electronic copies. Contractors and sub-contractors licensed under R.S. 37:2150-2164 may secure from the architect, complete sets of printed Bid Documents upon deposit of $125.00 for each set. Deposit for the first set is fully refundable to all bona fide prime contract bidders and a 50% refund shall be made for all additional sets to prime bidders and other plan-holders, upon return of the documents in good condition no later than ten (10) days after receipt of bids. The deposit for damaged, incomplete or late returned documents will be forfeited. Contractors will be responsible for return shipping costs. <br /> <br />A Mandatory Pre-Bid Conference will be conducted at the project site located at 100 Park Ave. at 2:00 pm on Monday, April 1, 2024. All bidders are required to have a representative of their company attend in order for their bid to be accepted. To arrange an inspection at other times, contact Chief Chaise Brown, Fire Chief, phone number (337) 580-1913, between 8:00 am and 4:00 pm, M-F.<br /> <br />All bids must be accompanied by Bid Security equal to five percent (5%) of the Base Bid plus all additive alternates (if any) and must be in the form of a Bid Bond, Certified Check, or Cashier's Check, written by a company licensed to do business in Louisiana and payable to the City of Eunice.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the contract amount and who is currently on the U.S. Department of Treasury Financial Management Service List and complies with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the Treasury Financial Management Service List. The bond shall be countersigned by a person who is under contract with the surety company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this State, and who is residing in this State.<br /> <br /> <br />Performance time shall be 160 calendar days unless extended by approved Change Order. Liquidated Damages in the amount of $200.00 per calendar day will be assessed for failure to substantially complete the work within the performance time. <br /> <br />No bid may be withdrawn for a period of forty-five (45) days after receipt of bids. The Owner reserves the right to reject any and all bids for “just cause”.<br /> <div style="text-align: right;"><b>S/ Scott A Fontenot, Mayor<br />Attest: Ginny Moody, City Clerk</b></div>
https://www.centralauctionhouse.com/rfp21191366-city-of-eunice-central-fire-station-repairs.html
14-Mar-2024 12:00:00 AM CDT |
12-Apr-2024 1:20:00 PM CDT |
Livingston Parish Public Schools |
Bid No. 24-01 Custodial Supplies for Warehouse Stock
|
Bid No. 24-01 Custodial Supplies for Warehouse Stock<br /><br />Questions:<br />Contact Bridget Demonica<br />
[email protected]
https://www.centralauctionhouse.com/rfp5875090-bid-no-24-01-custodial-supplies-for-warehouse-stock.html
14-Mar-2024 12:00:00 AM CDT |
18-Apr-2024 2:00:00 PM CDT |
Livingston Parish Public Schools |
Bid No. 24-02: Food Service Disposables for Warehouse Stock
|
Bid No. 24-02 Food Service Disposables for Warehouse Stock <br />July 1, 2024 - June 30, 2025<br /><br />Questions:<br />Contact Bridget Demonica<br />
[email protected]
https://www.centralauctionhouse.com/rfp11055123-bid-no-24-02-food-service-disposables-for-warehouse-stock.html
14-Mar-2024 12:00:00 AM CDT |
18-Apr-2024 2:00:00 PM CDT |
Town of Church Point |
Contract No. 4 - Rehabilitate Existing Elevated Storage Tank
|
NOTICE TO BIDDERS<br /> <br />CONTRACT NO. 4<br />REHABILITATE EXISTING ELEVATED STORAGE TANK<br /> <br />FOR THE<br /> <br />TOWN OF CHURCH POINT, LOUISIANA<br /> <br />Sealed bids will be received by the Town of Church Point at any time or day prior to, but no later than 11:00 a.m. central standard time on Wednesday, April 17, 2024 for the above listed project.<br /> <br />The work will consist of providing labor, equipment and materials to blast and paint the interior and exterior of a 300,000 gallon elevated storage tank and to perform other miscellaneous repairs as listed in the contract documents. <br /> <br />Bids may be mailed to Town of Church Point, Attn: Valerie Clayton, Municipal Clerk, 741 South Main Street, Church Point, LA 70525, or delivered between the hours of 8:00 a.m. and 4:00 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 deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on Wednesday, April 3, 2024 at 11:00 a.m. in the Town Hall, 741 South Main Street, Church Point, LA 70525.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on Wednesday, April 17, 2024, at 11:00 a.m. in the Town of Church Point Town Hall, located in Town Hall at 741 South Main Street, Church Point, Louisiana. The construction cost estimate will be read aloud upon opening of bids.<br /> <br />The prime contractor and all subcontractors must have an active Unique Entity ID (SAM) as verified on www.sam.gov prior to beginning construction and throughout the term of the contract.<br /> <br />Funding for this project shall be through American Rescue Plan Act-Water Sector Program. Refer to the Federal Provisions for Construction Contracts for special requirements.<br /> <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 />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner’s approval.<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier's check, money order or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br /> <br />Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law R.S. 37:2150-2173 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification of “Specialty: Tower Construction, Specialty: Painting, Coating and Blasting (Industrial and Commercial), or Municipal and Public Works Construction” in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers. <br /> <br />Contract documents may be obtained at the office of McBade Engineers & Consultants, LLC, 327 Iberia Street, Suite 5, Youngsville, Louisiana 70592, Phone Number (337) 451-5823, upon payment of one hundred dollars ($100.00) for each complete set. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit (less actual cost of reproduction) will be refunded upon return of the documents no later than ten (10) days after receipt of bids. They will not be mailed without such a request. Plans and specifications shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />If there are any questions regarding bidding procedures, contact McBade Engineers & Consultants, LLC, Project Engineer at (337) 451-5823.<br /> <br /> <br /> <br />RYAN MECHE<br />MAYOR<br /> <br />Publication Dates: March 13, 2024, March 20, 2024, and March 27, 2024
https://www.centralauctionhouse.com/rfp1404475-contract-no-4--rehabilitate-existing-elevated-storage-tank.html
13-Mar-2024 4:20:00 PM CDT |
17-Apr-2024 11:00:00 AM CDT |
Town of Church Point |
Contract No. 3 - Installation of Gate Valve, Meters and Automatic Meter Reading System
|
NOTICE TO BIDDERS<br /> <br />CONTRACT NO. 3<br />INSTALLATION OF GATE VALVES, METERS AND<br />AUTOMATIC METER READING SYSTEM<br /> <br />FOR THE<br /> <br />TOWN OF CHURCH POINT, LOUISIANA<br /> <br />Sealed bids will be received by the Town of Church Point at any time or day prior to, but no later than 10:30 a.m. central standard time on Wednesday, April 17, 2024 for the above listed project.<br /> <br />The project scope will consist of the installation of insertion valves throughout the Town of Church Point and the installation of water meters and an automatic meter reading system along with other miscellaneous work. <br /> <br />The work related to the Automatic Metering System (AMRs) will include the installation of water meters to be read in an automated manner. The system will consist of furnishing and installing water meters, encoders, cellular meter modules, Advanced Metering Analytics (AMA) software, software hosting, training and support necessary to furnish a cellular network meter reading system.<br /> <br />Bids may be mailed to Town of Church Point, Attn: Valerie Clayton, Municipal Clerk, 741 South Main Street, Church Point, LA 70525, or delivered between the hours of 8:00 a.m. and 4:00 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 deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on Wednesday, April 3, 2024 at 10:30 a.m. in the Town Hall, 741 South Main Street, Church Point, LA 70525.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on Wednesday, April 17, 2024, at 10:30 a.m. in the Town of Church Point Town Hall, located in Town Hall at 741 South Main Street, Church Point, Louisiana. The construction cost estimate will be read aloud upon opening of bids.<br /> <br />The prime contractor and all subcontractors must have an active Unique Entity ID (SAM) as verified on www.sam.gov prior to beginning construction and throughout the term of the contract.<br /> <br />Funding for this project shall be through American Rescue Plan Act-Water Sector Program. Refer to the Federal Provisions for Construction Contracts for special requirements.<br /> <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 />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner’s approval.<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier's check, money order or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law R.S. 37:2150-2173 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification of “Municipal and Public Works Construction” in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers. <br /> <br />Contract documents may be obtained at the office of McBade Engineers & Consultants, LLC, 327 Iberia Street, Suite 5, Youngsville, Louisiana 70592, Phone Number (337) 451-5823, upon payment of one hundred dollars ($100.00) for each complete set. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit (less actual cost of reproduction) will be refunded upon return of the documents no later than ten (10) days after receipt of bids. They will not be mailed without such a request. Plans and specifications shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />If there are any questions regarding bidding procedures, contact McBade Engineers & Consultants, LLC, Project Engineer at (337) 451-5823.<br /> <br /> <br /> <br />RYAN MECHE<br />MAYOR<br /> <br />Publication Dates: March 13, 2024, March 20, 2024, and March 27, 2024.<br />
https://www.centralauctionhouse.com/rfp87582126-contract-no-3--installation-of-gate-valve-meters-and-automatic-meter-reading-system.html
13-Mar-2024 4:15:00 PM CDT |
17-Apr-2024 10:30:00 AM CDT |
Town of Church Point |
Contract No. 2 - S. Broadway Street-Water System Improvements
|
NOTICE TO BIDDERS<br /> <br />CONTRACT NO. 2<br />S. BROADWAY STREET<br />WATER SYSTEM IMPROVEMENTS<br /> <br />FOR THE<br /> <br />TOWN OF CHURCH POINT, LOUISIANA<br /> <br />Sealed bids will be received by the Town of Church Point at any time or day prior to, but no later than 10:00 a.m. central standard time on Wednesday, April 17, 2024 for the above listed project.<br /> <br />The project scope includes cut and plugging an existing 2” water line and reconnecting service lines to a 12” water line along with associated piping and other miscellaneous work.<br /> <br />Bids may be mailed to Town of Church Point, Attn: Valerie Clayton, Municipal Clerk, 741 South Main Street, Church Point, LA 70525, or delivered between the hours of 8:00 a.m. and 4:00 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 deadline listed below.<br /> <br />A non-mandatory pre-bid conference will be held on Wednesday, April 3, 2024 at 10:00 a.m. in the Town Hall, 741 South Main Street, Church Point, LA 70525.<br /> <br />All bids with a properly executed envelope, will be opened publicly, and read aloud on Wednesday, April 17, 2024, at 10:00 a.m. in the Town of Church Point Town Hall, located in Town Hall at 741 South Main Street, Church Point, Louisiana. The construction cost estimate will be read aloud upon opening of bids.<br /> <br />The prime contractor and all subcontractors must have an active Unique Entity ID (SAM) as verified on www.sam.gov prior to beginning construction and throughout the term of the contract.<br /> <br />Funding for this project shall be through American Rescue Plan Act-Water Sector Program. Refer to the Federal Provisions for Construction Contracts for special requirements.<br /> <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 />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner’s approval.<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier's check, money order or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law R.S. 37:2150-2173 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification of “Municipal and Public Works Construction” in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers. <br /> <br />Contract documents may be obtained at the office of McBade Engineers & Consultants, LLC, 327 Iberia Street, Suite 5, Youngsville, Louisiana 70592, Phone Number (337) 451-5823, upon payment of one hundred dollars ($100.00) for each complete set. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit (less actual cost of reproduction) will be refunded upon return of the documents no later than ten (10) days after receipt of bids. They will not be mailed without such a request. Plans and specifications shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />If there are any questions regarding bidding procedures, contact McBade Engineers & Consultants, LLC, Project Engineer at (337) 451-5823.<br /> <br />RYAN MECHE<br />MAYOR<br /> <br />Publication Dates: March 13, 2024, March 20, 2024, and March 27, 2024.<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp64435406-contract-no-2--s-broadway-street-water-system-improvements-.html
13-Mar-2024 4:10:00 PM CDT |
17-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
SOQ 24-007-Provide School Uniform Assistance Program for JeffCap
|
PUBLIC NOTICE <br />SOQ 24-007<br /> <br />School Uniform Assistance Program<br /> <br />The Parish of Jefferson, authorized by Resolution No.143673, is hereby soliciting the submittal of a Statement of Qualification (General Professional Services Questionnaire) from individuals or firms interested in participation with the Jefferson Community Actions Community Service Block Grant - School Uniform Assistance Program. The purpose of the Project is to identify multiple qualified, licensed school uniform vendors to provide school uniforms to preapproved Pre-K to 12th-grade students through a voucher system under the Department of Community Action Programs’ Community Services Block Grant.<br /> <br />Deadline for Submissions: 3:30 p.m., April 5, 2024<br /> <br />Scope of Services<br />Receive and update an emailed spreadsheet of the preapproved voucher list<br />Receive and redeem preapproved vouchers<br />Maintain purchase records by attaching copies of receipts to vouchers. <br />Individuals and /or firms approved by the Program to provide services are responsible for retaining records of purchases and redeemed and unredeemed program vouchers. At the program's close, vendors will be responsible for compiling records for submission to the CSBG Program Manager and then retained by the Program. <br />All Statements of Qualification must include a copy of the Jefferson Parish General Professional Service Questionnaire for the contract period, October 1, 2023, through September 30, 2024.<br />The following evaluation criteria, listed in order of importance, are used to evaluate each firm submitting a Statement of Qualifications:<br />Scope of Services - 30 points<br />Demonstrated ability to provide the required services sought by the program. (30) points<br />Previous Years of Program Participation Experience – 30 points<br />Responsiveness to the SOQ -10 points <br />The person or 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)<br />All persons or firms (including subcontractors) 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 />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 />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: March 13, & 20, 2024
https://www.centralauctionhouse.com/rfp18227115-soq-24-007-provide-school-uniform-assistance-program-for-jeffcap.html
13-Mar-2024 4:05:00 PM CDT |
05-Apr-2024 3:30:00 PM CDT |
Jefferson Parish Government |
5000144672-Two (2) Year Contract for Maintenance and Repairs of Waterworks Waukesha Diesel Engines and Repairs to Generator for the Jefferson Parish Water Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144672<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 9, 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 /> <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 Maintenance and Repairs of Waterworks Waukesha Diesel <br />Engines and Repairs to Generator for the 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 cashier’s check, certified check, or surety bid bondin the amount of 5% of the total bid amount WHEN INDICATED IN THE SPECIFICATIONS. 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.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 13, 20 & 27, 2024<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/rfp21156702-5000144672-two-2-year-contract-for-maintenance-and-repairs-of-waterworks-waukesha-diesel-engines-and-repairs-to-generator-for-the-jefferson-parish-water-department.html
13-Mar-2024 3:16:00 PM CDT |
09-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144751-Labor, Materials & Equipment to Provide A Two (2) Year Janitorial Contract for Dedicated Facilities Under Jurisdiction of The Department of Juvenile Services
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144751<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 9, 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 & Equipment to Provide A Two (2) Year Janitorial Contract for Dedicated Facilities Under Jurisdiction of The Department of Juvenile Services<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: March 13, 20, & 27, 2024<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/rfp7853340-5000144751-labor-materials-equipment-to-provide-a-two-2-year-janitorial-contract-for-dedicated-facilities-under-jurisdiction-of-the-department-of-juvenile-services.html
13-Mar-2024 2:19:00 PM CDT |
09-Apr-2024 2:00:00 PM CDT |
St. Mary Parish School Board |
MORGAN CITY HIGH SCHOOL STADIUM RENOVATION
|
ADVERTISEMENT FOR BIDS<br /> <br />MORGAN CITY HIGH SCHOOL<br />STADIUM RENOVATION<br />Morgan City, Louisiana<br /> <br />Sealed bids will be received by the St. Mary Parish School Board for MORGAN CITY HIGH SCHOOL, STADIUM RENOVATION until 2:00 PM, local time on Tuesday, April 9, 2024 at the St. Mary Parish School Board Central Office Complex, LA Hwy 317, Centerville, Louisiana, 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: Morgan City High School <br /> Stadium Renovation<br /> Morgan City, Louisiana<br /> <br /> St. Mary Parish School Board<br />Highway 317 · P. O. Box 170<br />Centerville, LA 70522<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 Ted Fleming with Central Auction House at 1-866-570-9620 concerning any questions about this process.<br /> <br />PROJECT DESCRIPTION: The project consists of the cleaning and painting , fence replacement, new track surfacing, lighting improvements, new field event improvements, and miscellaneous repairs to the Morgan City High School Stadium.<br /> <br />Prospective Contractors shall be licensed for Building 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 in the St. Mary Parish School Board, Central Office Complex, Hwy 317, Centerville, Louisiana and the office of the Architect, Carl P. Blum AIA Architect, 900 David Drive, P. O. Box 2386, Morgan City, Louisiana 70381, and are open for inspection without charge.<br /> <br />Contractors may obtain contract documents from the Architect by paying a deposit of Thirty Dollars ($30.00). 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, the 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 />Mr. Michael Taylor, President<br /> <br />Advertise March 13, 2024, March 22, 2024, March 29, 2024<br />
https://www.centralauctionhouse.com/rfp71251404-morgan-city-high-school-stadium-renovation.html
13-Mar-2024 2:00:00 PM CDT |
09-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144759 Two Year Contract as Needed to Supply Labor, Materials and Equipment for Turnkey Hydroseeding for the Jefferson Parish Parkways Department
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144759<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 18, 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 Year Contract as Needed to Supply Labor, Materials and Equipment for Turnkey Hydroseeding for the Jefferson Parish Department of Public Works - Parkways Department.<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at General Government Building 200 Derbigny St. Suite 4400 on April 01,2024 at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: MARCH 13, 20 and 27, 2024<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/rfp87752296-5000144759-two-year-contract-as-needed-to-supply-labor-materials-and-equipment-for-turnkey-hydroseeding-for-the-jefferson-parish-parkways-department.html
13-Mar-2024 2:00:00 PM CDT |
18-Apr-2024 2:00:00 PM CDT |
Calcasieu Parish School System |
Boston School Bid# HL-748-01– Hurricane Repairs HL-748-01
|
Boston School – Hurricane<br />Repairs<br />HL-748-01<br />
https://www.centralauctionhouse.com/rfp44739467-boston-school-bid-hl-748-01-hurricane-repairs-hl-748-01-.html
13-Mar-2024 1:30:00 PM CDT |
16-Apr-2024 1:30:00 PM CDT |
Jefferson Parish Government |
RFP 0481-Provide and Install New Advanced Metering Infrastructure Water Meters in Jefferson Parish for the Department of Water
|
<br />REQUEST FOR PROPOSAL<br /> RFP 0481<br /> <br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide and Install New Advanced Metering Infrastructure Water Meters in Jefferson Parish for the Department of Water.<br /> <br />The Jefferson Parish Department of Water seeks to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified proposers who are interested in replacing the existing water meters in Jefferson Parish that are beyond their useful life, to increase the accuracy and efficiency of the measurement of water usage for customers in Jefferson Parish.<br /> <br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br /> <br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br /> <br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on April 18, 2024. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br /> <br />A MANDATORY pre-proposal conference will be held at 10:00 a.m., April 3, 2024 at the General Government Bldg., 200 Derbigny Street, Suite 4400, Purchasing, Gretna, 70053. All Prospective Proposers must participate in the conference and will be required to sign in and out as evidence of attendance. All prospective proposers shall be present at the beginning of the Mandatory conference and shall remain in attendance for the duration of the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any Prospective Proposer who fails to attend the conference or remain for the duration shall be prohibited from submitting a proposal<br /> <br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /><br />Renny Simno<br />Director Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 13, 20, & 27, 2024<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/rfp24534113-rfp-0481-provide-and-install-new-advanced-metering-infrastructure-water-meters-in-jefferson-parish-for-the-department-of-water.html
13-Mar-2024 1:30:00 PM CDT |
18-Apr-2024 3:30:00 PM CDT |
Jefferson Parish Government |
5000144783 Three (3) Year Contract to Perform Required Annual Electric Fire Pump and Stand Pipe Testing and Fire Sprinkler System Inspections for Various Jefferson Parish Buildings
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144783<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 9, 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 (3) Year Contract to Perform Required Annual Electric Fire Pump and Stand Pipe Testing and Fire Sprinkler System Inspections for Various Jefferson Parish Buildings<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: March 13, 20 and 27, 2024<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.netor you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp520781-5000144783-three-3-year-contract-to-perform-required-annual-electric-fire-pump-and-stand-pipe-testing-and-fire-sprinkler-system-inspections-for-various-jefferson-parish-buildings.html
13-Mar-2024 11:17:00 AM CDT |
09-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 24-004-Provide education, parent involvement, and nutrition services for infants and toddlers 6 weeks -35 months
|
PUBLIC NOTICE<br /> SOQ 24-004<br /> <br />Early Childcare Education 6 weeks to 35 months<br /> <br />The Parish of Jefferson, authorized by Resolution No.143502, is hereby soliciting a Statement of Qualifications (General Professional Services Questionnaire) from persons or firms interested and qualified as defined by the Department of Health and Human Services for participation in Jefferson Community Actions’ Early Head Start Birth to Five Program. The public purpose of the Project is to identify licensed early childhood providers to provide education, parent involvement, and nutrition services for infants and toddlers 6 weeks -35 months under the Early Head Start Birth to Five Grant. Persons or firms deemed qualified for this work shall be eligible for award of early childcare services throughout the Parish until March 01, 2029.<br /> <br /> Deadline for Submissions: 3:30 p.m., April 4, 2024<br /> <br />Scope of Services<br />Early Childhood Providers submitting under this SOQ must be familiar with the Head Start Program Performance Standards located at https://eclkc.ohs.acf.hhs.gov/policy/45-cfr-chap-xiii (the “Standards”) and must be familiar with the Head Start Act 42 U.S.C. 9801 et seq. (the “Act”).<br />Submitters must be able to provide childcare services, defined as full day, full year education, parent involvement and nutrition services for 6 weeks -35 months for 10 hours per day, five (5) days per week, twelve (12) months per year with the exception of the following holidays when the center is closed: New Year’s Eve and New Year’s Day, Martin Luther King, Jr. Day, Mardi Gras, Ash Wednesday, Good Friday, Easter Monday, Memorial Day, Juneteenth, Fourth of July, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve and Christmas Day;<br />Submitters must participate in Self-Assessment interviewing process and serve on Self-Assessment Team and Participate in Community Assessment;<br />Submitters must utilize Creative Curriculum for Infants and Toddlers, and must use Teaching Strategies Gold assessments and ongoing progress;<br />Submitters must participate in JeffCAP Head Start Birth-to-Five Professional Development and training to ensure all staff has the required training hours as deemed by Head Start Performance Standards, Head Start Act and Louisiana Department of Education Division;<br />Submitters must collaborate with JeffCAP Head Start Birth-to-Five Program to expand, develop and implement Head Start Birth-to-Five services;<br />Submitters must conduct monthly Parent Committee meetings to ensure parent involvement is achieved and any concerns are voiced and addressed;<br />Submitters must ensure that parents/guardians with children enrolled will participate in Parent Orientation and the Head Start Parent Partnership Workshop and elect representatives for JeffCAP Head Start B-5 Policy Council from the Parent Committee;<br />Submitters must ensure that enrollees will participate in the Transition and Screening Process. The health screening MUST be conducted (vision, hearing and behavior) within 45 days of entry into program; <br />Submitters must complete developmental screenings and ongoing assessment for all participants for the purpose of planning appropriate activities for the children. Also, they will develop individual lesson plans using Teaching Strategies Gold online system on a weekly basis that include individualization for the children enrolled. The teaching staff with Head Start participants will conduct home visits before children enter the center and as scheduled on the JeffCAP Head Start B-5 calendar. Teaching staff will conduct parent conferences and provide parent with documentation related to their child’s progress;<br />Submitters must ensure JeffCAP Head Start B-5 Child Outcomes will be implemented in each classroom;<br />Submitters must participate in all JeffCAP Head Start Birth-to-Five program activities such as Open House, Parent Orientation, School Readiness Fairs, Grandparents’ Day, Health Fairs, etc.;<br />Submitters must maintain class size in compliance with the Standards Section 1302.21. An Early Head Start class that serves children under 36 months old must have two teachers with no more than eight children. Each teacher must be assigned consistent, primary responsibility for no more than four children to promote continuity of care for individual children. A program must minimize teacher changes throughout a child’s enrollment, whenever possible, and consider mixed age group classes to support continuity of care, see the Standards Section 1302.21 (2). The number of children assigned to each classroom cannot exceed the mandated square footage required per child;<br />Submitters are required to ensure each classroom will have two paid teaching staff per room at all times;<br />Submitters are expected to be in full compliance with the Head Start Performance Standards within 90 days of the contract date;<br />Submitters must adhere to reports and recommendations provided based upon observations and findings;<br />Submitters must keep and maintain adequate, legible, genuine, current, and complete records of services rendered under the terms of this agreement and to make available all such records, which at a minimum, shall consist of, but are not limited to, the following categories and/or documents:<br /><br />Enrollment records that include verification of family income and other verification required for determining eligibility for Head Start funding. Such verification must meet the criteria required by the administration for Children and Families and JeffCAP Head Start Birth-to-Five;<br />Records documenting screening, on-going assessments and educational services for pre-school children.<br /><br />Submitters must adhere to the Fiscal and Non-Federal Share: Ensure that all expenditures and In-Kind items related to reimbursement requests and Non-Federal Share are acceptable and allowable in accordance with 2 CFR Part 200, the Uniform Administrative Requirements, Cost Principles, And Audit Requirements for Federal Awards, and ensure that the Non-Federal Share obligation is met as required, which is 25% of the total Federal reimbursement received;<br />Submitters shall be required to meet with JeffCAP Head Start B-5 Administrators, at least quarterly or as deemed necessary to address program problems, concerns, or issues;<br />Submitters must ensure that participants with disabilities will receive services through the Jeff CAP HS B-5 Education/ Disabilities Content Area and Louisiana Department of Education Early Steps and Child Search program;<br />Submitters must provide proof that operation is in good standing under Type III License from Louisiana Department of Education Licensing Division (must submit copy of current License);<br />Submitters must provide evidence that Early Head Start teachers have a minimum of Child Development Associates (CDA) upon hire. CDA’s that are in areas other than Infants and Toddlers requires 120 hours of Infant & Toddlers training within 8 months of being hired or an Associate Degree in Early Childhood Education or Child Development, in accordance with the Act Section 648A;<br />Submitters must provide proof that they are registered participants of the Jefferson Parish Early Childhood Collaborative;<br />Submitters must provide documentation that the learning center is in compliance with all licensing laws, regulations and minimum standards have State Fire Marshal and Office of Public Health clearance and approval;<br />Submitters must provide proof that they have obtained the Quality Star rating of 4 - 5 stars from the Early Childhood Care and Education Network;<br />Submitters must provide proof that their Performances Profile must have a score of Proficient or higher from the Early Childhood Care and Education Network;<br />Submitters cannot have any current deficiencies from State Licensing; <br />Submitters must provide evidence of Child Care Civil Background Checks (CCCBCS) clearance on all staff;<br />Submitters must provide proof of academic approval from the Louisiana Department of Education (LDOE);<br />Submitters must provide proof of the required insurance as set forth in the Standard Insurance Requirements attached herein as Attachment A. In addition to the Standard Requirements, all proposals must include proof of sexual abuse and molestation coverage of $100,000 per occurrence/$300,000 annual aggregate. These coverages must be maintained for the entire life of any resulting contract; and<br />Submitters must provide a narrative summary to describing the history of providing high -quality services, familiar with CLASS standards, understanding of evidence-based curricula, understanding of appropriate requirements to care for toddlers, evidence of providing professional development to staff; and<br />Submitters must submit a signed copy of the Jefferson Parish Statements of Qualification General Professional Service Questionnaire.<br />Submitters must ensure that all staff, and all students approved by the Program to provide services are subject to satisfactory child care civil criminal background checks, annual tuberculosis (TB) screenings, and satisfactory completions of physical examinations by his or her own medical doctor once every three years, the results of which will be provided to and retained by the Program.<br />Submitters must provide a financial profile for the last three (3) years of the firm’s overall financial health. For example, your size, profitability, growth sources, return on investment, credit profile and transaction history. <br />The following evaluation criteria, listed in order of importance, are used to evaluate each firm submitting a Statement of Qualifications:<br />Professional training and experience - 35 points<br />Scope of Services – 20 points<br />Responsiveness to the SOQ – 10 points<br />Innovative Concepts – 10 points<br />Financial Profile – 10 points<br />The nature, quantity, and value of parish work previously performed and presently being performed by the person and/or firm submitting, - 10 points<br />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 <br />The person or 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)<br />All persons or firms (including subcontractors) 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 />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 />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: March 13, & 20, 2024
https://www.centralauctionhouse.com/rfp70847405-soq-24-004-provide-education-parent-involvement-and-nutrition-services-for-infants-and-toddlers-6-weeks-35-months-.html
13-Mar-2024 11:12:00 AM CDT |
04-Apr-2024 3:30:00 PM CDT |
St. John the Baptist Parish Public Schools |
Bid 24.101 Air conditioning Supplies.
|
<br />The St. John the Baptist Parish School Board will receive sealed bids for Air Conditioning Parts until April 8 at 11:00am <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp87580325-bid-24101-air-conditioning-supplies-.html
13-Mar-2024 11:00:00 AM CDT |
08-Apr-2024 11:00:00 AM CDT |
Mader Engineering - Central Bidding Plan Room |
Water Tower Improvements for the Village of Estherwood, LA
|
Advertisement for Bids<br /> <br />Notice is hereby given that sealed bids will be received at Estherwood Village Hall, located at 124 N. Leblanc Street, Estherwood, LA 70534, or by electronic bid at https://www.centralauctionhouse.com/rfpc10224-mader-engineering.html until 10:00 o'clock a.m. on Friday, the 12th day of April, 2024 for the “Water Tower Improvements”, and shall at that time and place be publicly opened and read aloud. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. <b>The work shall consist of the construction of a 125,000-gallon max capacity multi-column elevated water tower and the removal of two existing elevated water towers.</b><br /> <br />The Information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, Performance and Payment Bond, and other contract documents may be examined at the office of Mader Engineering, Inc. located at 1245 S. College Road, Building 1, Lafayette, LA 70503. Only electronic sets of plans and specifications may be obtained from https://www.centralauctionhouse.com/rfpc10224-mader-engineering.html.<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 bid shall be accompanied by a certified check, cashier's check, or bid bond payable to the Village of Estherwood, LA, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state and residing in this state. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. 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 Owner based on the lowest responsible bid submitted which is also in compliance with the specifications.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of Municipal and Public Works Construction. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />Each Bidder must have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />Any person with disabilities requiring special accommodations must contact the Village of Estherwood or Mader Engineering., Inc. no later than seven (7) days prior to the bid opening.<br /> <br />/s/ Village of Estherwood, LA<br /> <br /> <br />PUBLISH DATES: March 13, March 20, and March 27, 2024
https://www.centralauctionhouse.com/rfp21185775-water-tower-improvements-for-the-village-of-estherwood-la.html
13-Mar-2024 10:00:00 AM CDT |
12-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144099 Jefferson Parish Fire Services New Administration Building at 3221 River Road, Bridge City, LA 70094
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144099<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 P.M. April 23, 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 />THIS PROJECT CONSISTS OF BUILDING A NEW ONE-STORY ADMINISTRATION BUILDING AT THE EXISTING JEFFERSON PARISH FIRE SERVICES TRAINING AREA ON THE RIVER ROAD IN BRIDGE CITY, LA 70094<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 /> <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 70053. 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 70053. A complete set of electronic documents are also available for licensed contractors by contacting
[email protected]. A complete set of Printed Contract Documents may be secured from Sizeler Thompson Brown Architects, 300 Lafayette St., Suite 200, New Orleans, LA 70130 (504) 523-6472 Ext. 254 by licensed contractors upon receipt of $500.00 per set deposit. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br /> <br /> <br /> <br /> <br /> <br />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 in the Purchasing Department, 200 Derbigny St., Suite 4400, Gretna, LA 70053 on April 4, 2024 at 10:00 A.M.. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 13, 20 and 27, 2024.<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/rfp87738324-5000144099-jefferson-parish-fire-services-new-administration-building-at-3221-river-road-bridge-city-la-70094.html
13-Mar-2024 10:00:00 AM CDT |
23-Apr-2024 2:00:00 PM CDT |
St. John the Baptist Parish Public Schools |
Bid 24.15 Plumbing Supplies
|
The St. John the Baptist Parish School Board will receive sealed bids for Plumbing Supplies until 10:00 am on April 8,2024<br /> <br /> <br /><br /> <br />
https://www.centralauctionhouse.com/rfp87586966-bid-2415-plumbing-supplies-.html
13-Mar-2024 10:00:00 AM CDT |
08-Apr-2024 10:00:00 AM CDT |
Jefferson Parish Government |
5000144575 One Year Contract for Crane and Rigging Rental Services for Jefferson Parish Department of Drainage
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144575<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 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 />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 />One Year Contract to Provide the Rental of Various Cranes and Rigging Services for the Jefferson Parish Department of Public Works- Drainage and all Jefferson Parish Agencies<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: April 13, 20 and 27, 2024<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/rfp544388-5000144575-one-year-contract-for-crane-and-rigging-rental-services-for-jefferson-parish-department-of-drainage.html
13-Mar-2024 10:00:00 AM CDT |
09-Apr-2024 2:00:00 PM CDT |
St. Tammany Parish School Board |
Bonne Ecole Elementary School, HVAC Replacement, STPSB Project No. P0473
|
<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 Bonne Ecole Elementary School, HVAC Replacement, STPSB Project No. P0473 on the 9th day of April, 2024 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 Engineer, IMC Consulting Engineers, Inc., 2714 Independence Street, Metairie, LA 70006, 504-831-9119, 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 $150.00 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 26th day of March, 2024 at 11:00 a.m. at the project site, Bonne Ecole Elementary School, 900 Rue Verand, 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, March 13, 2024<br /> Wednesday, March 20, 2024<br /> Wednesday, March 27, 2024</div>
https://www.centralauctionhouse.com/rfp87768688-bonne-ecole-elementary-school-hvac-replacement-stpsb-project-no-p0473.html
13-Mar-2024 9:00:00 AM CDT |
09-Apr-2024 3:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 24-6824 FRAMES AND GRATES
|
<div style="text-align: center;"><b>BID ADVERTISEMENT</b></div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:30 A.M., FRIDAY, APRIL 12th, 2024 IN THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 9:45A.M. AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <div style="text-align: center;"><b>FRAMES AND GRATES ON AN AS NEEDED BASIS<br />FOR THE CITY OF KENNER<br />DEPARTMENT OF FIELD SERVICES</b></div> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT, 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062, OR BY CONTACTING THE FINANCE DEPARTMENT AT:
[email protected] .<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE www.kenner.la.us.<br /> <br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART AND WAIVE INFORMALITIES.<br /> <br /><b>SEALED BID 24-6824<br />ADV. THE ADVOCATE<br />MARCH 13th, 20th, AND 27th, 2024</b><br />
https://www.centralauctionhouse.com/rfp1449208-sealed-bid-24-6824-frames-and-grates.html
13-Mar-2024 9:00:00 AM CDT |
12-Apr-2024 9:30:00 AM CDT |
St. John the Baptist Parish Public Schools |
BID 24.13 Electrical Supplies
|
<br />The St. John the Baptist Parish School Board will receive sealed bids for the Electrical Supplies Until Monday April 8<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp21180569-bid-2413-electrical-supplies.html
13-Mar-2024 9:00:00 AM CDT |
08-Apr-2024 9:00:00 AM CDT |
Rapides Parish School Board |
Bid 62-23-05: Synthetic Track and Field Event Improvements for Peabody Magnet High School
|
ADVERTISEMENT OR INVITATION TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />SYNTHETIC TRACK AND FIELD EVENT IMPROVEMENTS<br />FOR<br />PEABODY MAGNET HIGH SCHOOL<br />(RPSB BID #62-23-05)<br /> <br />Separate sealed bids for SYNTHETIC TRACK AND FIELD EVENT IMPROVEMENTS FOR PEABODY MAGNET HIGH SCHOOL (RPSB Bid #62-23-05) 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 Thursday, April 18, 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 />GRACE HEBERT CURTIS ARCHITECTS, LLC<br />534 JEFFERSON STREET<br />LAFAYETTE, LOUISIANA 70501<br />(337) 513-0760<br /> <br />The Scope of Work Includes: Installation of haul route matting, various saw cutting, removal of existing track and field events synthetic surfacing, outer asphaltic pavement edge, outer concrete curb, concrete walks, concrete long/triple jump runway and pit, pit sand, chain link fence/gates, scoreboard, etc., milling of existing asphaltic pavement; and construction/installation of new asphaltic pavement base/pavement (track), concrete runway and pit (long-triple jump) with storm drainage piping/fittings, concrete walks, chain link fence/gates, synthetic rubber surface system on all track and field event pavement areas, sand fill for long-triple jump pit, lane striping/markings, final edge grading, edge hydroseeding, general site clean-up, etc. as indicated within the Bidding Documents.<br /> <br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com. If you are not currently a subscriber, you will need to apply for access.<br /> <br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via www.centerlinebidconnect.com. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be posted on www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br /> <br />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 1:30 p.m. on Tuesday, April 9, 2024 at the track site, Peabody Magnet High School, 2727 Jones Avenue, Alexandria, 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 />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, MARCH 13, 2024<br />WEDNESDAY, MARCH 20, 2024<br />WEDNESDAY, MARCH 27, 2024
https://www.centralauctionhouse.com/rfp44715646-bid-62-23-05-synthetic-track-and-field-event-improvements-for-peabody-magnet-high-school.html
13-Mar-2024 8:00:00 AM CDT |
18-Apr-2024 2:00:00 PM CDT |
St. John the Baptist Parish Government |
RFP 2024.13 Disaster Debris Monitoring
|
RFP 2024.13 Disaster Debris Monitoring
https://www.centralauctionhouse.com/rfp51413092-rfp-202413-disaster-debris-monitoring.html
13-Mar-2024 8:00:00 AM CDT |
11-Apr-2024 9:45:00 AM CDT |
Iberia Parish School Board |
BID 1148 - SPANISH I and II TEXTBOOKS
|
BIDS ARE <u>DUE</u> BY FRIDAY, APRIL 5, 2024 AT 3:30 P.M. CST<br />BIDS WILL BE <u>OPENED</u> ON MONDAY, APRIL 8, 2024 AT 9:00 A.M. CST
https://www.centralauctionhouse.com/rfp56170690-bid-1148--spanish-i-and-ii-textbooks.html
13-Mar-2024 7:30:00 AM CDT |
05-Apr-2024 3:30:00 PM CDT |
Iberia Parish School Board |
BID 1149 - HEALTH TEXTBOOKS
|
BIDS ARE <u>DUE</u> BY FRIDAY, APRIL 5, 2024 AT 3:30 P.M. CST<br />BIDS WILL BE <u>OPENED</u> ON MONDAY, APRIL 8, 2024 AT 9:00 A.M. CST
https://www.centralauctionhouse.com/rfp46849880-bid-1149--health-textbooks.html
13-Mar-2024 7:30:00 AM CDT |
05-Apr-2024 3:30:00 PM CDT |
City of Covington |
City of Covington Development Code RFQ
|
The City of Covington is seeking assistance from a highly qualified consultant to work collaboratively with City staff on development code updates. Sealed Requests for Qualifications (RFQs) will be received until the hour of 2:00 P.M., local time, Thursday, April 4, 2024, at City Hall, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433 and online at www.centralbidding.com; for performing all work necessary to complete Development Code services for the City of Covington, Louisiana. Any proposals received after 2:00 P.M. will be returned unopened.<br /> <br />Proposers shall be judged on multiple criteria, not primarily on price. Minority, women-owned, and small disadvantaged businesses are encouraged to participate.<br />A complete set of Contract Documents are available to download from our web site free of charge: https://www.covla.com/finance<br />A complete set of RFQ Documents are also available at Central Bidding (www.centralbidding.com). Electronic Proposals may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />The outside envelope in which the proposal is placed must be clearly marked as follows:<br /> <br />City of Covington<br />Development Code Project<br />Proposer’s Company Name and Address.<br /> <br /> Bid Due Date and Time: Thursday, April 4, 2024, 2:00 P.M.<br /> <br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout.
