Agency |
Title |
Date published |
Bid opening date |
City of Mandeville |
RFP: JANITORIAL SERVICES CONTRACT
|
PUBLIC NOTICE<br />REQUEST FOR PROPOSALS<br />JANITORIAL SERVICES CONTRACT<br />The City of Mandeville is soliciting sealed proposals from qualified vendors to provide comprehensive janitorial services for municipal buildings. Services must comply with specifications detailed in the Request for Proposals (RFP).<br />Proposal Deadline:<br />March 27, 2025, by 2:30 PM (local time)<br />Proposals submitted after the deadline will not be accepted.<br />Submission Requirements:<br />Electronic Submissions: Submit via www.centralbidding.com.<br />Hard Copy Submissions: Deliver one (1) original and one (1) digital copy (USB flash drive) in a sealed envelope marked:<br /><br />Sealed Proposal: CITY OF MANDEVILLE, JANITORIAL SERVICES CONTRACT<br />Deadline: March 27, 2025, 2:30 PM<br />Include: Vendor’s Name and AddressDeliver hard copies to:<br /><br />Purchasing Agent<br />City of Mandeville<br />3101 East Causeway Approach<br />Mandeville, LA 70448<br /><br />Pre-Proposal Conference and Site Visits:<br />A non-mandatory pre-proposal conference will be held on February 27, 2025, at 10:00 AM in the Mandeville City Hall Council Chamber, followed by guided site visits from 11:00 AM to 12:00 PM.<br /><br />Proposal Guarantee:<br />Each proposal must include a certified check, cashier’s check, or bond equivalent to at least 5% of the total proposal amount, payable to the City of Mandeville.<br /><br />Scope of Work:<br />The janitorial services contract includes labor, equipment, supplies, and supervision for the following locations:<br /><br />City Hall<br />Community Center<br />Police Department<br />DMV<br />Public Works Building<br />Trailhead Depot<br />Police Investigations Building<br /><br />RFP Documents and Questions:<br />Interested parties can obtain RFP specifications from the Purchasing Agent or via email at
[email protected]. Questions must be submitted in writing to the Purchasing Agent by March 6, 2025.<br /><br />The City of Mandeville reserves the right to reject any or all proposals in accordance with applicable laws and regulations.<br /><br />Contact Information:<br />For additional details, contact the Purchasing Agent at (985) 626-3144 or via email at
[email protected].<br /><br />Mayor Clay Madden<br />Tammany Farmer 3x’s 2/19, 2/26, 3/5
https://www.centralauctionhouse.com/rfp60036706-rfp-janitorial-services-contract.html
19-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:30:00 PM CDT |
St. Landry Parish Government |
2025 OBSTRUCTION REMOVAL - ST. LANDRY PARISH AIRPORT
|
<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the St. Landry Parish Government up to the hour of 2:00 p.m. CDST at the St. Landry Parish Government Office, 118 South Court Street, Basement Conference Room, Opelousas, Louisiana 70570, on<br />THURSDAY, MARCH 13, 2025<br />and then publicly opened and read, for the following items of work:<br />2025 Obstruction Removal - Runway 18/36 (Tree Removal, Clearing, Brush Mulching)<br /> including all necessary labor, materials, equipment, tools, etc., required as set forth in the Plans and Specifications. Copies of Plans, Specifications, Proposal Forms, and other Contract Documents may be examined and obtained from the office of Morgan Goudeau & Associates, Inc., 1703 West Landry Street, Opelousas, Louisiana, upon deposit of one hundred dollars($75.00) for each set of documents. Copies of Bid Documents can be provided in electronic format (PDF) at no cost. Deposits on the first set of documents furnished to bona fide PRIME BIDDERS, fully licensed by the Louisiana State Licensing Board for Contractors, will be fully refunded upon the return of the documents in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to said Prime Bidders, the payment of one hundred dollars($75.00) shall constitute the cost of reproduction and handling and will NOT BE REFUNDED. Please find Bid related materials and place electronic bids at www.centralbidding.com. Classification of Contractor’s License - Highway, Street and Bridge; Municipal and Public Works; or Heavy.<br />Policy: It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds.<br />Buy American Provision: The proposed contract is subject to Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Specifications.<br />A Non-Mandatory Pre-Bid meeting will be held on Wednesday, March 5, 2025 at 2:00 p.m., at the St. Landry Parish Airport Terminal Building, 299 Hanger Road, Opelousas, Louisiana 70570.<br />All Bidders and Proposers shall make good faith efforts, as defined in 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract 15.34% of the dollar value of the Prime Contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the Bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged are Women, Blacks, Hispanics, Native Americans, Asian-Pacific Americans and Asian-Indian Americans. The apparent successful Bidder (Proposer) will be required to submit information concerning the DBE’s that will participate in this Contract. The information will include the name and address for DBE, a description of the work to be performed by each named firm, and the dollar value of the Contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A Bid that fails to meet these requirements will be considered nonresponsive.<br />The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Specifications.<br />The Bidder (Proposer) must supply all the information required by the Bid or Proposal Form.<br />The Bidder must have an active SAMS CAGE CODE and UNIQUE ENTITY IDENTIFIER (UEI) number.<br />The successful Bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirements for such a Certification where the amount of the subcontract exceeds $10,000.00. Samples of the Certification and Notice to Subcontractors appear in the Specifications.<br />Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities.<br />For contracts of $50,000.00 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000.00 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract.<br />The Attention of Bidders is called particularly to the Instructions to Bidder’s in the Project Manual regarding specific requirements for submitting a bid for the project and bids submitted must conform to all requirements of Public Bid Law. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570 and be licensed to do business in the State of Louisiana.<br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof, unless withdrawal of bid is in accordance with LA. R.S. 38:2214C.<br />The St. Landry Parish Government reserves the right to reject any and all Bids for Just Cause in accordance with Public Bid Law.<br />Thus done and signed at Opelousas, Louisiana, this 4th day of February, 2025.<br />Jessie Bellard, President<br />St. Landry Parish Government<br />Attest: Jamie Speyrer<br />Director of Finance<br />ADVERTISE: FEBRUARY 13, 20, 27, 2025 (3T)
https://www.centralauctionhouse.com/rfp2493509-2025-obstruction-removal--st-landry-parish-airport.html
13-Feb-2025 12:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
St. Martin Parish Government |
ROADWAY IMPROVEMENTS FOR PETROLEUM PARKWAY EXTENSION
|
Notice is hereby given that sealed bids will be received either electronically at http://www.centralbidding.com or at St. Martin Parish Government, in the Carroll J. Fuselier Parish Council Meeting Room, at the St. Martin Parish Annex Building, located at 301 West Port Street, St. Martinville, Louisiana 70582 until 10:00 a.m. Central Time on March 26, 2025, for the following:<br /> <br />ROADWAY IMPROVEMENTS FOR PETROLEUM PARKWAY EXTENSION<br />and will at that time and location, be opened and read aloud. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed bids may be hand carried or mailed to the address listed above.<br /> <br />Scope of Services: The work shall consist of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc. for approximately 1 mile of replacement of asphalt concrete pavement with Portland cement concrete pavement and drainage improvements (subsurface drainage, side drains, roadside ditch regrading & installation of reinforced concrete box culvert) along Petroleum Parkway Extension in St. Martin Parish. All work shall be completed within 200 working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 contractors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Contractor may request the bid package electronically from C.H. Fenstermaker & Associates, LLC (337) 237-2200, Attention: Joshua L. Laborde, P.E.<br /> <br />Bidders submitting bids electronically are required to provide the same documents as vendors submitting through the mail or by hand delivery. Regardless of the bid results, the vendor will have 48 hours from opening of the bids to provide the St. Martin Parish Government the original documents. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid. If a vendor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non responsive.<br />
https://www.centralauctionhouse.com/rfp65424070-roadway-improvements-for-petroleum-parkway-extension.html
12-Feb-2025 12:00:00 AM CST |
26-Mar-2025 10:00:00 AM CDT |
City of Mandeville |
RFP: EMERGENCY MANAGEMENT CONSULTING SERVICES
|
PUBLIC NOTICE<br />CITY OF MANDEVILLE REQUEST FOR PROPOSALS<br /><br />EMERGENCY MANAGEMENT CONSULTING SERVICES<br /><br />The City of Mandeville invites qualified firms and individuals to submit proposals to provide Emergency Management Consulting Services. Services include assisting the City with preparedness, response, recovery, and mitigation activities for disaster and emergency events.<br />Key Details:<br /><br />Submission Deadline: 11:00 AM (local time), Wednesday, March 12, 2025.<br /><br />Submission Location:<br />Office of the Purchasing Agent,<br />Mandeville City Hall,<br />3101 East Causeway Approach,<br />Mandeville, LA 70448<br /><br />Proposals may also be submitted electronically via www.centralauctionhouse.comScope of Services:<br /><br />The consultant will support the City during all phases of emergency management, including:<br /><br />Preparedness: Reviewing and updating disaster recovery plans, FEMA compliance, and training City personnel.<br /><br />Response: Monitoring emergency contractors and documentation.<br /><br />Recovery: Assisting with damage assessments, FEMA project worksheets, and grant management.<br /><br />Mitigation: Coordinating hazard mitigation projects and ensuring compliance with federal regulations.Interested parties must meet the requirements outlined in the RFP and include all required forms and affidavits. Proposals received after the deadline will not be considered.<br />Proposal Documents:<br /><br />The complete RFP packet can be obtained by contacting the City’s Purchasing Agent at
[email protected].<br />Evaluation Criteria:<br /><br />Proposals will be evaluated based on professional experience, qualifications, technical approach, and Disadvantaged Business Enterprise (DBE) certification, among other criteria.<br />Additional Information:<br /><br />All questions regarding this RFP must be submitted in writing to
[email protected] no later than 2:00 PM, February 28, 2025.<br />The City of Mandeville reserves the right to reject any and all proposals and to award the contract deemed in its best interest.<br /><br />By Order of:<br />City of Mandeville<br />Mayor Clay Madden<br />Tammany Farmer 2/12, 2/19, 2/26
https://www.centralauctionhouse.com/rfp60074637-rfp-emergency-management-consulting-services.html
12-Feb-2025 12:00:00 AM CST |
12-Mar-2025 11:00:00 AM CDT |
Terrebonne Levee and Conservation District |
Reach L Floodwall
|
SECTION A<br /> <br />INVITATION TO BIDDERS<br /> <br />Sealed bids will be received on ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­Tuesday, March 18, 2025 by the Terrebonne Levee and Conservation District (TLCD), at the office of the TLCD, located at; 220A Clendenning Road, Houma, Louisiana 70363 until 10:00 A.M. CST as shown on the TLCD Conference Room Clock at which time sealed bids shall be publicly opened and read. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Director for handling in accordance with the Louisiana Public Bid Law.<br /> <br />A mandatory Pre-Bid Conference will be held on Wednesday, February 26, 2025 at 2:00 PM at the office of Terrebonne Levee and Conservation District located at 220-A Clendenning Rd, Houma, LA 70363. All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br />Each bid shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Terrebonne Levee and Conservation District<br />220A Clendenning Road<br /> Houma, Louisiana 70363<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />Official bid documents are posted on http://www.centralauctionhouse.com/ To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />The plans, specifications, and proposal forms will also be available upon request at the office of Angelette Design, LLC, 13379 Highway 3235, Larose, Louisiana 70373, Phone: (985) 798-7700. In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $175.00 for one (1) set of Contract Documents and Specifications, and upon return of the complete Contract Documents and Specifications in good condition within 10 days from receipt of Bids, shall be refunded the full deposit.<br /> <br />Project Name: Floodwall Structure for Reach L Pipeline Crossings<br /> Larose, Lafourche Parish, Louisiana<br /> <br /> Project Description: Construction of the project generally consist of clearing, excavation and embankment and other miscellaneous items show on the drawings or herein specified.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended. Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. <br /> <br />Contractor Classifications: Heavy Construction, Highway Street & Bridge Construction,<br /> Earthwork Drainage & Levees <br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization will result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(B)(5).<br /> <br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Terrebonne Levee & Conservation District. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents.In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes.<br /> <br />The Terrebonne Levee and Conservation District (TLCD) reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br />Angela Hidalgo<br />Executive Director<br />Terrebonne Levee and Conservation District<br /> <br /><br />
https://www.centralauctionhouse.com/rfp38355383-reach-l-floodwall-.html
10-Feb-2025 10:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
City of Thibodaux |
Vac-Con V390 Dual Engine, Combo Jet/Vacuum Cleaner, or Equivalent
|
NOTICE TO BIDDERS<br /> <br /> <br />ELECTRONIC BIDS for the purchase of one (1) Vac-Con V390 Dual Engine, Combo Jet/Vacuum Cleaner with Fan Style Vacuum System and 50 gpm @3000 psi Jet Rodder System, or equivalent, will be received by the City of Thibodaux until 10:00 A.M. local time, on Tuesday, February 25, 2025, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud in the City Council meeting room on the second floor of City Hall located at 310 West Second Street, Thibodaux, LA. Only electronic bids submitted on www.centralbidding.com will be accepted.<br /> <br />Bid Documents are available for download and examination beginning at 8:00 A.M. on Friday, February 7, 2025 only at CAH’s website at www.centralbidding.com. To view the bidding documents, download, and receive notices by e-mail, you must register with CAH. For information about the electronic submittal process, contact Central Auction House at (225) 810-4814.<br /> <br /> <br /> <br /> _/s/Jennifer Morvant________<br /> Jennifer Morvant<br /> Council Administrator<br /> <br /> <br /> <br />Publications: February 7 and 14, 2025<br />
https://www.centralauctionhouse.com/rfp30646458-vac-con-v390-dual-engine-combo-jetvacuum-cleaner-or-equivalent.html
07-Feb-2025 8:00:00 AM CST |
25-Feb-2025 10:00:00 AM CST |
School Food and Wellness Group |
Third Future Schools - Louisiana
|
Third Future Schools - Louisiana is seeking bids for a Food Service Management Company due March 14, 2025 at 4:00 PM CST to 4055 Prescott Road, Baton Rouge, LA 70805. A pre-bid meeting will not be held. Contact Jessica Lopez (
[email protected]) and Jenna Foster (
[email protected]) for details.
https://www.centralauctionhouse.com/rfp77999946-third-future-schools--louisiana.html
07-Feb-2025 12:00:00 AM CST |
14-Mar-2025 4:00:00 PM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Fleet Barn Expansion Ascension Parish Sheriff's Office
|
ADVERTISEMENT FOR BIDS<br /> <br />APSO FLEET BARN EXPANSION<br />13200 Airline HWY, Gonzales, LA 70737<br /> <br />Sealed bids will be received by the Ascension Parish Sheriff’s Office, no later than 2:00 p.m., Thursday, March 20, 2025, at the following address:<br /> <br />Ascension Parish Sheriff Office<br />828 S Irma Boulevard<br />Gonzales, LA 70737<br /> <br />All contractors are required to attend a Mandatory Pre-Bid Conference which will be held at ten (10) o’clock a.m. on February 27, 2025, at Ascension Parish Sheriff’s District 2 HQ, 13200 Airline HWY, Boulevard, Gonzales, LA 70737. The architect/owner reserves the right to reject the bid submitted by any contractor who fails to attend the Pre-Bid Conference.<br /> <br />Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />No project Contract Documents will be provided by the Architect or Owner.<br /><br /><br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his / her address, contractor’s state license number and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the Ascension Parish Sheriff’s Office, 828 S Irma Boulevard, Gonzales, LA 70737, mailed certified mail and must be received no later than the bid opening.<br /> <br />Ascension Parish Sheriff’s Office reserves the right to reject any and all bids for just cause.<br /> <br />Ascension Parish Sheriff’s Office<br />Bobby Webre, Sheriff<br /> <br />Gonzales Weekly – Please publish 02/06/2025, 02/13/2025, 02/20/2025.