https://www.centralauctionhouse.com/rfp53565187-city-of-covington-development-code-rfq.html
13-Mar-2024 6:00:00 AM CDT |
04-Apr-2024 2:00:00 PM CDT |
Lincoln Parish School Board |
Musical Instruments for Ruston High School Band__Lincoln Parish School Board_No.ESF24-003
|
<div style="text-align: center;">Invitation to Bid<br />No. ESF24-003<br />“Musical Instruments for Ruston High School Band”<br />Issue Date: March 13, 2024</div><div> </div><div style="text-align: center;">PUBLIC NOTICE OF ADVERTISEMENT<br />INVITATION FOR BIDS<br /> </div><div>Sealed bids for Musical Band Instruments will be accepted by the Lincoln Parish School Board Office until 10:00 AM CST on April 5, 2024, at its office at 410 South Farmerville Street, Ruston, LA, at which time all bids received will be publicly opened and read aloud.<br /><br />To obtain specifications and response forms, please contact Mr. Walter Moss, Band Director, via mai l to Ruston High School Band, 900 Bearcat Dr., Ruston, LA 71270, email to
[email protected], or Dr. Sheila Nugent, Federal Programs Facilitator, via mail to Lincoln Parish School Board, 410 South Farmerville St., Ruston, LA 71270, email to snugent@l incolnschools.org, or fax to ( 255 1433. Specifications and forms are also available online at www.centralbidding.com. Fees may be associated with the use of this site.<br /> <br />Bids may be submitted electronically at www.centralbidding.com or be hand delivered or sent by certified mail in a sealed envelope clearly marked No. ESF24 003 Musical Instruments for Ruston High School Band” 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 bid is that of the proposing Vendor. Bids that are not properly sealed or received after the date and hour specified in this notice will be rejected Lincoln Parish School Board reserves the right to accept bids in whole or in part, reject any or all bids, or terminate the purchase at any time for cause and convenience if in the best interest of the school board and to waive any informalities in accordance with R.S. 38:2211, et seq.<br /><br />The purchase of musical instruments for the Ruston High School Band will be made with federal funds awarded under the ESEA and ARPA acts. All Vendors must comply with all applicable federal, state, and local laws, that apply to this purchase. Vendors should re view the following website that lists provisions that may apply to this federally assisted purchase of musical instruments<br />https://www.ecfr.gov/current/title2/subtitle A/chapter II/part 200/appendix Appendix%20II%20to%20Part%20200<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, veteran owned businesses, and labor surplus area vendors are encouraged to apply.<br /><br />Publication Dates:<br />Ruston Daily Leader<br />March 13 2024<br />March 15 2024</div>
https://www.centralauctionhouse.com/rfp62449403-musical-instruments-for-ruston-high-school-band__lincoln-parish-school-board_noesf24-003.html
13-Mar-2024 12:00:00 AM CDT |
05-Apr-2024 10:00:00 AM CDT |
Sabine Parish Police Jury |
24-Yard End or Belly Dump Hauling Services
|
The Sabine Parish Police Jury is accepting sealed bids for 24 -yard end or belly dump hauling services (on a recurring basis as needed) as specified in the attached Notice to Bidders .<br /> <br />OPENING DATE-SEALED BIDS-HAND DELIVERED OR CERTIFIED MAIL<br />Sealed bids will be received in the Police Jury Office, in the Sabine Parish Courthouse, 400 S. Capitol Street, Room 101, Many, Louisiana 71449 until 10:00 a.m. on April 5, 2024, at which time they will be opened and publicly read aloud. The bids will then be presented to the Police Jury during its next regularly scheduled meeting at which time they will be reviewed and awarded.
https://www.centralauctionhouse.com/rfp46607584-24-yard-end-or-belly-dump-hauling-services.html
13-Mar-2024 12:00:00 AM CDT |
05-Apr-2024 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A24-0619 Criminal Investigation Supplies
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 3, 2024 for the following:<br /> <br />A24-0619 Criminal Investigation Supplies<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 25, 2024.<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/rfp83820024-a24-0619-criminal-investigation-supplies.html
13-Mar-2024 12:00:00 AM CDT |
03-Apr-2024 11:00:00 AM CDT |
St. Tammany Parish School Board |
RFP 184 VIRTUAL SUMMER LITERACY INSTRUCTION BY CERTIFIED TEACHERS
|
PROPOSALS MUST BE SUBMITTED AS PER ATTACHED SPECIFICATIONS AND INSTRUCTIONS
https://www.centralauctionhouse.com/rfp21190946-rfp-184-virtual-summer-literacy-instruction-by-certified-teachers.html
13-Mar-2024 12:00:00 AM CDT |
16-Apr-2024 3:00:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Produce #8-2024-4
|
NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br />8 week Produce Contract<br />April 3rd, 1:00 PM <br />At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected]. The deadline to request documents or ask questions is 24 hours prior to bid opening.<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br /> <br />
https://www.centralauctionhouse.com/rfp44702509-produce-8-2024-4.html
12-Mar-2024 1:00:00 PM CDT |
03-Apr-2024 12:50:00 PM CDT |
New Orleans Public Belt Railroad |
Invitation to Bid 3102: Purchase and Delivery of New or Refurished Rail Frogs and Guard Rails
|
<div style="text-align: center;"><b>INVITATION TO BID 3102:<br />PURCHASE AND DELIVERY OF NEW OR REFURBISHED RAIL FROGS AND GUARD RAILS<br /> </b></div> Notice is hereby given that the New Orleans Public Belt Railroad Commission for the Port of New Orleans is soliciting bids for the Purchase and Delivery of New or Refurbished Rail Frogs and Guard Rails. Official bid documents must be downloaded on Central Bidding at www.centralbidding.com. <br /><br />BID SUBMISSION: NOPB will accept sealed bids for this Project until <b>2:00 p.m. CDT on April 2, 2024 (the “Bid Submission Deadline”).</b> Any bid received after the Bid Submission Deadline will not be considered.<br />Sealed bids for this Project must be submitted electronically through Central Bidding at www.centralbidding.com. For any questions relating to the electronic bidding process, contact Central Bidding at (225) 810-4814. The bidder must attach a completed and signed digital copy of the Bid Form and Proof of Authority. The NOPB shall not be responsible if a Bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was delivered prior to the Bid Submission Deadline.<br />BID OPENING: Immediately following the Bid Submission Deadline, bids will be opened in accordance with the bid documents.<br /> <br />NOPB CONTACT: Bidders must submit Questions in writing to
[email protected] by <b>Tuesday, March 19, 2024 at 5:00 p.m. CDT.</b> As necessary, addenda to this ITB will be issued to all bidders receiving this ITB. Questions, answers, and all forms required will be posted on Central Bidding’s website at www.centralbidding.com .<br />
https://www.centralauctionhouse.com/rfp36995772-invitation-to-bid-3102-purchase-and-delivery-of-new-or-refurished-rail-frogs-and-guard-rails-.html
11-Mar-2024 12:00:00 PM CDT |
02-Apr-2024 2:00:00 PM CDT |
Port of New Orleans |
Request for Proposals - Independent CPA Audit Services
|
<div style="text-align: center;"><b>REQUEST FOR PROPOSALS<br />Independent CPA Audit Services</b></div> <br />Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) is requesting proposals from qualified public accounting firms licensed to do business in the State of Louisiana who are also approved by the Louisiana Legislative Auditor (LLA) to perform governmental audit services<br /> <br /> Official Request for Proposal (RFP) documents can be downloaded from Central Bidding. <br /> <br />PROPOSAL SUBMISSION: Proposals must be submitted electronically, no later than <b>10:00 AM (CDT),</b> on <b>Monday, April 1, 2024,</b> <b>at www.centralbidding.com (“Central Bidding”).</b> For any questions relating to the electronic bidding process, contact Central Bidding at (225) 810-4814. The Board shall not be responsible if a proposer cannot complete or submit an electronic bid. All proposal received after the Proposal Submission Deadline will not be considered. Respondents shall follow the instructions given in the Request for Proposals (RFP) in order to respond with a valid proposal for evaluation by the Evaluation Committee. <br /> <br />BOARD CONTACT: Respondents must submit Questions in writing to
[email protected]. <br /><br /> All inquiries shall be directed to the Procurement Department at
[email protected] by Monday, March 18, 2024 at 5:00PM (CDT). As necessary, addenda to this RFP will be issued to all Respondents receiving this RFP. Questions and answers and all forms required will be posted on Central Bidding’s website at www.centralbidding.com .<br /> <br />
https://www.centralauctionhouse.com/rfp14170879-request-for-proposals--independent-cpa-audit-services-.html
11-Mar-2024 11:45:00 AM CDT |
01-Apr-2024 10:00:00 AM CDT |
Zachary Community School District |
24-25 Ice Cream Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Ready-to-Eat Ice Cream. Bids will be opened at 12:00 pm, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.<br />
https://www.centralauctionhouse.com/rfp9501226-24-25-ice-cream-bid.html
11-Mar-2024 7:20:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Bread Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Bread Products. Bids will be opened at 10:30 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp13430210-24-25-bread-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Canned & Dry Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Canned & Dry Food Products. Bids will be opened at 9:00 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp68847518-24-25-canned-dry-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Commodity Storage Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Refrigerated/Frozen & Canned/Dry Storage and Delivery of USDA Commodity. Bids will be opened at 10:45 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.<br />
https://www.centralauctionhouse.com/rfp68863263-24-25-commodity-storage-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Deli Sandwich Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Deli Sandwiches. Bids will be opened at 10:55 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp68870243-24-25-deli-sandwich-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Frozen/Fridge Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Frozen & Refrigerated Food Products. Bids will be opened at 8:00 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp62426587-24-25-frozenfridge-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Milk Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Milk Products. Bids will be opened at 11:00 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp36287598-24-25-milk-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Pizza Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Ready-to-Eat Pizza. Bids will be opened at 11:15 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp79620120-24-25-pizza-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Zachary Community School District |
24-25 Paper, Cleaning, & Supplies Bid
|
Sealed bids will be received online at www.centralbidding.com and at the Zachary Community School Board, Child Nutrition Program Office, until 4:00 pm, May 6, 2024 for furnishing Paper, Cleaning, & Supply Products. Bids will be opened at 11:30 am, May 8, 2024.<br /> <br />Specifications and bid forms may be obtained and submitted online at www.centralbidding.com or at 3755 Church Street, Zachary, Louisiana 70791, telephone, 225-658-4969. The Public is invited to attend the bid opening at this address.<br /> <br />The Zachary Community School Board Child Nutrition Program is funded approximately 50% with federal funds for a total of approximately $1,500,000.00 per year.
https://www.centralauctionhouse.com/rfp5063727-24-25-paper-cleaning-supplies-bid.html
11-Mar-2024 12:00:00 AM CDT |
06-May-2024 4:00:00 PM CDT |
Lafourche Parish School District |
LPSB: Hurricane Ida-HVAC Renovations at South Lafourche High School
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br /><br />Sealed bids will be received by the Lafourche Parish School Board until 2:00 PM on April 4, 2024, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the Hurricane Ida – HVAC Renovations at South Lafourche High School.<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 />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. Sealed Bid Enclosed<br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br /><br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /><br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br /><br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within Four-Hundred Fifty (450) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for mechanical that is in full force and effect.<br /><br />A NON-MANDATORY Pre-bid Conference will be held on Tuesday, March 19, 2024 at 1:00 PM at South Lafourche High School located at 16911 East Main Street, Cut Off, Louisiana 70345.<br /> <br />Lafourche Parish School Board<br /><br />Ms. Valerie Bourgeois, President<br />Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br /><br />FIRST ADVERTISEMENT: March 8, 2024<br />SECOND DATE: March 11, 2024<br />THIRD DATE: March 18, 2024
https://www.centralauctionhouse.com/rfp45675875-lpsb-hurricane-ida-hvac-renovations-at-south-lafourche-high-school.html
08-Mar-2024 2:00:00 PM CST |
04-Apr-2024 2:00:00 PM CDT |
City of Alexandria |
Bid #2462 Annual Uniform Bid for Fire Department
|
It is the intent of the City of Alexandria to secure pricing on the Annual Uniform Bid for Fire Department (i.e. the City of Alexandria Fire Departments). Bid prices will be for the purchase of the uniforms used by this department.
https://www.centralauctionhouse.com/rfp71240127-bid-2462-annual-uniform-bid-for-fire-department.html
08-Mar-2024 10:00:00 AM CST |
16-Apr-2024 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Bid: Hurricane Ida Damage Repairs for Coroner's Office
|
<div style="text-align: center;"><b>INVITATION TO BIDDERS</b></div> <br />Sealed bids will be received on April 4, 2024, by the Terrebonne Parish Consolidated Government (TPCG) Purchasing Division, at the City of Houma Service Complex, 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and TPCG shall at that time and place 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 1-225-810-4814. <br /> <br /> <br /><br /> <br /> Project Name: HURRICANE IDA DAMAGE REPAIRS FOR<br /> CORONER’S OFFICE<br /> Project No: IDA-0063; ARCHITECT’S PROJECT NO. 2211D<br /> <br />Project Description: This scope of work includes Hurricane Ida damage repairs to the interior, exterior, and an asphalt shingle roof replacement to the Terrebonne Parish Coroner’s Office located in Houma, Louisiana.<br /> <br />A Non-mandatory Pre-Bid Conference will be held on March 26, 2024, 2:00 PM at the office of Terrebonne Parish Consolidated Government, Purchasing Division, located at 301 Plant Road, Houma, Louisiana 70363.<br /> <br />
https://www.centralauctionhouse.com/rfp71109833-bid-hurricane-ida-damage-repairs-for-coroners-office.html
08-Mar-2024 8:00:00 AM CST |
04-Apr-2024 2:00:00 PM CDT |
State of Louisiana Military Department |
Gillis Long Center Road Repairs, Gillis W Long Center
|
See attached Solicitation for: Gillis Long Center Road Repairs, Gillis W Long Center
https://www.centralauctionhouse.com/rfp60072234-gillis-long-center-road-repairs-gillis-w-long-center.html
08-Mar-2024 12:00:00 AM CST |
17-Apr-2024 10:00:00 AM CDT |
City of Alexandria |
Rush's Cleaners Demolition - 210 Bolton Avenue
|
INFORMATION TO BIDDERS<br /> <br />1. Defined Terms 8. Substitute or “Or Equal” Items<br />2. Copies of Bidding Documents 9. Subcontractors, Suppliers and Others<br />3. Qualifications of Bidders 10. BID Proposal<br />4. Date and Location of Receipt of Bids 11. Bids to Remain Subject to Acceptance<br />5. Interpretation and ADDENDA 12. Retainage<br />6. CONTRACT Time 13. Performance and Payment Bonds<br />7. Liquidated Damages 14. Project Classification<br /> <br />1. Defined Terms:<br /> <br />Terms used in these Instructions to Bidders which are defined in the Standard General Provisions of the Construction CONTRACT have the meanings assigned to them in the General Provisions. The term “Bidder” means one who submits a BID directly to OWNER, as distinct from a sub-bidder who submits a BID to a BIDDER. The term “Successful BIDDER” means the lowest, qualified, responsible and responsive BIDDER to whom the OWNER (on the basis of OWNER’S EVALUAION AS HEREINAFTER PROVIDED) makes an award. The term “Bidding Documents” includes the Advertisement, Instructions to Bidders, the BID Form and the proposed CONTRACT Documents (including all ADDENDA issued prior to the receipt of Bids). <br /><br />2. Copies of Bidding Documents:<br /> <br />2.1 Complete sets of the Bidding Documents may be obtained from the ENGINEER or Central Bidding (www.centralbidding.com).<br /> <br />2.2 Complete sets of Bidding Documents must be used in preparing Bids; OWNER assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.<br /> <br />2.3 The City of Alexandria Standard Specifications for Street, Drainage and Utility Construction, 2013 Edition, is incorporated by Reference as part of the Bid Documents. Any changes to these Standard Specifications shall be included in the Supplemental Conditions. These Standard Specifications may be obtained on compact disc from the Office of the City Engineer, 625 Murray Street, Second Floor, Alexandria, LA 71301 or online at www.cityofalexandria.com/rfp.<br /> <br />2.4 OWNER, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the WORK and do not confer a license or grant for any other use.<br /> <br />3. Qualifications of Bidders:<br /> <br />3.1 To demonstrate qualification to perform the WORK, each BIDDER must be prepared to submit within five days of OWNER’S request for written evidence, such as financial data, previous experience, present commitments and other such data as may be called for in the Supplementary Conditions. Each BID must contain evidence of Bidder’s qualifications to do business in the state where the PROJECT is located or covenant to obtain such qualifications prior to award of the CONTRACT.<br /> <br />4. Date and Location for Receipt of Bids:<br /><br />4.1 Bids for this PROJECT shall be received no later than 10:00 A.M. on Tuesday, April 16, 2024, in the City Council Chambers (913 Third Street, Alexandria, LA 71301) where they will be publicly opened and read aloud.<br /> <br />5. Interpretations and ADDENDA:<br /> <br />5.1 All questions about the meaning or intent of the CONTRACT Documents are to be directed to the ENGINEER. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by ADDNEDA posted, mailed, emailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than seven days prior to the date for opening Bids may not be answered. Only questions answered by formal written ADDENDA will be binding. Oral and other interpretations or clarifications will be held without legal effect.<br /> <br />5.2 ADDENDA may also be issued to modify the Bidding Documents as deemed advisable by OWNER or ENGINEER.<br /> <br />6. CONTRACT Time:<br /> <br />6.1 The numbers of days within which, or dates by which, the WORK is to be substantially completed and ready for final payment (the CONTRACT Time) is sixty (60) working days.<br /> <br />7. Liquidated Damages:<br /> <br />7.1 Provisions for liquidated damages, if any, are set forth in the BID and under Section 10.5 of the General Provisions.<br /> <br />8. Substitute or “Or Equal” Items:<br /> <br />8.1 The CONTRACT, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the SPECIFCATIONS without consideration of possible substitute or “or equal” items. Whenever it is indicated in the Drawings or specified in the SPECIFICATIONS that a substitute or “or equal” item of material or equipment may be furnished or used by CONTRACTOR, if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the CONTRACT. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in Paragraph 7.9 pf the General Provisions and as may be amended in the SPECIAL PROVISIONS.<br /> <br />9. Subcontractors, Suppliers, and Others:<br /> <br />9.1 No CONTRACTOR shall be required to employ any SUBCONTRACTOR, Supplier, other person or organization against whom CONTRACTOR has reasonable objection.<br /> <br />10. BID FORM:<br /> <br />10.1 The BID FORM is included with the Bidding Documents.<br /> <br />10.2 Bids by corporations must be executed in the corporate name by the president or vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state or incorporation must be shown above the signature.<br /> <br />10.3 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature.<br /> <br />10.4 All names must be typed or printed below the signature.<br /> <br />10.5 All ADDENDA shall be acknowledged on the Louisiana Uniform Public Work Bid Form.<br /> <br />11. Bids to Remain Subject to Acceptance:<br /> <br />11.1 All bids will remain subject to acceptance for forty-five days after the day of the BID opening, but OWNER may, at its sole discretion, release any BID and return the BID security prior to that date.<br /> <br />12. Retainage:<br /> <br />12.1 Retainage in the value as stipulated per LA Revised Statues 38:2248 of the work completed and materials stored on-site shall be deducted from the CONTRACTOR’S Partial Payments.<br /> <br />13. Performance and Payment Bonds: For public contracts of $30,000.00 or less the CONTRACTOR may provide an irrevocable Letter of Credit from a commercial bank having offices in the City of Alexandria in an amount not less than the amount of the contract for the faithful performance of his duties in lieu of providing a Performance and Payment Bond. An irrevocable letter of credit will be accepted by a CONTRACTOR who meets the following criteria:<br /> <br />Meets the definition or requirements of a “responsible Bidder” as set forth in L.S.A.R.S. 38:2216(C-2); and <br />Has been operating as the same business for a continuous period of at least three (3) years. <br /><br />14. Project Classification: This PROJECT is classified as Building Construction.
https://www.centralauctionhouse.com/rfp43398261-rushs-cleaners-demolition--210-bolton-avenue.html
08-Mar-2024 12:00:00 AM CST |
16-Apr-2024 10:00:00 AM CDT |
City of Alexandria |
Bid 2466 Annual Uniform Bid for Police Department
|
It is the intent of the City of Alexandria to secure pricing on the Annual Uniform Bid for Police Department. Bid prices will be for the purchase of the uniforms used by this department.
https://www.centralauctionhouse.com/rfp71191387-bid-2466-annual-uniform-bid-for-police-department.html
08-Mar-2024 12:00:00 AM CST |
16-Apr-2024 2:00:00 PM CDT |
City of Alexandria |
Bid #2467 Operating Chemicals WasteWater Department
|
It is the intent of the City of Alexandria to secure pricing on Wastewater Treatment Operating Chemicals, for use by the City of Alexandria Wastewater Department.
https://www.centralauctionhouse.com/rfp74050974-bid-2467-operating-chemicals-wastewater-department.html
08-Mar-2024 12:00:00 AM CST |
16-Apr-2024 10:00:00 AM CDT |
City of Alexandria |
ALEXANDRIA MUNICIPAL GOLF COURSE (LINKS ON THE BAYOU) CLUBHOUSE PAINTING AND MISC. IMPROVEMENTS
|
All work related to the project entitled, “Alexandria Municipal Golf Course (Links on the Bayou) Clubhouse Painting and Miscellaneous Improvements,” including pressure washing the building, painting of structural steel, ramp repairs, soffit repairs and improvements, etc. as indicated in the Bidding Documents.
https://www.centralauctionhouse.com/rfp71119911-alexandria-municipal-golf-course-links-on-the-bayou-clubhouse-painting-and-misc-improvements.html
08-Mar-2024 12:00:00 AM CST |
16-Apr-2024 10:00:00 AM CDT |
Allen Parish Police Jury |
Allen Parish Police Jury Park Road Bridge Replacement (Kinder, LA)
|
<br />TO: All Prospective Bidders<br /> <br />PROJECT: Park Road Bridge Replacement (Kinder, LA)<br /> <br />CLASSIFICATION: Highway, Street, and Bridge Construction, or<br /> Heavy Construction <br /> <br />PROJECT ENGINEER: Wm. Luke Miller, P.E.<br /> <br />ENGINEER’S ESTIMATE: $400,000.00 to $500,000.00 (Base Bid) <br /> <br />BID DATE: Tuesday, April 16, 2024 @ 10:00 A.M<br /> <br />BID LOCATION: Allen Parish Police Jury<br /> 602 Court Street<br /> Oberlin, LA 70655<br /> <br />PREBID MEETING: Tuesday, March 26, 2024 (Non-mandatory) @ 10:00 a.m.<br /> Allen Parish Police Jury Office<br /> <br />MAJOR ITEMS OF WORK: Demolition of Existing Timber Framed Bridge<br /> Demolition of Existing Timber Piles<br /> Demolition of Existing Timber Abutment Walls<br /> Regrading Existing Channel<br /> Construction of Single Span Steel Girder Bridge<br /> Construction of Concrete Bridge Deck on Steel Plate Deck<br /> Construction of Concrete Abutment Wall and Pile Cap<br /> Installation of New Timber Piles<br /> Salvage and Relocate Existing Guardrails<br /> Temporary Traffic Controls and Dewatering<br /> Vibratory Monitoring During Pile Driving (3rd Pary)<br /> <br />The Bid Proposals, Plans, Specifications, Forms of Contract, and Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the office of the Engineer:<br /> <br /> Meyer, Meyer, LaCroix & Hixson, Inc.<br /> Telephone (318) 448-0888<br /> 100 Engineer Place<br /> Alexandria, Louisiana 71303<br /> <br />A USB flash drive of the bid documents may be obtained from the office of the Engineer. The cost per USB flash drive will be $40.00 non-refundable, which cost represents the cost of reproduction and handling. Any requests for bid documents shall be accompanied by payment in full.<br /> <br />
https://www.centralauctionhouse.com/rfp74858611-allen-parish-police-jury-park-road-bridge-replacement-kinder-la.html
08-Mar-2024 12:00:00 AM CST |
16-Apr-2024 10:00:00 AM CDT |
Vernon Parish School District |
Bid for copy paper for 2024-2025 school year
|
Bids will be accepted until April 3, 2024 at 10:00 a.m.
https://www.centralauctionhouse.com/rfp52237737-bid-for-copy-paper-for-2024-2025-school-year.html
08-Mar-2024 12:00:00 AM CST |
03-Apr-2024 10:00:00 AM CDT |
Ouachita Parish School Board |
42-24 Pinecrest Canopy Upgrades
|
See Attachments fo Bid Documents.
https://www.centralauctionhouse.com/rfp71115502-42-24-pinecrest-canopy-upgrades.html
07-Mar-2024 2:00:00 PM CST |
08-Apr-2024 2:00:00 PM CDT |
Ouachita Parish School Board |
RFP 37-24 Chromebooks
|
See Attachment for Bid Documents
https://www.centralauctionhouse.com/rfp17753635-rfp-37-24-chromebooks.html
07-Mar-2024 2:00:00 PM CST |
04-Apr-2024 2:00:00 PM CDT |
Ouachita Parish School Board |
44-24 Drew Elementary Restroom Renovations
|
See Attachment for Bid Documents
https://www.centralauctionhouse.com/rfp17762132-44-24-drew-elementary-restroom-renovations.html
07-Mar-2024 2:00:00 PM CST |
08-Apr-2024 10:00:00 AM CDT |
Ascension Parish Government |
Scrap Metal Recycling Services
|
<div><h1>REQUEST FOR PROPOSALS</h1>Request for proposals will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey Gonzales, LA 70737 until April 4, 2024, at 3:00 p.m. (CST) for the following:<h1>Scrap Metal Recycling Services</h1><b>STATEMENT OF WORK</b><br />Ascension Parish Government wants to retain a contractor to recycle all scrap metal through the Parish.<br /> <ol> <li>The contractor shall be actively involved in the scrap metal recycling field</li> <li>The contractor shall be knowledgeable of recycling markets, processes, and procedures</li> <li>The contractor shall furnish appropriate scrap containers where needed</li> <li>The contractor shall remove the scrap when directed by assigned staff or other Parish departments</li> <li>Provide an accurate weight and payment of appliances and specific types of scrap metals</li></ol><b>Deliverables:</b><br /><b>Contractor will provide the following:</b><br /> <ol> <li>A monthly payment of all appliances and scrap metal collected</li> <li>A copy of all weight receipts</li> <li>A quarterly report of total weight and price of appliance scrap and miscellaneous scrap collected and processed</li> <li>Cost of scrap container with number of change outs at the end of each quarter</li></ol> <br />All questions regarding the RFP shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CST) on March 19, 2024. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CST) on March 26, 2024.<br /><b>One (1) original and six (6) copies of proposal required.</b></div><br clear="all" /> <br /> <br />RFP documents may be obtained at the Ascension Parish Government, Purchasing Department located at 615 E. Worthey Street, Gonzales, Louisiana, 70737. RFP documents are available at Central Auction House Bidding at <a href="http://www.entralauctionhouse.com/">www.centralauctionhouse.com</a>. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />The Parish of Ascension reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br />Ascension Parish Government reserves the right to reject all proposals for just cause.