https://www.centralauctionhouse.com/rfp45855832-invitation-to-bid--fleet-barn-expansion-ascension-parish-sheriffs-office.html
06-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Ascension Parish Government |
Pumped Sand and Riversilt
|
<b>P A R I S H O F A S C E N S I O N<br />PURCHASING</b><br /><br /><b>Clint Cointment</b><br />Parish President<br /><br /><b>CLINT COINTMENT </b> <b>Jim Buras</b><br />Ascension Parish President Purchasing DirectorBID NOTICE<br /><br />Sealed bids will be received by Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales,<br />Louisiana (mailing address P.O. Box 2392, Gonzales, Louisiana 70707-2392) <b>until Tuesday, February<br />25th at 10:00am CST. </b>Unless submitting bid via online, bids must be enclosed in a sealed envelope<br />bearing on the outside the name of the Bidder, Bidder’s address, and the name of the<br />material/project for which the bid is submitted. The bids will be publicly opened and read aloud for<br />the following:<br /><br /><b>PUMPED SAND</b><br /><br />Delivered to locations listed below and stockpiled Priced Per Yard Only<br />Alternate No. 1 – Material picked-up by Ascension<br /> Parish Government Priced Per Yard Only<br /><br /><b>RIVER SILT</b><br /><br />Delivered to locations listed below and stockpiled Priced Per Yard Only<br />Alternate No. 1 – Material picked-up by Ascension<br /> Parish Government Priced Per Yard Only<br /><br /><b>STOCKPILE LOCATIONS:</b><br /><br />1 ASCENSION PARISH PUBLIC WORKS DEPARTMENT (EAST)<br /> 42077 CHURCHPOINT ROAD, GONZALES, LOUISIANA 70737<br />2 ASCENSION PARISH PUBLIC WORKS DEPARTMENT (WEST)<br /> 725 CHURCH STREET, DONALDSONVILLE, LOUISIANA 70346<br />3 LAMAR DIXON EXPO CENTER<br /> 9039 S. ST. LANDRY ROAD, GONZALES, LOUISIANA 70737<br />4 FIRE PROTECTION DISTRICT NO. 1<br /> 13192 N. AIRLINE HIGHWAY, GONZALES, LOUISIANA 70737<br />5 FIRE PROTECTION DISTRICT NO. 2<br /> 700 LAFOURCHE STREET, DONALDSONVILLE, LOUISIANA 70346<br />6 FIRE PROTECTION DISTRICT NO 3<br /> 14517 HIGHWAY 73, PRAIRIEVILLE, LA 70769<br /><br /><b>P A R I S H O F A S C E N S I O N<br />PURCHASING</b><br /><br />Ascension Parish Governmental Complex, 615 East Worthey Street, Gonzales, Louisiana 70737<br />Telephone (225) 450-1115 www.ascensionparish.net<br /><br /><b>Clint Cointment</b><br />Parish President<br /><br /><b>State of Emergency (Federal, State and Local)</b><br /><br /><b>During a Declared State of Emergency, you may be asked to deliver material to locations not listed above.<br />The Parish will allow a $2.00 per yard increase during these declarations to locations not listed above.<br />This may include Ascension Parish Fire Stations, Ascension Parish Schools, and any other Ascension Parish<br />location(s) deemed necessary by Parish Government.</b><br /><br />Bids are to be submitted on <b>price per yard basis only</b>, for a one-year period.<br /><br />Bids will be accepted for a period of one (1) year to commence upon the date of approval.<br /><br />Specification/bidding documents may be obtained at the Ascension Parish Government Purchasing<br />Department located at 615 E. Worthey Street, Gonzales, LA 70737. Electronic Bids are accepted at<br />Central Bidding. Central bidding can be accessed at <b>http://www.centralauctionhouse.com</b>. For<br />questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. All<br />addenda, corrections, and responses to this public notice shall be posted to<br /><b>http://www.centralauctionhouse.com.</b><br /><br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a<br />bid due to failure or incomplete delivery of the files submitted via the internet.<br /><br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for<br />Qualifications, or Request for Proposals if it is determined that the submitting business entity is not<br />in good standing with the Louisiana Secretary of State or is not authorized to do business in the State<br />of Louisiana.<br /><br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /><br /><b>ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT</b><br /><br /><b>DONALDSONVILLE CHIEF - Please publish: 02/06, 02/13, 02/20/2025<br />GONZALES WEEKLY - Please publish: 02/06, 02/13, 02/20/2025</b><br /><br />Ascension Parish Governmental Complex, 615 East Worthey Street, Gonzales, Louisiana 70737<br />Telephone (225) 450-1115<br />www.ascensionparish.net
https://www.centralauctionhouse.com/rfp70362125-pumped-sand-and-riversilt.html
06-Feb-2025 12:00:00 AM CST |
25-Feb-2025 10:00:00 AM CST |
St. Charles Parish Government |
St. Charles Parish Edward A. Dufresne Community Center Chiller Replacement/Upgrade
|
SECTION 00010<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />The Parish of St. Charles, hereby advertises bids for construction of Edward A. Dufresne Community Center Chiller Replacement/Upgrade as follows:<br /> <br />Owner: St. Charles Parish<br /> <br />Project Title: Edward A. Dufresne Community Center Chiller Replacement/Upgrade<br /> <br />Project No.: GB240701<br /> <br />Principal Work Location: 274 Judge Edward Dufresne Pkwy. Luling LA 70070<br /> <br />Description of Basic Work: Replacement of existing Air-Cooled Chiller, along with the addition of a new redundant Air-Cooled Chiller. Work includes full integration of replacement and new chiller to building systems including but not limited to piping, BAS, electrical, etc.<br /> <br />Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057, either by registered or certified mail with return receipt requested, or hand delivered, or electronically submitted at www.centralbidding.com, no later than 2:00P.M. local time on March 6, 2025. Promptly thereafter, the bids will be publicly opened and read aloud in the 2nd floor Council Chambers of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.<br /> <br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available to Contractors who are properly licensed in Louisiana or to bona fide suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, Huseman & Associates, LLC 3501 N. Causeway Blvd. Ste.710, Metairie, LA. 70002<br /> <br />A payment of $ 300.00 in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D).<br /> <br />Pre-Bid Conference: A Pre-Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on February 25, 2025 at 10:00 a.m. the St. Charles Parish Edward Dufresne Community Center, 274 Judge Edward Dufresne Pkwy. Luling., LA 70070. Attendance of the Pre-Bid Conference is Mandatory.<br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid.<br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title.<br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation.<br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening.<br /> <br /> <br />St. Charles Parish Council<br />Matthew Jewell, Parish President<br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br />The Advocate (Baton Rouge)<br />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /> <br />Thursday, February 06, 2025<br />Thursday, February 13, 2025<br />Thursday, February 20, 2025
https://www.centralauctionhouse.com/rfp51281857-st-charles-parish-edward-a-dufresne-community-center-chiller-replacementupgrade.html
06-Feb-2025 12:00:00 AM CST |
06-Mar-2025 2:00:00 PM CST |
St. Charles Parish Government |
Montz Pump Station No. 1
|
ADVERTISEMENT FOR BIDS <br /> <br />The Parish of St. Charles, hereby advertises bids for construction of Montz Pump Station No. 1 (P210301) as follows: <br /> <br />Owner: St. Charles Parish <br /> <br />Project Title: Montz Pump Station No. 1 <br /> <br />Project No.: P210301 <br /> <br />Principal Work Location: Montz, LA <br /> <br />Description of Basic Work: Construct a new drainage pump station with discharge over the Bonnet Carré Spillway upper guide levee. <br /> <br />Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3<br />rd Floor, Hahnville, Louisiana, 70057, either by registered or certified mail with return receipt requested, or hand delivered, or electronically submitted at www.centralbidding.com, no later than 10:00 a.m. local time on March 18, 2025. Promptly thereafter, the bids will be publicly opened and read aloud in the Parish Council Chambers of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. <br /> <br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available to Contractors who are properly licensed in Louisiana or to bona fide <br />suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, GIS Engineering, LLC. 935 Gravier Street, New Orleans, LA 70112. <br /> <br />A payment of $ 200.00 in cash or check payable to the Engineer will be required for each complete set of the Bidding Documents. This payment is refundable as provided in the La.R.S.38:2212(D). <br /> <br />Pre-Bid Conference: A Pre-Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on February 19, 2025 at 10:00 a.m. the St. Charles Parish Department of Public Works and Wastewater, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is Mandatory. <br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid. <br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title. <br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation. <br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening. <br /> <br /> <br />St. Charles Parish Council <br />Matthew Jewell, Parish President
https://www.centralauctionhouse.com/rfp46036014-montz-pump-station-no-1.html
06-Feb-2025 12:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
Tangipahoa Parish School System |
Hammond High Gym New HVAC Bid #2024-009-003
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on March 13, 2025, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room
https://www.centralauctionhouse.com/rfp16614410-hammond-high-gym-new-hvac-bid-2024-009-003.html
06-Feb-2025 12:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0306-REBID READY MIX PORTLAND CEMENT
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 25, 2025 for the following:<br /> <br />A25-0306-(REBID) READY MIX PORTLAND CEMENT<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 February 14, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Elizabeth Miller at (225) 389-3259, Ext. 3283, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp62499714-a25-0306-rebid-ready-mix-portland-cement.html
06-Feb-2025 12:00:00 AM CST |
25-Feb-2025 11:00:00 AM CST |
New Orleans Ernest N. Morial Convention Center |
C-2113 Provide Catwalk Repair Services
|
Information <br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Request for Proposals ("RFP") for C-2113 Provide Catwalk Repair Services as described in the bid documents and related exhibits. Response to this RFP does not guarantee a contract. <br />How to Obtain Documents<br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br />Response Requirements<br />All proposals are due by 10:00 a.m. on Friday, February 28, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center<br />
https://www.centralauctionhouse.com/rfp2431451-c-2113-provide-catwalk-repair-services-.html
06-Feb-2025 12:00:00 AM CST |
28-Feb-2025 10:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0701REBID OEM SRP & MAS FOR CHEVROLET TRUCKS & CARS
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 20, 2025, for the following:<br /> <br />A25-0701Rebid OEM SRP & MAS for chevrolet trucks & cars<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm February 14, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Haylee Kelly at (225) 389-3259, Ext. 3262, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp77985660-a25-0701rebid-oem-srp-mas-for-chevrolet-trucks-cars.html
05-Feb-2025 11:00:00 AM CST |
20-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0702REBID OEM SRP & MAS FOR DODGE JEEP TRUCKS & CARS