https://www.centralauctionhouse.com/rfp48428561-scrap-metal-recycling-services.html
07-Mar-2024 12:00:00 AM CST |
04-Apr-2024 3:00:00 PM CDT |
Livingston Parish Public Schools |
Bid No. 24-05: Ice Cream Products for 2024-2025 School Year
|
LPPS Child Nutrition Department<br />13909 Florida Blvd.<br />PO Box 1130<br />Livingston, La 70754<br />225-686-4278
https://www.centralauctionhouse.com/rfp93462964-bid-no-24-05-ice-cream-products-for-2024-2025-school-year.html
07-Mar-2024 12:00:00 AM CST |
09-Apr-2024 10:00:00 AM CDT |
City of Walker |
RFQ for Engineering Services - Taylor Bayou Drainage Improvements
|
REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES <br />The City of Walker is seeking assistance for engineering services and implementation of the City of Walker Taylor Bayou Drainage Improvements Project funded through the Louisiana Division of Administration, Office of Community Development (OCD) utilizing Community Development Block Grant-Disaster Recover (CBDG-DR) and Mitigation Funds for mitigation projects under the Louisiana Watershed Initiative (LWI) program. This project is a drainage improvements focused project that includes the design and study of a culvert crossing replacement at Pleasant Ridge Drive, design and development of two medium scale detention ponds in the watershed, and channel improvements from I-12 to approximately Buddy Ellis along Taylor Bayou.<br />PART ONE: SCOPE OF SERVICES<br />The City of Walker is soliciting qualification statements for engineering services to assist the City of Walker design engineering and inspections of this project in compliance with CDBG-DR Program requirements. The agreement will be on a lump sum, fixed price basis (or cost reimbursement "not to exceed" basis), with payment terms to be negotiated with the selected offeror. Reimbursement for services will be contingent on the City of Walker receiving funding from the Louisiana Division of Administration – Office of Community Development (OCD). The maximum amount of engineering fees that can be with Disaster Recovery CDBG funds will be determined by the OCD/DRU and may require adjustments in the proposed contract amount.<br />The services to be provided will include, but may not be limited to:<br />Topographical Survey – necessary topographical survey to facilitate the design and hydraulic modeling efforts for this project.<br />Hydrologic & Hydraulic Study – Necessary modeling efforts to meet all OCD/LWI Design requirements and show positive benefits for the associated proposed improvements.<br />Geotechnical Assessment – either through the selected firm or their sub-consultant, Geotechnical Engineering reporting and evaluation necessary for proposed improvements.<br />Environmental Services –Environmental investigation efforts and necessary wetlands permitting as well as all other requirements to follow NEPA process, as required by OCD.<br />Engineering Design – Engineering design of proposed improvements to conform to all required applicable design standards. This should include final plans and specifications incorporating all changes and necessary approvals including any agency permit stipulations. This shall also include estimates of probable construction costs at both the preliminary and final plan stages.<br />ROW/Servitude (Mapping, Legal, Abstracting, Appraising and Acquisition) – Consultant to self perform or team with sub-consultant to provide the necessary ROW/servitude mapping, title abstracting, appraising, and negotiation and acquisition services following USPAP standards, or as required by OCD, for the project.<br />Bid Phase Services - Assisting the administrative staff with the construction bid package in conformance with applicable federal requirements and supervising the bid advertising, tabulation, and award process, including preparing the advertisements for bid solicitation, conducting the bid opening, and issuing the notice to proceed. <br />Construction Observation and Administration - Assist in conducting the preconstruction conference. Field staking (if requested), on-site supervision of construction work, and preparing inspection reports. Reviewing and approving all contractor requests for payment and submitting approved requests to the governing body. Providing reproducible ‘as-built’ plan drawings to the City of Walker upon project completion. Conducting final inspection and coordinating associated testing efforts. Construction Administration services also include any necessary Davis Bacon or Davis Bacon Related Act compliance work such as conducting employee payroll interviews and review of payrolls to ensure compliance.<br />Other project engineering or support services requested by City of Walker or as required by OCD.PART TWO: REQUEST FOR QUALIFICATION STATEMENTS<br />The following information should be included under the title “RFQ for Engineering Services - Taylor Bayou Drainage Improvements”:<br /> <br />Name of Respondent<br />Respondent address<br />Respondent telephone number<br />Respondent federal tax identification number<br />Name, title address, telephone number, fax number, and email address of contact person authorized to contractually obligate the Respondent on behalf of the Respondent. <br />Contents of RFQ<br />Respondents should letter and number responses exactly as the questions are presented herein.<br />Interested Respondents are invited to submit RFQs that contain the following information:<br /> <br />Introduction (transmittal letter)<br />Background and Experience<br />Specialized Knowledge<br />Personnel/Professional Qualifications <br />Introduction (transmittal letter)By signing the letter, the Respondent certifies that the signatory is authorized to bind the Respondent. The RFQ response should include:<br />A brief statement of the Respondent’s understanding of the scope of the work to be performed;<br />A confirmation that the Respondent meets the appropriate state licensing requirements to practice in the State of Louisiana;<br />A confirmation that the Respondent has not had a record of substandard work within the last five years;<br />A confirmation that the Respondent has not engaged in any unethical practices within the last five years;<br />A confirmation that, if awarded the contract, the Respondent acknowledges its complete responsibility for the entire contract, including payment of any and all charges resulting from the contract;<br />Any other information that the Respondent feels appropriate;<br />The signature of an individual who is authorized to provide information of this nature in the name of the Respondent submitting the RFQ<br /><br />Background and ExperienceRespondents should:<br />Describe Respondent’s firm by providing its full legal name, date of establishment, type of entity and business expertise, short history, current ownership structure and any recent or materially significant proposed change in ownership.<br />Describe any prior engagements in which Respondent’s firm assisted a governmental entity in dealings with Disaster Recovery projects and any other projects relating to CDBG. Respondent should include all examples of work in the past ten (10) years on similar projects as described in Part One. Respondent should provide a list of completed Disaster Recovery or projects, and/or similar CDBG projects. Preference is for the types of projects similar to those described in Part One. Respondent should provide the names, phone numbers, and emails of contact persons in the organizations for whom any projects referenced in this section were conducted. Respondent should include written references (letters or forms are acceptable) from previous clients attesting to the quality of work and compliance with performance schedules Respondent cites in this section.<br />Describe the firm’s workload and current capacity to accomplish the work in the required time<br />Describe any issue the characteristics of which would be uniquely relevant in evaluating the experience of Respondent’s firm to handle the proposed project(s).<br />Describe Respondent’s firm’s presence in and commitment to Louisiana.<br />Provide current information on professional errors and omissions coverage carried by Respondent’s firm, including amount of coverage.<br />Provide evidence of adequate financial stability through certified financial statements, including a balance sheet and income statement. The state reserves the right to request any additional information to assure itself of a Respondent’s financial status. <br />Specialized KnowledgeRespondents should:<br />Describe their knowledge and experience in the particular types of projects described in Part One.<br />Describe their knowledge of HUD’s requirements for the Community Development Block Grant Program. Describe their knowledge of OCD/DRU Disaster Recovery program. <br />Personnel/Professional QualificationsRespondents should:<br />Identify staff members (as applicable), in the job classifications of (1) Principal in Charge, (2) Project Engineer, (3) Senior Engineer, (4) Mid-level Engineer, (5) Junior Engineer (6) Surveyor, (7) Engineer interns (8) Senior CAD technician, (9)CAD technician, and (10) Engineering technician; who would be assigned to act for Respondent’s firm in key management and field positions providing the services described in Part One: Scope of Services, and the functions to be performed by each.<br />Include resumes or curriculum vitae of each such staff member designated above, including name, position, telephone number, fax number, email address, education, and years and type of experience. Describe, for each such person, the projects relevant to CDBG and/or Disaster Recovery on which they have worked. Provide the names, telephone numbers, and email addresses of contact persons with the firms or organizations with whom these staff members worked on CDBG, Federal Grant, and/or Disaster Recovery projects.<br />Estimate the number of persons to be assigned to this project, indicating the number working in Louisiana and the number working elsewhere. <br />PART THREE: SELECTION CRITERIA<br />The City of Walker shall evaluate each potential contractor in terms of its:<br /> <br />Professional qualifications necessary for satisfactory performance of required services;<br />Specialized experience and technical competence in the type of work required,<br />Capacity to accomplish the work in the required time;<br />Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;<br />Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; <br />Respondents will be evaluated on the basis of the written materials submitted and according to the following factors:<br />Background and experience of the firm with this type of project 30 pts.<br />Personnel/professional qualifications and professional knowledge 20 pts.<br />Current capacity to accomplish the work in the required time 15 pts.<br />Past performance in contracts 15 pts.<br />Firm’s Understanding of the project and City needs 20 pts.<br /><br />The procedures for the selection of a firm will be in accordance with the procurement requirements of the 2 Code of Federal Regulations (C.F.R.) Part 200. All responses received will be evaluated in accordance with the selection criteria and corresponding point system. In the event of a tie, oral interviews will be held with those firms. As a result of the interviews, the City of Walker will determine which firm will be selected to enter into contract negotiations. Unsuccessful firms will be notified as soon as possible.<br /><br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Questions should be addressed to Kelsey Murray at (225)-665-4356 or by email at
[email protected]. Responses to this RFQ should be hand-delivered to Kelsey Murray, at the City of Walker at 13600 Aydell Lane Walker, LA 70785 or mailed to Kelsey Murray at the City of Walker at P.O. Box 217, Walker, LA 70785.<br /><br />Responses to this RFQ must be received no later than 11:00 a.m. on April 18, 2024. Please state "RFQ for Engineering Services - Taylor Bayou Drainage Improvements" on the cover.<br />
https://www.centralauctionhouse.com/rfp49362515-rfq-for-engineering-services--taylor-bayou-drainage-improvements.html
07-Mar-2024 12:00:00 AM CST |
18-Apr-2024 11:00:00 AM CDT |
City of Walker |
RFP Debris Removal and Site Management for Debris Reduction and Emergency Roadway Debris Clearance
|
REQUEST FOR PROPOSAL<br />DEBRIS REMOVAL AND SITE MANAGEMENT FOR DEBRIS REDUCTION AND EMERGENCY ROADWAY DEBRIS CLEARANCE<br /> <br />OBJECTIVE: <br />It is the intent of the City of Walker (“Owner”) to obtain proposals from qualified firms to establish a Standby Contract for Debris Removal and Site Management for Debris Reduction, Emergency Roadway Debris Clearance and Waterway Debris Removal. These services will not be authorized until such time as a Notice to Proceed has been issued; typically, in response to a natural or man-made disaster.<br /> <br />DEFINITIONS: Whenever, in these Instructions, the terms defined in the Contract are used (or pronouns used in their place), the intent and meaning of such terms shall be interpreted as indicated in the Contract. <br />In addition, the following definitions shall apply:<br /> <br />Proposal means an executed formal document submitted to the Owner stating the goods, consultant services, and/or services, as applicable, offered by the proposer to satisfy the needs as requested in the Request for Proposal. <br />Contract means the Agreement between the successful Contractor(s) and the Owner in the form attached and included in this RFP Document. <br />Goods, consultant services, and/or services, as applicable, mean: this STANDBY CONTRACT is for Debris Removal and Site Management for Debris Reduction, Emergency Roadway Debris Clearance and Waterway Debris Removal.<br /> <br />RFP Documents means this entire RFP DOCUMENT, all attachments, instructions to Proposers, and any addendums issued prior to the date and time of submittal of the Proposals. <br />Contractor or Prospective Contractor or Proposer means any person or firm having a contract with or proposing to the Owner as a result of this RFP.<br /><br />3.ITEMS INCLUDED WITH REQUEST FOR PROPOSAL: <br />Cover Sheet, Owners Proposal Letter, Request for ProposalScope of work<br />Pricing Schedule<br />Sample Prospective Contractors Proposal Letter<br />4.SUBMISSION OF PROPOSAL: <br />SUBMITTAL: Proposals shall be enclosed in an opaque sealed envelope or package, addressed to the Owner. The name and address of the prospective Contractor, the date and hour of the proposal submittal, and the title “Request for Proposals for Debris Removal and Site Management for Debris Reduction, Emergency Roadway Debris Clearance and Waterway Debris Removal” RFP shall be placed on the outside of the envelope. All items required for a responsive Proposal shall be included. It is the responsibility of the Proposer to ensure that the Proposal Package is complete and received at the proper time. <br />EXAMINATION OF RFP DOCUMENTS: It is the responsibility of each Proposer before submitting a Proposal, to: a) Examine the RFP documents thoroughly; and b) Consider and comply with all federal, state and local laws and regulations, and local conditions that may affect cost, progress, or performance of the project. <br />FORMAT: Proposals must follow the format of the RFP and be structured so as to follow the required sequence. Each Contractor shall submit seven (7) complete sets of the proposal (one hard copy marked “Original” and six (6) marked “Copy”) and one electronic copy on a disc, CD or thumb drive. Email copies and fax copies shall not be accepted. <br />EXPERIENCE: Prospective Contractors (company and/or predecessors) must have at least 5 years of primary contractor experience in this field within the last 10 years, be capable of funding such potentially massive work for weeks or longer, must provide a reference list of at least five (5) Government customers for whom they have performed similar services, and must provide all information as specified herein. <br />EXCEPTIONS: Prospective Contractors are advised that exceptions to any of the terms contained in this RFP must be identified in the response to the RFP. Failure to do so may lead the Owner to declare any such term non-negotiable, and/or may lead to the disqualification of the proposal. <br />EXPENSES OF PREPARATION: The Owner is not responsible for any expenses which Prospective Contractors may incur in preparing and submitting proposals called for in this Request for Proposal. <br /><br />INTERVIEWS: The Owner reserves the right to conduct personal interviews or require presentations from any or all prospective Contractors prior to selection. The Owner will not be liable for any costs incurred by the proposer in connection with such interviews/presentations (i.e., travel, accommodations, etc.). <br />MODIFICATION: The Owner reserves the right to request that the proposer modify their proposal to more fully meet the needs of the Owner, and/or to more fully describe their proposal. <br />ADDITIONAL INFORMATION: The Prospective Contractor shall furnish such additional information as the Owner may reasonably require. This includes information which indicates financial resources as well as ability to provide and maintain the services and/or recovery operations for several weeks or more. The Owner reserves the right to make investigations of the qualifications of the proposer as it deems appropriate, including but not limited to a financial review and a background investigation. <br />NEGOTIATIONS: The Owner reserves the right to negotiate modifications to proposals that it deems acceptable, reject any and all proposals, and to waive minor irregularities in the procedures. <br />PERIOD OF ELIGIBILITY: All proposals submitted shall be binding for one hundred twenty (120) calendar days following the date of opening. <br />Alternate Proposals:<br /><br />An alternate proposal is viewed by the Owner as a proposal describing an approach to accomplishing the requirements of the Request for Proposals, which differs, from the approach set forth in the solicitation. <br />An alternate proposal may also be a second proposal submitted by the same proposer, which differs in some degree from its basic or prime proposal but is included within the same proposal package. <br />Alternate proposals may address the technical approach, or other provision or requirements set forth in the solicitation. <br />The Owner may, during the initial evaluation process, consider all alternate proposals submitted. <br />ADDENDA: If it becomes necessary to revise or amend any part of the Request for Proposal, the Owner will furnish the revision by written Addendum to all prospective Contractors who received an original Request for Proposals. It will be the responsibility of the proposer to contact the Owner prior to submitting a proposal to ascertain if any addenda have been issued, to obtain all such addenda, and to return executed addenda with the proposal. Failure to include signed Addendum with the proposal shall be grounds for rejection of a proposal. <br /><br />EXECUTION OF CONTRACT: The Contract between Proposer and Owner shall be in the form of the "Agreement" collaborated between Owner and Proposer. The successful Proposer shall assist and cooperate with the Owner in executing the Contract in a timely manner if notified of a successful award by Owner. <br />TAXES: Cost of all sales and other taxes for which the Proposer is liable under the Contract shall be included in the Proposal. <br />PROPOSAL DUE DATE: <br />Sealed proposals must be received at the City of Walker Office no later than 11:00 a.m. on April 18, 2024. Proposals shall be opened by the Evaluation Committee in private. Any awards resulting from an evaluation shall be announced publicly. Proposals received by the Owner after the time specified for receipt will not be considered. Proposers shall assume full responsibility for timely delivery of their proposals to the location designated for receipt of proposals. Fax Copies and Email Copies shall not be accepted.<br /> <br />PROPOSAL REQUIREMENTS: <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Proposals shall include all of the information required by the Request for Proposal, and any additional data that the Prospective Contractor deems pertinent to the understanding and evaluation of the proposal.<br /> <br /> Proposals are to be addressed as follows for mail, express delivery, or hand delivery:<br /> <br />Owner/Representative: City of Walker<br /> <br />Title: Kelsey Murray, Finance<br /> <br />Physical Address: 13600 Aydell Lane<br /> Walker, LA 70785<br /> <br />Mailing Address: P.O. Box 217<br /> Walker, LA 70785<br /> <br />Any questions regarding this RFP shall be posed to Kelsey Murray, Finance in writing at the email below or at the above mentioned physical and mailing addresses:<br /> <br />Email:
[email protected]<br /> <br /><br />Proposals shall be organized and sections tabbed in the following order. All Proposals shall include at minimum:<br /> <br />TITLE PAGE: Show the name of proposer’s firm, address, telephone number, email, name of contact person, date, and the subject: “REQUEST FOR PROPOSAL FOR STANDBY CONTRACT FOR Debris Removal and Site Management for Debris Reduction, Emergency Roadway Debris Clearance and Waterway Debris Removal.”<br /> <br />TABLE OF CONTENTS: Include a clear identification of the material by tab and by page number.<br />Tab 1 - Contractor’s Profile and Submittal Letter<br />A. Submittal Letter signed by an authorized agent of the Prospective Contractor.<br /> <br />A proposal statement setting forth in detail how the Proposal meets the proposal requirements and evaluation factors. <br />Organizational structure and locations of business with ownership interests <br /> Tab 2 – Qualifications<br />Provide a description and history of the firm focusing on the following:<br /> <br />A. Experience in all aspects of emergency management, including response, procurement, operation, planning, contract management, and accounting systems.<br /> <br />B. Document knowledge and experience with state and local emergency management agencies; state and federal programs; funding sources and reimbursement processes.<br /> <br />C. Demonstrate detailed experience and expertise pertaining to all aspects of the Scope of Work set forth herein.<br /> <br />D. Demonstrate knowledge of environmental requirements and regulations.<br /> <br />Tab 3 - Technical Approach<br />Provide a narrative description with an organizational chart outlining the mobilization, operational plans, and structure, services to be provided and how and when these services shall be provided. This description should fully and completely demonstrate the Prospective Contractor's intended methods for servicing the requirements of all aspects of the Scope of Work, set forth herein - to include number of equipment, owned and/or leased, available and under the contractor’s control for the duration of the contract.<br />Prospective Contractor may offer alternative solutions/options to achieve successful completion of the Scope of Work detailed herein. <br />Tab 4 - Reimbursement Process<br />A. Prospective Contractor shall demonstrate their knowledge of and experience, with the FEMA reimbursement process; the FEMA initial Damage Estimates; Immediate Needs Funding (INF), the Project Worksheets completion and application process.<br /> <br />Tab 5 - Key Personnel<br />Include a listing of key staff including resumes for each describing experience, training, and education in the required services. Identify staff experience working with governmental entities and list those projects. <br />Include an affirmative action plan for all personnel. <br />Tab 6 - Proposed Subcontractors<br />Include a listing of proposed subcontractors. Delineate those subcontractors who are Disadvantaged Business Enterprises, as defined in 2C.F.R. 215.44(b)(1) and 44 C.F.R. 13.36(4)(e), and such other minority, woman-owned, and small business enterprises.<br /> <br />Tab 7 - Pricing Schedule<br />A. Each Prospective Contractor must complete, execute, and submit the Proposal Form included herewith.<br /> <br />B. The Pricing Schedule attached hereto shall be submitted and shall include all costs associated with the performance of the contract including travel and out-of-pocket expenses. The contractor will be responsible for all costs associated with ineligible debris.<br /> <br />Tab 8 – References<br />Contractor shall provide at least five (5) governmental entity references for which the firm has performed similar work of the same or similar magnitude to those requested in this solicitation, including the contact name, entity, address, telephone number, e-mail address, and date and term of the contract and at least five letters of reference from previous clients.<br /> <br />Tab 9 – Insurance<br />Attach evidence of required insurance in the amounts indicated. If available, a properly completed ACORD Form is preferable.<br /> <br />Tab 10 - Financial Statements<br />All Prospective Contractors shall supply an audited, financial statement for each of the past two years. A third party prepared financial statement is acceptable for one of the two years if an audited statement is not available. Any such third-party certified statement shall be signed and certified by the third party Certified Public Accountant (CPA) and signed and certified as accurate by the Prospective Contractor.<br /> <br />Tab 11- Addenda<br />Contractor is responsible for contacting Owner to identify any Addenda’s issued for this Request for Proposal. Any Addenda issued subsequent to the release of this solicitation must be acknowledged by signature of the authorized representative of the Prospective Contractor, and a copy of this acknowledgment placed in this section.<br /> <br /><br /> Tab 12 – Exceptions<br />Include any/all exceptions taken to the content of the solicitation itself or any contract or legal agreement(s) or document(s) related to the solicitation. Any exceptions shall be reviewed by Owner for appropriateness and is only valid if accepted in writing by Owner.<br /> <br />Tab 13 – Litigation: Prospective Contractors<br />Prospective Contractors shall provide the following information:<br />Within the past 10 years, state whether the Prospective Contractor or any employee thereof anticipated being assigned to provide debris removal services, has been a defendant in any proceeding involving or arising out of debris removal services.<br />Within the past 10 years, state whether the Prospective Contractor or any employee thereof anticipated being assigned to provide debris removal services, has been suspended or debarred from receiving federal funds regardless of whether the Prospective Contractor or any employee thereof was removed from being suspended or debarred.<br />Within the past 10 years, state whether the Prospective Contractor has had a contract related to debris removal canceled or terminated. <br />Tab 14 – Bonding Capacity<br />Include an executed Letter of Commitment, proof of bonding capacity issued by the Surety Company for the Payment and Performance Bond, per the attached sample letter.<br /> <br />PROPOSAL EVALUATION: The Owner shall award to the responsive and qualified proposer(s) whose proposal is determined to be the most advantageous to the Owner. Evaluation of proposals shall be based on the evaluation factors set forth in the Request for Proposals and any other relevant information obtained through the evaluation process, and the interviews, if held. <br />Evaluation Criteria: The evaluation criteria define the factors that will be used by the evaluation committee to evaluate and score responsible and qualified proposals. Prospective contractors shall include sufficient information to allow the evaluation committee to thoroughly evaluate and score their proposals. Each proposal submitted shall be evaluated and ranked by an evaluation committee. <br />Qualifications of the Contractor …………………………………………25%<br />Number of years and degree of experience in disaster response, particularly debris management: company and/or predecessors must have at least 5 years of primary contractor experience in this field within the last 10 years; more preferred<br />Number of equipment (Owned or Leased) available and under contractor’s control<br />Experience with FEMA reimbursement programs and funding issues<br /><br />Proof of satisfactory or better performance on contracts of similar scope and size: references and letters of reference must verify successful completion of similar projects<br />In house client training capabilities: provide certification of emergency management training <br />Qualifications of staff…………………………………………………….15%<br />Experience of key team members in area identified under experience of prospective contractor: identify senior and project management<br />Affirmative Action of prospective contractor: describe local and minority subcontracting plan<br />Education and experience of prospective contractor personnel: provide brief resumes <br />Technical Approach ……………………..........…………………………15%<br />Experience of prospective contractor in previous similar projects<br />Technical approach of the prospective contractor to mobilize and perform the many aspects of the work<br />Ability to respond in a timely manner with the necessary resources <br />Financial Stability …………………………………………………………15%<br />Ability of prospective contractor to continue to proceed until funding becomes available<br />Previous financial handling of multiple contracts in multiple disasters<br />History of satisfactory payment procedures of subcontractors <br />Price …………………………..…………………………………………...10%<br />Pricing schedule will be evaluated for rationality<br />All line items must be priced exactly as quoted within the RFP, regardless of any alternates which may be proposed <br />Technical and Reimbursement Assistance ……………………………….20%<br />Experience of prospective contractor in relation to tracking, recording, and data processing<br />Invoicing program<br />Prospective contractor’s knowledge and experience of Federal reimbursement guidelines<br />Experience in emergency debris management plan preparation <br />WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS: No oral interpretations will be made as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this RFP must be sent in writing (mail, email or fax) to the Owner and received no later than five (5) days prior to the proposal due date. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the proposal. All such addenda shall become part of the contract documents. The Owner will not be responsible for any other explanation or interpretation of the RFP made or given prior to the award of the contract. The Owner will not respond to questions received after the specified deadline. <br />ORAL PRESENTATION: An oral presentation of proposal may be requested of any Prospective Contractor at the Evaluation Committee’s discretion. Contractors are cautioned not to assume that presentations will be required and should include all pertinent and required information in their original proposal package. <br />WITHDRAWAL OF PROPOSAL: The Proposal may be withdrawn by the Proposer by means of a written request, signed by the Proposer or its duly authorized representative. Such written request must be delivered to the place specified in the Request for Proposals/Advertisement for the receipt of Proposals prior to the scheduled closing time for receipt of Proposals. Modifications will not be accepted or acknowledged after the date and time for submission of proposals. <br />ACCEPTANCE/REJECTION: The Owner reserves the right to accept or reject any or all proposals received as a result of this RFP, or to negotiate separately with competing contractors, and to waive any informalities, defects, or irregularities in any proposal, and to accept that proposal or proposals, which in the judgment of the proper officials, is in the best interest of the Owner. <br />ACCEPTANCE PERIOD: Any proposal in response to this solicitation shall be valid for 120 calendar days. At the end of this time the proposal may be withdrawn at the written request of the Prospective Contractor if no award has been made. If the RFP is not withdrawn at that time, it shall remain in effect until an award is made or the solicitation is cancelled. The Owner reserves the right to request an extension of the period of validity for the proposals if the contract has not been negotiated within 120 days from the submittal date of the RPF.<br />TIME LINE:Following is a listing of actions and anticipated dates; the Owner reserves the right to change the dates, if necessary.<br /> <br /> Advertising & Publishing RFP 3/14/24, 3/21/24, 3/28/24, 4/4/24, 4/11/24<br /> Deadline for Questions/Clarifications One Week Prior to Deadline<br />Proposal Submittal Date Deadline 11:00 a.m. on April 18, 2024 <br />15.CONTRACTOR’S CERTIFICATION AND RESPONSIBILITY:By submitting a proposal, Prospective Contractors represent that:<br /> <br />A. The Prospective Contractor has fully read and understands the RFP in its entirety, has fully read and understands the proposal method, the evaluation criteria and has full knowledge of the scope, nature, and quality of work to be performed. The Prospective Contractor’s proposal is made in accordance therewith.<br /> <br />B. The Prospective Contractor possesses the capabilities, experience, resources, financial wherewithal, and personnel necessary to provide efficient and successful services as set forth in the Scope of Services to the Owner, and;<br />C. Before submitting a proposal, each Contractor shall make all investigations and examinations necessary to ascertain site and/or local conditions and requirements affecting the full performance of the contract and to verify any representations made upon which the Contractor will rely. If the Contractor receives an award because of its proposal submission, failure to have made such investigations and examinations will in no way relieve the Contractor from its obligations to comply in every detail with all provisions and requirements of the contract, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim by the Contractor for additional compensation or relief.<br /> <br />COSTS INCURRED BY PROPOSERS: All expenses involved with the preparation and submission of proposals to the Owner, or any work performed in connection therewith, shall be borne solely by the Prospective Contractors. No payment will be made for any responses received, or for any other effort required of, or made by, Prospective Contractors in responding to this RFP.<br /><br />17.CONTRACTOR’S PERSONNEL:A. The Contractor represents that it has or shall secure at its own expense, all necessary personnel required to perform the services under the resulting contract. Such personnel shall not be employees of or have any contractual relationship with the Owner.<br /> <br />B. The Contractor shall be responsible for ensuring that its employees, agents, and subcontractors comply with all applicable laws and regulations and meet all federal, state, and local requirements related to their employment and position. The Owner reserves the right to require the Contractor to remove any employee from working on the resulting contract, which the Owner deems incompetent, careless, or otherwise objectionable.<br /> <br />C. The Contractor certifies that it does not and will not during the performance of the contract employ illegal alien workers or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986, as amended.<br /> <br />D. During the performance of the contract, the Contractor agrees to the following:<br /> <br />1. The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, handicap, or national origin, except when such condition is a bona fide occupational qualification reasonably necessary for the normal operations of the Contractor.<br /> <br />2. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, shall state that such Contractor is an Equal Opportunity Employer.<br /> <br />3. The Contractor and any subcontractor shall pay all employees working on this contract not less than minimum wage specified in the Fair Labor Standards Act (29 CFR 510-794) as amended.<br /> <br />RESERVATION OF OWNER’S RIGHTS: In addition to all other rights provided the Owner under State law, the Owner specifically reserves the following rights: <br />A. Owner reserves the right to rank firms and negotiate with the highest ranked firms in accordance with the Evaluation Criteria set forth herein. Negotiation with an individual prospective Contractor does not require nor prohibit negotiation with others.<br /> <br />B. Owner reserves the right to select the proposal that it believes will serve the best interest of Owner.<br /> <br />C. Owner reserves the right to reject any or all Proposals.<br /> <br />D. Owner reserves the right to cancel the entire Request for Proposal or to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability.<br /> <br />E. The Owner reserves the right to waive any informality, irregularity or immaterial errors in the Request for Proposal or in any Proposal received, or reject any and/or all Proposals, or re-advertise.<br /> <br />F. Owner reserves the right to request any necessary clarifications or proposal data without changing the terms of the proposal.<br /> <br />G. Owner reserves the right to select a Contractor(s) on the basis of the original proposals without negotiation.<br /> <br />All proposals received from Contractors in response to this Request for Proposal will become the property of the Owner and will not be returned to the proposers. In the event of contract award, all documentation produced as part of the contract will become the exclusive property of the Owner. <br />In the event only one responsive proposal is received, the Owner reserves the right to award to the sole proposer; re-advertise the Request for Proposal, with or without making changes to the evaluation factors; or elect not to proceed. <br />For and in consideration of the Owner considering Proposals submitted, the Proposer, by submitting its Proposal, expressly waives any claim to damages of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith.<br /> <br />The Owner reserves the right to select, from among the various Proposal alternates, those alternates to be included in the final Contract as well as the right and option to award or re-solicit Proposal alternates in any sequence or at any time deemed to be in the best interest of the Owner.<br /> <br />SUBCONTRACTING: <br />Contractor shall not employ any subcontractor, supplier, or other person or organization whether initially or as a substitute, against whom the Owner may have reasonable objection. The contractor shall not sublet any portion of the contract, excluding material, without written consent, including work sublet to an authorized Disadvantaged Business Enterprise. If such consent is given, the contractor will be permitted to sublet a portion of the work but shall perform with the contractor's own organization work amounting to at least 30 percent of the total contract cost. The Contractor shall not be required to employ any subcontractor, supplier, or other person or organization to furnish or perform any of the work against whom the Contractor has reasonable objection. The Contractor shall provide an opportunity for local subcontractors, minority and Disadvantaged Business Enterprises (DBE’s) subcontractors to participate in the work. A subcontractor shall not further subcontract to a third party any portion of this authorized work, excluding material, without written consent, including work sublet to an authorized Disadvantaged Business Enterprise. No subcontract shall relieve the contractor of liability under the contract and bonds. A subcontractor shall not further subcontract to a third party any portion of this authorized work. <br />All subcontractors, suppliers, or other persons or organizations (including those who are able to furnish the principal items of materials or equipment) shall be submitted to the Owner for acceptance if requested by Owner. The Owner’s acceptance, in writing, of any such subcontractors, suppliers, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case the Contractor shall submit an acceptable substitute. No acceptance by the Owner of any such subcontractor, supplier, or other person or organization shall constitute a waiver of any right of the Owner to reject defective work. Action by the Owner awarding a Contract to a firm that has disclosed its intent to assign or Subcontract in its response to the RFP, shall constitute approval thereof.C. The Contractor shall be fully responsible to the Owner for all acts and omissions of the subcontractors, suppliers, or other persons, or organizations performing or furnishing any of the work under a direct or indirect contract with the Contractor just as the Contractor is responsible for the Contractor’s own acts and omissions. Nothing in the resulting contract documents shall create for the benefit of any such subcontractors, suppliers, or other persons, or organizations, any contractual relationship between the Owner and any such subcontractors, suppliers, or other persons or organizations, nor shall it create any obligation on the part of the Owner to pay or to see to the payment of any money due any such subcontractors, suppliers, or other persons, or organization, except as may otherwise be required by laws and regulations.