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 20, 2025, for the following:<br /> <br />A25-0702REBID OEM SRP & MAS for DODGE JEEP TRUCKS & CARS<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 14, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Haylee Kelly at (225) 389-3259, Ext. 3262, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening
https://www.centralauctionhouse.com/rfp17973174-a25-0702rebid-oem-srp-mas-for-dodge-jeep-trucks-cars.html
05-Feb-2025 11:00:00 AM CST |
20-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0703REBID OEM SRP & MAS FOR FORD TRUCKS & CARS
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 20, 2025, for the following:<br /> <br />A25-0703Rebid OEM SRP & MAS for ford trucks & cars<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 14, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Haylee Kelly at (225) 389-3259, Ext. 3262, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp94559005-a25-0703rebid-oem-srp-mas-for-ford-trucks-cars.html
05-Feb-2025 11:00:00 AM CST |
20-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0704REBID OEM SRP & MAS FOR FORD TRUCKS & CARS > 10000 GVW
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 20, 2025, for the following:<br /> <br />A25-0704Rebid OEM SRP & MAS for ford trucks & cars > 10000 GVW<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 14, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Haylee Kelly at (225) 389-3259, Ext. 3262, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp77914217-a25-0704rebid-oem-srp-mas-for-ford-trucks-cars-10000-gvw.html
05-Feb-2025 11:00:00 AM CST |
20-Feb-2025 11:00:00 AM CST |
St. Tammany Parish School Board |
Bonne Ecole Elementary School, Paving Repairs, Asphalt Mill and Overlay, STPSB Project No. P0307
|
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, Paving Repairs, Asphalt Mill and Overlay, STPSB Project No. P0307 on the 11th day of March, 2025 at 2:00 p.m. (Time shall be established by the PBX clock at the above referenced address), at which time and place bids will be publicly opened and read aloud.<br /> <br />Complete Bidding Documents provided by the Engineer, J.V. Burkes & Associates, 1805 Shortcut Hwy., Slidell, LA 70458, 985-649-0075, may be obtained through City Blueprint & Supply Co. located at 1200 West Causeway Approach, Suite 24, Mandeville, LA 70471, upon payment of a deposit of $50.00 for each set of documents. Deposits are refundable as provided for by law. Complete Bidding Documents are also available in electronic form. Electronic documents can be downloaded at no cost ($0.00) from City Blue Print at www.cityblueprint.com and are also available at www.centralbidding.com. Printing costs from electronic download of documents are the responsibility of the prospective bidder. Bid documents should be obtained through City Blueprint or at www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Engineer as set forth above or notify the Engineer of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /> <br />The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn except as provided for by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Preference may be given to materials, supplies and provisions produced, manufactured or grown in Louisiana in accordance with law.<br /> <br />The Owner reserves the right, in accordance with law, to reject any and all bids.<br /> <br />A pre-bid conference will be held on the 19th day of February, 2025 at 4:00 p.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, February 5, 2025<br /> Wednesday, February 12, 2025<br /> Wednesday, February 19, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp2468320-bonne-ecole-elementary-school-paving-repairs-asphalt-mill-and-overlay-stpsb-project-no-p0307.html
05-Feb-2025 9:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6874 CONTRACT TO SUPPLY MESH, ROLL WIRE, REBAR, METAL KEYWAY AND CHAIRS AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID</div> <div style="text-align: center;">Sealed Bid No. 25-6874</div> <br />February 5, 2025<br />CONTRACT TO SUPPLY MESH, ROLL WIRE, REBAR, METAL KEYWAY AND CHAIRS AS NEEDED<br />Sealed Bid No. 25-6874<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <br />CONTRACT TO SUPPLY MESH, ROLL WIRE, REBAR, METAL KEYWAY AND CHAIRS AS NEEDED<br /> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until Wednesday, March 12, 2025 at 9:45 a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /> <br /> <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 5, 2025<br />February 12, 2025<br />February 19, 2025
https://www.centralauctionhouse.com/rfp46384041-sealed-bid-25-6874-contract-to-supply-mesh-roll-wire-rebar-metal-keyway-and-chairs-as-needed.html
05-Feb-2025 8:30:00 AM CST |
12-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
RFP 25-6873 CONTRACT TO PROVIDE FOOD SERVICES FOR EMERGENCY AND DISASTER EVENTS
|
<div style="text-align: center;">PUBLIC NOTICE<br />RFP 25-6873<br />Provide Food Services<br />For Disaster and/or Emergency Events<br />For the City of Kenner</div> <br />The City of Kenner is interested in establishing a pre-placement contract to provide food and related services for disaster and/or emergency events on an as needed basis. This contract may be invoked for Parish, State and Federally declared disaster or emergency events.<br /><br /><b>This resulting contract from this RFP may be eligible for FEMA reimbursement.</b><br /><br />Interested individuals or firms can obtain a copy of the Request for Proposal packets by emailing the City of Kenner Finance Department at
[email protected] or visiting www.Kenner.la.us. RFP packets may also be obtained, as well as submitted, on www.centralauctionhouse.com. Completed packets are to be returned to the Finance Department by mail via USPS, Fed Ex or UPS no later than <b>9:45 A.M., Tuesday, March 18th, 2025.</b><br /><br />The City of Kenner reserves the right to reject any and all submissions. For additional information regarding this project, please contact
[email protected].<br /> <br /> <div> Michael J. Glaser Elizabeth Herring</div><div> Mayor Chief Financial Officer<br /> City of Kenner City of Kenner</div> <br /> <br />RFP No. 25-6873<br />The Advocate<br />February 5th, 12th, and 19th, 2025
https://www.centralauctionhouse.com/rfp82593406-rfp-25-6873-contract-to-provide-food-services-for-emergency-and-disaster-events.html
05-Feb-2025 8:30:00 AM CST |
18-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6875 RENTAL OF EMERGENCY POWER EQUIPMENT POST DISASTER
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6875</div> <br />02/05/2025<br />RENTAL OF EMERGENCY POWER EQUIPMENT POST DISASTER<br />Sealed Bid No. 25-6875<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Rental of Emergency Power Equipment Post Disaster</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until<b> March 10th, 2025 at 9:45 a.m</b>., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 5th, 2025<br />February 12th, 2025<br />February 19th, 2025
https://www.centralauctionhouse.com/rfp30633602-sealed-bid-25-6875-rental-of-emergency-power-equipment-post-disaster.html
05-Feb-2025 8:30:00 AM CST |
10-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6872 CONTRACT TO PROVIDE GUARDRAIL MAINTENANCE
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6872</div> <br />02/05/2025<br />CONTRACT TO PROVIDE GUARDRAIL MAINTENANCE<br />Sealed Bid No. 25-6872<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Provide Guardrail Maintenance</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until<b> March 11th, 2025 at 9:45 a.m.,</b> by the City of Kenner in the Finance Department located at:<div style="text-align: center;"> <br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 5th, 2025<br />February 12th, 2025<br />February 19th, 2025
https://www.centralauctionhouse.com/rfp9304708-sealed-bid-25-6872-contract-to-provide-guardrail-maintenance.html
05-Feb-2025 8:30:00 AM CST |
11-Mar-2025 9:45:00 AM CDT |
Rapides Parish School Board |
Bid 25-26: Turnkey Purchase and Installation of Serving Line at Northwood High School
|
INVITATION TO BID<br /> <br />Sealed Bids will be received in the Purchasing Department of the Rapides Parish School Board, in the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana until 11:00 am, February 27, 2025 for<br /> <br /> Turnkey Purchase and Installation of Serving Line at Northwood High School<br />(BID NO 25-26) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time, Thursday, February 27, 2025 at 11:00 AM, will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to P. O. Box 7117, Alexandria, Louisiana 71306. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by bid security equal to five (5%) of the total bid and must be in the form of a Certified Check, Cashier’s Check, Bank Money Order or Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />Awards will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211 et. Seq, the Rapides Parish School Board reserves the right to reject any and all bids for just cause.<br /> <br /> <br />Bids may be submitted electronically at www.centralbidding.com or in sealed envelopes that must be clearly marked with Vendor’s Name and “Turnkey Purchase and Installation of Serving Line at Northwood High School (Bid No. 25-26)” and delivered to:<br /> <br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br /> <br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, Chief Financial Officer<br />RAPIDES PARISH SCHOOL BOARD<br /> <br /> <br />Publication dates: February 5, 2025<br /> February 12, 2025
https://www.centralauctionhouse.com/rfp1100745-bid-25-26-turnkey-purchase-and-installation-of-serving-line-at-northwood-high-school.html
05-Feb-2025 8:00:00 AM CST |
27-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
Bid 25-27: Turnkey Purchase and Installation of Serving Line at Cherokee Elementary
|
INVITATION TO BID<br /> <br />Sealed Bids will be received in the Purchasing Department of the Rapides Parish School Board, in the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana until 11:00 am, February 27, 2025 for<br /> <br /> Turnkey Purchase and Installation of Serving Line at Cherokee Elementary<br />(BID NO 25-27) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time, Thursday, February 27, 2025 at 11:00 AM, will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to P. O. Box 7117, Alexandria, Louisiana 71306. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by bid security equal to five (5%) of the total bid and must be in the form of a Certified Check, Cashier’s Check, Bank Money Order or Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />Awards will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211 et. Seq, the Rapides Parish School Board reserves the right to reject any and all bids for just cause.<br /> <br /> <br />Bids may be submitted electronically at www.centralbidding.com or in sealed envelopes that must be clearly marked with Vendor’s Name and “Turnkey Purchase and Installation of Serving Line at Cherokee Elementary (Bid No. 25-27)” and delivered to:<br /> <br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br /> <br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, Chief Financial Officer<br />RAPIDES PARISH SCHOOL BOARD<br /> <br /> <br />Publication dates: February 5, 2025<br /> February 12, 2025
https://www.centralauctionhouse.com/rfp2423140-bid-25-27-turnkey-purchase-and-installation-of-serving-line-at-cherokee-elementary.html
05-Feb-2025 8:00:00 AM CST |
27-Feb-2025 11:00:00 AM CST |
Vermilion Parish School Board |
Phase I Restoration of Hurricane Damage at the Central Office Complex Main Office, Annex Office, and Sales Tax Office Buildings
|
<b>NOTICE TO BIDDERS</b><br />Notice is hereby given that sealed bids will be received by the Vermilion Parish School Board either online at www.centralauctionhouse.com or at the Vermilion Parish School Board Annex Building, 220 South Jefferson Street, Abbeville, Louisiana, 70510 until <b>2:00 PM – Tuesday, March 11, 2025</b>, for the following:<br /> <br /><b>BID NO. 2024.754<br />PHASE I RESTORATION OF HURRICANE DAMAGE AT THE<br />CENTRAL OFFICE COMPLEX<br />MAIN OFFICE, ANNEX OFFICE, AND SALES TAX OFFICE BUILDINGS<br />ABBEVILLE, LOUISIANA<br />FOR THE<br />VERMILION PARISH SCHOOL BOARD</b><br /> <br />and will thereafter, be publicly opened and read aloud. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />The work generally consists of the restoration of storm damage to the Central Office Complex Main Office, Annex Office, and Sales Tax Office Buildings. The Project includes removal, replacement and/or incidental repairs of Asphalt Shingle and SBS Modified Bitumen Roof Systems including base flashing and sheet metal flashings, trim, gutters and downspouts. Also included is repair, replacement and repainting of exterior building envelope components and trim as well as masonry repairs, restoration and waterproofing of the exterior brick masonry walls. Note that certain components of the building are asbestos containing materials (ACM) that will need to be abated and legally disposed of as well as are coated with lead based paints that will need to be abated, encapsulated, and /or removed and legally disposed of in accordance with regulatory requirements as noted on the drawings and/or specifications. The Project further includes removal and replacement of a majority of the windows with a limited amount of repair and painting of existing window units where noted. Additionally, the project includes replacement of a limited amount of damaged and/or previously removed suspended acoustical ceiling tile finishes, restoration and repair of interior plaster walls, interior gypsum board walls, ceiling and/or floor finishes. The Project will be strictly phased and scheduled to allow for full occupancy and use of the facilities by the Staff and Public.<br /> <br /><b>A Pre-Bid Conference will be held at the Project Site (220 South Jefferson Street, Abbeville, Louisiana) at 9:00 AM, Tuesday, February 25, 2025. All interested parties are encouraged to attend. Please meet at the Main Office Building’s Main Front Entrance.</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 $15.00 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 /> <br /> <br /><b>Notice: Prime Bidders (General Contractors) must register with and acquire either printed or electronically delivered 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 their plans and specifications from the office of the Architect shall be rejected.</b><br /> <br /><b>The Contractor and all of his Subcontractors shall be designated as an Agent for the Purchasing of Materials and/or Leasing of Equipment for this project by the Owner and will thereby be exempt from the payment of State and Local Sales and Use taxes for this project as specified elsewhere in this project manual.<br /> </b><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. Bid Bonds shall be accompanied by a Power of Attorney as described in the Instructions to Bidders Section of the Specifications. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents.<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 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 />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 />Any person with disabilities requiring special accommodations must contact Vermilion Parish School Board Administrative Offices no later than seven (7) days prior to bid opening.<br /> <br />Vermilion Parish School Board<br /> <br />Thomas J. Byler<br />Superintendent<br /><br />Publish Dates: February 5, 12, & 19, 2025<br />
https://www.centralauctionhouse.com/rfp30607599-phase-i-restoration-of-hurricane-damage-at-the-central-office-complex-main-office-annex-office-and-sales-tax-office-buildings.html
05-Feb-2025 12:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
Vermilion Parish School Board |
Phase II Restoration of Hurricane Damage at the Central Office Complex Reroofing of the Child Nutrition/Instructional Supplies & Maintenance Department Warehouses
|
<b>NOTICE TO BIDDERS</b><br />Notice is hereby given that sealed bids will be received by the Vermilion Parish School Board either online at www.centralauctionhouse.com or at the Vermilion Parish School Board Annex Building, 220 South Jefferson Street, Abbeville, Louisiana, 70510 until <b>2:30 PM – Tuesday, March 11, 2025</b>, for the following:<br /> <br /><b>BID NO. 2024.761<br />PHASE II - RESTORATION OF HURRICANE DAMAGE<br />AT THE<br />CENTRAL OFFICE COMPLEX<br />REROOFING OF THE<br />CHILD NUTRITION/ INSTRUCTIONAL SUPPLIES AND<br />MAINTENANCE DEPARTMENT WAREHOUSES<br />FOR THE VERMILION PARISH SCHOOL BOARD<br />ABBEVILLE, LOUISIANA</b><br /> <br />and will thereafter, be publicly opened and read aloud. Bids received after the above-specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />The work generally consists of the restoration of storm damage at the Central Office Complex Child Nutrition/ Instructional Supplies Warehouse Building ‘D’ and Maintenance Department Warehouse Building ‘F’. The Project includes removal and replacement of the existing, approximate 5,330 Square Foot Gravel Surfaced Built-up Roofing System on Building ‘D’ along with removal and replacement of the existing, approximate 6,200 sq. ft. Smooth Surfaced Built-up Roof System on Building F. The Project includes all necessary Sheet Metal Flashing and Trim, incidental wood fascia and trim repair, painting and other ancillary work as noted on the drawings. The Project will be strictly phased and scheduled to allow for full occupancy and use of the facilities by the Staff and Public.<br /> <br /><b>A Pre-Bid Conference will be held at the Project Site (220 South Jefferson Street, Abbeville, Louisiana) at 10:00 AM, Tuesday February 25, 2025. All interested parties are encouraged to attend. Please meet at the Child Nutrition/Instructional Supplies Warehouse, Building ‘D’.<br /> </b><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 $60.00 for each set of documents plus $15.00 postage and handling fee if applicable. Deposit for the first set is fully refundable to all bona fide prime contract bidders and a refund of $30.00 will be made for all additional sets to general contractors and to all subcontractors and material suppliers upon return of documents in good condition not later than ten (10) days after receipt of bids. The deposit for damaged, incomplete or late returned documents may be forfeited. Partial sets of documents will not be issued. As an option to printed plans and specifications, parties may request and acquire an electronic copy (in pdf format) set of plans, specifications and bidding documents from the office of the Architect at no cost. Plans, specifications and bid documents shall be available until twenty-four (24) hours before the bid opening. For convenience, complete Sets of Plans and Specifications may also be viewed online at http://www.centralauctionhouse.com. <br /> <br /><b>Notice: Prime Bidders (General Contractors) must register with and acquire either printed or electronically delivered 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 their plans and specifications from the office of the Architect shall be rejected.</b><br /> <br />The Contractor and all of his Subcontractors shall be designated as an Agent for the Purchasing of Materials and/or Leasing of Equipment for this project by the Owner and will thereby be exempt from the payment of State and Local Sales and Use taxes for this project as specified elsewhere in this project manual.<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. Bid Bonds shall be accompanied by a Power of Attorney as described in the Instructions to Bidders Section of the Specifications. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents.<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 OR SPECIALTY, ROOFING AND SHEET METAL, SIDING 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 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 />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 />Any person with disabilities requiring special accommodations must contact Vermilion Parish School Board Administrative Offices no later than seven (7) days prior to bid opening.<br /> <br />Vermilion Parish School Board<br /> <br />Thomas J. Byler<br />Superintendent<br /> <br />Publish Dates: February 5, 12, & 19, 2025
https://www.centralauctionhouse.com/rfp2421433-phase-ii-restoration-of-hurricane-damage-at-the-central-office-complex-reroofing-of-the-child-nutritioninstructional-supplies-maintenance-department-warehouses.html
05-Feb-2025 12:00:00 AM CST |
11-Mar-2025 2:30:00 PM CDT |
Flood Protection Authority - East |
LAKE VISTA COMMUNITY CENTER ROOF REPLACEMENT
|
ADVERTISEMENT FOR BIDS <br />Sealed bids will be received by the Lakefront Management Authority (LMA), 6001 Stars & Stripes Blvd., Terminal Bldg., Suite 219, New Orleans, Louisiana 70126 until 2:00 p.m. on MARCH 18, 2025<br /> <br />FOR: LAKE VISTA COMMUNITY CENTER ROOF REPLACEMENT<br /> <br />Complete Bid Documents for this project are available in electronic and printed form. Printed bid documents are available upon payment of Seventy-Five Dollars ($75.00) per set. Payment for drawings is non-refundable. Printed Bid Documents may be obtained from:<br /> <br />Meyer Engineers, Ltd. | 4937 Hearst Street, Suite 1B, Metairie, LA 70001 |<br />Attn: Alfonso Romero, Email:
[email protected] | Phone: 504-885-9892<br /> <br />Electronic Bid Documents may be obtained without charge and without deposit at:<br /> <br />Lakefront Management Authority Website: nolalakefront.com or<br />Central Auction House website: www.centralauctionhouse.com<br /> <br />All bids shall be accompanied by bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with bid proposal and all terms and conditions of the Bid Documents.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />at 10:00 a.m. on FEBRUARY 27, 2025 <br />at the Lake Vista Community Center,<br /> 6500 Spanish Fort Blvd., Suite 200,<br />New Orleans, LA 70124.<br /> <br />Bids shall be accepted only from those bidders who attend the MANDATORY Pre-Bid Conference in its entirety. A highly-encouraged jobsite visit will be held following the Pre-Bid Conference. The jobsite visit is not mandatory, but is highly encouraged for those submitting a bid to attend. The jobsite visit being conducted by LMA will facilitate access to project features that are located on private property. Outside of the recommended site visit, the Contractor may not have access to the facilities located on private property.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY LMA OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br />Contact the Lakefront Management Authority at (504) 355-5990 if directions are needed to the Mandatory Pre-Bid Conference or the highly encouraged Jobsite Visit.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2163 for the classification of ROOFING AND SHEET METAL, SIDING.<br /><br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. The Lakefront Management Authority encourages, to the extent feasible, participation by minority and woman-owned businesses in all bids and proposals for goods and services. It also encourages the structuring of major projects into categories which may commensurate with the capabilities of Disadvantaged Business Enterprises, and actively encourages major prime contractors to provide opportunities for these businesses to become involved as subcontractors.