<br />D. The Contractor shall be solely responsible for scheduling and coordinating the work of subcontractors, suppliers, or other persons, or organizations performing or furnishing any of the work under a direct or indirect contract with the Contractor. The Contractor shall require all subcontractors, suppliers, or other persons, or organizations performing or furnishing any of the work to communicate with the Owner through the Contractor.<br />E. All work performed for the Contractor by a subcontractor or supplier shall be pursuant to an appropriate agreement between the Contractor and the subcontractor or supplier that specifically binds the subcontractor or supplier to the applicable terms and conditions of the resulting contract for the benefit of the Owner.<br />F. Within thirty (30) calendar days after the Notice of Contract Execution, the contractor shall submit to the owner a preliminary list of potential subcontractors which may be used on the project. The potential subcontractors submitted shall not be on the Disqualified Contractor List and the Federal Debarment List (Excluded Parties List System at www.epls.gov). Failure to supply this information timely and accurately may result in the contractor being placed in default and termination of the contract.<br /><br />G. Prior to beginning work, the Contractor shall submit to the owner for approval all subcontractor(s) which will be used on the project. The owner shall provide initial approval of any subcontractor which is not on the Disqualified Contractor List and the Federal Debarment List (Excluded Parties List System at www.epls.gov). Once initial approval is granted, the subcontractor may begin work.<br />H. The contractor will be required to develop and deliver subcontractor training on the contract provisions, traffic control requirements, and applicable rules, regulations, and laws to this contract. The training will be targeted at the subcontractor’s supervisory staff and workers. Once the training has been developed, the contractor shall submit in writing the proposed training program and training materials to the Project Engineer for approval. The training shall be provided annually before the beginning of each hurricane season and immediately before each subcontractor begins work. The contractor shall document the training and provide said documentation to the Project Engineer.<br /> <br />DISADVANTAGED BUSINESS ENTERPRISE PROGRAM: The Owner promotes policies which assure and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services, as detailed in 2 CFR 200.321. <br /> Disadvantaged Business Enterprises, as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The Contractor shall use their best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees.<br /> <br />CONTRACT: The contents of this RFP and all provisions of the successful proposal deemed pertinent by the Owner may be incorporated into a contract and become legally binding when approved and executed by both parties. Contents of the Contract may contain changes from the Owner’s perspective as a result of the RFP process and proposal(s) received. The final negotiated contract may include the scope of work as outlined in this RFP along with the successful Contractor's submittal and any additions or deletions made at the discretion of the Owner as a result of this RFP process. The contract may be terminated by the Owner for cause or for convenience. The Contract will be a standby contract for use in dealing with response to emergency situations. Work related to the Contract shall commence upon issuance of a Notice to Proceed. <br />22. PROPRIETARY INFORMATION:<br />Proposers should be aware that the Request for Proposal and the responses thereto are in the public domain. However, the proposers may identify specifically any information contained in their proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law.<br />All proposals received from proposers in response to this Request for Proposal will become the property of the Owner and will not be returned to the proposers. In the event of contract award, all documentation produced as part of the contract will also become the exclusive property of the Owner. The Owner has the right to use any or all ideas presented in any reply to this RFP. Selection or rejection of any proposal submitted does not affect this right.<br /> <br />23. LICENSES AND CERTIFICATES:<br /> <br />A. The Owner reserves the right to require proof that a Prospective Contractor is an established business operating in compliance with the law. Local and State Business Licenses are required for this proposal.<br /> <br />B. Each Prospective Contractor shall be licensed and qualified to do business in its area of expertise. Each firm shall submit with their proposal a copy of and maintain the appropriate licenses and certificates during the term of any resulting contract, and any extensions.<br /> <br />C. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement.<br /> <br />D. The Proposer certifies that their company is a licensed General Contractor in the State of Louisiana. Proposer must submit a copy of the license with the proposal and be in good standing with State regulatory body. No specific designation is required, only that the company is properly licensed as a Contractor. See Louisiana Revised Statute 37: “A Louisiana State contractor’s license/registration is required if you contract, bid or perform work where the total project value including labor and materials exceeds the minimum threshold to hold a commercial license, residential license, mold remediation license, or a home improvement registration.” In addition, Debris Removal Contractors must be listed in Sam.gov registry with good standing.<br /> <br />E. Proposer certifies that proposer’s organization, or its subcontractor(s) is classified as an Oil Spill Removal Organization (OSRO) by the Coast Guard and maintains appropriate classification (M – W3) for all potential debris management specified in this RFP. This RFP requires River/Canal, Inland and Near Shore classifications. Classification must be kept in good standing for the duration of the Contract length.<br /> <br />F. Contractor, or its subcontractor(s), must show its qualifications in the handling of Hazardous materials and house hold hazardous waste. This can be demonstrated listing the company's employees and their respective Haz-Wopper licenses and asbestos licenses. Proposer, or its subcontractor(s), must have qualified personnel currently employed to submit a proposal.<br /> <br />24. CONTINUING THE WORK: The Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Owner and Contractor may otherwise agree in writing.<br /> <br /><br />25. WAIVER OF CLAIMS: Once any contract resulting from this RFP expires, or final payment has been requested and made, the respective Contractor shall have no more than ninety (90) calendar days to present or file any claims against the Owner concerning such contract and thereafter, such claim shall be deemed waived.<br /> <br />26. CHANGE IN SCOPE OF WORK<br />A. The Owner may order changes in the work consisting of additions, deletions, or other revisions within the general scope of the contract. No claims may be made by the Contractor that the scope of the project or of the Contractor's services has been changed, requiring changes to the amount of compensation to the Contractor or other adjustments to the contract, unless such changes or adjustments have been made by written amendment to the contract signed by the Owner and Contractor. It is noted that this is a unit price contract and nothing herein shall limit the number of units of work which may be required by a disaster. Once issued a Notice to Proceed (NTP), unless limited by area or amount, the Contractor shall proceed at the daily directive of the Owner with the entire work required hereunder.<br />B. If the Contractor believes that any particular work is not within the scope of work of the contract, is a material change, or will otherwise require more compensation to the Contractor, the Contractor must immediately notify the City of Walker’s Representative in writing of this belief. If the Owner’s Representative believes that the particular work is within the scope of the contract as written, the Contractor will be ordered to and shall continue with the work as changed and at the cost stated for the work within the scope. The Contractor may then assert its right to an adjustment under the terms and conditions set forth herein for claims.<br />C. The Owner reserves the right to negotiate with the awarded Contractor(s) without completing the competitive RFP process for materials, products, services, and/or items similar in nature to those specified within this RFP for which requirements were not known or realized at the time of issuance of the RFP.<br />D. The Contractor shall commence performance on the date set forth in the Notice to Proceed which date shall be determined by the Owner prior to, during or after any disaster.<br />E. The Contractor shall, after Notice to Proceed and with the Owner’s direction, provide a work plan showing where operations will begin, and which streets/roads will be cleared on a daily basis. The plan will be updated each day of operation. Contractor shall provide a computerized daily update of progress, showing the streets cleared by web map, the volumes recovered, the location of crews, and the estimated percentage completion. Such program shall be web based and shall be accessible by the Owner with a password provided by Contractor or as an active website available without password to the public, as instructed by the Owner. Contractor shall provide examples of such work plan, their web-based programs, their plans for its use, and the hosting thereof in their proposal.<br /> <br /> <br />DEBRIS SITE LOCATION:<br /> <br />1. Walker, Louisiana<br /> <br />27. USE OF PREMISES:<br />A. The Contractor shall assume full responsibility for any damage to any work areas or to the owner, homeowner, or occupant thereof, or of any adjacent land or areas, resulting from the performance of the work. Contractor shall maintain a toll-free hotline answered 24 hours per day to professionally accept homeowner and other claims. Contractor shall provide in its proposal, a summary of and sample computerized documents exhibiting its complete claim resolution program to include computerized complaint logs, complaint report forms, site visit and inspection forms, and computerized resolution reporting forms and summaries for the Owner. Should any claim be made by any such owner or occupant because of accident, intentional act, the performance of the work, or for any other such reason the cause of which is the Contractor or their Subcontractors, Agents or Employees, the Contractor shall promptly settle with such party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. Contractor shall provide a weekly computerized update of all claims and complaints and their disposition, both individually and in summary form.<br /> <br />B. During the progress of the work, the Contractor shall keep their sites free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about the sites, as well as tools, appliances, equipment, machinery and/or surplus materials.<br /> <br />C. The Contractor shall take care to monitor and make every effort to prevent or mitigate spills of petroleum products and hydraulic fluids. Any such spills shall be remediated immediately by the Contractor.<br /> <br />D. No tracked equipment shall be allowed on public streets or Right of Way (ROW) without the written permission of the Owner.<br /> <br />28. ESTIMATED QUANTITIES: The Owner reserves the right to increase or decrease estimated quantities as required. Estimated quantities as shown within of this RFP are for estimating and proposal purposes only. It is understood by all Prospective Contractors that these are only estimated quantities and the Owner is not obligated to purchase any minimum or maximum amount during the life of the contract. The actual volumes of any work can only be identified subsequent to a disaster, and as the work proceeds. The Contractor shall be required to perform all work required by the Contract regardless of volume.<br /> <br /><br />29. PERFORMANCE: The selected Contractor shall perform the resulting contract in a timely fashion. If the disaster is such that it may reasonably be predicted in advance, Contractor shall have Management personnel within the Emergency Operations Center (EOC) 24-48 hours prior to the arrival of the disaster. If the disaster is such that the disaster could not be predicted, the Contractor shall have Management personnel within the EOC within 24 hours after the event. Contractor’s Management personnel shall assist the Owner to plan a response, plan for the arrival of the event if possible, and to initiate the Emergency Push and initial debris removal and rescue operations. Contractor shall mobilize work crews and heavy equipment within such period of time as may be set forth within the Notice to Proceed. Crews shall be mobilized in a staggered phasing so as not to overwhelm the resources of the monitoring body.<br /> <br />Contractor shall describe its mobilization program and past experience with such mobilization. Contractor should clearly exhibit experience in large previous compelling mobilizations, to multiple sites, with short time frames.<br /> <br />30. EQUIPMENT AVAILABILITY: The selected Contractor shall provide number and proof of access to equipment, owned or leased by the Contractor, that will be made available for any and all disaster and non-disaster related projects. This does not include subcontractor equipment. <br /> <br />31. PAYMENT AND PERFORMANCE BONDS: The successful bidder shall be required to provide payment and performance (surety) bonds for the entire amount of the Contract price to insure the successful performance of the terms and conditions of the contract. The payment and performance bond shall be subject to forfeiture for failure on the part of the successful bidder to perform its obligations under the contract. The bond must be provided within seven (7) days of written Notice to Proceed.<br /> <br />The payment and performance bond is to be secured from a surety or insurance company listed on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, with at least an A-rating in the latest printing of the A.M. Best’s key rating guide, to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best’s key rating guide and is licensed in this State to write surety bonds.<br /> <br />32. PAYMENT/INVOICES: All Prospective Contractors must specify on their Proposal letter the exact company name and address which must be the same as shown on invoices submitted for payment. Contract payments shall be made in arrears within fifteen (15) days after approval of a billing statement for actual work done by the Contractor(s). All billing statements or invoices submitted for payment shall be original and should be sent to City of Walker at the following address: P.O. Box 217, Walker, LA 70785<br /> <br />Billing statements or invoices should include company name and address, locations of where work has been performed, reconciliation sheets for each day’s work, and support documentation as required. Payment of contractor by City of Walker is contingent upon the City of Walker being reimbursed by any private insurance company, local, state or federal government agency. The successful Contractor will be responsible for all work and/or debris deemed ineligible. In order for both parties herein to close their books and records, the contractor will clearly state “Final Invoice” on the contractor’s final/last billing to the City of Walker. This certifies that all services have been properly performed and all charges and costs have been invoiced to the City of Walker.<br /> <br />Invoices submitted for payment shall be accompanied by an electronic worksheet, in Microsoft Excel format, which includes information contained in the approved worksheets and/or debris ticket. The final format of the daily worksheet and information to be contained will be approved and agreed upon by the Contractor and the Contract Administrator. Any discrepancies between the Owner’s records and the Contractor's submittals must be rectified, to Owner’s satisfaction, by the Contractor, before payment on those items will be made by the Owner. Contractor shall computerize all tickets daily and present to the Owner as a summary reconciliation document within (48) hours of the daily completion of the work. Contractor shall note that thousands to tens of thousands of tickets may be produced per day and Contractors plans and computer program must encompass such potential volumes. Contractor should provide sample forms and program formats; describe their data processing experience, their data management center (if any), their data management programs and procedures, and their key data management personnel in their proposal.<br /> <br />Owner and Contractor shall meet daily (within 48 hours of the issuance of the tickets) to reconcile tickets and work performed. Contractor shall revise the computerized reconciliation sheets with any corrections discovered and re-present a corrected Daily Reconciliation sheet to the Owner for signature within twenty-four (24) hours thereafter. Both the Owner and the Contractor shall execute each Daily Reconciliation sheet after being verified as correct. Such Daily Reconciliation sheets shall then become the basis for billing documentation.<br /> <br />33. RECORDS AND RIGHT TO AUDIT: The Contractor shall maintain adequate records, documents, and information to justify all charges, expenses and costs incurred in performing the work for at least five (5) years after completion of this contract. The Owner shall have access to such books, records, and documents as required in this section for the purpose of inspection, reproduction, audit, and/or during normal business hours, at the Owner’s expense, upon five (5) days prior written notice.<br /> <br />34. SAFETY: The Contractor shall take reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to, its employees on the job, and others. The Contractor shall comply with all applicable provisions of federal, state, and municipal safety laws, insurance requirements, standard industry practices, the requirements of the operations and this contract. The Contractor, directly or through its subcontractors, shall erect and properly maintain at all times, as required by the conditions and progress of the work, necessary safeguards for the safety and protection of the public, including securing areas, posting danger signs, placarding, labeling, or posting other forms of warning against hazards. When use of hazardous materials or equipment or unusual methods are necessary for execution of the work, or when the work includes the cleanup, remediation, and/or removal of bio-solids, bio-hazardous waste, or any hazardous or toxic materials, trash debris, refuse, or waste, the Contractor, its subcontractor(s) and their employees shall be trained and certified as required in the proper handling, use and care of equipment, materials, and hazardous operations, and shall exercise the utmost care and perform such activities under the supervision of properly qualified and/or competent personnel.<br /> <br />35. INSURANCE REQUIREMENTS:<br />A. Prior to the time Contractor is entitled to commence any part of the project, work or services, Contractor shall procure, pay for, and maintain at minimum the following insurance coverages with the stated limits or greater. Said insurance shall be evidenced by delivery to the Owner of (1) certificates of insurance executed by the insurers listing coverage’s and limits, expiration dates and terms of policies and all endorsements whether or not required by the Owner, and listing all carriers issuing said policies; and (2) upon request a certified copy of each policy, including all endorsements. The insurance requirements shall remain in effect throughout the term of this Contract and any additional extensions. In addition, the Owner reserves the right to request physical evidence of this coverage by requesting the policy declaration page, and/or an estopped from the agent and/or company verifying the coverage is and/or has been continually in effect. The Contractor shall secure and maintain, at its sole cost and expense during the contract term and any subsequent extensions, the following insurance:<br /> <br />1. Commercial General Liability - in the amount of five million dollars ($5,000,000.00) aggregate/one million dollars ($1,000,000.00) per occurrence. The General Aggregate limit shall either apply separately to the resulting contractor or shall be at least twice the required occurrence limit.<br /> <br />2. Comprehensive Automobile and Water Vehicle Liability - covering any automotive equipment to be used in performance of the service, with a minimum limit in the amount of one Million dollars ($1,000,000.00) per occurrence combined single limit / Any Automobile Physical Damage Insurance covering owned or rented machinery, tools, equipment, office trailers, and vehicles.<br />3. Worker's Compensation - Proposer shall provide a policy with employer’s liability coverage with limits of not less than one million dollars ($1,000,000.00) per occurrence for each accident or illness. The Worker’s Compensation policy shall state that it cannot be cancelled or materially changed without first giving thirty (30) days prior notice thereof in writing to the Owner. Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall supply a signed copy of said notice.<br />Any such exemption shall meet the requirements that qualify for an exemption under the applicable Worker’s Compensation law.<br /> <br />B. Conditions:<br />Each insurance policy shall include the following conditions by endorsement to the policy:<br />1. Each policy shall require that thirty (30) days prior to expiration, cancellation, non­renewal or any material change in coverage’s or limits, a notice thereof shall be given to the Owner by certified mail to: Contractor shall also notify the Owner, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage received by said Contractor from its insurer; and nothing contained herein shall absolve the Contractor of this requirement to provide notice.<br />2. Companies issuing the insurance policy, or policies, shall have no recourse against the Owner for payment of premiums.<br />3. The term "Owner" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments, and Offices of the City of Walker and individual members, elected officials, employees thereof in their official capacities, and/or while acting on behalf of the Owner.<br />4. Owner shall be named as an additionally insured on all policies of insurance. The policy clause "Other insurance" shall not apply to any insurance coverage currently held by the Owner to any such future coverage, or to the Owner’s Self-Insured Retentions as, if any, of whatever nature.<br /> <br />C. Subrogation:<br />Contractor hereby waives subrogation rights for loss or damage against the Owner.<br /> <br />36. LIQUIDATED DAMAGES: Failure of the Contractor to comply with the requirements set forth in the Notice to Proceed may be subject, at the Owner’s discretion, to liquidated damages in the amount of $1,000.00 per day, per unaccounted for item listed in the Notice to Proceed. This may include equipment, personnel, timeframe to begin, etc.<br /> <br />37. PUBLIC ENTITY CRIMES: All Proposers are hereby notified that a person or affiliate, who has been placed on the convicted vendor list, or the Federal suspension and/or debarment list, may not submit a proposal under this Request for Proposal. By submitting this Proposal, the Proposal Contractor certifies they are not suspended or debarred nor does their submittal violate the provisions of this paragraph.<br /> <br />38. CONFLICT OF INTEREST: The Contractor shall promptly notify the Contract Administrator, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Contractor's judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest, or circumstance, the nature of work that such person may undertake, and request an opinion of the Owner as to whether the association, interest, or circumstance would, in the opinion of the Owner, constitute a conflict of interest. The Owner shall respond to such notification by certified mail within thirty (30) days.<br /> <br />BY SUBMITTING THIS PROPOSAL, THE CONTRACTOR CERTIFIES THAT THEY HAVE NO CONFLICT WITH ANY EMPLOYEE, AGENT, ELECTED OFFICIAL OR OFFICER OF OWNER, NOR ANY OTHER CONFLICT AS MAY BE SET FORTH HEREIN.<br /> <br />39. COLLUSION: More than one Proposal from an individual, firm, partnership, corporation, association and/or related parties under the same or different names will not be considered. If the Owner believes that collusion exists among Proposers, all Proposals from the suspect firms will be rejected. Related parties mean Prospective Contractors or the principals thereof, which have a direct or indirect ownership and/or profit-sharing interest in another Prospective Contractor or Pro-Proposer.<br /> <br />Prospective Contractors shall comply with all local, state, and federal directives, orders, and laws as applicable to this RFP and all resulting contract(s).<br /> <br />Prospective Contractors, by responding to this RFP, certify that such response is made without previous understanding, agreement, or connection with any person, firm, or corporation making a proposal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.<br /> <br />40. PROTEST PROCEDURE:<br /> <br />A. PROPOSAL PROTESTS. Any actual or prospective bidder/proposer, who is allegedly aggrieved in connection with the issuance of a proposal package or pending award of a contract, may protest to the Owner.<br /> <br />B. REQUIREMENTS TO PROTEST:<br />a) If the protest relates to the content of the bid/proposal package, a formal written protest must be filed no later than 5:00 pm on the fifth full business day after issuance of the proposal package.<br /> <br />b) If the protest relates to the award of a contract, a formal written protest must be filed no later than 5:00 pm on the fifth business day after the posting of either the contract award recommendation or the contract award itself. The formal written protest shall identify the protesting party and the solicitation involved; include a clear statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances, or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds.<br /> <br />c) A formal writte
https://www.centralauctionhouse.com/rfp11700868-rfp-debris-removal-and-site-management-for-debris-reduction-and-emergency-roadway-debris-clearance.html
07-Mar-2024 12:00:00 AM CST |
18-Apr-2024 11:00:00 AM CDT |
City of Walker |
RFP Standby Contract for Disaster Debris Monitoring and Management Service
|
REQUEST FOR PROPOSAL<br />DISASTER DEBRIS MONITORING AND MANAGEMENT SERVICE<br /> <br />OBJECTIVE: <br />It is the intent of the Owner to obtain proposals from qualified firms to establish a Standby Contract for Disaster Debris Monitoring and Management Services. These services will not be authorized until such time as a Notice to Proceed has been issued; typically, in response to a natural or man-made disaster.<br /> <br />DEFINITIONS: Whenever, in these Instructions, the terms defined in the Contract are used (or pronouns used in their place), the intent and meaning of such terms shall be interpreted as indicated in the Contract. <br />In addition, the following definitions shall apply:<br /> <br />Proposal means an executed formal document submitted to the Owner stating the goods, consultant services, and/or services, as applicable, offered by the proposer to satisfy the needs as requested in the Request for Proposal. <br />Contract means the Agreement between the successful Contractor(s) and the Owner in the form attached and included in this RFP Document. <br />Goods, consultant services, and/or services, as applicable, mean: this STANDBY CONTRACT for Disaster Debris Monitoring and Management Services<br /> <br /> <br />RFP Documents means this entire RFP DOCUMENT, all attachments, instructions to Proposers and any addendums issued prior to the date and time of submittal of the Proposals. <br />Contractor or Prospective Contractor or Proposer means any person or firm having a contract with or proposing to the Owner as a result of this RFP.<br />3.ITEMS INCLUDED WITH REQUEST FOR PROPOSAL: <br />Cover Sheet, Owners Proposal Letter, Request for ProposalScope of work<br />Pricing Schedule<br />Sample Prospective Contractors Proposal Letter<br />4.SUBMISSION OF PROPOSAL: <br />SUBMITTAL: Proposals shall be enclosed in an opaque sealed envelope or package, addressed to the Owner. The name and address of the prospective Contractor, the date and hour of the proposal submittal, and the title “Request for Proposals for Disaster Debris Monitoring and Management Services” RFP shall be placed on the outside of the envelope. All items required for a responsive Proposal shall be included. It is the responsibility of the Proposer to ensure that the Proposal Package is complete and received at the proper time. <br />EXAMINATION OF RFP DOCUMENTS: It is the responsibility of each Proposer before submitting a Proposal, to: a) Examine the RFP documents thoroughly; and b) Consider and comply with all federal, state and local laws and regulations, and local conditions that may affect cost, progress, or performance of the project. <br />FORMAT: Proposals must follow the format of the RFP and be structured so as to follow the required sequence. Each Contractor shall submit seven (7) complete sets of the proposal (one hard copy marked “Original” and six (6) marked “Copy”) and one electronic copy on a disc or CD. Email copies and fax copies shall not be accepted. <br />EXPERIENCE: Prospective Contractors must have experience in work of the same or similar nature, be capable of funding such potentially massive work for weeks or longer, must provide a reference list of at least five (5) Government customers for whom they have performed similar services, and must provide all information as specified herein. <br />EXCEPTIONS: Prospective Contractors are advised that exceptions to any of the terms contained in this RFP must be identified in the response to the RFP. Failure to do so may lead the Owner to declare any such term non-negotiable, and/or may lead to the disqualification of the proposal. <br />EXPENSES OF PREPARATION: The Owner is not responsible for any expenses which Prospective Contractors may incur in preparing and submitting proposals called for in this Request for Proposal. <br />INTERVIEWS: The Owner reserves the right to conduct personal interviews or require presentations from any or all prospective Contractors prior to selection. The Owner will not be liable for any costs incurred by the proposer in connection with such interviews/presentations (i.e., travel, accommodations, etc.). <br />MODIFICATION: The Owner reserves the right to request that the proposer modify their proposal to more fully meet the needs of the Owner, and/or to more fully describe their proposal. <br />ADDITIONAL INFORMATION: The Prospective Contractor shall furnish such additional information as the Owner may reasonably require. This includes information which indicates financial resources as well as ability to provide and maintain the services and/or recovery operations for several weeks or more. The Owner reserves the right to make investigations of the qualifications of the proposer as it deems appropriate, including but not limited, to a financial review and a background investigation. <br />NEGOTIATIONS: The Owner reserves the right to negotiate modifications to proposals that it deems acceptable, reject any and all proposals, and to waive minor irregularities in the procedures. <br />PERIOD OF ELIGIBILITY: All proposals submitted shall be binding for one hundred twenty (120) calendar days following the date of opening. <br />Alternate Proposals:<br /><br />An alternate proposal is viewed by the Owner as a proposal describing an approach to accomplishing the requirements of the Request for Proposals, which differs, from the approach set forth in the solicitation. <br />An alternate proposal may also be a second proposal submitted by the same proposer, which differs in some degree from its basic or prime proposal but is included within the same proposal package. <br />Alternate proposals may address the technical approach, or other provision or requirements set forth in the solicitation. <br />The Owner may, during the initial evaluation process, consider all alternate proposals submitted. <br />ADDENDA: If it becomes necessary to revise or amend any part of the Request for Proposal, the Owner will furnish the revision by written Addendum to all prospective Contractors who received an original Request for Proposals. It will be the responsibility of the proposer to contact the Owner prior to submitting a proposal to ascertain if any addenda have been issued, to obtain all such addenda, and to return executed addenda with the proposal. Failure to include signed Addendum with the proposal shall be grounds for rejection of a proposal. <br />EXECUTION OF CONTRACT: The Contract between Proposer and Owner shall be in the form of the "Agreement" provided by Owner. The successful Proposer shall assist and cooperate with the Owner in executing the Contract in a timely manner if notified of a successful award by Owner. <br />TAXES: Cost of all sales and other taxes for which the Proposer is liable under the Contract shall be included in the Proposal. <br />PROPOSAL DUE DATE: <br />Sealed proposals must be received at the City of Walker no later than 11:00 a.m. on April 18, 2024. Proposals shall be opened by the Evaluation Committee in private. Any awards resulting from an evaluation shall be announced publicly. Proposals received by the Owner after the time specified for receipt will not be considered. Proposers shall assume full responsibility for timely delivery of their proposals to the location designated for receipt of proposals. Fax Copies and Email Copies shall not be accepted.<br /> <br />PROPOSAL REQUIREMENTS: <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Proposals shall include all of the information required by the Request for Proposal, and any additional data that the Prospective Contractor deems pertinent to the understanding and evaluation of the proposal.<br /> <br /> Proposals are to be addressed as follows for mail, express delivery, or hand delivery:<br /> <br />Representative: Kelsey Murray<br /> <br />Title: Finance<br /> <br />Physical Address: 13600 Aydell Lane<br /> Walker, LA 70785<br /> <br />Mailing Address: P.O. Box 217<br /> Walker, LA 70785<br /> <br />Any questions regarding this RFP shall be posed to Kelsey Murray in writing at the email below or at the above mentioned physical and mailing addresses:<br /> <br />Email:
[email protected]<br /> <br />Proposals shall be organized and sections tabbed in the following order. All Proposals shall include at minimum:<br /> <br />TITLE PAGE: Show the name of proposer’s firm, address, telephone number, email, name of contact person, date, and the subject: 2018 REQUEST FOR PROPOSAL FOR STANDBY CONTRACT FOR Disaster Debris Monitoring and Management Services.<br /> <br />TABLE OF CONTENTS: Include a clear identification of the material by tab and by page number.<br />Tab 1 - Contractor’s Profile and Submittal Letter<br />A. Submittal Letter signed by an authorized agent of the Prospective Contractor.<br /> <br />A proposal statement setting forth in detail how the Proposal meets the proposal requirements and evaluation factors. <br />Organizational structure and locations of business with ownership interests <br /> Tab 2 – Qualifications<br />Provide a description and history of the firm focusing on the following:<br /> <br />A. Experience in all aspects of emergency management, including response, procurement, operation, planning, contract management, and accounting systems.<br /> <br />B. Document knowledge and experience with state and local emergency management agencies; state and federal programs; funding sources and reimbursement processes.<br /> <br />C. Demonstrate detailed experience and expertise pertaining to all aspects of the Scope of Work set forth herein.<br /> <br />D. Demonstrate knowledge of environmental requirements and regulations.<br /> <br />Tab 3 - Technical Approach<br />Provide a narrative description with an organizational chart outlining the mobilization, operational plans, and structure, services to be provided and how and when these services shall be provided. This description should fully and completely demonstrate the Prospective Contractor's intended methods for servicing the requirements of all aspects of the Scope of Work set forth herein. <br />Include a statement ensuring that the Prospective Contractor will notify the Owner when $100,000 in total costs is reached and request a meeting to gain approval, with a written notice to proceed, for any further debris removal activities. Without the written approval notice to proceed, all operations will cease at the $125,000 limit. These actions should continue at each $100,000 and $125,000 increment. <br />Prospective Contractor may offer alternative solutions/options to achieve successful completion of the Scope of Work detailed herein. <br />Tab 4 - Reimbursement Process<br />A. Prospective Contractor shall demonstrate their knowledge of and experience with the FEMA reimbursement process; the FEMA initial Damage Estimates; Immediate Needs Funding (INF), the Project Worksheets completion and application process.<br /> <br /><br />Tab 5 - Key Personnel<br />Include a listing of key staff, that will be on site for the duration of the project(s), including resumes for each describing experience, training, and education in the required services. Identify staff experience working with governmental entities and list those projects. <br />Include an affirmative action plan for all personnel. <br />Tab 6 - Proposed Subcontractors<br />Include a listing of proposed subcontractors. Delineate those subcontractors who are Disadvantaged Business Enterprises, as defined in 2CFR215.44(b)(1) and 44CFR13.36(c), and such other minority, woman-owned, and small business enterprises.<br /> <br />Tab 7 - Pricing Schedule<br />A. Each Prospective Contractor must complete, execute, and submit the Proposal Form included herewith.<br /> <br />B. The Pricing Schedule attached hereto shall be submitted and shall include all costs associated with the performance of the contract including travel and out-of-pocket expenses. The contractor will be responsible for all costs associated with ineligible debris.<br /> <br />Tab 8 – References<br />Contractor shall provide at least five (5) governmental entity references for which the firm has performed similar work of the same or similar magnitude to those requested in this solicitation, including the contact name, entity, address, telephone number, e-mail address, and date and term of the contract and at least five letters of reference from previous clients.<br /> <br />Tab 9 – Insurance<br />Attach evidence of required insurance in the amounts indicated. If available, a properly completed ACORD Form is preferable.<br /> <br />Tab 10- Financial Statements<br />All Prospective Contractors shall supply an audited, financial statement for each of the past two years. A third party prepared financial statement is acceptable for one of the two years if an audited statement is not available. Any such third-party certified statement shall be signed and certified by the third party Certified Public Accountant (CPA) and signed and certified as accurate by the Prospective Contractor.<br /> <br />Tab 11- Addenda<br />Contractor is responsible for contacting Owner to identify any Addenda’s issued for this Request for Proposal. Any Addenda issued subsequent to the release of this solicitation must be acknowledged by signature of the authorized representative of the Prospective Contractor, and a copy provided in this section.<br /> <br /><br />Tab 12 – Exceptions<br />Include any/all exceptions taken to the content of the solicitation itself or any contract or legal agreement(s) or document(s) related to the solicitation. Any exceptions shall be reviewed by Owner for appropriateness and is only valid if accepted in writing by Owner.<br /> <br />Tab 13 – Litigation: Prospective Contractors<br />Contractors shall provide all judgments entered into against the Prospective Contractor by any Federal, State or Local Courts within the past ten (10) years; any criminal conviction ever issued against the Prospective Contractor or its owners or principals, and all civil, criminal and administrative proceedings pending against the Prospective Contractor at this time. <br /> <br />PROPOSAL EVALUATION: The Owner shall award to the responsive and qualified proposer(s) whose proposal is determined to be the most advantageous to the Owner. Evaluation of proposals shall be based on the evaluation factors set forth in the Request for Proposals and any other relevant information obtained through the evaluation process, and the interviews, if held. <br />Evaluation Criteria: The evaluation criteria define the factors that will be used by the evaluation committee to evaluate and score responsible and qualified proposals. Prospective contractors shall include sufficient information to allow the evaluation committee to thoroughly evaluate and score their proposals. Each proposal submitted shall be evaluated and ranked by an evaluation committee. <br />Qualifications of the Contractor …………………………………………25%<br />Number of years of experience in disaster response: company and/or predecessors must have at least 5 years of experience in this field; more preferred<br />Degree of experience in all areas of emergency response, management and recovery<br />Experience with FEMA reimbursement programs and funding issues<br /><br />Proof of satisfactory or better performance on contracts of similar scope and size: references and letters of reference must verify successful completion of similar projects<br />In house client training capabilities: provide certification of emergency management training <br />Qualifications of staff…………………………………………………….15%<br />Assurance of dedicated project team<br />Experience of key team members in area identified under experience of prospective contractor: identify senior and project management<br />Affirmative Action of prospective contractor: describe local and minority subcontracting plan<br />Education and experience of prospective contractor personnel: provide brief resumes <br /><br />Technical Approach ……………………………………….……………10%<br />Experience of prospective contractor in previous similar projects<br />Technical approach of the prospective contractor to mobilize and perform the many aspects of the work<br />Ability to respond in a timely manner with the necessary resources <br />Financial Stability ………………………………………………………15%<br />Ability of prospective contractor to continue to proceed until funding becomes available<br />Previous financial handling of multiple contracts in multiple disasters<br />Invoicing program<br />History of satisfactory payment procedures of subcontractors <br />Price ……………………………………………………………………...25%<br />Pricing schedule will be evaluated for rationality<br />All line items must be priced exactly as quoted within the RFPRegardless of any alternates which may be proposed<br /> <br />Technical and Reimbursement Assistance ……………………………….10%<br />Experience of prospective contractor in relation to tracking, recording, and data processing<br />Prospective contractors’ knowledge and experience of Federal reimbursement guidelines<br />Experience in emergency debris management plan preparation <br />WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS No oral interpretations will be made as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this RFP must be sent in writing (mail, email or fax) to the Owner and received no later than five (5) days prior to the proposal due date. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the proposal. All such addenda shall become part of the contract documents. The Owner will not be responsible for any other explanation or interpretation of the RFP made or given prior to the award of the contract. The Owner will not respond to questions received after the specified deadline. <br />ORAL PRESENTATION: An oral presentation of proposal may be requested of any Prospective Contractor at the Evaluation Committee’s discretion. Contractors are cautioned not to assume that presentations will be required and should include all pertinent and required information in their original proposal package. <br />WITHDRAWAL OF PROPOSAL: The Proposal may be withdrawn by the Proposer by means of a written request, signed by the Proposer or its duly authorized representative. Such written request must be delivered to the place specified in the Request for Proposals/Advertisement for the receipt of Proposals prior to the scheduled closing time for receipt of Proposals. Modifications will not be accepted or acknowledged after the date and time for submission of proposals. <br />ACCEPTANCE/REJECTION: The Owner reserves the right to accept or reject any or all proposals received as a result of this RFP, or to negotiate separately with competing contractors, and to waive any informalities, defects, or irregularities in any proposal, and to accept that proposal or proposals, which in the judgment of the proper officials, is in the best interest of the Owner. <br />ACCEPTANCE PERIOD: Any proposal in response to this solicitation shall be valid for 120 calendar days. At the end of this time the proposal may be withdrawn at the written request of the Prospective Contractor if no award has been made. If the RFP is not withdrawn at that time, it shall remain in effect until an award is made or the solicitation is cancelled. The Owner reserves the right to request an extension of the period of validity the proposals if the contract has not been negotiated within 120 days from the submittal date of the RPF.<br />TIMELINE:Following is a listing of actions and anticipated dates; the Owner reserves the right to change the dates, if necessary.<br /> <br /> Advertising & Publishing RFP 3/14/24, 3/21/24, 3/28/24, 4/4/24, 4/11/24<br /> Deadline for Questions/Clarifications One Week Prior to Deadline<br />Proposal Submittal Date Deadline 11:00 a.m. on April 18, 2024 <br />15.CONTRACTOR’S CERTIFICATION AND RESPONSIBILITY:By submitting a proposal, Prospective Contractors represent that:<br /> <br />The Prospective Contractor has fully read and understands the RFP in its entirety has fully read and understands the proposal method, the evaluation criteria and has full knowledge of the scope, nature, and quality of work to be performed. The Prospective Contractor’s proposal is made in accordance therewith. <br />B. The Prospective Contractor possesses the capabilities, experience, resources, financial wherewithal, and personnel necessary to provide efficient and successful services as set forth in the Scope of Services to the Owner, and;<br />C. Before submitting a proposal, each Contractor shall make all investigations and examinations necessary to ascertain site and/or local conditions and requirements affecting the full performance of the contract and to verify any representations made upon which the Contractor will rely. If the Contractor receives an award because of its proposal submission, failure to have made such investigations and examinations will in no way relieve the Contractor from its obligations to comply in every detail with all provisions and requirements of the contract, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim by the Contractor for additional compensation or relief.<br /> <br />COSTS INCURRED BY PROPOSERS: All expenses involved with the preparation and submission of proposals to the Owner, or any work performed in connection therewith, shall be borne solely by the Prospective Contractors. No payment will be made for any responses received, or for any other effort required of, or made by, Prospective Contractors in responding to this RFP.<br /><br />17.CONTRACTOR’S PERSONNEL:A. The Contractor represents that it has or shall secure at its own expense, all necessary personnel required to perform the services under the resulting contract. Such personnel shall not be employees of or have any contractual relationship with the Owner.<br /> <br />B. The Contractor shall be responsible for ensuring that its employees, agents, and subcontractors comply with all applicable laws and regulations and meet all federal, state, and local requirements related to their employment and position. The Owner reserves the right to require the Contractor to remove any employee from working on the resulting contract, which the Owner deems incompetent, careless, or otherwise objectionable.<br /> <br />C. The Contractor certifies that it does not and will not during the performance of the contract employ illegal alien workers or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986, as amended.<br /> <br />D. During the performance of the contract, the Contractor agrees to the following:<br /> <br />1. The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, handicap, or national origin, except when such condition is a bona fide occupational qualification reasonably necessary for the normal operations of the Contractor.<br /> <br />2. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, shall state that such Contractor is an Equal Opportunity Employer.<br /> <br />3. The Contractor and any subcontractor shall pay all employees working on this contract not less than minimum wage specified in the Fair Labor Standards Act (29 CFR 510-794) as amended.<br /> <br />RESERVATION OF OWNER’S RIGHTS: In addition to all other rights provided the Owner under State law, the Owner specifically reserves the following rights: <br />A. Owner reserves the right to rank firms and negotiate with the highest ranked firms in accordance with the Evaluation Criteria set forth herein. Negotiation with an individual prospective Contractor does not require nor prohibit negotiation with others.<br /> <br />B. Owner reserves the right to select the proposal that it believes will serve the best interest of Owner.<br /> <br />C. Owner reserves the right to reject any or all Proposals.<br /> <br />D. Owner reserves the right to cancel the entire Request for Proposal or to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability.<br /> <br />E. The Owner reserves the right to waive any informality, irregularity or immaterial errors in the Request for Proposal or in any Proposal received, or reject any and/or all Proposals, or re-advertise.<br /> <br />F. Owner reserves the right to request any necessary clarifications or proposal data without changing the terms of the proposal.<br /> <br />G. Owner reserves the right to select a Contractor(s) on the basis of the original proposals without negotiation.<br /> <br />All proposals received from Contractors in response to this Request for Proposal will become the property of the Owner and will not be returned to the proposers. In the event of contract award, all documentation produced as part of the contract will become the exclusive property of the Owner. <br />In the event only one responsive proposal is received, the Owner reserves the right to award to the sole proposer; re-advertise the Request for Proposal, with or without making changes to the evaluation factors; or elect not to proceed. <br />For and in consideration of the Owner considering Proposals submitted, the Proposer, by submitting its Proposal, expressly waives any claim to damages of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith.<br /> <br />The Owner reserves the right to select, from among the various Proposal alternates, those alternates to be included in the final Contract as well as the right and option to award or re-solicit Proposal alternates in any sequence or at any time deemed to be in the best interest of the Owner.<br /> <br />SUBCONTRACTING: <br />Contractor shall not employ any subcontractor, supplier, or other person or organization whether initially or as a substitute, against whom the Owner may have reasonable objection. The contractor shall not sublet any portion of the contract, excluding material, without written consent, including work sublet to an authorized Disadvantaged Business Enterprise. If such consent is given, the contractor will be permitted to sublet a portion of the work but shall perform with the contractor's own organization work amounting to at least 30 percent of the total contract cost. The Contractor shall not be required to employ any subcontractor, supplier, or other person or organization to furnish or perform any of the work against whom the Contractor has reasonable objection. The Contractor shall provide an opportunity for local subcontractors, minority and Disadvantaged Business Enterprises (DBE’s) subcontractors to participate in the work. A subcontractor shall not further subcontract to a third party any portion of this authorized work, excluding material, without written consent, including work sublet to an authorized Disadvantaged Business Enterprise. No subcontract shall relieve the contractor of liability under the contract and bonds. A subcontractor shall not further subcontract to a third party any portion of this authorized work without written consent of the owner. <br />B. All subcontractors, suppliers, or other persons or organizations (including those who are able to furnish the principal items of materials or equipment) shall be submitted to the Owner for acceptance if requested by Owner. The Owner’s acceptance, in writing, of any such subcontractors, suppliers, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case the Contractor shall submit an acceptable substitute. No acceptance by the Owner of any such subcontractor, supplier, or other person or organization shall constitute a waiver of any right of the Owner to reject defective work. Action by the Owner awarding a Contract to a firm that has disclosed its intent to assign or Subcontract in its response to the RFP, shall constitute approval thereof.<br />C. The Contractor shall be fully responsible to the Owner for all acts and omissions of the subcontractors, suppliers, or other persons, or organizations performing or furnishing any of the work under a direct or indirect contract with the Contractor just as the Contractor is responsible for the Contractor’s own acts and omissions. Nothing in the resulting contract documents shall create for the benefit of any such subcontractors, suppliers, or other persons, or organizations, any contractual relationship between the Owner and any such subcontractors, suppliers, or other persons or organizations, nor shall it create any obligation on the part of the Owner to pay or to see to the payment of any money due any such subcontractors, suppliers, or other persons, or organization, except as may otherwise be required by laws and regulations.<br />D. The Contractor shall be solely responsible for scheduling and coordinating the work of subcontractors, suppliers, or other persons, or organizations performing or furnishing any of the work under a direct or indirect contract with the Contractor. The Contractor shall require all subcontractors, suppliers, or other persons, or organizations performing or furnishing any of the work to communicate with the Owner through the Contractor.<br />E. All work performed for the Contractor by a subcontractor or supplier shall be pursuant to an appropriate agreement between the Contractor and the subcontractor or supplier that specifically binds the subcontractor or supplier to the applicable terms and conditions of the resulting contract for the benefit of the Owner.<br />F. Within thirty (30) calendar days after the Notice of Contract Execution, the contractor shall submit to the owner a preliminary list of potential subcontractors which may be used on the project. The potential subcontractors submitted shall not be on the Disqualified Contractor List and the Federal Debarment List (Excluded Parties List System at www.epls.gov). Failure to supply this information timely and accurately may result in the contractor being placed in default and termination of the contract.<br />G. Prior to beginning work, the Contractor shall submit to the owner for approval all subcontractor(s) which will be used on the project. The owner shall provide initial approval of any subcontractor which is not on the Disqualified Contractor List and the Federal Debarment List (Excluded Parties List System at www.epls.gov). Once initial approval is granted, the subcontractor may begin work.<br /> <br /> <br /> <br /> <br /> <br /> <br />DISADVANTAGED BUSINESS ENTERPRISE PROGRAM: The Owner promotes policies which assure and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. <br /> Disadvantaged Business Enterprises, as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The Contractor shall use their best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees.<br /> <br />CONTRACT: The contents of this RFP and all provisions of the successful proposal deemed pertinent by the Owner may be incorporated into a contract and become legally binding when approved and executed by both parties. Contents of the Contract may contain changes from the Owner’s perspective as a result of the RFP process and proposal(s) received. The final negotiated contract may include the scope of work as outlined in this RFP along with the successful Contractor's submittal and any additions or deletions made at the discretion of the Owner as a result of this RFP process. The Contract will be a standby contract for use in dealing with response to emergency situations. Work related to the Contract shall commence upon issuance of a Notice to Proceed. The Owner may terminate the contract for cause or convenience at any time. <br />22. PROPRIETARY INFORMATION:<br />Proposers should be aware that the Request for Proposal and the responses thereto are in the public domain. However, the proposers may identify specifically any information contained in their proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law.<br />All proposals received from proposers in response to this Request for Proposal will become the property of the Owner and will not be returned to the proposers. In the event of contract award, all documentation produced as part of the contract will also become the exclusive property of the Owner. The Owner has the right to use any or all ideas presented in any reply to this RFP. Selection or rejection of any proposal submitted does not affect this right.<br /> <br />23. LICENSES AND CERTIFICATES: <br />A. The Owner reserves the right to require proof that a Prospective Contractor is an established business operating in compliance with the law. Local and State Business Licenses are required for this proposal.<br /> <br />B. Each Prospective Contractor shall be licensed and qualified to do business in its area of expertise. Each firm shall submit with their proposal a copy of and maintain the appropriate licenses and certificates during the term of any resulting contract, and any extensions.<br /> <br />C. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement.<br /> <br />D. The Proposer certifies that their company is a licensed General Contractor in the State of Louisiana. Proposer must submit a copy of the license with the proposal and be in good standing with State regulatory body. No specific designation is required, only that the company is properly licensed as a Contractor.<br /> <br />E. Proposer certifies that proposer’s organization and/or its subcontractor(s) is classified as an Oil Spill Removal Organization (OSRO) by the Coast Guard and maintains appropriate classification (M – W3) for all potential debris management specified in this RFP. This RFP requires River/Canal, Inland and Near Shore classifications. Classification must be kept in good standing for the duration of the Contract length.<br /> <br />F. Contractor must show its and/or its subcontractors’ qualifications in the handling of Hazardous materials and house hold hazardous waste. This can be demonstrated listing the company's and/or its subcontractor(s)'s employees and their respective Haz-Wopper licenses and asbestos licenses. Proposer must have qualified personnel currently employed to submit a proposal.<br /> <br />24. CONTINUING THE WORK: The Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Owner and Contractor may otherwise agree in writing. <br /> <br />25. WAIVER OF CLAIMS: Once any contract resulting from this RFP expires, or final payment has been requested and made, the respective Contractor shall have no more than ninety (90) calendar days to present or file any claims against the Owner concerning such contract and thereafter, such claim shall be deemed waived.<br /> <br />26. CHANGE IN SCOPE OF WORK<br />A. The Owner may order changes in the work consisting of additions, deletions, or other revisions within the general scope of the contract. No claims may be made by the Contractor that the scope of the project or of the Contractor's services has been changed, requiring changes to the amount of compensation to the Contractor or other adjustments to the contract, unless such changes or adjustments have been made by written amendment to the contract signed by the Owner and Contractor. It is noted that this is a unit price contract and nothing herein shall limit the number of units of work which may be required by a disaster. Once issued a Notice to Proceed (NTP), unless limited by area or amount, the Contractor shall proceed at the daily directive of the Owner with the entire work required hereunder.<br />B. If the Contractor believes that any particular work is not within the scope of work of the contract, is a material change, or will otherwise require more compensation to the Contractor, the Contractor must immediately notify the City of Walker’s Representative in writing of this belief. If the Owner’s Representative believes that the particular work is within the scope of the contract as written, the Contractor will be ordered to and shall continue with the work as changed and at the cost stated for the work within the scope. The Contractor may then assert its right to an adjustment under the terms and conditions set forth herein for claims.<br />C. The Owner reserves the right to negotiate with the awarded Contractor(s) without completing the competitive RFP process for materials, products, services, and/or items similar in nature to those specified within this RFP for which requirements were not known or realized at the time of issuance of the RFP.<br />D. The Contractor shall commence performance on the date set forth in the Notice to Proceed which date shall be determined by the Owner prior to, during or after any disaster. The Contractor will notify the Owner when $100,000 in total costs is reached and request a meeting to gain approval, with a written notice to proceed, for any further debris removal activities. Without the written approval notice to proceed, all operations will cease at the $125,000 limit. These actions should continue at each $100,000 and $125,000 increment.<br />E. The Contractor shall, after Notice to Proceed and with the Owner’s direction, provide a work plan showing where operations will begin and which streets/roads will be cleared on a daily basis. The plan will be updated each day of operation. Contractor shall provide a computerized daily update of progress, showing the streets cleared by web map, the volumes recovered, the location of crews, and the estimated percentage completion. Such program shall be web based and shall be accessible by the Owner with a password provided by Contractor or as an active website available without password to the public, as instructed by the Owner. Contractor shall provide examples of such work plan, their web-based programs, their plans for its use, and the hosting thereof in their proposal.<br />27. USE OF PREMISES:<br />A. The Contractor shall assume full responsibility for any damage to any work areas or to the owner, homeowner, or occupant thereof, or of any adjacent land or areas, resulting from the performance of the work. Contractor shall maintain a toll-free hotline answered 24 hours per day to professionally accept homeowner and other claims. Contractor shall provide in its proposal, a summary of and sample computerized documents exhibiting its complete claim resolution program to include computerized complaint logs, complaint report forms, site visit and inspection forms, and computerized resolution reporting forms and summaries for the Owner. Should any claim be made by any such owner or occupant because of accident, intentional act, the performance of the work, or for any other such reason the cause of which is the Contractor or their Subcontractors, Agents or Employees, the Contractor shall promptly settle with such party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. Contractor shall provide a weekly computerized update of all claims and complaints and their disposition, both individually and in summary form.<br /> <br />B. During the progress of the work, the Contractor shall keep their sites free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials, rubbish, and debris from and about the sites, as well as tools, appliances, equipment, machinery and/or surplus materials.<br /> <br />C. The Contractor shall take care to monitor and make every effort to prevent or mitigate spills of petroleum products and hydraulic fluids. Any such spills shall be remediated immediately by the Contractor.<br /> <br />D. No tracked equipment shall be allowed on public streets or Right of Way (ROW) without the written permission of the Owner.<br /> <br />28. ESTIMATED QUANTITIES: The Owner reserves the right to increase or decrease estimated quantities as required. Estimated quantities as shown within of this RFP are for estimating and proposal purposes only. It is understood by all Prospective Contractors that these are only estimated quantities and the Owner is not obligated to purchase any minimum or maximum amount during the life of the contract. The actual volumes of any work can only be identified subsequent to a disaster, and as the work proceeds. The Contractor shall be required to perform all work required by the Contract regardless of volume.<br /> <br />29. PERFORMANCE: The selected Contractor shall perform the resulting contract in a timely fashion. If the disaster is such that it may reasonably be predicted in advance, Contractor shall have Management personnel within the Emergency Operations Center (EOC) 24-48 hours prior to the arrival of the disaster. If the disaster is such that the disaster could not be predicted, the Contractor shall have Management personnel within the EOC within 24 hours after the event. Contractor’s Management personnel shall assist the Owner to plan a response, plan for the arrival of the event if possible, and to initiate the Emergency Push and initial debris removal and rescue operations. Contractor shall mobilize work crews and heavy equipment within such period of time as may be set forth within the Notice to Proceed. Crews shall be mobilized in a staggered phasing so as not to overwhelm the resources of the monitoring body.<br /> <br />Contractor shall describe its mobilization program and past experience with such mobilization. Contractor should clearly exhibit experience in large previous compelling mobilizations, to multiple sites, with short time frames.<br /> <br />30. PAYMENT AND PERFORMANCE BONDS: The successful bidder shall be required to provide payment and performance (surety) bonds for the entire amount of the Contract price to insure the successful performance of the terms and conditions of the contract. The payment and performance bond shall be subject to forfeiture for failure on the part of the successful bidder to perform its obligations under the contract. The bond must be provided within seven (7) days of written Notice to Proceed.<br /> <br />The payment and performance bond is to be secured from a surety or insurance company listed on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, with at least an A-rating in the latest printing of the A.M. Best’s key rating guide, to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best’s key rating guide and is licensed in this State to write surety bonds.<br /> <br />31. PAYMENT/INVOICES: All Prospective Contractors must specify on their Proposal letter the exact company name and address which must be the same as shown on invoices submitted for payment. Contract payments shall be made in arrears, within fifteen (15) days after approval of a billing statement for actual work done by the Contractor(s). All billing statements or invoices submitted for payment shall be original and should be sent to City of Walker at the following address: P.O. Box 217, Walker, LA 70785.<br /> <br />Billing statements or invoices should include company name and address, locations of where work has been performed, reconciliation sheets for each day’s work, and support documentation as required. Payment of contractor by City of Walker is contingent upon the City of Walker being reimbursed by any private insurance company, local, state or federal government agency. The successful Contractor will be responsible for all work and/or debris deemed ineligible. In order for both parties herein to close their books and records, the contractor will clearly state “Final Invoice” on the contractor’s final/last billing to the City of Walker. This certifies that all services have been properly performed and all charges and cost have been invoiced to the City of Walker.<br /> <br />Invoices submitted for payment shall be accompanied by an electronic worksheet, in Microsoft Excel format, which includes information contained in the approved worksheets and/or debris ticket. The final format of the daily worksheet and information to be contained will be approved and agreed upon by the Contractor and the Contract Administrator. Any discrepancies between the Owner’s records and the Contractor's submittals must be rectified, to Owner’s satisfaction, by the Contractor, before payment on those items will be made by the Owner. Contractor shall computerize all tickets daily and present to the Owner as a summary reconciliation document within (48) hours of the daily completion of the work. Contractor shall note that thousands to tens of thousands of tickets may be produced per day and Contractors plans and computer program must encompass such potential volumes. Contractor should provide sample forms and program formats; describe their data processing experience, their data management center (if any), their data management programs and procedures and their key data management personnel in their proposal.<br /> <br />Owner and Contractor shall meet daily (within 48 hours of the issuance of the tickets) to reconcile tickets and work performed. Contractor shall revise the computerized reconciliation sheets with any corrections discovered and re-present a corrected Daily Reconciliation sheet to the Owner for signature within twenty-four (24) hours thereafter. Both the Owner and the Contractor shall execute each Daily Reconciliation sheet after being verified as correct. Such Daily Reconciliation sheets shall then become the basis for billing documentation.<br /> <br />32. RECORDS AND RIGHT TO AUDIT: The Contractor shall maintain adequate records, documents, and information to justify all charges, expenses and costs incurred in performing the work for at least five (5) years after completion of this contract. The Owner shall have access to such books, records, and documents as required in this section for the purpose of inspection, reproduction, audit, and/or during normal business hours, at the Owner’s expense, upon five (5) days prior written notice.<br /> <br /><br />33. SAFETY: The Contractor shall take reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to, its employees on the job, and others. The Contractor shall comply with all applicable provisions of federal, state, and municipal safety laws, insurance requirements, standard industry practices, the requirements of the operations and this contract. The Contractor, directly or through its subcontractors, shall erect and properly maintain at all times, as required by the conditions and progress of the work, necessary safeguards for the safety and protection of the public, including securing areas, posting danger signs, placarding, labeling, or posting other forms of warning against hazards. When use of hazardous materials or equipment or unusual methods are necessary for execution of the work, or when the work includes the cleanup, remediation, and/or removal of bio-solids, bio-hazardous waste, or any hazardous or toxic materials, trash debris, refuse, or waste, the Contractor, its subcontractor(s) and their employees shall be trained and certified as required in the proper handling, use and care of equipment, materials, and hazardous operations, and shall exercise the utmost care and perform such activities under the supervision of properly qualified and/or competent personnel.<br /> <br />34. INSURANCE REQUIREMENTS:<br />A. Prior to the time Contractor is entitled to commence any part of the project, work or services, Contractor shall procure, pay for, and maintain at minimum the following insurance coverages with the stated limits or greater. Said insurance shall be evidenced by delivery to the Owner of (1) certificates of insurance executed by the insurer’s listing coverage’s and limits, expiration dates and terms of policies and all endorsements whether or not required by the Owner, and listing all carriers issuing said policies; and (2) upon request a certified copy of each policy, including all endorsements. The insurance requirements shall remain in effect throughout the term of this Contract and any additional extensions. In addition, the Owner reserves the right to request physical evidence of this coverage by requesting the policy declaration page, and/or an estopped from the agent and/or company verifying the coverage is and/or has been continually in effect.<br /> <br />The Contractor shall secure and maintain, at its sole cost and expense during the contract term and any subsequent extensions, the following insurance:<br /> <br />1. Commercial General Liability - in the amount of five million dollars ($5,000,000.00) aggregate/one million dollars ($1,000,000.00) per occurrence. The General Aggregate limit shall either apply separately to the resulting contractor or shall be at least twice the required occurrence limit.<br /> <br />2. Comprehensive Automobile and Water Vehicle Liability - covering any automotive equipment to be used in performance of the service, with a minimum limit in the amount of one Million dollars ($1,000,000.00) per occurrence combined single limit / Any Auto. Physical Damage Insurance covering owned or rented machinery, tools, equipment, office trailers, and vehicles.<br /><br />3. Worker's Compensation - Proposer shall provide a policy with employer’s liability coverage with limits of not less than one million dollars ($1,000,000.00) per occurrence for each accident or illness. The Worker’s Compensation policy shall state that it cannot be cancelled or materially changed without first giving thirty (30) days prior notice thereof in writing to the Owner. Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall supply a signed copy of said notice.<br />Any such exemption shall meet the requirements that qualify for an exemption under the applicable Worker’s Compensation law.<br /> <br />A. Conditions:<br />Each insurance policy shall include the following conditions by endorsement to the policy:<br />1. Each policy shall require that thirty (30) days prior to expiration, cancellation, non­renewal or any material change in coverage’s or limits, a notice thereof shall be given to the Owner by certified mail to: Contractor shall also notify the Owner, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage received by said Contractor from its insurer; and nothing contained herein shall absolve the Contractor of this requirement to provide notice.<br />2. Companies issuing the insurance policy, or policies, shall have no recourse against the Owner for payment of premiums.<br />3. The term "Owner" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments, and Offices of the City of Walker and individual members, elected officials, employees thereof in their official capacities, and/or while acting on behalf of the Owner.<br /> <br />4. Owner shall be named as an additionally insured on all policies of insurance. The policy clause "Other insurance" shall not apply to any insurance coverage currently held by the Owner to any such future coverage, or to the Owner’s Self-Insured Retentions as, if any, of whatever nature.<br /> <br />B. Subrogation:<br />Contractor hereby waives subrogation rights for loss or damage against the Owner.<br /> <br />35. PUBLIC ENTITY CRIMES: All Proposers are hereby notified that a person or affiliate, who has been placed on the convicted vendor list, or the Federal suspension and/or debarment list, may not submit a proposal under this Request for Proposal. By submitting this Proposal, the Proposal Contractor certifies they are not suspended or debarred nor does their submittal violate the provisions of this paragraph.<br /> <br /><br />36. CONFLICT OF INTEREST: The Contractor shall promptly notify the Contract Administrator, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Contractor's judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest, or circumstance, the nature of work that such person may undertake, and request an opinion of the Owner as to whether the association, interest, or circumstance would, in the opinion of the Owner, constitute a conflict of interest. The Owner shall respond to such notification by certified mail within thirty (30) days.<br /> <br />BY SUBMITTING THIS PROPOSAL, THE CONTRACTOR CERTIFIES THAT THEY HAVE NO CONFLICT WITH ANY EMPLOYEE, AGENT, ELECTED OFFICIAL OR OFFICER OF OWNER, NOR ANY OTHER CONFLICT AS MAY BE SET FORTH HEREIN.<br /> <br />37. COLLUSION: More than one Proposal from an individual, firm, partnership, corporation, association and/or related parties under the same or different names will not be considered. If the Owner believes that collusion exists among Proposers, all Proposals from the suspect firms will be rejected. Related parties mean Prospective Contractors or the principals thereof, which have a direct or indirect ownership and/or profit-sharing interest in another Prospective Contractor or Pro-Proposer.<br /> <br />Prospective Contractors shall comply with all local, state, and federal directives, orders, and laws as applicable to this RFP and all resulting contract(s).<br /> <br />Prospective Contractors, by responding to this RFP, certify that such response is made without previous understanding, agreement, or connection with any person, firm, or corporation making a proposal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.<br /> <br />38. PROTEST PROCEDURE:<br /> <br />A. PROPOSAL PROTESTS. Any actual or prospective bidder/proposer, who is allegedly aggrieved in connection with the issuance of a proposal package or pending award of a contract, may protest to the Owner.<br /> <br />B. REQUIREMENTS TO PROTEST:<br />a) If the protest relates to the content of the bid/proposal package, a formal written protest must be filed no later than 5:00 pm on the fifth full business day after issuance of the proposal package.<br /> <br />b) If the protest relates to the award of a contract, a formal written protest must be filed no later than 5:00 pm on the fifth business day after the posting of either the contract award recommendation or the contract award itself. The formal written protest shall identify the protesting party and the solicitation involved; include a clear statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances, or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds.<br /> <br />c) A formal written protest is considered filed with the Owner when the Contract Administrator receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the proposer.<br /> <br />C. SOLE REMEDY. These procedures shall be the sole remedy for challenging the content of this RFP or the award of a contract. Prospective Contractors are prohibited from attempts to influence, persuade, or promote a proposal protest through any other channels or means. Such attempts shall be cause for suspension of the offending party’s proposal and protest.<br /> <br />D. AUTHORITY TO RESOLVE. The Contract Administrator shall resolve the protest in a fair and equitable manner and shall render a written decision to the protestant no later than 5:00 pm on the fifth business day after the filing thereof.<br /> <br />E. REVIEW OF CONTRACT ADMINISTRATOR'S DECISION. The protesting party may request a review of the Contract Administrator's decision by delivering a written request by 5:00 pm on the fifth full business day after the date of the written decision. The written notice shall include any written or physical materials, objects, statements, and arguments, which the proposer deems relevant to the issues raised in the request for review. If it is determined that the solicitation or award is in violation of law or the regulations and internal procedures of the purchasing department, the Contract Administrator shall immediately cancel or revise the solicitation or award as the Contract Administrator may deem appropriate. <br /> <br />If it is determined that the solicitation or award should be upheld, the Contract Administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party and all substantially affected persons or businesses no later than 5:00 pm on the fifth full business day after the protest. The decision shall be final and conclusive as to the Owner unless any further action is taken by the party making the origi