https://www.centralauctionhouse.com/rfp29094106-lake-vista-community-center-roof-replacement.html
05-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Town of Berwick |
Roadway Improvements to Sixth Street
|
https://www.centralauctionhouse.com/rfp65463415-roadway-improvements-to-sixth-street.html
05-Feb-2025 12:00:00 AM CST |
06-Mar-2025 10:00:00 AM CST |
Jefferson Parish Government |
5000147111 LABOR AND MATERIALS NECESSARY TO PERFORM REPAIRS AND BRING LIGHTING PROTECTION SYSTEM UP TO UL/LPI/NFPA STANDARDS FOR THE JEFFERSON PARISH LIBRARY DEPARTMENT
|
LABOR AND MATERIALS NECESSARY TO PERFORM REPAIRS AND BRING LIGHTING PROTECTION SYSTEM UP TO UL/LPI/NFPA STANDARDS FOR THE JEFFERSON PARISH LIBRARY DEPARTMENT
https://www.centralauctionhouse.com/rfp33143114-5000147111-labor-and-materials-necessary-to-perform-repairs-and-bring-lighting-protection-system-up-to-ullpinfpa-standards-for-the-jefferson-parish-library-department-.html
04-Feb-2025 4:09:00 PM CST |
07-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000146925 LABOR, MATERIALS, AND EQUIPMENT NECESSARY TO PROVIDE SIX (6) MONTH CONTRACT FOR FULL MAINTENANCE SERVICES TO ELEVATORS FOR THE JEFFERSON PARISH COMMUNITY JUSTICE AGENCY DEPARTMENT
|
LABOR, MATERIALS,AND EQUIPMENT NECESSARY TO PROVIDE SIX(6) MONTH CONTRACT FOR FULL MAINTENANCE SERVICES TO ELEVATORS FOR THE JEFFERSON PARISH COMMUNITY JUSTICE AGENCY DEPARTMENT
https://www.centralauctionhouse.com/rfp65075194-5000146925-labor-materials-and-equipment-necessary-to-provide-six-6-month-contract-for-full-maintenance-services-to-elevators-for-the-jefferson-parish-community-justice-agency-department---.html
04-Feb-2025 1:47:00 PM CST |
07-Feb-2025 11:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid 25-WHSE-02 Purchase of New/Unused Recreation Equipment for Warehouse Inventory
|
<b>Bid Title:</b> Bid 25-WHSE-02 Purchase of New/Unused Recreation Equipment for Warehouse Inventory <br />(6 Month Requirements Contract)<br /><b>Bid Date & Time: </b>February 19, 2025 @ 2:00 P.M. CST
https://www.centralauctionhouse.com/rfp70374035-bid-25-whse-02-purchase-of-newunused-recreation-equipment-for-warehouse-inventory.html
04-Feb-2025 12:30:00 PM CST |
19-Feb-2025 2:00:00 PM CST |
City of New Iberia |
Streets Improvements Asphalt Reconstruction Project
|
DOCUMENT 001113<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />City of New Iberia<br />Street Improvements<br />Asphalt Reconstruction Project<br />New Iberia, Louisiana<br /> <br />Sealed Bids will be received by the City of New Iberia, Iberia Parish, Louisiana, for the construction of street improvements that includes Saw Cutting, Reinforced Concrete Pavement, Joint Sealing, Milling Asphalt Pavement, Asphalt Reconstruction, Asphalt Concrete Pavement Patching, Asphalt Concrete Pavement, Pavement Markings and other work in connection therewith.<br /> <br />Bids will be on a unit price basis; segregated Bids will not be accepted.<br /> <br />Bids will be received by the City of New Iberia until 2:00 p.m. local time on Thursday, March 13, 2025 in the reception area of the Mayor’s Office, 457 East Main Street, Suite 300, New Iberia, La 70560-3700. Bids received after this time will not be accepted and will be returned unopened. Bids will be opened and publicly read aloud after the specified closing time.<br /> <br />Complete printed sets of the Bidding Documents may be obtained from Berard, Habetz and Associates, Inc. 3401 West Admiral Doyle Drive, New Iberia, Louisiana, (337) 367-1408 in accordance with the Instructions to Bidders upon payment of a deposit of $100.00 for each set of documents.<br /> <br />Complete electronic sets of the Bidding Documents are available to be viewed, downloaded, and submitted electronically at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at (225)810-4814.<br /> <br />A Pre-Bid conference will be held at 10:00 a.m. local time on Tuesday, February 25, 2025 at the Office of Berard, Habetz and Associates, Inc. 3401 West Admiral Doyle Drive, New Iberia, Louisiana. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are strongly encouraged to attend and participate in the conference.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Highway, Street and Bridge Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />Bidding Documents shall not be issued later than 24 hours prior to the hour and date set for the opening of Bids. Bids must be submitted on forms provided in the Bidding Documents.<br /> <br />Each Bid shall be accompanied by Bid security made payable to the City of New Iberia, in an amount of at least five percent of the Bidder's maximum Bid price and in the form of a certified check or a Bid Bond in accordance with LA R.S. 38:2218. This check or Bid Bond shall be given as a guarantee that the Bidder will execute the Agreement, should it be awarded to him.<br /> <br />The Owner reserves the right to reject any and all Bids for just cause. In accordance with LA R.S. 38:2212(B)(1), the provisions and requirements of this Section, and those stated in the bidding documents shall not be waived by any public entity.<br /> <br /> THUS DONE AND SIGNED, on this <br /> The City of New Iberia<br /> <br /> By: /s/Freddie DeCourt <br /> Freddie DeCourt, Mayor<br />
https://www.centralauctionhouse.com/rfp70343689-streets-improvements-asphalt-reconstruction-project.html
04-Feb-2025 12:00:00 PM CST |
13-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-1600 MACHINE SHOP AND WELDING SERVICES
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 24, 2025, for the following:<br /> <br />A25-1600 MACHINE SHOP AND WELDING SERVICES<br /> <br />Official Bid Documents are available at Central Bidding: https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic Bids may be submitted at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 13, 2025.<br /> <br />Full information may be obtained upon request from the above address or by Haylee Kelly at (225) 389-3259, Ext. 3262, or via email
[email protected].<br /> <br />Due to the COVID-19 emergency situation and in light of the Louisiana Governor’s Proclamation Number JBE 2020-30, the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, is temporarily suspending in-person attendance by vendors at public bid openings for bids published by our office.<br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.<br />
https://www.centralauctionhouse.com/rfp38071464-a25-1600-machine-shop-and-welding-services-.html
04-Feb-2025 11:00:00 AM CST |
24-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0712 OEM SRP & MAS FOR BUSH HOG ROTARY MOTORS
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 24, 2025, for the following:<br /> <br />A25-0712 OEM SRP & MAS FOR bush hog rotary motors<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 13, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Haylee Kelly at (225) 389-3259, Ext. 3262, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp18035680-a25-0712-oem-srp-mas-for-bush-hog-rotary-motors.html
04-Feb-2025 11:00:00 AM CST |
24-Feb-2025 11:00:00 AM CST |
Terrebonne Parish Consolidated Government |
New Airbase Fire Station for the Houma Fire Department
|
Invitation to Bidders <br />Terrebonne Parish Consolidated Government<br /> <br />Sealed bids will be received until the hour of 2:00 pm on March 11, 2025, by Terrebonne Parish Consolidated Government Purchasing Division at 301 Plant Road, Houma Louisiana and reviewed for furnishing all supervision, labor, materials, equipment, etc. and performing all work necessary for: New Houma Fire Department Airbase Station.<br /> <br />Bid documents are posted on www.centralauctionhouse.com. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-225-810-4814. <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 Terrebonne Parish Consolidated Government<br /> Purchasing Division<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 />This project consists of furnishing all supervision, labor, material, and equipment necessary to perform New Houma Fire Department Airbase Station.<br /> <br />The time stipulation in LA RS 38:2215 for award of contract is not applicable because the contract is to be financed in whole or in part by federal or other funds which may not be readily available at the time bids are received.<br /> <br />Electronic drawings and specifications are on file and can be secured from Duplantis Design Group’s office, contact Blaise Dufrene at 985 447 0090 or by email at
[email protected]. <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 February 27, 2025, 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 /> <br /> <br /> <br /> <br /> <br />The Terrebonne Parish Consolidated Government reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br /> <br />/s/ Jason W. Bergeron <br />JASON W. BERGERON, PARISH PRESIDENT<br />TERREBONNE PARISH CONSOLIDATED GOVERNMENT<br /> <br /> <br /> <br />PUBLISH:<br /> <br />February 4, 2025<br />February 11, 2025<br />February 18, 2025
https://www.centralauctionhouse.com/rfp77980165-new-airbase-fire-station-for-the-houma-fire-department.html
04-Feb-2025 8:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
Bids for New Houma Fire Department Airbase Station
|
Sealed bids will be received until the hour of <b>2:00 pm on March 11, 2025</b>, by Terrebonne Parish Consolidated Government Purchasing Division at 301 Plant Road, Houma Louisiana and reviewed for furnishing all supervision, labor, materials, equipment, etc. and performing all work necessary for: New Houma Fire Department Airbase Station.<br /> <br />Bid documents are posted on www.centralauctionhouse.com. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-225-810-4814. <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 Terrebonne Parish Consolidated Government<br /> Purchasing Division<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 />This project consists of furnishing all supervision, labor, material, and equipment necessary to perform New Houma Fire Department Airbase Station.<br /> <br />The time stipulation in LA RS 38:2215 for award of contract is not applicable because the contract is to be financed in whole or in part by federal or other funds which may not be readily available at the time bids are received.<br /> <br />Electronic drawings and specifications are on file and can be secured from Duplantis Design Group’s office, contact Blaise Dufrene at 985 447 0090 or by email at
[email protected]. <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 <b>February 27, 2025, at 10:00 am</b> at the office of the Terrebonne Parish Consolidated Government Purchasing Division, located at 301 Plant Road, Houma, Louisiana 70363.<br /> <br /> The Terrebonne Parish Consolidated Government reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br />
https://www.centralauctionhouse.com/rfp70398160-bids-for-new-houma-fire-department-airbase-station.html
04-Feb-2025 8:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
Port of New Orleans |
Request for Proposals - Professional Services for Sustainability Planning and Envision Verification for the Louisiana International Terminal
|
Request for Proposals - Professional Services for Sustainability Planning and Envision Verification for the Louisiana International Terminal per RFP documents provided.
https://www.centralauctionhouse.com/rfp9312132-request-for-proposals--professional-services-for-sustainability-planning-and-envision-verification-for-the-louisiana-international-terminal.html
04-Feb-2025 8:00:00 AM CST |
25-Feb-2025 11:00:00 AM CST |
Tangipahoa Parish School System |
Advanced Career Center Gym and Kitchen Remediation Protocol and Asbestos Abatement
|
BID REQUIREMENTS<br /> <br />Advanced Career Center Gym and Kitchen Remediation Protocol and Asbestos Abatement<br />February 4, 2025<br /> <br />Bid Submission: To receive consideration, Bids shall be made in accordance with the following instructions:<br /> <br />Bidders are to be submitted electronically via Central Bidding www.centralbidding.com before 2:00 p.m., Wednesday, March 12, 2025. Bids received after the above specified time for opening shall not be considered. Hand delivered, emailed or fax copies will not be accepted. Bids will be publicly opened at Tangipahoa Parish School Board Maintenance Office, 59660 Puleston Rd, Amite, LA 70422 in the Conference Room.<br /> <br />Addenda’s: If necessary addendum will be provided. Addenda will be posted on Central Bidding. Last day for questions will be on Thursday, March 6, 2025 by 12:00 p.m.. Final addendum will post on Friday, March 7, 2025 by 2:00 p.m.. All questions are to be made in writing and submitted to Dustin Viviano with Ritter Consulting Engineers.<br /> <br />Print Dates: Tuesday, February 4, 2025<br /> Tuesday, February 11, 2025<br /> Tuesday, February 18, 2025<br /> <br />If you have any questions, please call Dustin Viviano at 337/984-8498 (O) or 337/316-5871 (C).<br /> <br />Tangipahoa Parish School District <br />59656 Puleston Rd, Amite, LA 70422<br /> <br />This project consists of the Abatement and Remediation of Advanced Career Center Gym and Kitchen<br /> <br />Completion Time: The bidder hereby agrees to commence work under this contract upon receipt of Notice to Proceed letter from the owner within _35_ calendar days.<br /> <br />A Corporate Resolution & Bid Bond must accompany each bid in accordance with the Instructions to Bidders.<br /> <br />A MANDATORY Pre-Bid Conference will be held at Advanced Career Center Gym and Kitchen 300 W 2nd St, Independence, LA 70443 at _10:00 a.m. February 20, 2025__. All prospective bidders shall be advised that attendance at the pre-bid conference is MANDATORY. While not mandatory, it is strongly recommended that Prime contractors have their subcontractors attend the pre-bid.<br /> <br />The contractor shall obtain, maintain during the life of the project, and provide to the owner copies of the following bonds and policies which shall be obtained from surety companies, which appear on the U.S. Department of the Treasury’s Circular 570, licensed to do business in the state of Louisiana, in the amounts and for the purposes stated and subject to the owner’s approval:<br /> <br />1. BID BOND: A “Bid Guarantee” equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier’s check, money order or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the contractor’s faithful performance of the contract.<br /> <br /> <br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />Complete Bidding Documents provided by Abatement Designer, Ritter Consulting Engineers, 2014 West Pinhook, Suite 200, Lafayette, LA 70508, 337-984-8498 are available in electronic form on www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Abatement Designer as set forth above or notify the Abatement Designer of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Abatement Designer at:<br /> <br />Ritter Consulting Engineers Ltd.<br />2014 W. Pinhook Rd. Suite 200<br />Lafayette, LA 70508<br />Telephone: 337-984-8498<br />Fax: 337-984-8576<br />E-mail:
[email protected]<br /> <br />The bidder certifies that he meets all Licensing requirements of the state of Louisiana and is duly & currently licensed under the La.R.S.37:2150.1through 2164 of the state of Louisiana.<br /> <br />A preference in favor of Louisiana Bidders may be applied by Owner in accordance with the La.R.S.38:2225 as amended.