https://www.centralauctionhouse.com/rfp10863620-rfp-standby-contract-for-disaster-debris-monitoring-and-management-service.html
07-Mar-2024 12:00:00 AM CST |
18-Apr-2024 11:00:00 AM CDT |
Sample Listings |
Park Road Bridge Replacement Project
|
<div style="text-align: center;"><b>2017 Mercedes Sprinter ADVERTISEMENT FOR BIDS<br /><br />ALLEN PARISH POLICE JURY<br />PARK ROAD BRIDGE REPLACEMENT</b></div> <br />Separate sealed bids for the construction of <u>Park Road Bridge Replacement Project</u> will be received by the <u>Allen Parish Police Jury</u>, at the <u>Allen Parish Police Jury Office, 602 Court Street, Oberlin, LA 70655</u> until <u>10:00 a.m.</u> local time on <u>Tuesday, April 16, 2024</u> and then at said location publicly opened and read aloud. <br /><br />If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the <u>Allen Parish Police Jury, 602 Court Street, Oberlin, LA 70655</u>.<br />The Bidding Documents may be examined at the office of the Engineer:<div style="text-align: center;"><br /><b>MEYER, MEYER, LACROIX & HIXSON, INC.<br />TELEPHONE (318) 448-0888<br />100 ENGINEER PLACE<br />ALEXANDRIA, LOUISIANA 71303</b></div><br />Bidding documents on a USB flash drive may be obtained from the office of the Engineer at a cost per copy of $40.00, which represents the cost of reproduction and handling, and is nonrefundable. Any requests for bid documents must be accompanied by payment in full. Prime Bidders must obtain Bidding Documents from the Engineer. Bids received from Contractors utilizing any other Bidding Document source will be returned unopened.<br /><br />Each bid must be accompanied by bid security made payable to Owner in an amount of 5 percent of bidder’s maximum bid price and in the form of a certified check, cashier’s check or a bid bond. The successful bidder will be required to obtain a Performance Bond and a Payment Bond each in the amount of 100% of the contract amount. All bonds shall be executed by such sureties as are named in U.S. Department of the Treasury Circular 570. A bond signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual’s authority to bind the surety. <br /><br />Bidders may not withdraw their bid within forty-five (45) days after the actual date of opening thereof. The Owner reserves the right to reject any and all bids for just cause in accordance with Louisiana R.S. 38:2214B. <br /><br />Bidders have the option to submit bids electronically. Bidders seeking to submit bids electronically shall register online at www.centralauctionhouse.com. Bidders choosing to submit electronic bids online will be charged a fee by Central Bidding. Additionally, contractors shall obtain a digital signature certificate prior to submitting bids online. Electronic bids shall be accompanied by the bid security and power-of-attorney required by this solicitation. <br /><br />Bidders electing to submit bids electronically shall follow procedures as established by Central Bidding. Proper and timely submission of an electronic bid is the responsibility of the Bidder. Bidders are encouraged to complete the electronic bid documents in advance of bid closing. Late bids due to malfunction of internet infrastructure, certificate service providers, electronic bid bond providers, or other interruptions shall not be accepted. The Owner is not responsible for damages, lost revenue, etc., for bids not timely received due to malfunctions or breakdown of the either the internet or the electronic bidding service. Telephone or facsimile bids are invalid and shall not receive consideration.<br /><br />All bidders are encouraged to attend a Non-mandatory Pre-Bid Conference to be held at the Allen Parish Police Jury at 602 Court Street Oberlin, Louisiana on Tuesday, March 26, 2024 at 10:00 a.m., local time. <br /><br /><br /><br />Date: November 2023<br /><span style="text-align: right;">/s/ Tony Hebert<br />President</span><br /><br /><br />Publishing Dates: <br />March 7 ,14, and 21 2024<br /><br /><br />
https://www.centralauctionhouse.com/rfp11724529-park-road-bridge-replacement-project.html
07-Mar-2024 12:00:00 AM CST |
16-Apr-2024 10:00:00 AM CDT |
Livingston Parish Public Schools |
Bid No. 24-04: Purchased Food
|
LPPS Child Nutrition Department<br />13909 Florida Blvd.<br />PO Box 1130<br />Livingston, La 70754<br />225-686-4278
https://www.centralauctionhouse.com/rfp65664807-bid-no-24-04-purchased-food.html
07-Mar-2024 12:00:00 AM CST |
09-Apr-2024 10:00:00 AM CDT |
Livingston Parish Gravity Drainage District No. 1 |
LPGDD1 2024 Culvert Bid
|
Livingston Parish Gravity Drainage District 1<br />ADVERTISEMENT FOR BIDS<br /> <br />NOTICE IS HEREBY GIVEN that Livingston Parish Gravity Drainage District 1 will receive sealed bid proposals up until (10:00am) Ten o’clock A.M. on Tuesday, April 23rd, 2024, at the Livingston Parish Gravity Drainage District 1 building, located at 8090 B Florida Blvd., Denham Springs, LA 70726 for the following:<br />CULVERTS<br />Bids may be mailed to Livingston Parish Gravity Drainage District 1, 8090 B Florida Blvd. Denham Springs, LA 70726, or may be submitted just prior to closing for receipt of same. Bids may be submitted electronically through Central Auction House: www.centralauctionhouse.com. Envelope must be marked “SEALED BID” with the ITEM BIDDED ALONG WITH THE HOUR AND DATE it is to be opened. Livingston Parish Gravity Drainage District 1 reserves the right to reject any and all bids.<br /> <br />David Provost<br />Board Chairman
https://www.centralauctionhouse.com/rfp49836354-lpgdd1-2024-culvert-bid.html
07-Mar-2024 12:00:00 AM CST |
23-Apr-2024 10:00:00 AM CDT |
Livingston Parish Gravity Drainage District No. 1 |
LPGDD1 2024 Limestone Bid
|
Livingston Parish Gravity Drainage District 1<br />ADVERTISEMENT FOR BIDS<br /> <br />NOTICE IS HEREBY GIVEN that Livingston Parish Gravity Drainage District 1 will receive sealed bid proposals up until (10:00am) Ten o’clock A.M. on Tuesday, April 23rd, 2024, at the Livingston Parish Gravity Drainage District 1 building, located at 8090 B Florida Blvd., Denham Springs, LA 70726 for the following:<br />LIMESTONE<br />Bids may be mailed to Livingston Parish Gravity Drainage District 1, 8090 B Florida Blvd. Denham Springs, LA 70726, or may be submitted just prior to closing for receipt of same. Bids may be submitted electronically through Central Auction House: www.centralauctionhouse.com. Envelope must be marked “SEALED BID” with the ITEM BIDDED ALONG WITH THE HOUR AND DATE it is to be opened. Livingston Parish Gravity Drainage District 1 reserves the right to reject any and all bids.<br /> <br />David Provost<br />Board Chairman<br />
https://www.centralauctionhouse.com/rfp96519083-lpgdd1-2024-limestone-bid.html
07-Mar-2024 12:00:00 AM CST |
23-Apr-2024 10:00:00 AM CDT |
St. Charles Parish Hospital |
St. Charles Parish Hospital Intensive Outpatient Program (IOP)
|
<b>Project Title:</b> St. Charles Parish Hospital Intensive Outpatient Program (IOP) <br /><b>Owner:</b> St. Charles Parish Hospital, Managed by Ochsner Health <br /><b>Description:</b> New construction of an Intensive Outpatient Clinic located at St. Charles Parish Hospital. <br /><b>Location:</b> 144 Hall Street, Luling, LA 70070 <br /><br /><b>A mandatory pre-bid conference will be held on 03/19/2024 CST, at 2:00 PM CST, in the SCPH Cafeteria</b>, 1057 Paul Maillard Road, Luling, LA 70070. The purpose of the conference is to discuss bid procedures, receive requests for clarifications and interpretations of the bid documents, and allow bidders to view the work site. All invited bidders must attend this conference. Bids will not be received from General Contractors not attending this meeting.<br />Pre-bid meeting will be hel<br /> <br /><b>Sealed bids will be received until the hour of 2:00 PM CST, on April 11, 2024</b>, by St. <br />Charles Parish Hospital District #1 in the cafeteria, 1057 Paul Maillard Rd., Luling, LA <br />70070 and all bids will be publicly opened and read. <br /><br /><b>Submit request for clarifications and substitutions to,
[email protected]</b> <p>NEW CONSTRUCTION OF AN INTENSIVE OUTPATIENT PROGRAM (IOP) IS A 3,405 SQUARE-FOOT BULDING, LOCATED AT 144 HALL STREET, LULING, LA 70070. ONE STORY STEEL FRAME STRUCTURE ON SLAB-ON-GRADE CONCRETE FOUNDATION, WITH A CONCRETE PARKING LOT. COVERED DROP-OFF AREA FOR PATIENTS, WALKWAYS, LANDSCAPE, AND FENCED IN OUTDOOR MEETING AREA. THE EXTERIOR WALLS ARE STUCCO AND STONE ON METAL STUD FRAMING WITH STOREFRONT, THE ROOF IS A COMBINATION OF STANDING SEAM METAL ROOF AND TPO OVER INSULATION AND METAL DECK. </p>
https://www.centralauctionhouse.com/rfp96579627-st-charles-parish-hospital-intensive-outpatient-program-iop.html
07-Mar-2024 12:00:00 AM CST |
11-Apr-2024 2:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
Village of Harrisonburg - Phase II Ground Storage - Harrisonburg-Enterprise Water Consolidation Project
|
ADVERTISEMENT FOR BIDS<br />March 6, 2024<br /> <br />VILLAGE OF HARRISONBURG<br />PHASE II – GROUND STORAGE<br />HARRISONBURG-ENTERPRISE WATER CONSOLIDATION PROJECT (DWRLF PROGRAM)<br />CATAHOULA PARISH, LA<br /> <br />Sealed Bids for the construction of Phase II – Ground Storage - Harrisonburg-Enterprise Water Consolidation Project will be received, by the Village of Harrisonburg, at the Village Hall located at 108 Sicily Street, Harrisonburg, LA 71340 no later than 2:00 p.m., Local Time, on Thursday, April 4, 2024 by delivery, mail or in-person. Bids shall be designated as "Sealed Bid" Village of Harrisonburg – Phase II Ground Storage - Harrisonburg-Enterprise Water Consolidation Project at which time the Bids received will be publicly opened and read.<br /> <br />Bids will be received for a single prime Phase. Bids shall be on a lump sum and unit price basis, with any additive alternate bid items as indicated in the Bid Form.<br /> <br />A pre-bid conference will be held at 11:00 a.m. local time on March 20, 2024 at the Village of Harrisonburg located at 108 Sicily Street, Harrisonburg, LA 71340. Attendance at the pre-bid conference is highly encouraged but is not mandatory.<br />All bids must be submitted on the proper form. The contractor must display his contractor's license number prominently on the outside of the envelope. Any bids received after the specified time and date will not be considered. <br />Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submit a bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online bidding portal, they will be received by mail, delivery, or in-person as stated above.<br /> <br />Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect.For contractor information, this project is classified as Heavy construction.<br /> <br />Construction documents can be obtained from Bryant Hammett & Associates (318-757-6576) upon payment of $200 dollars per set.Documents can be mailed to bidders for an additional $15.00 per set.Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids.Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.<br /> <br />In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date.<br /> <br />Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with title 38 of the Louisiana Revised Statutes.<br /> <br />The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids in accordance with the Public Bid Law.<br /> <br /> <br /> <br /> <br /> <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register. <br /> <br />The Contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. <br /> <br />The Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.<br /> <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Phase for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. <br /> <br />All bidders must have an active Unique Entity ID (SAM) (System for Award Management) Number, as verified on www.sam.gov prior to the beginning of construction. The prime contractor is responsible for all Subcontractor’s. All subcontractor’s must have a current SAMS number to be eligible to work. Verification is required before work begins on the project.<br /> <br />All awarded Contractors will be required to attend a monthly meeting, with mandatory attendance from the Project Engineer, Resident Inspector and Contractor, or their authorized representatives, at the beginning of the month to review quantities for pay estimates, process change orders, review work performed during month and to discuss any problems which may have arisen.<br /> <br />Please notify the Village of Harrisonburg at (318) 744-5794 seven (7) days in advance of the scheduled bid opening if special accommodations specified under ADA are required.<br /> <br />Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin, genetics, disability or veteran status. Bidders on this work will be required to comply with the President’s Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications.<br /> <br />The Owner hereby notifies all offerors that in regard to any Phase entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.<br /> <br /> <br /> Village of Harrisonburg <br />Publication Dates – Catahoula Booster: Mike Tubre, Mayor<br /> March 06, 2024<br /> March 13, 2024 <br /> March 20, 2024
https://www.centralauctionhouse.com/rfp67052131-village-of-harrisonburg--phase-ii-ground-storage--harrisonburg-enterprise-water-consolidation-project.html
06-Mar-2024 3:31:00 PM CST |
04-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144510 NURSERY PL. & POPLAR ST. LIFT STATION IMPROVEMENTS SEWER CAPITAL IMPROVEMENT PROGRAM PROJECT NO. D55117
|
<br /> <br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144510<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 9, 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 />NURSERY PL. & POPLAR ST.<br />LIFT STATION IMPROVEMENTS<br />SEWER CAPITAL IMPROVEMENT PROGRAM PROJECT NO.<br />D55117<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, LA 70053. 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 $100.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at the Purchasing Department, 200 Derbigny St., Suite 4400, Gretna, LA 70053 on March 22, 2024 at 10:00 A.M. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 6, 13 and 20, 2024<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/rfp78951225-5000144510-nursery-pl-poplar-st-lift-station-improvements-sewer-capital-improvement-program-project-no-d55117.html
06-Mar-2024 11:00:00 AM CST |
09-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0480- To Provide a Pre-Placed Emergency Contract for Personal Care Attendants for a Declared Emergency for Department of Emergency Management
|
REQUEST FOR PROPOSAL<br />RFP 0480<br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide a Pre-Placed Emergency Contract for Personal Care Attendants for a Declared Emergency for the Parish of Jefferson Department of Emergency Management<br />Jefferson Parish is interested in establishing a contract to provide meals and related services for the Emergency Operations and Communications Center essential staff during emergency events. This contract may be invoked for Parish, State and Federally declared disaster events.<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on April 12, 2024. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 06, 13 and 20, 2024<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/rfp96528977-rfp-0480-to-provide-a-pre-placed-emergency-contract-for-personal-care-attendants-for-a-declared-emergency-for-department-of-emergency-management.html
06-Mar-2024 10:00:00 AM CST |
12-Apr-2024 3:30:00 PM CDT |
Architect/Engineer Plan Rooms |
Cajundome and Convention Center Improvements to HVAC and IAQ
|
ADVERTISEMENT FOR BIDS<br /> <br />CAJUNDOME AND CONVENTION CENTER<br />IMPROVEMENTS TO HVAC AND IAQ<br /> <br /> <br />Sealed bids for, Cajundome and Convention Center Improvements to HVAC and IAQ for the Cajundome, Lafayette, Louisiana, will be received until 10:00 AM CST on April 05, 2024, at office of ADG Engineering, 3909 West Congress Street, Suite 201, Lafayette, Louisiana 70506, (337) 234-5710, 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 />Withdrawal of Bids: LA R.S. 38§2215.A Allows “A political subdivision upon receipt of bids for the undertaking of any public works contract shall act within forty-five calendar days of such receipt to award said contract to the lowest responsible bidder or rejects all bids.”<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 />A Non-Mandatory Pre-Bid Conference will be held on March 26th 2024, at 10 AM at the Cajundome, 444 Cajundome Blvd., Lafayette, LA 70506. Pre-Bid Conference will be held in the Mechanical Room across from the cooling towers.<br /> <br /> <br />Pam DeVille<br />Director<br />Cajundome & Convention Center
https://www.centralauctionhouse.com/rfp77304039-cajundome-and-convention-center-improvements-to-hvac-and-iaq-.html
06-Mar-2024 9:05:00 AM CST |
18-Apr-2024 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
RFP #24-MOSQ-09 Mosquito Control Program
|
Sealed proposals will be received on April 4, 2024, by the Terrebonne Parish Consolidated Government Purchasing Division at City of Houma Service Complex, 301 Plant Road, in Houma, Louisiana 70363 until 10:00 AM as shown on the Purchasing Division Conference Room Clock at which time sealed proposals shall be publicly opened and the name of the Proposers read aloud.<br /> <br />The Request for Proposal is available in electronic form at the Terrebonne Parish Consolidated Government website http://www.tpcg.org/bids. Proposal documents are also posted on www.centralauctionhouse.com. To view these, download, and receive proposal notices by email, you have to register with Central Auction House (CAH). Any questions about this process, contact Ted Fleming with Central Auction House at 1-225-810-4814.<br /> <br />Proposal No. 24-MOSQ-09 Mosquito Control Program<br /> <br />Each proposal shall be either hand delivered by the Proposer or his agent, or such proposal shall be sent by United States Postal Service registered or certified mail with a return receipt requested. Proposals shall not be accepted or taken, including receiving any hand delivered proposals, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for proposals is: City of Houma Service Complex<br /> 301 Plant Road<br /> Houma, Louisiana 70363<br /> <br />A non-mandatory pre-proposal conference will be held at 10:00 AM on March 20, 2024, at the City of Houma Service Complex, Purchasing Division, 301 Plant Road, Houma Louisiana 70363.<br /> <br />Proposal forms, information and specifications may be obtained by contacting Sharon Ellis at (985) 873-6821 or
[email protected]. The Request for Proposal (RFP) is available in electronic form on the Terrebonne Parish Consolidated Government website http://www.tpcg.org/bids and is also posted on www.centralauctionhouse.com. To view, download, and receive proposal notices by email, you must register with Central Auction House (CAH). Any questions about the CAH process, contact Ted Fleming with Central Auction House at 1-225-810-4814.<br /> <br />No proposals will be received after the date and hour specified. The Terrebonne Parish Consolidated Government reserves the right to reject any and all proposals and to waive any informalities.<br />
https://www.centralauctionhouse.com/rfp60083672-rfp-24-mosq-09-mosquito-control-program.html
06-Mar-2024 9:00:00 AM CST |
04-Apr-2024 10:00:00 AM CDT |
City of Kenner, LA |
SEALED BID 24-6823 CONTRACT TO SUPPLY SHIRTS, HATS, VISORS AND SCREEN PRINTING FOR PARKS AND RECREATION
|
<div style="text-align: center;">BID ADVERTISEMENT</div> <br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, FRIDAY, APRIL 5TH, 2024 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM AT 1610 REV. RICHARD WILSON DRIVE BUILDING D, KENNER, LOUISIANA 70062 .THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<br /> <div style="text-align: center;">CONTRACT TO SUPPLY SHIRTS, SHORTS, HATS, VISORS,<br />AND SCREEN PRINTING<br />FOR THE CITY OF KENNER<br />DEPARTMENT OF PARKS AND RECREATION</div> <br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062, OR BY CONTACTING THE FINANCE DEPARTMENT AT:
[email protected]<br /> <br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com.<br /> <br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE:<br />www.kenner.la.us.<br /> <br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, AND WAIVE INFORMALITIES.<br /> <br />SEALED BID 24-6823<br />ADV. THE ADVOCATE<br />MARCH 6th, 13th, AND 20TH , 2024
https://www.centralauctionhouse.com/rfp55765622-sealed-bid-24-6823-contract-to-supply-shirts-hats-visors-and-screen-printing-for-parks-and-recreation.html
06-Mar-2024 9:00:00 AM CST |
05-Apr-2024 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 24-6822 FURNISH AND INSTALL SPEAKER SYSTEM UPGRADE AT PONTCHARTRAIN CENTER
|
<div style="text-align: center;">BID ADVERTISEMENT</div><br />SEALED BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M, THURSDAY, APRIL 4TH, 2024 IN THE FINANCE DEPARTMENT AT 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS WILL BE OPENED ON THE SAME DAY AT 10:00 AM AT 1610 REV. RICHARD WILSON DRIVE BUILDING D, KENNER, LOUISIANA 70062 .THEY WILL BE PUBLICLY READ FOR FURNISHING THE CITY WITH:<div style="text-align: center;"><br />FURNISH AND INSTALL SPEAKER SYSTEM UPGRADE AT THE PONTCHARTRAIN CENTER<br />FOR THE CITY OF KENNER<br />DEPARTMENT OF GENERAL SERVICES</div><br />BID PACKAGES MAY BE OBTAINED GRATIS THROUGH THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA, 70062, OR BY CONTACTING THE FINANCE DEPARTMENT AT:
[email protected] <br /><br />BIDS MAY ALSO BE OBTAINED AND SUBMITTED VIA THE FOLLOWING WEBSITE:<br />www.centralauctionhouse.com. <br /><br />BIDS MAY BE OBTAINED THROUGH THE CITY OF KENNER’S WEBSITE:<br />www.kenner.la.us. <br /><br />THE CITY OF KENNER RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, AND WAIVE INFORMALITIES.<br /><br />SEALED BID 24-6822<br />ADV. THE ADVOCATE <br />MARCH 6th, 13th, AND 20TH , 2024
https://www.centralauctionhouse.com/rfp79966911-sealed-bid-24-6822-furnish-and-install-speaker-system-upgrade-at-pontchartrain-center.html
06-Mar-2024 9:00:00 AM CST |
04-Apr-2024 9:45:00 AM CDT |
St. Tammany Parish School Board |
SUPPLEMENTAL SOFTWARE FOR AT-RISK & STUDENTS WITH EXCEPTIONALITIES
|
ALL PROPOSALS MUST BE SUBMITTED AS PER SPECIFICATIONS.<br /><br />Questions will be accepted by email to Purchasing Department @
[email protected] until 4:00 PM on Monday, April 8, 2024.
https://www.centralauctionhouse.com/rfp77374586-supplemental-software-for-at-risk-students-with-exceptionalities.html
06-Mar-2024 9:00:00 AM CST |
15-Apr-2024 3:00:00 PM CDT |
St. Tammany Parish School Board |
Slidell High School, Ninth Street Building Renovations - Phase I, STPSB Project No. P0449
|
<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 Slidell High School, Ninth Street Building Renovations - Phase I, STPSB Project No. P0449 on the 9th day of April, 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, RCL Architecture, 900 W. 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 $350.00 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 March, 2024 at 11:00 a.m. at the project site, Slidell High School, 1033 9th Street, Slidell, LA 70458 (Gym Building at Presbyterian Church across the street from Slidell High). 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 />Print Dates: Wednesday, March 6, 2024<br /> Wednesday, March 13, 2024<br /> Wednesday, March 20, 2024</div>
https://www.centralauctionhouse.com/rfp55310547-slidell-high-school-ninth-street-building-renovations--phase-i-stpsb-project-no-p0449.html
06-Mar-2024 9:00:00 AM CST |
09-Apr-2024 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-15 (Re-Bid) Surplus Sale of Adjudicated Property Located at 358 Railroad Ave., Houma, LA 70360 (57.5%) (Parcel # 25644)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9291 & 9411 . This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 22-S/P-15 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 358 Railroad Ave., Houma, LA 70360 (57.5%) (Parcel # 25644) <br /><br />LOT ON RAILROAD AVENUE. BOUNDED NORTH BY T. J. EVANS. BOUNDED SOUTH BY HARRY HELLIER.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 8:30 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 8:30 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp60063203-bid-22-sp-15-re-bid-surplus-sale-of-adjudicated-property-located-at-358-railroad-ave-houma-la-70360-575-parcel-25644-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-12 (Re-Bid) Surplus Sale of Adjudicated Property Located at 361 Naquin St., Houma, LA 70360 (33.3333%) (Parcel # 25643)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9290. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /> <br />Bid # 22-S/P-12 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 361 Naquin St., Houma, LA 70360 (33.3333%) (Parcel # 25643) <br /><br />LOT 60' ON NAQUIN ST. BOUNDED NORTH BY ELVA LESTRICH CHERRY. BOUNDED SOUTH BY<br />FERDINAND WOOLENS. LESS LOT 30 X 75' SOLD, CB 176/637.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 8:15 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 8:15 A.M. the online auction will end. <br />
https://www.centralauctionhouse.com/rfp84347718-bid-22-sp-12-re-bid-surplus-sale-of-adjudicated-property-located-at-361-naquin-st-houma-la-70360-333333-parcel-25643-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-87 (Re-Bid) Surplus Sale of Adjudicated Property Located at 118 Gates Ln., LA 70344 (100%) (Parcel # 36428)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9390 . This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 22-S/P-87 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 118 Gates Ln., LA 70344 (100%) (Parcel # 36428) <br /><br />ON THE RIGHT DESCENDING BANK OF BAYOULITTLE CAILLOU. BOUNDED ABOVE & EAST BY ANTHONY CHAUVIN. BOUNDED BELOW & WEST BY WILSON CHAUVIN. LOT 150 X 80' ON WILSON CHAUVIN LANE, BEGINNING 622' BACK FROM PUBLIC ROAD.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 8:45 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 8:45 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp95092585-bid-22-sp-87-re-bid-surplus-sale-of-adjudicated-property-located-at-118-gates-ln-la-70344-100-parcel-36428-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-92 (Re-Bid) Surplus Sale of Adjudicated Property Located at 333 S. Van Ave., Houma, LA 70363 (100%) (Parcel # 23660)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9390 . This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 22-S/P-92 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 333 S. Van Ave., Houma, LA 70363 (100%) (Parcel # 23660) <br /><br />LOT 3 BLOCK 3 VAN PLACE.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 9:00 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 9:00 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp35212874-bid-22-sp-92-re-bid-surplus-sale-of-adjudicated-property-located-at-333-s-van-ave-houma-la--70363-100-parcel-23660-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-94 (Re-Bid) Surplus Sale of Adjudicated Property Located at 7406 Shrimpers Row, Dulac, 70353 (100%) (Parcel # 27966)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9390 . This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 22-S/P-94 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 7406 Shrimpers Row, Dulac, 70353 (100%) (Parcel # 27966) <br /><br />TRACT 1: A CERTAIN TRACT OF LAND SITUATED ON THE RIGHT DESCENDING BANK OF BAYOU GRAND CAILLOU IN SECTION 86 T 19 S. R. 17 E., TERREBONNE PARISH LA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT A POINT APPROXIMATELY 39 FEET DIRECTLY EASTWARD FROM THE NORTHEASTERNMOST CORNER OF LOT 8 AS SHOWN ON MAP ENTITLED, "MAP SHOWING DIVISION OF PROPERTY OF MRS. ROBERT SOLET ETAL LOCATED ON THE RIGHT DESCENDING BANK OF BAYOU GRAND CAILLOU IN SECTION 86 T 19 S. R. 17 E. TERREBONNE PARISH, LA. MADE BY WILLIAM CLIFFORD SMITH, C.E. DATED MAY 26, 1970 REVISED 9/6/79; THENCE GO SOUTH A DISTANCE OF 62 FT.; THENCE GO IN A SOUTHEASTERLY DIRECTION A DISTANCE OF 97.15 FT.; THENCE GO DIRECTLY EASTWARD A DISTANCE OF 134 FT. TO THE TERREBONNE PARISH ROAD; THENCE GO NORTHEASTERLY ALONG SAID TERREBONNE PARISH ROAD A DISTANCE OF 21.51 FT.; THENCE GO DIRECTLY WESTWARD A DISTANCE OF 134 FT.; THENCE GO DIRECTLY NORTHWARD A DISTANCE OF 60 FT.; THENCE GO DIRECTLY WESTWARD A DISTANCE OF 95 FT. TO THE POINT OF BEGINNING. SAID HEREINABOVE DESCRIBED TRACT OF LAND BEING BOUNDED NOW OR FORMERLY AS FOLLOWS: ON THE NORTH BY MRS. ALBERT GREGOIRE AND/OR REV. HEBERT ON THE WEST AND SOUTH BY MRS. ROBERT SOLET; AND ON THE EAST BY REV. HEBERT AND/OR THE TERREBONNE PARISH ROAD. TRACT 2: A CERTAIN TRACT OF LAND SITUATED ON THE RIGHT DESCENDING BANK OF BAYOU GRAND CAILLOU IN SECTION 86 T. 19 S. R. 17 E. TERREBONNE PARISH, LA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT THE NORTHEASTERN- MOST CORNER OF LOT 1, AS SHOWN ON MAP ENTITLED "MAP SHOWING DIVISION OF PROPERTY OF MRS. ROBERT SOLET ETAL LOCATED ON THE RIGHT DESCENDING BANK OF BAYOU GRAND CAILLOU IN SECTION 86, T19S-R17E. TERREBONNE PARISH, LA." MADE BY WILLIAM CLIFFORD SMITH, C.E. DATED MAY 26, 1970 REVISED 9/6/79; THENCE GO SOUTH A DISTANCE OF 76 FT. TO THE SOUTHEASTERNMOST CORNER OF SAID LOT 1; THENCE GO IN A NORTHEASTERLY DIRECTION A DISTANCE OF 67.15 FT., THENCE GO DIRECTLY EASTWARD A DISTANCE OF 150 FT. TO THE TERREBONNE PARISH ROAD THENCE GO NORTHEASTERLY ALONG SAID TERREBONNE PARISH ROAD A DISTANCE OF 35.01 FT.; THENCE GO DIRECTLY WESTWARD A DISTANCE OF 218.27 FT. TO THE POINT OF BEGINNING. SAID HEREINABOVE DESCRIBED TRACT OF LAND BEING BOUNDED NOW OR FORMERLY AS FOLLOWS: ON THE NORTH BY MRS. ROBERT SOLET, ON THE WEST BY MR. AND MRS. MARTIN PARFAIT, ON THE SOUTH BY ADAM FORET, AND/OR JOSEPH SOLET, AND ON THE EAST BY JOSEPH SOLET AND/OR THE TERREBONNE PARISH ROAD. ALSO: TRACT MEASURING 129.33 FT. ALONG NORTHWESTERLY SIDE PARISH ROAD 61 WITHIN POINTS A-E-B-H-I-C-D-G-A ON "SURVEY OF FORMER PROPETY OF GRAND CAILLOU FULL GOSPEL CHURCH, ETAL IN SECTION 86T19S R17E."<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 9:15 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 9:15 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp60069348-bid-22-sp-94-re-bid-surplus-sale-of-adjudicated-property-located-at-7406-shrimpers-row-dulac-70353-100-parcel-27966.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-55 Surplus Sale of Adjudicated Property Located at 417 Roselawn Ave., Houma, LA 70363 (100%) (Parcel # 17965)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9504. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-55<br />Surplus Sale of Adjudicated Property Located at 417 Roselawn Ave., Houma, LA 70363 (100%) (Parcel # 17965) <br /><br />LOT 1 BLOCK 2 ROSELAWN PARK SUBDIVISION.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 9:30 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 9:30 A.M. the online auction will end. <br />
https://www.centralauctionhouse.com/rfp80819246-bid-23-sp-55-surplus-sale-of-adjudicated-property-located-at-417-roselawn-ave-houma-la-70363-100-parcel-17965-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-73 Surplus Sale of Adjudicated Property Located at 7164 Grand Caillou Rd., Dulac, LA 70353 (40%) (Parcel # 27806)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9505. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-73<br />Surplus Sale of Adjudicated Property Located at 7164 Grand Caillou Rd., Dulac, LA 70353 (40%) (Parcel # 27806) <br /><br />ON THE LEFT DESCENDING BANK OF BAYOU GRAND CAILLOU. BOUNDED ABOVE BY ARTHUR VOISIN. BOUNDED BELOW BY HERBERT PITRE. 84' FRONT LOT ON BATTURE. ALSO BATTURE LOT 131.77' FRONT AS SHOWN ON "SURVEY OF BATTURE LOT BELONGING TO HERBERT PITRE, JR. IN SECTION 85, T19S R17E."<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 9:45 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 9:45 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp80541295-bid-23-sp-73-surplus-sale-of-adjudicated-property-located-at-7164-grand-caillou-rd-dulac-la-70353-40-parcel-27806-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-74 (Re-Bid) Surplus Sale of Adjudicated Property Located at 134B Samuel St., Houma, LA 70363 (60%) (Parcel # 20767)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 8972. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-74 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 134B Samuel St., Houma, LA 70363 (60%) (Parcel # 20767) <br /><br />LOT 31 BLOCK D MECHANICVILLE SUBDIVISION<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 10:00 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 10:00 A.M. the online auction will end. <br />
https://www.centralauctionhouse.com/rfp87920659-bid-23-sp-74-re-bid-surplus-sale-of-adjudicated-property-located-at-134b-samuel-st-houma-la-70363-60-parcel-20767-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-68 (Re-Bid) Surplus Sale of Adjudicated Property Located at 130 Wilderness St., Montegut, LA 70377 (100%) (Parcel # 31777)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9504. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-68 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 130 Wilderness St., Montegut, LA 70377 (100%) (Parcel # 31777) <br /><br />LOT 6 OF REDIVISION OF BLOCKS 7 & 15 ADDEN. 4 MONTEGUT HEIGHTS S/D.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 10:15 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 10:15 A.M. the online auction will end. <br />
https://www.centralauctionhouse.com/rfp60045450-bid-23-sp-68-re-bid-surplus-sale-of-adjudicated-property-located-at-130-wilderness-st-montegut-la-70377-100-parcel-31777-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-69 Surplus Sale of Adjudicated Property Located at 124 Price St., Montegut, LA 70377 (100%) (Parcel # 31813)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9504. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-69<br />Surplus Sale of Adjudicated Property Located at 124 Price St., Montegut, LA 70377 (100%) (Parcel # 31813) <br /><br />LOT 24 BLOCK 1 ADDEN. 1 WILLIAM PRICE SUBD.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 10:30 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 10:30 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp87927124-bid-23-sp-69-surplus-sale-of-adjudicated-property-located-at-124-price-st-montegut-la-70377-100-parcel-31813-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-82 Surplus Sale of Adjudicated Property Located at Bayou Point Au Chien WW (65%) (Parcel # 31861)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9529. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-82<br />Surplus Sale of Adjudicated Property Located at Bayou Point Au Chien WW (65%) (Parcel # 31861) <br /><br />E/2 OF THE NW/4 OF SECTION 35 T19S-R20E. AS LIES IN TERREBONNE PARISH.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 10:45 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 10:45 A.M. the online auction will end. <br />
https://www.centralauctionhouse.com/rfp78671478-bid-23-sp-82-surplus-sale-of-adjudicated-property-located-at-bayou-point-au-chien-ww-65-parcel-31861-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-83 Surplus Sale of Adjudicated Property Located at 1843 Highway 55 (50%) (Parcel # 32627)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9529. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-83<br />Surplus Sale of Adjudicated Property Located at 1843 Highway 55 (50%) (Parcel # 32627) <br /><br />ON THE LEFT DESCENDING BANK OF BAYOU TERREBONNE. BOUNDED ABOVE BY LOT 3.<br />BOUNDED BELOW BY LOT 5.<br />.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 11:00 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 11:00 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp28935268-bid-23-sp-83-surplus-sale-of-adjudicated-property-located-at-1843-highway-55-50-parcel-32627-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-58 Surplus Sale of Adjudicated Property Located at 208 Rosemary Ave., Houma, LA 70363 (100%) (Parcel # 19906)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9504. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-58<br />Surplus Sale of Adjudicated Property Located at 208 Rosemary Ave., Houma, LA 70363 (100%) (Parcel # 19906) <br /><br />LOT 5 OLEANDER SUBDIVISION.<br />.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 11:15 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 11:15 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp60045536-bid-23-sp-58-surplus-sale-of-adjudicated-property-located-at-208-rosemary-ave-houma-la-70363-100-parcel-19906-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-59 Surplus Sale of Adjudicated Property Located at 208A Rosemary Ave., Houma, LA 70363 (100%) (Parcel # 19906)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9504. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-59<br />Surplus Sale of Adjudicated Property Located at 208A Rosemary Ave., Houma, LA 70363 (100%) (Parcel # 19906) <br /><br />LOT 6 OLEANDER SUBDIVISION.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 11:30 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 11:30 A.M. the online auction will end
https://www.centralauctionhouse.com/rfp60048132-bid-23-sp-59-surplus-sale-of-adjudicated-property-located-at-208a-rosemary-ave-houma-la-70363-100-parcel-19906-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-61 Surplus Sale of Adjudicated Property Located at 108 Smith Ln., Houma, LA 70360 (100%) (Parcel # 22001)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9504. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-61<br />Surplus Sale of Adjudicated Property Located at 108 Smith Ln., Houma, LA 70360 (100%) (Parcel # 22001) <br /><br />54 X 96' ON WEST SIDE SMITH LANE BEING PART OF LOT 2 SMITHVILLE. BOUNDEDNORTH BY MAGGIE CARROLL. BOUNDED SOUTH BY NATHAN SMITH.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 11:45 A.M. (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 11:45 A.M. the online auction will end.
https://www.centralauctionhouse.com/rfp42958483-bid-23-sp-61-surplus-sale-of-adjudicated-property-located-at-108-smith-ln-houma-la-70360-100-parcel-22001-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-65 Surplus Sale of Adjudicated Property Located at 7139 Grand Caillou Rd., Dulac, LA 70353 (100%) (Parcel # 28541)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 9504. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 23-S/P-65<br />Surplus Sale of Adjudicated Property Located at 7139 Grand Caillou Rd., Dulac, LA 70353 (100%) (Parcel # 28541) <br /><br />ON THE LEFT DESCENDING BANK OF BAYOU GRAND CAILLOU. BOUNDED ABOVE BY CALVIN BOUDREAUX. BOUNDED BELOW BY ARTHUR VOISIN. HAVING A FRONTAGE 144' BY DEPTH 10. ALSO STRIP 11 X 252' ON EAST SIDE GRAND CAILLOU ROAD. ALSO BATTURE FACING ABOVE IN SECTION 85, T19S - R17E.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 12:00 PM (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 12:00 PM. the online auction will end.
https://www.centralauctionhouse.com/rfp61897330-bid-23-sp-65-surplus-sale-of-adjudicated-property-located-at-7139-grand-caillou-rd-dulac-la-70353-100-parcel-28541.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 19-S/P-36 (Re-Bid) Surplus Sale of Adjudicated Property Located at 500 Myra St., Chauvin, LA 70344 (33.333%) (Parcel # 51564)
|
Notice is hereby given that the Terrebonne Parish Consolidated Government has declared the following property surplus and no longer needed for public purpose pursuant to Ordinance No. 8211. This property was previously adjudicated to the Terrebonne Parish Consolidated Government for unpaid taxes.<br /><br />Bid # 19-S/P-36 (Re-Bid)<br />Surplus Sale of Adjudicated Property Located at 500 Myra St., Chauvin, LA 70344 (33.333%) (Parcel # 51564) <br /><br />ON THE RIGHT DESCENDING BANK OF BAYOU LITTLE CAILLOU, BUT NOT FRONTING THEREON A TRACT OF LAND LYING BETWEEN BLOCK 6, MYRA STREET, BLOCK 5, LYNN STREET, BLOCK 3 PELTIER SUBD. & PROPERTY OF WILLIS J. LEBOUEF. CB 2162/371.<br /> <br />The above listed property is to be sold via online auction beginning Wednesday March 6, 2024, on http://www.centralauctionhouse.com/rfp.php?cid=65. Online bids will be received from Monday, April 15, 2024, at 8:00 A.M. (CST) until Wednesday, March 17, 2024, at 12:15 PM (CST) by the Terrebonne Parish Consolidated Government Purchasing Department. At 12:15 PM. the online auction will end.
https://www.centralauctionhouse.com/rfp98407670-bid-19-sp-36-re-bid-surplus-sale-of-adjudicated-property-located-at-500-myra-st-chauvin-la-70344-33333-parcel-51564-.html
06-Mar-2024 8:00:00 AM CST |
15-Apr-2024 8:00:00 AM CDT |
Vermilion Parish School Board |
2023.748 CAMPUS SECURITY IMPROVEMENTS
|
<u>NOTICE TO BIDDERS</u><br /> <br />Sealed bids from contractors will be received either by the Vermilion Parish School System, located at the Charles Campbell Curriculum Annex Center, Board Room, 216 South Jefferson Street, Abbeville, Louisiana 70510, on Wednesday, April 10, 2024, at 2:00pm CST, or online at www.centralbidding.com, for all labor, materials and equipment required to fully complete the project entitled:<br /> <br /><b>Bid No. 2023.748</b><br /><b>CAMPUS SECURITY IMPROVEMENTS TO:</b><br /><b>ABBEVILLE HIGH SCHOOL</b><br /><b>ERATH HIGH SCHOOL</b><br /><b>GUEYDAN HIGH SCHOOL</b><br /><b>KAPLAN HIGH SCHOOL</b><br /><b>MEAUX ELEMENTARY SCHOOL</b><br /><b>NORTH VERMILION HIGH/MIDDLE SCHOOL</b><br />Vermilion Parish, Louisiana<br /> <br />as designated on the drawings. Bids will be publicly opened and read aloud at the time and place stated. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />Official Bid Documents are available at Central Bidding. Printed copies are not available from the Architect, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at <u><a href="http://www.centralbidding.com/">www.centralbidding.com</a></u>. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />A <b>Mandatory Pre-Bid Conference</b> has been scheduled for Wednesday, March 27, 2024, at 10:00am CST, LOCATION.<br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />Contract, if awarded, will be on a single lump sum basis to bidders licensed under the provisions of Contractor's Licensing Law of the State of Louisiana. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of La. R.S. 38:2214.<br /> <br />Bids will be evaluated by the Purchaser based on cost, quality adaptability of the particular material to the use intended and delivery time of material. The purchaser reserves the right to reject any and all bids, waive informalities, and select the material that best suits his needs, whether the price is the lowest or not.<br /> <br />If the Bidder is notified of the acceptance of the bid within thirty (30) calendar days of the opening of bids, he agrees to execute a contract for the work accepted in the form AIA Document A101, within ten (10) days after receipt of written notice from the owner that the instrument is ready for signature, and that he will complete the work within 120 calendar days. Liquidated damages shall be assessed in the amount of $200.00 per day in accordance with the requirements as stated in the contract.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. <b>Contractors shall be licensed for the classification of “Building Construction”. </b>Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />Qualified Small Business Enterprises, Minority-Owned Business Enterprises, Women-Owned Business Enterprises and Labor Surplus Area Firms are encouraged to submit bids as Prime (General) and/or Subcontractors for this project.<br /> <br />The Attention to Bidders is called to particular requirements and conditions of employment to be observed including but not particularly limited to: Executive Order (EO) 11246, Equal Employment Opportunity (EEO); the Copeland Anti-Kickback Act; Sections 103 and 107 of the Contract Work Hours and Safety Standards Act; Section 306 of the Clean Air Act; Section 508 of the Clean Water Act; Executive Order 11738 and Environmental Protection Act (EPA) Regulations, 40 CFR 15.<br /> <br />The Owner reserves the right to reject any and all quotations or any portions thereof for just cause. In accordance with LA R. S. 38:2212(B)(1), the provisions and requirements of this Section, those stated in the invitation to bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br /> <br /> <br />Vermilion Parish School System<br /> <br />Thomas J. Byler<br />Superintendent<br /> <br /> <br />Publish Dates: March 6, March 13, and March 20, 2024
https://www.centralauctionhouse.com/rfp85283080-2023748-campus-security-improvements.html
06-Mar-2024 8:00:00 AM CST |
10-Apr-2024 2:00:00 PM CDT |
St. John the Baptist Parish Government |
Bid 2024.15 Regala Park Concession Storage Building
|
Bid 2024.15 Regala Park Concession Storage Building
https://www.centralauctionhouse.com/rfp77326182-bid-202415-regala-park-concession-storage-building.html
06-Mar-2024 8:00:00 AM CST |
03-Apr-2024 9:45:00 AM CDT |
St. John the Baptist Parish Government |
Bid 2024.16 St. John the Baptist Parish Animal Shelter
|
Bid 2024.16 St. John the Baptist Parish Animal Shelter
https://www.centralauctionhouse.com/rfp81029789-bid-202416-st-john-the-baptist-parish-animal-shelter-.html
06-Mar-2024 8:00:00 AM CST |
04-Apr-2024 9:45:00 AM CDT |
State of Louisiana Military Department |
BLDG 903 Concrete Logistics Load Site Repairs, Training Center Pineville
|
See attached Solicitation for: BLDG 903 Concrete Logistics Load Site Repairs, Training Center Pineville
https://www.centralauctionhouse.com/rfp2356342-bldg-903-concrete-logistics-load-site-repairs-training-center-pineville.html
06-Mar-2024 12:00:00 AM CST |
17-Apr-2024 10:00:00 AM CDT |
State of Louisiana Military Department |
B37 Elevator Replacement, Gillis W. Long Center
|
See attached Solicitation for: B37 Elevator Replacement, Gillis W. Long Center
https://www.centralauctionhouse.com/rfp84337203-b37-elevator-replacement-gillis-w-long-center.html
06-Mar-2024 12:00:00 AM CST |
10-Apr-2024 10:00:00 AM CDT |
State of Louisiana Military Department |
BLDG 624 Modernization, Training Center Pineville
|
See attached Soliciation for: BLDG 624 Modernization, Training Center Pineville
https://www.centralauctionhouse.com/rfp60014120-bldg-624-modernization-training-center-pineville.html
06-Mar-2024 12:00:00 AM CST |
17-Apr-2024 9:00:00 AM CDT |
St. Landry Parish School Board |
Access Control Systems at Several School Campuses for St. Landry Parish School Board
|
<div style="text-align: center;"><u><b>ADVERTISEMENT FOR BIDS</b></u></div><br />Sealed bids from contractors will be received by the <b>ST. LANDRY PARISH SCHOOL BOARD</b>, 1013 Creswell Lane, Opelousas Louisiana 70570 or electronically via WWW.CENTRALAUCTIONHOUSE.COM on Thursday <b>April 4, 2024 at 10:00 a.m.</b> CDST for the following:<br /> <div style="text-align: center;"><b>Provide Materials and Labor for Access Control Systems at Several School Campuses for<br />St. Landry Parish School Board</b></div><br />It is further understood and agreed that the work under this contract shall be completed within 120 consecutive calendar days of the date specified in the Contract or a Notice to Proceed, subject to reimbursement to the owner of liquidated damages in the amount of Five Hundred Dollars ($500.00) per consecutive calendar day.<br /><br />Sealed bids will be received in accordance with the Instruction to Bidders and the Bid Proposal Form. Bids shall be accepted only from contractors who are licensed by the State of Louisianan for the Classification noted below. Only a bona fide sealed bid will be considered at opening time, bids received after closing time will be returned unopened. Sealed bids may be hand carried or mailed to the address listed above.<br /><br />In accordance with Louisiana RS 38:2212, vendors may submit their bid electronically at www.centralauctionhouse.com. Plans and specifications are available by electronic means. The web site is available 24 hours a day seven days a week. Vendors submitting bids electronically are required to provide the same documents as vendors submitting through the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from opening of the bids to provide the St. Landry Parish School Board the original documents. If a certified check, or cashier’s check, is submitted as the bid security, electronic copies of both the front and back of the check shall be included with the electronic bid. If a vendor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non-responsive.<br /><br />Bidding documents may be obtained at the office of: Poche' Prouet Associates, LLC., 100 Central St., Suite 200, Lafayette, LA 70501 (337-237-6517). Contractors, sub-contractors and Material suppliers licensed under R.S. 37:2150-2164 may secure from the engineer complete sets of Bid Documents upon deposit of $90.00 (Ninety dollars and zero cents) for each set of Contract Documents. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO POCHE’ PROUET ASSOCIATES, LLC. Please call ahead for Plans and specifications (337-237-6517) shall be available until twenty-four hours before the bid opening date. Deposit for the first set is fully refundable to all bona fide prime contract bidders and a 50% refund shall be made for all additional sets to prime bidders and to all sub-contractors and material suppliers, upon return of the documents in good condition no later than ten (10) days after receipt of bids. The deposit for damaged, incomplete or late returned documents will be forfeited. Contractors will be responsible for all shipping costs, which are non- refundable.<br /><br />All bids must be accompanied by Bid Security equal to five percent (5%) of the Base Bid plus all additive alternates and must be in the form of a Bid Bond, Certified Check, or Cashier's Check, written by a company licensed to do business in Louisiana and payable to the St. Landry Parish School Board.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the contract amount and who is currently on the U.S. Department of Treasury Financial Management Service List and complies with R.S. 38:2219. The bond shall not be accepted if written for an amount exceeding the amount listed in the Treasury Financial Management Service List. The bond shall be countersigned by a person who is under contract with the surety company or bond issuer as an agent of the company or issuer, and who is licensed as an insurance agent in this State, and who is residing in this State.<br /><br />A mandatory Pre-Bid Conference will be held at St. Landry Parish School Board Central Office Maintenance Department Conference Room at 1013 Creswell Lane, Opelousas, LA 70571 on Wednesday, March 20, 2024, 8:30 a.m., along with the following list of scheduled individual school site visits to follow immediately after the initial introduction meeting<br /><br />This project is classified as a Life Safety and Property Protection project and the Bidder certifies that he meets all licensing requirements of this State and is duly and currently licensed under LA. R.S. 37:2150- 2164. No bid may be withdrawn for a period of forty-five (45) days after receipt of all bids. The owner reserves the right to reject any and all bids and to waive any informalities incidental thereto.<br /> <div style="text-align: right;">By:_________________________________<br />Mr. Milton Batiste III, Superintendent</div><br /><br /><u>Publish Dates:</u><br />03/06/2024<br />03/13/2024<br />03/20/2024<br /><br />
https://www.centralauctionhouse.com/rfp85212195-access-control-systems-at-several-school-campuses-for-st-landry-parish-school-board.html
06-Mar-2024 12:00:00 AM CST |
04-Apr-2024 10:00:00 AM CDT |
St. Tammany Parish School Board |
RFP 183 ONLINE CAREER EXPLORATION PROGRAM FOR STURDENTS
|
PROPOSALS MUST BE SUBMITTED AS PER ATTACHED SPECIFICATIONS
https://www.centralauctionhouse.com/rfp99066866-rfp-183-online-career-exploration-program-for-sturdents.html
06-Mar-2024 12:00:00 AM CST |
08-Apr-2024 3:00:00 PM CDT |
Flood Protection Authority - East |
O2150186 - London Avenue Canal North-West Erosion Mitigation
|
INVITATION TO BID<br />Project No. O2150186<br />London Avenue Canal<br />North-West Erosion Mitigation<br />The Southeast Louisiana Flood Protection Authority – East (a.k.a. FPA, a.k.a. Owner) will receive sealed bids at the Front Reception Desk, located at 6920 Franklin Ave, New Orleans, LA 70122, on Friday, April 5, 2024 until 12:00 P.M. local time. All Bids must be in accordance with the Bidding Documents on file with and issued by Evans-Graves Engineers, Inc. Following this time, the bids will be opened, and publicly read aloud. Bids received after the above specified time will not be considered.<br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R. S. 38:2212, 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 informalities and shall not be waived by any public entity.<br />Bids shall be submitted on forms provided by the Owner. Envelopes containing bids and bid guarantee shall be sealed, marked with the Project Name, and with the Contractor’s name as it appears on the License and the Louisiana contractor’s license number (Unless a contractor’s license is not required).<br />The work consists of furnishing all labor, material, and equipment for construction of erosion mitigation within the London Avenue Canal from the Permanent Canal Closures & Pumps (PCCP) structure to Lakeshore Drive, as well as any related and incidental materials and work, as per the drawings and specifications provided in this bid document. The site is located on the north-west side of the London Avenue Canal Outfall in New Orleans, Louisiana. The opinion of probable construction costs for the project will be made available at the time of bid opening, either by posting such estimate electronically or announcing aloud such estimate at the bid opening.<br />Complete Drawings, Specifications, and Contract documents may be obtained from the Office of Evans-Graves Engineers, Inc., 909 Poydras Street, Suite 3050, New Orleans, LA 70112 on a payment of a non-refundable fee by check or money order only, payable to Evans-Graves Engineers, Inc. In accordance with La. R.S. 38:2212. Fees for these sets shall be set at a rate of Fifty Dollars ($50.00). Bidders may also check to see if https://www.centralauctionhouse.com/ or if www.floodauthority.org website contain downloadable electronic versions. See Instructions to Bidders for details. The FPA make no assertion that all bid documents, addenda, etc. are available online. It is the responsibility of the bidder to ensure they have all said documents via the directions spelled out above. Any addenda, documents, Q&A, etc. that are available after this letting are only available via the contact listed above and will be issued to the Official Plan Holder list, maintained by said contact.<br /> <br />Deposit on the first set is fully refundable to all bona fide prime Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent (50%) of the deposit of all other sets of documents will be refunded upon return of documents, in good condition, no later than ten (10) days after receipt of bids, as stated above.<br />If a request for Contract documents is made through U.S. mail or other delivery services, bidder must furnish a street mailing address and will be responsible for service and postage fees.<br />PRE-BID CONFERENCE. <br />A pre-bid conference will be held on Thursday, March 14, 2024 at 10:00am US Central Time. Bidders are urged to attend. This is NOT a mandatory meeting.<br />PRE-BID Site Visit. <br />There will be a Site Visit.<br /><br />This visit is not Mandatory<br />Visitors are responsible for furnishing their own (as needed) hard hat, safety vest, protective safety glasses, and proper foot attire for any Site Visits.<br />The Flood Protection Authority assumes no responsibility or liability for the safety of those in attendance.Licensing<br />Bids will only be accepted by those contractors complying with state licensing laws for contractors, La. R.S. 37:2163. On any bid submitted in the amount of $50,000 or more, Contractor shall hold at the time of bid opening, a valid license issued by the Louisiana Licensing Board for Contractors for the required classification of work This project is classified as[DJ1] Heavy Construction, Municipal and Public Works Construction, or Highway, Street, and Bridge Construction.<br />It is the responsibility of the bidder to determine the proper job classification and to possess the proper license.<br />Upon demand by the FPA, Contractors desiring to bid shall submit evidence that they hold license of proper classification and in full force and effect.<br />Objection to the required classification should be filed in accordance with La. R.S. 37:2163 as stated by the Louisiana Licensing Board for Contractors.<br />Bid and performance Bonds<br />All bids must be accompanied by bid security equal to five percent (5%) of the cost of the Contract price of work to be done for the Base Bid plus all additive Alternate Bid prices, by certified check, cashier's check or Bid Bond Form written by a surety company licensed to do business in Louisiana, signed by the surety’s agency or attorney-in-fact. <br />The Bid Bond shall be in favor of the following, as applicable: <br />“Southeast Louisiana Flood Protection Authority – East” (for all Projects) and<br />“Orleans Levee District”The Bid Bond shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable. <br />The bidder to whom the Contract is awarded shall also be required to furnish a performance bond equal to 100% of the total amount of the bid. The bid bond must be furnished in accordance with the requirements of La. R.S. 38:2218, and the performance bond in accordance with the provisions of La. R.S. 38:2219.<br />The furnished Payment and Performance bond shall be at no cost to the FPA.<br />The Bond shall be signed by the surety’s agent or attorney-in-fact.<br />Subcontractors, DISADVANTAGED BUSINESS ENTERPRISES (DBE), AND SMALL BUSINESS ENTERPRISES (SBE) AND WOMEN’S BUSINESS ENTERPRISE (WBE)<br />Work in the amount of at least sixty percent (60%) of total amount of Contract as awarded shall be performed by the Prime Contractor at the construction site or within its own shop, plant, or yard with its own employees.<br />FPA is an equal opportunity public entity and as such, invites and encourages DBE(s), SBE(s), and WBE(s) to submit bids on its projects. See General Conditions on DBE(s), SBE(s), and WBE(s). <br />Bidding and Withdrawal of bid<br />Bidder is required to comply with provisions and requirements of La. R.S.38:2212. Bids may be withdrawn or revised by the bidder prior to bid opening. Bids may only be withdrawn after bid opening due to patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, if clear and convincing sworn, written evidence of such errors is furnished to the public entity within48 hours of bid opening in accordance with La. R. S. 38:2214.<br /> <br /> <br /> <br /> <br />Local advertisements<br />This advertisement will be published in the following periodicals:<br />PERIODICAL(S): ........................................................ DATE:<br />THE NEW ORLEANS ADVOCATE..... March 6, 2024<br />................................................................... and March 13, 2024<br />................................................................... and March 20, 2024<br />DAILY JOURNAL OF COMMERCE... March 11, 2024<br /> [DJ1]Bookmark the following sentence final edit as “Licensing”. It is referenced in the Instructions to Bidders and will automatically update with CTRL+A then F9.
https://www.centralauctionhouse.com/rfp37449520-o2150186--london-avenue-canal-north-west-erosion-mitigation.html
06-Mar-2024 12:00:00 AM CST |
05-Apr-2024 12:00:00 PM CDT |
Assumption Parish School Board |
Assumption High School Building "A" Exterior Wall Rehabilitation
|
ADVERTISEMENT FOR BIDS <br />Project No. S-60-158 Assumption High School Building “A” Exterior Wall Rehabilitation <br />Assumption Parish School Board (herein referred to as the “Owner”)<br /> <br />Sealed bids marked “Sealed Bids” for the exterior wall rehabilitation and repairs of the Assumption High School Building “A” located at Assumption High School along LA. Hwy. 308, in Napoleonville, Project No. S-60-158 will be received by the Owner for the construction of the project described as follows:<br /> <br />ASSUMPTION HIGH SCHOOL<br />BUILDING “A” EXTERIOR WALL REHABILITATION <br />Proposals shall be addressed to the Assumption Parish School Board and must be submitted electronically online only to www.centralbidding.com no later than 10:00 o’clock a.m. on April 9, 2024. Proposals shall be designated as “Sealed Bid – Assumption High School Building “A” Exterior Wall Rehabilitation.” Any bids received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 o’clock a.m. April 9, 2024, in the Conference Room of the Assumption Parish School Board Office located at 4901 Louisiana Hwy. 308, Napoleonville, LA 70390.<br /> <br />The information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications and Forms of Bid Bond, Performance Bond, and other contract documents may be examined on www.centralbidding.com.<br /> <br />As a requirement under Louisiana Revised Statutes 37:2163, this project is classified as Building Construction. <br /> <br />Pursuant to Louisiana Revised Statutes 38:2212E.(1). Bidders now have the option to submit their bids and bid bonds electronically. Electronic BIDS will be accepted only on www.centralbidding.com. Uploading of bidding documents are of the responsibility of the Prime Bidder. <br /> <br />The Owner reserves the right to accept or reject any and all bids and to waive any irregularities or informalities incidental thereto, and to accept any bid which the Owner feels serves their best interest. Such action will be in accordance with Title 38 of the Louisiana Revised Statues.<br /> <br />A mandatory pre-bid conference at which the scope of the project, contract time, and other requirements of the bidding and contract documents may be discussed, or any other special requirements for the project which may be discussed with prospective bidders, will be held at the Assumption Parish School Board Main Building, 4901 Louisiana Highway 308, Napoleonville, Louisiana 70390 on March 21, 2024, at 10:00 A.M., local time. <br /> <br />All questions should be directed to Clarence J. Savoie, III, C.J. Savoie Consulting Engineers, LLC, 985-369-2341 or emailed to the following:
[email protected],
[email protected],
[email protected]. Last date for submitting questions is March 27, 2024 at 1:00 P.M., local time.<br /> <br />Each Bidder must deposit with his/hers bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond.<br /> <br />All bidders must show proof that he/she is licensed in the State of Louisiana to perform this type of construction. <br /> <br />Contractor’s license number must appear on the face of the sealed envelope containing his/hers bids.<br /> <br />The successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to business in Louisiana, in the amount equal to one hundred percent (100%) of the contract price. Certificates of Insurance will also be required.<br /> <br />No bidder may withdraw his/her bid within thirty (30) days after the actual date of opening thereof.<br /> <br />The Contractor shall begin mobilization and procurement of necessary materials within ten (10) working days of the receipt of the Notice to Proceed.<br /> <br />Any person with disabilities requiring Special Accommodation must contact Assumption Parish School Board no later than seven (7) days prior to bid opening. Participation by minority and female owned business, as well as businesses located in Assumption Parish is encouraged.<br /> <br /> <br />ASSUMPTION PARISH SCHOOL BOARD<br />John Barthelemy, Superintendent<br /> <br /> <br />Publish:<br />February 27, 2024<br />March 5, 2024<br />March 12, 2024<br />
https://www.centralauctionhouse.com/rfp39947665-assumption-high-school-building-a-exterior-wall-rehabilitation-.html
05-Mar-2024 4:00:00 PM CST |
09-Apr-2024 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Chilled and Frozen Meat Items
|
Chilled and Frozen Items for the Jefferson Davis Parish School Board's Child Nutrition Program 2024-2025 SY
https://www.centralauctionhouse.com/rfp45493243-chilled-and-frozen-meat-items.html
04-Mar-2024 6:00:00 PM CST |
22-Apr-2024 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Canned Goods, Cereal, Cereal Products, and General Support Grocery Items
|
Canned Goods, Cereal, Cereal Products, and General Support Grocery Items
https://www.centralauctionhouse.com/rfp77343847-canned-goods-cereal-cereal-products-and-general-support-grocery-items.html
04-Mar-2024 6:00:00 PM CST |
22-Apr-2024 10:00:00 AM CDT |
Avoyelles Parish School Board |
Avoyelles High School & Riverside Elementary School HVAC Replacement and Plumbing Upgrades
|
ADVERTISEMENT TO BID<br /> <br />AVOYELLES PARISH SCHOOL BOARD<br /> <br />AVOYELLES HIGH SCHOOL &<br />RIVERSIDE ELEMENTARY SCHOOL<br />HVAC REPLACEMENT AND PLUMBING UPGRADES<br /> <br />Separate sealed bids for the AVOYELLES HIGH SCHOOL & RIVERSIDE ELEMENTARY SCHOOL, HVAC REPLACEMENT AND PLUMBING UPGRADES project will be received by the AVOYELLES PARISH SCHOOL BOARD in the Maintenance Department (539 W. Bon Temps Street, Marksville, LA 71351), until 3:00 P.M. (Central time), April 02, 2024. Sealed bids will then be publicly opened and read aloud in the Maintenance Department of the School Board. 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 the following times and locations:<br /> <br />School Board Maintenance Office<br />539 W. Bon Temps Street, Marksville, LA, 71351<br />2:00 PM – March 12, 2024<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />Ray Carlock<br />Supervisor Maintenance and Construction<br />Avoyelles Parish Public Schools<br />539 W. Bon Temps Street<br />Marksville, LA 71351<br />
https://www.centralauctionhouse.com/rfp85433641-avoyelles-high-school-riverside-elementary-school-hvac-replacement-and-plumbing-upgrades.html
04-Mar-2024 5:00:00 PM CST |
02-Apr-2024 3:00:00 PM CDT |
Avoyelles Parish School Board |
BUNKIE ELEMENTARY SCHOOL, LAFARGUE ELEMENTARY SCHOOL, LOUISIANA SCHOOL OF AG SCIENCE (LASAS), HVAC REPLACEMENT AND PLUMBING UPGRADES
|
ADVERTISEMENT TO BID<br /> <br />AVOYELLES PARISH SCHOOL BOARD<br /> <br />BUNKIE ELEMENTARY SCHOOL<br />LAFARGUE ELEMENTARY SCHOOL<br />LOUISIANA SCHOOL OF AG SCIENCE (LASAS)<br />HVAC REPLACEMENT AND PLUMBING UPGRADES<br /> <br />Separate sealed bids for the BUNKIE ELEMENTARY SCHOOL, LAFARGUE ELEMENTARY SCHOOL, LOUISIANA SCHOOL OF AG SCIENCE (LASAS), HVAC REPLACEMENT AND PLUMBING UPGRADES project will be received by the AVOYELLES PARISH SCHOOL BOARD in the Maintenance Department (539 W. Bon Temps Street, Marksville, LA 71351), until 2:00 P.M. (Central time), April 02, 2024. Sealed bids will then be publicly opened and read aloud in the Maintenance Department of the School Board. 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 the following times and locations:<br /> <br />School Board Maintenance Office<br />539 W. Bon Temps Street, Marksville, LA, 71351<br />1:00 PM – March 12, 2024<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />Ray Carlock<br />Supervisor Maintenance and Construction<br />Avoyelles Parish Public Schools<br />539 W. Bon Temps Street<br />Marksville, LA 71351<br />
https://www.centralauctionhouse.com/rfp74222107-bunkie-elementary-school-lafargue-elementary-school-louisiana-school-of-ag-science-lasas-hvac-replacement-and-plumbing-upgrades.html
04-Mar-2024 5:00:00 PM CST |
02-Apr-2024 2:00:00 PM CDT |
St. Helena Parish School District |
Milk And Milk Products Bid
|
February 9, 2024<br />St. Helena Parish School District <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Monday April 8, 2024, for the school year 2024-2025 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PEST CONTROL & TERMITE SERVICES<br />WASTE DISPOSAL SERVICES<br /> <br />All bids will be opened at the St. Helena Parish Central Office on<br />Monday, April 9, 2024, 10:00 a.m.<br />Bidding start March 4, 2024<br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through Central bidding if you need any other additional information my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Monday April 8, 2024.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $932,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject any and all bids, increase or decrease items or quantities and waive all informalities. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: February 12, March 11, and March 29, 2024<br />This Institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp75956252-milk-and-milk-products-bid.html
04-Mar-2024 12:00:00 AM CST |
08-Apr-2024 4:00:00 PM CDT |
St. Helena Parish School District |
Bread & Bread Product bid 2024- 2025
|
February 9, 2024<br />St. Helena Parish School District <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Monday April 8, 2024, for the school year 2024-2025 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PEST CONTROL & TERMITE SERVICES<br />WASTE DISPOSAL SERVICES<br /> <br />All bids will be opened at the St. Helena Parish Central Office on<br />Monday, April 9, 2024, 10:00 a.m.<br />Bidding start March 4, 2024<br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through Central bidding if you need any other additional information my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Monday April 8, 2024.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $932,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject any and all bids, increase or decrease items or quantities and waive all informalities. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: February 12, March 11, and March 29, 2024<br />This Institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp42196566-bread-bread-product-bid-2024-2025.html
04-Mar-2024 12:00:00 AM CST |
08-Apr-2024 4:00:00 PM CDT |
St. Helena Parish School District |
Processed Food Products Bid 2024- 2025
|
February 9, 2024<br />St. Helena Parish School District <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Monday April 8, 2024, for the school year 2024-2025 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PEST CONTROL & TERMITE SERVICES<br />WASTE DISPOSAL SERVICES<br /> <br />All bids will be opened at the St. Helena Parish Central Office on<br />Monday, April 9, 2024, 10:00 a.m.<br />Bidding start March 4, 2024<br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through Central bidding if you need any other additional information my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Monday April 8, 2024.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $932,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject any and all bids, increase or decrease items or quantities and waive all informalities. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: February 12, March 11, and March 29, 2024<br />This Institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp71953537-processed-food-products-bid-2024-2025.html
04-Mar-2024 12:00:00 AM CST |
08-Apr-2024 4:00:00 PM CDT |
St. Helena Parish School District |
Frozen Foods Bid 2024-2025
|
February 9, 2024<br />St. Helena Parish School District <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Monday April 8, 2024, for the school year 2024-2025 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PEST CONTROL & TERMITE SERVICES<br />WASTE DISPOSAL SERVICES<br /> <br />All bids will be opened at the St. Helena Parish Central Office on<br />Monday, April 9, 2024, 10:00 a.m.<br />Bidding start March 4, 2024<br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through Central bidding if you need any other additional information my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Monday April 8, 2024.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $932,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject any and all bids, increase or decrease items or quantities and waive all informalities. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: February 12, March 11, and March 29, 2024<br />This Institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp6885215-frozen-foods-bid-2024-2025.html
04-Mar-2024 12:00:00 AM CST |
08-Apr-2024 4:00:00 PM CDT |
St. Helena Parish School District |
Paper and Chemicals Bid 2024-2025
|
February 9, 2024<br />St. Helena Parish School District <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Monday April 8, 2024, for the school year 2024-2025 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PEST CONTROL & TERMITE SERVICES<br />WASTE DISPOSAL SERVICES<br /> <br />All bids will be opened at the St. Helena Parish Central Office on<br />Monday, April 9, 2024, 10:00 a.m.<br />Bidding start March 4, 2024<br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through Central bidding if you need any other additional information my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Monday April 8, 2024.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $932,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject any and all bids, increase or decrease items or quantities and waive all informalities. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: February 12, March 11, and March 29, 2024<br />This Institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp85137174-paper-and-chemicals-bid-2024-2025-.html
04-Mar-2024 12:00:00 AM CST |
08-Apr-2024 4:00:00 PM CDT |
St. Helena Parish School District |
Waste Services Bid 2024-2025
|
St. Helena Parish School District <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Monday April 8, 2024, for the school year 2024-2025 for the following categories.<br /> <br />PEST CONTROL SERVICES & TERMITE SERVICE<br />WASTE DISPOSAL SERVICE<br /> <br />All bids will be opened at the St. Helena Parish District Central Office on<br />Monday, April 9, 2024, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through Central bidding if you need any other additional information my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Monday April 8, 2024.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $932,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject any and all bids, increase or decrease items or quantities and waive all informalities. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and March 29, 2024<br />This Institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp25252071-waste-services-bid-2024-2025.html
04-Mar-2024 12:00:00 AM CST |
08-Apr-2024 4:00:00 PM CDT |
St. Helena Parish School District |
Pest Control & Termites Service
|
St. Helena Parish School District <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Monday April 8, 2024, for the school year 2024-2025 for the following categories.<br /> <br />PEST CONTROL SERVICES & TERMITE SERVICE<br />WASTE DISPOSAL SERVICE<br /> Bid Start: March 4, 2024<br />All bids will be opened at the St. Helena Parish District Central Office on<br />Monday, April 9, 2024, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through Central bidding if you need any other additional information my email address
[email protected] or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Monday April 8, 2024.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $932,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject any and all bids, increase or decrease items or quantities and waive all informalities. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814<br /> <br />Publish on the following days: March 11, and March 29, 2024<br />This Institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp87928058-pest-control-termites-service.html
04-Mar-2024 12:00:00 AM CST |
08-Apr-2024 4:00:00 PM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida: Our Lady of the Rosary - Holy Rosary Catholic School Interior Repairs
|
INVITATION TO BID<br /><br />Sealed bids will be received by the Diocese of Houma Thibodaux on behalf of Our Lady of the Rosary until 2:00 PM on Thursday, March 28, 2024, at its office located at 2779 Louisiana Highway 311, Schriever, Louisiana, 70395 at which time bids will be publicly opened and read-aloud for the Holy Rosary Catholic School Interior Repairs.<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 />1. Addressed to the Owner<br />2. Name of the Project<br />3. Contractor’s name and address<br />4. Sealed Bid Enclosed<br /><br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />No project Contract Documents will be provided by the Architect or Owner. Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /><br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br /><br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Owner.<br /><br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One Hundred Eighty (180) Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office, if required, for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /><br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br /><br />A NON-MANDATORY Pre-bid Conference will be held on Tuesday, March 12, 2024 at 10:00 AM, at Holy Rosary Catholic School.<br /><br />The Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of Our Lady of the Rosary<br /><br />Reverend Duc Bui, Pastor<br />William “Bill” Barbera, Chief Operating and Financial Officer
https://www.centralauctionhouse.com/rfp76967400-hurricane-ida-our-lady-of-the-rosary--holy-rosary-catholic-school-interior-repairs.html
01-Mar-2024 5:00:00 PM CST |
11-Apr-2024 2:00:00 PM CDT |
City of Alexandria |
Striping and Signage of Public Streets and Other Public Properties (City Wide) 2024-2025
|
This bid is for the Striping and Signage of Public Streets and othe Public Facilities during the year 2024 - 2025. Work Task Orders will be issued on an as needed basic thourghout the Contract period.
https://www.centralauctionhouse.com/rfp28774950-striping-and-signage-of-public-streets-and-other-public-properties-city-wide-2024-2025.html
01-Mar-2024 12:00:00 AM CST |
02-Apr-2024 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Child Nutrition Milk Bid 2024-2025
|
jefferson Davis Parish School Board Child Nutrition Program Milk Bid for 2024-2025 School Year
https://www.centralauctionhouse.com/rfp63860990-jefferson-davis-parish-school-board-child-nutrition-milk-bid-2024-2025.html
01-Mar-2024 12:00:00 AM CST |
08-Apr-2024 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Child Nutrition Bread Bid 2024-2025
|
Jefferson Davis Parish School Board's 2024-2025 School Year Bread Bid for the Child Nutrition Program
https://www.centralauctionhouse.com/rfp86846904-jefferson-davis-parish-school-board-child-nutrition-bread-bid-2024-2025.html
01-Mar-2024 12:00:00 AM CST |
08-Apr-2024 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Child Nutrition Paper and Cleaning Bids 2024-2025
|
Jefferson Davis Parish School Board 24--25 School Year bids for Paper and Cleaning items.
https://www.centralauctionhouse.com/rfp6053149-jefferson-davis-parish-school-board-child-nutrition-paper-and-cleaning-bids-2024-2025.html
01-Mar-2024 12:00:00 AM CST |
08-Apr-2024 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Child Nutrition Chilled and Frozen Bids 2024-2025
|
Jefferson Davis Parish School Board's Chilled and Frozen items for the 2024-2025 School Year.
https://www.centralauctionhouse.com/rfp86873375-jefferson-davis-parish-school-board-child-nutrition-chilled-and-frozen-bids-2024-2025.html
01-Mar-2024 12:00:00 AM CST |
08-Apr-2024 10:00:00 AM CDT |
Ouachita Parish School Board |
43-24 Calhoun Elementary Breezeway and HVAC
|
See Attachment for Bid Documents.
https://www.centralauctionhouse.com/rfp18033918-43-24-calhoun-elementary-breezeway-and-hvac.html
29-Feb-2024 2:00:00 PM CST |
08-Apr-2024 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
BATON ROUGE BUS RAPID TRANSIT PROJECT-(NICHOLSON DR. – FLORIDA BLVD. – PLANK RD.)-(CITY PARISH PROJECT NO. 16-CI-US-0032)
|
To be published three times-Legal<br /> February 29, March 7, and 14, 2024<br />THE ADVOCATE<br />BATON ROUGE, LOUISIANA<br /> <br /> <br />NOTICE TO CONTRACTORS<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project:<br /> <br />BATON ROUGE BUS RAPID TRANSIT PROJECT<br />(NICHOLSON DR. – FLORIDA BLVD. – PLANK RD.)<br />(CITY PARISH PROJECT NO. 16-CI-US-0032)<br /> <br />PROJECT DESCRIPTION: Asphalt concrete overlay, asphalt patching, PCC patching, milling, access management, signal improvements, level boarding bus stop improvements, bus shelters and associated electrical, PCC sidewalks, driveways, concrete curbs, detectable warnings, drainage work, earthwork, striping, signage, landscaping, and associated items of work.<br /> <br />Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, April 9, 2024, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date.<br /> <br />Bid Openings can be observed in person or via teleconference. <br /> <br />Teleconference Call-in Information<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. <br /> <br />Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. <br /> <br />Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever.<br /> <br />Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C.<br /> <br />Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes.<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 />Federal Funding Award Assistance<br />The award of the contract is contingent upon a financial assistance contract between the City of Baton Rouge and Parish of East Baton Rouge and the Federal Highway Administration (FHWA) and the Federal Transit Administration (FTA). This project is being funded in part with FTA funding; therefore, Bidders must agree to comply with any and all provisions and regulations relative to that financial assistance contract.<br /> <br />In accordance with 49 Code of Federal Regulations (CFR) Part 26, participation of Disadvantage Business Enterprises (DBE) in all aspects of this federally funded contract will be encouraged and supported. 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 or Unified Certification Program (UCP), have an equal opportunity to receive and participate in parish contracts.<br /> <br />The DBE participation goal for this Contract is set at 17% 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 DBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only DBE firms certified under the Parish SEDBE Certification Program or UCP at the time of submittal of the bid will count toward this DBE goal. To be considered responsive, the apparent low bidder must submit DBE Forms 1, 1A, and 2, and Letters of Certification, as appropriate within 10 days after bid opening.<br /> <br />All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form.<br /> <br />In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity.<br /> <br />Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259.<br /> <br />There will be no pre-bid conference.<br /> <br />For additional information please contact Mr. Scott Hoffeld, Project Manager at (225) 532-3470 or email at
[email protected].
https://www.centralauctionhouse.com/rfp51488881-baton-rouge-bus-rapid-transit-project-nicholson-dr-florida-blvd-plank-rd-city-parish-project-no-16-ci-us-0032.html
29-Feb-2024 8:00:00 AM CST |
09-Apr-2024 2:00:00 PM CDT |
Iberville Parish School Board |
(RFP) Disaster Restoration 2024-2025
|
February 26, 2024<br />Request for Proposal<br /> <br />Proposals will be received by the Iberville Parish School Board, Attention Evan Cagnolatti, Facilities Manager, at 59125 Bayou Rd., Plaquemine, LA. 70764, not later than 2:00 PM (local time), April 4th, 2024, for the following: Disaster Restoration Proposal<br />(RFP# 202488MC02)<br /> <br />NOTE ** Outer envelope if mailed shall be marked SEALED PROPOSAL.<br />Please find proposal-related materials and place electronic bids at – www.centralbidding.com<br /> <br />The proposals will be opened at the School Board Office immediately following the close of bid time on the above-noted date.<br /> <br />A Mandatory Pre-Proposal Conference will be held at 10:00 a.m. CDT on Thursday, March 21st, 2024, at Iberville Parish School Board Maintenance Facility Office, 59125 Bayou Road, Plaquemine, LA, 70764. No bid will be accepted from any contractor who did not attend and sign in at the Pre-Proposal Conference.<br /> <br />Preliminary proposal information may be obtained by contacting:<br /> <br />Evan Cagnolatti, Facility Director<br />
[email protected]<br />59125 Bayou Road, Plaquemine, LA, 70764,<br />Telephone: 225-287-8352<br /> <br />The policy of the Iberville Parish School Board is to provide equal opportunities without regard to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and activities. This includes but is not limited to, admissions, educational services, financial aid, and employment.<br /> <br />Insertion Dates:<br /><br />­­­February 29th,2024,<br />March 7th, 2024,<br />March 14th, 2024.
https://www.centralauctionhouse.com/rfp4437777-rfp-disaster-restoration-2024-2025.html
29-Feb-2024 12:00:00 AM CST |
08-Apr-2024 2:00:00 PM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida Repairs to Holy Family Catholic Church and Administration Building
|
ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of Holy Family Catholic Church, 6641 Grand Caillou Rd. Dulac, La. 70353. The deadline for receipt of bids is 2:00 PM on Thursday April 4, 2024, at which time bids will be opened and read aloud in a meeting room at the Diocese Office, 2779 Highway 311, Schriever, LA 70395.<br />FOR: Hurricane Ida Repairs<br /> Holy Family Catholic Church and Administration Building<br />DDG Job #: 22-1045<br /> <br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number. It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid Enclosed <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. No project Contract Documents will be provided by the Architect or Owner.<br /> <br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount. Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Owner.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One Hundred Twenty (120) Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office, if required, for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br />A MANDATORY Pre-bid Conference will be held on March 19, 2024 at 10:00 AM, at Holy Family Catholic Church (6641 Grand Caillou Rd. Dulac, LA 70353).<br />The Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of Holy Family Catholic Church<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: February 29, 2024<br />SECOND DATE: March 7, 2024<br />THIRD DATE: March 14, 2024
https://www.centralauctionhouse.com/rfp60028201-hurricane-ida-repairs-to-holy-family-catholic-church-and-administration-building.html
29-Feb-2024 12:00:00 AM CST |
04-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
5000144420-Hope Haven Main Building Temporary StabIlization Project No. 21453.01 Department of Capital Projects
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144420<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 2, 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 />HOPE HAVEN MAIN BUILDING – TEMPORARY STABILIZATION<br />BID NO. 50-00144420<br /> <br />The project consists of cleaning out debris and shoring the existing building framing.<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 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 /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br /> <br />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 MANDATORY pre-bid conference which will be held at 10:00 AM on March 15, 2024 at the project site located at Hope Haven 1130 Barataria Blvd., Marrero, LA 70072. 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 />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 28, March 6 and 13, 2024<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/rfp31551053-5000144420-hope-haven-main-building-temporary-stabilization-project-no-2145301-department-of-capital-projects--.html
28-Feb-2024 11:17:00 AM CST |
11-Apr-2024 2:00:00 PM CDT |
St. Tammany Parish School Board |
Salmen High School, Female Sports Locker Room and Home Side Concessions, STPSB Project No. P0435
|
<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 Salmen High School, Female Sports Locker Room and Home Side Concessions, STPSB Project No. P0435 on the 28th day of March, 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, fl+WB Architects, APC, 1404 Greengate Dr., Ste. 101, Covington, LA 70433, 985-893-4100, 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 $275.00 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 15th day of March, 2024 at 10:00 a.m. at the project site, Salmen High School, 300 Spartan 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 /> <br />Print Dates: Wednesday, February 28, 2024<br /> Wednesday, March 6, 2024<br /> Wednesday, March 13, 2024</div>
https://www.centralauctionhouse.com/rfp51697637-salmen-high-school-female-sports-locker-room-and-home-side-concessions-stpsb-project-no-p0435.html
28-Feb-2024 9:00:00 AM CST |
04-Apr-2024 2:00:00 PM CDT |
St. Martin Parish Government |
STEPHENSVILLE STREET AND DRAINAGE IMPROVEMENTS
|
Notice is hereby given that sealed bids will be received by the St. Martin Parish Government, at the office of St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or online at http://www.centralbidding.com, until 10:00 a.m., Wednesday, April 3, 2024, for:<br /> <br />STEPHENSVILLE STREET AND DRAINAGE IMPROVEMENTS FOR THEST. MARTIN PARISH GOVERNMENT<br /> <br />and the bids will be opened and publicly read aloud at that time. Bids received after the specified time will not be considered.<br /> <br />The Work Shall Consist of All Materials, Supplies, Tools, Equipment, Labor, and Any Other Services and Incidentals Necessary for Installing Storm Drain Pipe, Catch Basins, Embankment, Class II Base Course, Portland Cement Concrete Pavement, and Rip Rap, Along with Associated Work.<br />
https://www.centralauctionhouse.com/rfp42109444-stephensville-street-and-drainage-improvements-.html
28-Feb-2024 8:00:00 AM CST |
03-Apr-2024 10:00:00 AM CDT |
St. Martin Parish Government |
CATAHOULA COULEE SLOPE PROTECTION
|
Notice is hereby given that sealed bids will be received by the St. Martin Parish Government, at the office of St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582, or online at http://www.centralbidding.com, until 10:00 a.m., Wednesday, April 3, 2024, for:<br /> <br />CATAHOULA COULEE SLOPE PROTECTION FOR THEST. MARTIN PARISH GOVERNMENT<br /> <br />and the bids will be opened and publicly read aloud at that time. Bids received after the specified time will not be considered.<br /> <br />The Work Shall Consist of All Materials, Supplies, Tools, Equipment, Labor, and Any Other Services and Incidentals Necessary for Performing Channel Excavation, Backfill, Concrete Toewall, and Revetment Along with Associated Work.<br />
https://www.centralauctionhouse.com/rfp90937150--catahoula-coulee-slope-protection-.html
28-Feb-2024 8:00:00 AM CST |
03-Apr-2024 9:00:00 AM CDT |
Acadia Parish School Board |
Rayne High School Boys Gym AC Addition
|
ADVERTISEMENT TO BID<br /> <br />ACADIA PARISH SCHOOL BOARD<br /> <br />RAYNE HIGH SCHOOL BOYS GYM AC ADDITION<br />APSB Bid # E-205<br /> <br /> <br />Separate sealed bids for the RAYNE HIGH SCHOOL BOYS GYM AC ADDITION project will be received by the ACADIA PARISH SCHOOL BOARD in the Finance Department (School Board Central Office - 2402 N Parkerson Ave, Crowley, LA 70526), until 10:00 A.M. (Central time), March 27, 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 the following times and locations:<br /> <br />Rayne High School<br />9:00 AM – March 14, 2024<br />1016 N Polk St, Rayne, LA 70578<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />ACADIA PARISH SCHOOL BOARD<br />2402 N Parkerson Ave,<br />Crowley, LA 70526
https://www.centralauctionhouse.com/rfp48415434-rayne-high-school-boys-gym-ac-addition.html
28-Feb-2024 7:00:00 AM CST |
10-Apr-2024 10:00:00 AM CDT |
Acadia Parish School Board |
Mire Elementary School AC Replacement
|
ADVERTISEMENT TO BID<br /> <br />ACADIA PARISH SCHOOL BOARD<br /> <br />MIRE ELEMENTARY SCHOOL AC REPLACEMENT<br />APSB Bid # E-204<br /> <br /> <br />Separate sealed bids for the MIRE ELEMENTARY SCHOOL AC REPLACEMENT project will be received by the ACADIA PARISH SCHOOL BOARD in the Finance Department (School Board Central Office - 2402 N Parkerson Ave, Crowley, LA 70526), until 11:00 A.M. (Central time), March 27, 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 the following times and locations:<br /> <br />Mire Elementary School<br />11:00 AM – March 14, 2024<br />5484 Mire Hwy, Rayne, LA 70578<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />ACADIA PARISH SCHOOL BOARD<br />2402 N Parkerson Ave,<br />Crowley, LA 70526<br />
https://www.centralauctionhouse.com/rfp51616400-mire-elementary-school-ac-replacement.html
28-Feb-2024 7:00:00 AM CST |
10-Apr-2024 11:00:00 AM CDT |
Acadia Parish School Board |
Iota Middle School AC Replacement
|
ADVERTISEMENT TO BID<br /> <br />ACADIA PARISH SCHOOL BOARD<br /> <br />IOTA MIDDLE SCHOOL AC REPLACEMENT<br />APSB Bid # E-206<br /> <br /> <br />Separate sealed bids for the IOTA MIDDLE SCHOOL AC REPLACEMENT project will be received by the ACADIA PARISH SCHOOL BOARD in the Finance Department (School Board Central Office - 2402 N Parkerson Ave, Crowley, LA 70526), until 9:00 A.M. (Central time), March 27, 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 the following times and locations:<br /> <br />Iota Middle School<br />9:00 AM – March 15, 2024<br />456 South 5th St, Iota, LA 70543<br /> <br />The OWNER reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br /> <br />In accordance with R.S. 38:2212(8)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in R.S. 38:2219.A.( l )(a), (b) and (c).<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders.<br /> <br /><br />Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /> <br />Bidder shall show the Contractor's license number and name of the project on the Bid envelope as required by Louisiana Revised Statutes 37:2163.A.(l ).<br /> <br />In accordance with in R.S. 38:2215. A., no Bidder may withdraw his bid within forty-five (45) days after the actual date of the opening.<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.<br /> <br />ACADIA PARISH SCHOOL BOARD<br />2402 N Parkerson Ave,<br />Crowley, LA 70526<br />
https://www.centralauctionhouse.com/rfp53336860-iota-middle-school-ac-replacement.html
28-Feb-2024 7:00:00 AM CST |
10-Apr-2024 9:00:00 AM CDT |
City of Mandeville |
ITB FONTAINBLEAU STATE PARK FORCE MAIN REPAIR
|
INVITATION TO BID<br />CITY OF MANDEVILLE<br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, April 3, 2024, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete FONTAINBLEAU STATE PARK FORCE MAIN, A/E PROJECT NO. 21021A17; for the City of Mandeville. Bids will be opened and publicly read aloud after 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received after 11:00 A.M. will be returned unopened.<br />The Work of this Contract consists of repair of the existing bulkhead on the west bank of Bayou Castine from Lake Pontchartrain to the Jackson St. Boat Launch, and repair of bulkhead on the south side of the boat launch. Repair consists of piling extraction and driving, timber sheet removal and installation, timber decking, concrete sidewalk removal and installation, and supporting items of work.<br />A non-mandatory pre-bid conference will be held Thursday, March 21, 2024; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985)624-3169.<br />Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985) 624-3169. A complete set of Contract Documents may be secured from Digital Engineering & Imaging, Inc. – 3500 Hwy 190, Suite 201, Mandeville, LA 70471; by licensed Contractors upon payment of EIGHTY dollars ($80.00) per set. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids.<br />Please find bid related materials and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process please call Central Bidding at (225) 810-4814.<br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents.<br />The outside envelope in which the bid is placed must be clearly marked as follows:<br />Sealed Bid: FONTAINBLEAU STATE PARK FORCE MAIN<br />A/E PROJECT NO. 21021A17<br />Bid Due Date and Time: Wednesday, April 3, 2024; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND<br />LOUISIANA CONTRACTOR’S LICENSE NUMBER<br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 02/28/2024; 03/06/2024; 03/13/2024
https://www.centralauctionhouse.com/rfp93800373-itb-fontainbleau-state-park-force-main-repair.html
28-Feb-2024 12:00:00 AM CST |
03-Apr-2024 11:00:00 AM CDT |
City of Mandeville |
ITB GOLDEN GLEN WATER SYSTEM REPLACEMENT
|
INVITATION TO BID CITY OF MANDEVILLE<br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, March 27th, 2024, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete GOLDEN GLEN WATER SYSTEM REPLACEMENT, FAIRWAY CONSULTING AND ENGINEERING PROJECT NO. 21-0017A; for the City of Mandeville.<br />Bids will be opened and publicly read aloud after 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received after 11:00 A.M. will be returned unopened.<br />The work of this contract consists of furnishing and installing new potable water mains, valves, hydrants, service connections and appurtenant construction inclusive of removal and replacement of Portland cement concrete and asphalt concrete pavement, temporary environmental controls, and temporary traffic controls.<br />A NON-mandatory pre-bid conference will be held on Wednesday, March 14th, 2024; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169). Drawings and Specifications are open for inspection at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of Contract Documents may be secured from Fairway Consulting and Engineering located at 822 West 22nd Avenue, Covington, Louisiana 70433 (985-288-2770) by licensed Contractors upon payment of ONE HUNDRED dollars ($100.00) per set. This payment is refundable to bonafide bidders returning the Documents in good condition within ten (10) days after the Opening of Bids.<br />Please find bid related materials and place electronic bids at www.centralbidding.com. For questions relating to the electronic bidding process please call Central Bidding at (225) 810-4814.<br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents.<br />The outside envelope in which the bid is placed must be clearly marked as follows:<br />Sealed Bid: GOLDEN GLEN WATER SYSTEM REPLACEMENT FCE PROJECT 21-0017A<br />Bid Due Date and Time: WEDNESDAY, MARCH 27TH, 2024; 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND LOUISIANA CONTRACTOR’S LICENSE NUMBER<br />It is requested, but not mandatory, that the entire bid package be submitted in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer: 3xs: February 28th, March 6th, and March 13th, 2024
https://www.centralauctionhouse.com/rfp47922144-itb-golden-glen-water-system-replacement.html
28-Feb-2024 12:00:00 AM CST |
10-Apr-2024 12:00:00 PM CDT |
City of Mandeville |
ITB LIFT STATION 4 UPGRADES
|
INVITATION TO BID<br />CITY OF MANDEVILLE<br />Sealed bids will be received un????l the hour of 11:00 A.M., local ????me, Wednesday, April 10th, 2024, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete LIFT STATION 4 UPGRADES (FOY ST) COM PROJECT NO.:212.21.019; for the City of Mandeville. Bids will be opened and publicly read aloud a????er 11:00 A.M. in the City Council Chambers, City Hall, Mandeville, Louisiana. Any bids received a????er 11:00 A.M. will be returned unopened.<br />The Work consists of upgrades to Li???? Sta????on No. 4 (Foy St.). The work includes removal and replacement of discharge piping, removal and replacement of check and gate valves, installa????on of a new emergency pump out (EPO), upgrade of water service including backflow preventer, cover and freezeless hydrant, raising manhole cover and frame, installa????on of a new generator, by pass pumping and replacement of exis????ng pumps.<br />A non-mandatory pre-bid conference will be held Thursday, March 28th, 2024; 10:00 A.M., at Mandeville’s Department of Public Works, 1100 Mandeville High Blvd. Mandeville, LA 70471; (985-624-3169).<br />Drawings and Specifica????ons are open for inspec????on at the Mandeville Department of Public Works Director’s Office, 1100 Mandeville High Blvd., Mandeville, LA, 70471; (985-624-3169). A complete set of Contract Documents for this Task Order may be secured from High Tide Consultants, LLC located at 409 W. 21st Ave, Suite B, Covington, LA 70433; (985-446-1110) by licensed Contractors upon payment of One Hundred Dollars (100.00) per set. This payment is refundable to bonafide bidders returning the Documents in good condi????on within ten (10) days a????er the Opening of Bids.<br />Please find bid related materials and place electronic bids at www.centralbidding.com. For ques????ons rela????ng to the electronic bidding process please call Central Bidding at (225) 810-4814.<br />Each bid must be accompanied by a bid security in the form of cer????fied check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without condi????ons to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and condi????ons of the Contract Documents.<br />The outside envelope in which the bid is placed must be clearly marked as follows:<br />Sealed Bid: LIFT STATION 4 UPGRADES (FOY ST) COM PROJECT NO.:212.21.019<br />Bid Due Date and Time: Wednesday, April 10th, 2024 at 11:00 A.M.<br />INCLUDE: CONTRACTOR’S NAME, ADDRESS, AND LOUISIANA CONTRACTOR’S LICENSE NUMBER<br />It is requested, but not mandatory, that the en????re bid package be submited in duplicate. Duplicate copy can be a photocopy.<br />All applicable laws, ordinances, and the rules and regula????ons of all authori????es having jurisdic????on over construc????on of the project shall apply to the Contract throughout.<br />___________________________<br />Mayor Clay Madden<br />City of Mandeville<br />St Tammany Farmer Adver????sement Dates: February 28th, 2024; March 6th, 2024; March 13th, 2024
https://www.centralauctionhouse.com/rfp52275103-itb-lift-station-4-upgrades.html
28-Feb-2024 12:00:00 AM CST |
10-Apr-2024 11:00:00 AM CDT |
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 Wednesday, April 3, 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 <br />
https://www.centralauctionhouse.com/rfp51600622-fourchon-beach-maintenance-restoration-and-protection-s1912.html
28-Feb-2024 12:00:00 AM CST |
03-Apr-2024 10:00:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Small Kitchen Equipment
|
https://www.centralauctionhouse.com/rfp42117675-2024-2025-small-kitchen-equipment.html
27-Feb-2024 8:00:00 AM CST |
09-Apr-2024 9:00:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Dry & Canned Purchased Foods Bid
|
https://www.centralauctionhouse.com/rfp90686296-2024-2025-dry-canned-purchased-foods-bid.html
26-Feb-2024 9:00:00 AM CST |
02-Apr-2024 9:00:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Frozen Foods & Meat Bid
|
https://www.centralauctionhouse.com/rfp48170054-2024-2025-frozen-foods-meat-bid.html
26-Feb-2024 9:00:00 AM CST |
03-Apr-2024 9:00:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Paper & Cleaning Supplies Bid
|
https://www.centralauctionhouse.com/rfp10037918-2024-2025-paper-cleaning-supplies-bid.html
26-Feb-2024 9:00:00 AM CST |
04-Apr-2024 9:00:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Milk Bid
|
https://www.centralauctionhouse.com/rfp35089838-2024-2025-milk-bid.html
26-Feb-2024 9:00:00 AM CST |
05-Apr-2024 9:00:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Fresh Shell Eggs Bid
|
https://www.centralauctionhouse.com/rfp99056335-2024-2025-fresh-shell-eggs-bid.html
26-Feb-2024 9:00:00 AM CST |
05-Apr-2024 9:30:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Frozen or Fresh Chilled Juice Bid
|
https://www.centralauctionhouse.com/rfp86684537-2024-2025-frozen-or-fresh-chilled-juice-bid.html
26-Feb-2024 9:00:00 AM CST |
05-Apr-2024 10:00:00 AM CDT |
St. Mary Parish School Board |
2024-2025 Fresh Produce Bid
|
https://www.centralauctionhouse.com/rfp91314760-2024-2025-fresh-produce-bid.html
26-Feb-2024 9:00:00 AM CST |
05-Apr-2024 10:30:00 AM CDT |
City of Alexandria |
#1816P Overhead Electric Distribution Maintenance Services
|
It is the intent of the City of Alexandria to secure pricing on OVERHEAD ELECTRIC DISTRIBUTION AND TRANSMISSION MAINTENANCE SERVICES, for use by the City of Alexandria Electric Distribution Department for the purpose of providing labor, tools, and equipment to support the safe and reliable operation of the City’s 12.5kV overhead electric distribution system AND 138kV transmission system.
https://www.centralauctionhouse.com/rfp64036735-1816p-overhead-electric-distribution-maintenance-services.html
23-Feb-2024 1:30:00 PM CST |
01-Apr-2024 2:00:00 PM CDT |
City of Alexandria |
Bid #2465 Chlorination Equipment Water Department
|
It is the intent of the City of Alexandria to secure pricing on CHLORINATION EQUIPMENT, which includes a vacuum regulator with meter assembly, gas detectors, water quality monitors/residual analyzer instrument, actuator, refrigerated sampler and scales for use by the City of Alexandria Water Department.
https://www.centralauctionhouse.com/rfp91389313-bid-2465-chlorination-equipment-water-department.html
23-Feb-2024 12:00:00 AM CST |
02-Apr-2024 10:00:00 AM CDT |
City of Alexandria |
City of Alexandria Customer Service Building IAQ HVAC Revisions
|
ADVERTISEMENT TO BID<br /> <br />CITY OF ALEXANDRIA<br /> <br />PUBLIC Building HVAC Improvements<br />For Indoor Air Quality<br />Phase 1 Customer Service Building<br /> <br />Separate sealed bids for Customer Service Building IAQ Enhancements project will be received by the City of Alexandra in the City Council Chambers at 915 3rd St, Alexandria, LA 71301, until 10:00 A.M. (Central time), April 02, 2024. Sealed bids will then be publicly opened and read aloud in the City Council Chambers on the first floor. Any bid received after the specified time and date will not be considered.<br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance Bond and Payment Bond, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />ADG ENGINEERING<br />301 JACKSON STREET, SUITE 204<br />ALEXANDRIA, LOUISIANA 701301<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 Mandatory Pre-Bid Conference will be held at 10:00 AM on March 12, 2024, at Customer Service Building, 625 Murray St, 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.
https://www.centralauctionhouse.com/rfp91382660-city-of-alexandria-customer-service-building-iaq-hvac-revisions.html
23-Feb-2024 12:00:00 AM CST |
16-Apr-2024 10:00:00 AM CDT |
City of Plaquemine |
Plaquemine Police Station Renovations
|
ADVERTISEMENT FOR BIDS <br />Sealed bids are requested by City of Plaquemine from general contractors for construction of:<br /> <br />PROJECT NAME: Plaquemine Police Station Renovations<br />PROJECT NUMBER: 43-032-23<br /> <br />Bids will be received at:<br />City of Plaquemine, Attn City Clerk’s Office<br />ATTN: BID DOCUMENT: CITY OF PLAQUEMINE - PLAQUEMINE<br />POLICE STATION RENOVATIONS<br />Mailing: P.O. Box 675, Plaquemine, LA70765-0675<br />Physical: Plaquemine City Hall, First Floor, 23640 Railroad Avenue, Plaquemine, LA 70764<br />until:<br />2:00 PM, LOCAL TIME, MARCH 21, 2024<br /> <br />at which time all bids will be publicly opened and read aloud at:<br /> <br />Plaquemine City Hall<br />Third Floor, Mayor’s Conference Room<br />23640 Railroad Avenue, Plaquemine, LA 70764<br /> <br />Complete Bid Documents may be obtained electronically only from Central Bidding (centralauctionhouse.com).<br /> <br />The successful Bidder is allowed One Hundred Fifty (150) calendar days to complete the Project from the commencement date stated in the Agreement or a Notice to Proceed. Liquidated damages will be assessed at $500 for each consecutive calendar day for which the work is not substantially complete and $500 for each consecutive calendar day beginning the 46th day after the date of Substantial Completion for which all of the work listed on the punch list is not complete.<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained from www.centralauctionhouse.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:<br />Fusion Architects, APC, 3488 Brentwood Drive, Suite 101, Baton Rouge, LA 70809; email:
[email protected].<br /> <br />Bids must be accompanied by a bid security equal to 5 percent of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond.<br /> <br />A PRE-BID CONFERENCE will be held onsite at 23540 Railroad Ave., Plaquemine, LA 70764 on March 12, 2024, at 10:00 a.m. Attendance at this Pre-Bid Conference is Mandatory to submit a bid.<br /> <br />The apparent low bidder must complete and deliver to Fusion Architect’s at the address stated above within ten (10) calendar days after the date of the opening of the Bids the sworn affidavit required to comply with La. R.S. 38:2212.10 regarding an employee status verification system, the signed no conviction affidavit required by La. R.S. 38:2227, the non-collusion affidavit required by La. R. S. 38:2224, and other required documents as specified in the Bidding Documents. No bid may be withdrawn for a period of 45 days after the date of the bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R. S. 37:2151 et seq.<br /> <br />The City of Plaquemine reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /> <br />Edwin M. "Ed" Reeves, Jr., Mayor<br />City of Plaquemine<br /> <br />02/22/2024; 2/29/2024; 3/7/2024
https://www.centralauctionhouse.com/rfp36465218-plaquemine-police-station-renovations.html
22-Feb-2024 10:30:00 AM CST |
04-Apr-2024 2:00:00 PM CDT |
St. Charles Parish Public Schools |
IFB for Processed Food Products Bid 2024-2025 SY
|
Invitation For Bid for Processed Food Products 2024-2025 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Friday, April 12, 2024 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana.
https://www.centralauctionhouse.com/rfp83924270-ifb-for-processed-food-products-bid-2024-2025-sy.html
22-Feb-2024 9:00:00 AM CST |
12-Apr-2024 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Frozen Food Products for the 2024-2025 SY
|
Invitation For Bid for Frozen Food Products for the 2024-2025 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Friday, April 12, 2024 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana
https://www.centralauctionhouse.com/rfp83999804-ifb-for-frozen-food-products-for-the-2024-2025-sy.html
22-Feb-2024 9:00:00 AM CST |
12-Apr-2024 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Milk and Milk Products for the 2024-2025 SY
|
Invitation For Bid for Milk and Milk Products for the 2024-2025 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Friday, April 12, 2024 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp35080452-ifb-for-milk-and-milk-products-for-the-2024-2025-sy.html
22-Feb-2024 9:00:00 AM CST |
12-Apr-2024 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Bread and Bread Products for the 2024-2025 SY
|
Invitation For Bid for Bread and Bread Products for the 2024-2025 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Friday, April 12, 2024 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp26638741-ifb-for-bread-and-bread-products-for-the-2024-2025-sy.html
22-Feb-2024 9:00:00 AM CST |
12-Apr-2024 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Cafeteria Janitorial & Paper Supplies for the 2024-2025 SY
|
Invitation For Bid for Cafeteria Janitorial & Paper Supplies for the 2024-2025 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Thursday, April 11, 2024 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp35054700-ifb-for-cafeteria-janitorial-paper-supplies-for-the-2024-2025-sy.html
22-Feb-2024 9:00:00 AM CST |
11-Apr-2024 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Small Cafeteria Equipment for the 2024-2025 SY
|
Invitation For Bid for Small Cafetereia Equipment for the 2024-2025 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Thursday, April 11, 2024 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp10018309-ifb-for-small-cafeteria-equipment-for-the-2024-2025-sy.html
22-Feb-2024 9:00:00 AM CST |
11-Apr-2024 9:00:00 AM CDT |
St. Charles Parish Public Schools |
IFB for Large Cafeteria Equipment for the 2024-2025 SY
|
Invitation For Bid for Large Cafeteria Equipment for the 2024-2025 SY. Bids will be opened and publicly acknowledged at the hour of 9am on Thursday, April 11, 2024 in the Office of Child Nutrition, St. Charles Parish Public Schools, 13855 River Road, Luling, Louisiana 70070.
https://www.centralauctionhouse.com/rfp83913128-ifb-for-large-cafeteria-equipment-for-the-2024-2025-sy.html
22-Feb-2024 9:00:00 AM CST |
11-Apr-2024 9:00:00 AM CDT |
Jefferson Parish Government |
5000144508 BONNABEL CANAL,PHASE 1 - VETERANS BLVD. TO POMONA ST., (Sheet pile and concrete slope paving construction)
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00144508<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 2, 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 />BONNABEL CANAL<br />VETERANS BOULEVARD TO WEST ESPLANADE AVE.<br /> <br />WEST SIDE CANAL BANK IMPROVEMENTS<br />PHASE 1 - VETERANS BLVD. TO POMONA ST.<br /> <br />PUBLIC WORKS PROJECT<br />PROJECT NO. 2022-021-DR<br />(Sheet pile and concrete slope paving construction)<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Pivotal Engineering, LLC, 1515 Poydras Street, Suite 1150, New Orleans LA 70112 (PHONE 504-799-3653, FAX 504-799-3654) by licensed contractors upon receipt of $100.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at the Purchasing Department, 200 Derbigny St., Suite 4400, Gretna, LA 70053 on March 14, 2024 at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 21, 28 and March 6, 2024.<br /> <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/rfp12598558-5000144508-bonnabel-canalphase-1--veterans-blvd-to-pomona-st-sheet-pile-and-concrete-slope-paving-construction.html
21-Feb-2024 2:00:00 PM CST |
02-Apr-2024 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0477 - To Provide an Exclusive Exterior/Interior Transit Bus and Paratransit Vehicle Advertising Contract for Jefferson Parish
|
<div><b>REQUEST FOR PROPOSAL</b><br /><b> <u>RFP 0477</u></b><br /> <br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to provide <b>an Exclusive Exterior/Interior Transit Bus and Paratransit Vehicle Advertising Contract for Jefferson Parish.</b><br /> <br />The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified Proposers who are interested in providing Scope of Work as defined in Part II of the RFP packet. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br /> <br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br /> <br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at <a href="http://purchasing.jeffparish.net/">http://purchasing.jeffparish.net</a> and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a> or <a href="http://www.centralbidding.com/">www.centralbidding.com</a>.<br /> <br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until <b><u>3:30 P.M</u></b>. on <b><u>April 4, 2024</u></b><u>.</u> Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br /> <br />A pre-proposal conference will be held at <b><u> 9:30 a.m., March 13, 2024 at the General Government Bldg., 200 Derbigny Street, Suite 4400, Purchasing, Gretna, 70053.</u></b> Prospective proposers may participate in the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any proposer intending to submit a proposal is encouraged to attend and should have at least one authorized representative attend the Pre-proposal Conference<br /> <br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> </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: February 21, 28, & March 6, 2024</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.
https://www.centralauctionhouse.com/rfp5077020-rfp-0477--to-provide-an-exclusive-exteriorinterior-transit-bus-and-paratransit-vehicle-advertising-contract-for-jefferson-parish.html
21-Feb-2024 9:48:00 AM CST |
04-Apr-2024 3:30:00 PM CDT |
Beauregard Parish Police Jury |
EMULSIFIED ASPHALT
|
<a name="_Hlk102049774"></a><a name="_Hlk129764172"></a><a name="_Hlk98316095"><b>ADVERTISEMENT FOR BIDS</b></a><br /> <br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open same on:<br /> <ol> <li>Friday, May 3, 2024</li></ol> <ol> <li value="2">At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. <u>Bids will be accepted through 9:30 a.m. on Friday, May 3, 2024.</u></li> <li value="3">For the following item(s):</li></ol> <br /><b>Emulsified Asphalts</b><br /><b>Tank Car Culverts</b><br /><b>Half Tank Car Culverts</b><br /><b>Cold Mix</b><br /><b>Corrugated Metal Culverts</b><br /> <ol> <li value="4">All bids must be submitted on PARISH BID FORMS, which may be obtained at the Beauregard Parish Police Jury Public Works Office, located at 201 West 2<sup>ND</sup> Street, DeRidder LA, or by calling (337)463-7019, or electronically at <a href="http://www.centralbidding.com/">www.centralbidding.com</a></li> <li value="5">Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award.</li> <li value="6">Official action on this bid will be taken within thirty (30) days by the Beauregard Parish Police Jury.</li> <li value="7">All bids MUST be plainly marked on the outside of the envelope:</li></ol>BID FOR “SPECIFY WHICH ITEM(S) BID ON”<br /> <br />/s/ Andrea Couch<br />Interim Parish Administrator<br /> <br />PUBLISH: Beauregard Daily News<br /> April 19, April 26, 2024<br /> <br />
https://www.centralauctionhouse.com/rfp65863644-emulsified-asphalt.html
16-Feb-2024 9:30:00 AM CST |
03-May-2024 9:30:00 AM CDT |
Lake Providence Port Commission |
Multi-Modal Freight Corridor Improvements SEAEDD Track Rehabilitation Project
|
NOTICE TO CONTRACTORS<br /> <br /> <br />Sealed bids for the construction of the following project will be received by the Lake Providence Port Commission (Contracting Agency) 409 Port Road, Lake Providence, Louisiana 71254, or electronically submitted on www.centralbidding.com until _1:00 p.m. (Central Standard Time) on Thursday, March 14, 2024, at which time and place bids will be publicly opened and read. No bids will be received after 1:00 pm (Central Standard Time).<br /> <br />STATE PROJECT NR: H.014377 (321)<br /> <br />IMPROVEMENTS TO: Multi-modal Freight Corridor Improvements<br /> (SEAEDD Track Rehabilitation Project)<br /> <br /> LOCATED IN: East Caroll Parish<br /> <br /> TYPE OF CONSTRUCTION: Rail Construction<br /> <br /> CONTRACTING AGENCY: Lake Providence Port Commission<br /> 409 Port Road<br /> Lake Providence, Louisiana, 71254<br /> <br /> ESTIMATED COST: Range: $10,000,000 to $12,000,000<br /> <br /> PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> <br /> Payable to Lake Providence Port Commission<br /> <br /> ENGINEER: HDR<br /> 10450 Holmes Road<br /> Kansas City, MO. 641331<br /> 816-412-1401<br /> and<br /> Digital Engineering<br /> 427 W. Esplanade Avenue, Suite 200<br /> Kenner, Louisiana 70065<br /> (504) 468-6129<br /> <br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.<br /> <br />A mandatory Pre-Bid meeting will be held at the Port of Lake Providence Office, 409 Port Road, Lake Providence, LA 71254, on February 29 at 10:00 AM.<br /> <br />Contractors are required to perform a hi-rail site review sometime between February 15, 2024, and February 29, 2024. Information for scheduling the hi-rail site review with the NLA Railroad will be included in the Instructions to Bidders.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br />Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Digital Engineering upon payment of $125.00 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. Plans and specifications may also be downloaded, and Bids electronically submitted on www.centralbidding.com.<br /> <br />The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.<br /> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br /> James A. Thom, IV, President<br /> <br /> LAKE PROVIDENCE PORT COMMISSION
https://www.centralauctionhouse.com/rfp86726738-multi-modal-freight-corridor-improvements-seaedd-track-rehabilitation-project-.html
15-Feb-2024 12:00:00 AM CST |
11-Apr-2024 1:00:00 PM CDT |
Capital Area Transit System (CATS) |
Solicitation #2024-NorthtransitCenter-001
|
PUBLIC NOTICE<br />Invitation to Bid <br />North Transit Center Construction<br />Solicitation #2024-NorthtransitCenter-001<br /> <br />The Capital Area Transit System (CATS), a political subdivision of the State of Louisiana, operating the public transit system in EBR Parish is accepting Proposals for North Transit Center Construction. Sealed bids are due to CATS Procurement Department by April 8, 2024, at 10:00 am (local time) at 2250 Florida Blvd., Baton Rouge, LA 70802. A copy of this ITB can be found on CATS and State Procurement websites at: http://www.brcats.com/page/procurement and https://wwwcfprd.doa.louisiana.gov/osp/lapac/deptbids.cfm. and Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />Bidders may submit written questions to:
[email protected] until Thursday, February 22, 2024, Bidders are reminded to check CATS website and State Procurement website often for addendums issued to this ITB. CATS is an Equal Opportunity Employer.<br />A non-mandatory pre bid conference will be held 10:00 am, February 26, 2023 at 350 N. Donmoor St, Baton Rouge, La. 70806.
https://www.centralauctionhouse.com/rfp86305205-solicitation-2024-northtransitcenter-001.html
02-Feb-2024 9:00:00 AM CST |
08-Apr-2024 10:00:00 AM CDT |
Sample Listings |
TAF Sample
|
This is a sample for demonstration purposes only.<br /><br />This is where the language from the public advertisement would be placed so the potential vendor has immediate access.<br /><br />EXAMPLE<br /><br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the 2022 Asphalt Street Rehabilitation Program project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11631): Base Bid – Asphalt milling, soil cement/lime treatment base work, asphalt patching, asphalt overlay, shoulder material, thermoplastic striping, markers, manhole/drainage grate/valve box adjustments and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Baker and delivered to the City Hall at 3325 Groom Road, Baker, LA 70714 not later than 2:00 p.m., on Wednesday, July 20, 2022. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, July 20, 2022, at the City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />The Owner has chosen the method of plan distribution to be via hard copies of the plans and specifications pursuant to LA R.S. 38:2212 as available through the office of the Engineer.<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractor’s license and classifications will be made prior to release of bid documents.<br /> <br />Pursuant to the Louisiana Revised Statute, vendors/contractors now have the option to submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 800-990-9339. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractor’s past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
https://www.centralauctionhouse.com/rfp96404192-taf-sample.html
29-Jul-2022 9:41:15 AM CDT |
31-Dec-2024 2:00:00 PM CST |
Sample Listings |
Sample Materials/Supplies Bid - (OPEN)
|
<br /><div style="text-align: center;"><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.
https://www.centralauctionhouse.com/rfp80115682-sample-materialssupplies-bid--open.html
08-Jun-2022 10:13:00 AM CDT |
31-Dec-2024 10:00:00 AM CST |
Sample Listings |
Sample Public Works Bid - June 8 (OPEN)
|
<br /><div style="text-align: center;"><br /><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />
https://www.centralauctionhouse.com/rfp75990837-sample-public-works-bid--june-8-open.html
08-Jun-2022 9:57:00 AM CDT |
31-Dec-2024 10:00:00 AM CST |
Sample Listings |
Sample Reverse Auction (1 year solicitation period)
|
This is an example of a Reverse Auction with a 1 Year Solicitation Period.
https://www.centralauctionhouse.com/rfp57701569-sample-reverse-auction-1-year-solicitation-period.html
22-Jun-2021 9:00:00 AM CDT |
31-Dec-2024 10:00:00 AM CST |
Sample Listings |
Sample Electronic Bid - Bid period open for addenda demonstration
|
Advertisement for Demonstration
https://www.centralauctionhouse.com/rfp28314654-sample-electronic-bid--bid-period-open-for-addenda-demonstration.html
30-Nov-2017 11:44:15 AM CST |
30-Dec-2024 11:00:00 AM CST |