https://www.centralauctionhouse.com/rfp70376553-advanced-career-center-gym-and-kitchen-remediation-protocol-and-asbestos-abatement-.html
04-Feb-2025 8:00:00 AM CST |
12-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Perrin ELC Roof Removal and Repair (Hurricane Ida) Bid #2024-034-002
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on March 11, 2024, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room
https://www.centralauctionhouse.com/rfp67374003-perrin-elc-roof-removal-and-repair-hurricane-ida-bid-2024-034-002.html
04-Feb-2025 12:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M234 MultiSTAT Analyzer or Approved Equal
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 19, 2025 for the following:<br /> <br />M234 MultiSTAT Analyzer or Approved Equal<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids 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 February 14, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /><br /> <br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp32296306-m234-multistat-analyzer-or-approved-equal-.html
04-Feb-2025 12:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147193 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS
|
PURCHASE OF SUPPLIES FOR JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS
https://www.centralauctionhouse.com/rfp70338435-5000147193-purchase-of-supplies-for-jefferson-parish-department-of-public-works.html
03-Feb-2025 12:00:00 PM CST |
07-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147199 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH OF PUBLIC WORKS
|
PURCHASE OF SUPPLIES FOR JEFFERSON PARISH OF PUBLIC WORKS
https://www.centralauctionhouse.com/rfp70374814-5000147199-purchase-of-supplies-for-jefferson-parish-of-public-works.html
03-Feb-2025 12:00:00 PM CST |
07-Feb-2025 11:00:00 AM CST |
Atchafalaya Basin Levee District |
BID - Equipment Trailer
|
<div style="text-align: center;"><b>ATCHAFALAYA BASIN LEVEE DISTRICT</b><br />P. O. Box 170<br />Port Allen, Louisiana 70767-0170</div><div style="text-align: right;">Phone (225) 387-2249<br />Fax (225) 387-4742</div> <br /> <div style="text-align: center;"><u><b>NOTICE</b></u></div><br />Sealed bids will be received by the Board of Commissioners, Atchafalaya Basin Levee District, in its Office in Port Allen, Louisiana, up to 2:00 p.m., Wednesday, March 5, 2025 and can also be submitted online at www.centralauctionhouse.com for:<br /> <div style="text-align: center;"><b>One (1) new and current 25 ton,<br />2025 model, 36 ft. including 6 ft. Dove Tail Pintle Eye Hitch,<br />with adjustable 3” rings, 90,000#, Equipment Trailer with Lift 3rd Axle.<br />Acceptable models include, Trail Boss or equal.</b></div> <br />All bids will be publicly opened and read at the Board Meeting at 4:00 p.m. on the same day. Any bid received subsequent to 2:00 p.m. will be returned unopened. The right is reserved to reject any and all bids and to waive informalities. Bid to be submitted in sealed envelope marked<br /> <div style="text-align: center;"><b>“BID – Equipment Trailer.”</b></div><br />Mandatory bid forms, specifications, etc., are available at the Atchafalaya Basin Levee District Office, (525 Court Street) P. O. Box 170, Port Allen, Louisiana 70767, telephone number (225) 387-2249. Any bids which are not submitted on the mandatory bid form will be rejected.<br /> <br />Delivery shall be made to Atchafalaya Basin Levee Districts Ravenswood Shop, 9348 Hwy 77 Spur, Fordoche, LA 70732.<br /><br /><br />Kristy Jewell Tommy Thibodeaux<br />Secretary President
https://www.centralauctionhouse.com/rfp67322435-bid--equipment-trailer.html
03-Feb-2025 9:44:00 AM CST |
05-Mar-2025 2:00:00 PM CST |
City of Morgan City |
Architectural & Engineering (A&E) Professional Services (Hurricane Francine) for the City of Morgan City Public Works Facilities, Infrastructure, Buildings
|
<div style="text-align: center;">ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS</div> <span style="text-align: center;"> </span><div style="text-align: center;"> The City Council, the governing authority of the City of Morgan City, Louisiana,<br /> <br />will receive Request for Qualifications until 10:00 A.M., on Tuesday, March 11, 2025, in<br /> <br />the Conference Room, City Hall, 512 First St., Morgan City, Louisiana, for<br /> <br />the following:<br /> <br />Architectural & Engineering (A&E) Professional Services (Hurricane Francine) for the City of Morgan City Public Works Facilities, Infrastructure, Buildings<br /> <br /> Plans and specifications for the above may be procured from Charlie Solar, CAO,<br /> <br />512 First Street, Morgan City, Louisiana, by calling (985) 385-1770, or emailing<br /> <br />
[email protected].<br /> <br /> The Council reserves the right to reject any and all requests for qualifications<br /> <br />received and to waive formalities.<br /> </div><div style="text-align: right;"> CITY OF MORGAN CITY, LOUISIANA<br /> <br /> <br /> /S/ Lee Dragna<br /> Lee Dragna<br /> Mayor</div> <br /> <br /> <br />Advertise: January 31, 2025<br /> February 7, 2025<br /> February 21, 2025
https://www.centralauctionhouse.com/rfp23371715--architectural-engineering-ae-professional-services-hurricane-francine-for-the-city-of-morgan-city-public-works-facilities-infrastructure-buildings.html
31-Jan-2025 6:00:00 PM CST |
11-Mar-2025 10:00:00 AM CDT |
Plaquemines Parish Government |
25-83 Chemicals
|
Please see attached specifications.
https://www.centralauctionhouse.com/rfp34191105-25-83-chemicals.html
31-Jan-2025 6:00:00 PM CST |
19-Feb-2025 10:00:00 AM CST |
Calcasieu Parish School System |
BID#2025-050,010 Cafeteria Tables
|
https://www.centralauctionhouse.com/rfp11923709-bid2025-050010-cafeteria-tables.html
31-Jan-2025 11:00:00 AM CST |
17-Feb-2025 11:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Request for Qualifications: Architectural & Engineering Professional Services- Hurricane Francine
|
ARCHITECTURAL & ENGINEERING (A&E) PROFESSIONAL SERVICES (HURRICANE FRANCINE)<br /> <br />FOR TERREBONNE PARISH CONSOLIDATED GOVERNMENT (TPCG) PUBLIC WORKS FACILITIES, INFRASTRUCTURE, BUILDINGS<br /><br />Request for Qualifications Due 2:00 P.M., February 20, 2025
https://www.centralauctionhouse.com/rfp29456204-request-for-qualifications-architectural-engineering-professional-services-hurricane-francine.html
31-Jan-2025 8:22:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Rapides Parish School Board |
Bid 62-24-09: Cherokee Elementary School Addition
|
ADVERTISEMENT OR INVITATION TO BID<br />RAPIDES PARISH SCHOOL BOARDCHEROKEE ELEMENTARY SCHOOL ADDITION<br />(RPSB BID #62-24-09)<br />Separate sealed bids for CHEROKEE ELEMENTARY SCHOOL ADDITION (RPSB Bid #62-24-09) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH<br />STREET, ALEXANDRIA, LOUISIANA 71301, 11:00 AM (Central Time), on February 28, 2025 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br />HOLLY & SMITH ARCHITECTS<br />100 E. Vermilion Street, Suite 406<br />LAFAYETTE, LOUISIANA 70501<br />(337) 279-2010<br /> <br />The Scope of Work Includes: A single-story (6) classroom building addition including a<br />teacher’s workroom, restrooms, resulting in a floor plate of 9477 s.f. Also, renovations occurring in an existing classroom building to include updated finishes to change its current program to an overflow dining space.<br /> <br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com. If you are not currently a subscriber, you will need to apply for access.<br /> <br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via www.CentralAuctionHouse.com. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be posted on www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br />Pursuant to L.R.S. 38:2212.E.(1) Bidders have the option to submit bids and bid bonds electronically. Electronic bids for this project may be submitted through Central Bidding at www.CentralAuctionHouse.com. To register, or for assistance with completing an e-bid, contact Central Bidding at 225-810-4814 or 866-570-9620.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of the L.R.S.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM on February 18, 2025, at Cherokee Elementary School, 5700 Prescott Rd., Alexandria, LA 71303Attendance at this conference is not mandatory, but strongly encouraged.<br /> <br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven<br />(7) days prior to bid opening.<br />RAPIDES PARISH SCHOOL BOARD ATTN: MS. ELIZABETH DOMITE, CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br />Advertisement Dates:<br />January 31, 2025<br />February 7, 2025<br />February 14, 2025
https://www.centralauctionhouse.com/rfp77994558-bid-62-24-09-cherokee-elementary-school-addition.html
31-Jan-2025 8:00:00 AM CST |
28-Feb-2025 11:00:00 AM CST |
Claiborne Electric Co-Op |
2025 Supplemental ROW Maintenance
|
<br />Claiborne Electric Cooperative (“Claiborne”) is requesting quotations for 2025 Supplemental ROW Maintenance. This project includes clearing, trimming, or otherwise reclaiming approximately 303 miles of 15kV and 25kV distribution rights-of-way.<br /> <br />Prospective bidders are asked to submit their quotation using the attached Excel spreadsheet and RUS bidding documents no later than 3:30 PM, Tuesday, February 18, 2025 by email to Lisa Ledbetter at
[email protected]. Technical questions or further questions about the Scope of Work may be directed to Stephen Faulk (
[email protected]) or Daniel Kimbell (
[email protected]).<br /> <br />Thank you for your interest in serving Claiborne and its members!
https://www.centralauctionhouse.com/rfp67028665-2025-supplemental-row-maintenance.html
31-Jan-2025 12:00:00 AM CST |
18-Feb-2025 3:30:00 PM CST |
Jefferson Parish Public School System |
Hurricane Ida Damage Repair & Roof Replacement at Gretna Middle School (Currently Thomas Jefferson Academy for Advanced Studies)
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, March 11, 2025 for Hurricane Ida Damage Repair & Roof Replacement at Gretna Middle School (Currently Thomas Jefferson Academy for Advanced Studies), Project No. 2023-21. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, WDG | Architects Engineers, 821 Baronne Street, New Orleans, LA 70113 Phone: 504-754-5280 for a deposit of $125.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, February 18, 2025 at 4:00 p.m. at Thomas Jefferson Academy for Advanced Studies, 910 Gretna Blvd., Gretna, LA 70053 to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as General Construction.
https://www.centralauctionhouse.com/rfp60063000-hurricane-ida-damage-repair-roof-replacement-at-gretna-middle-school-currently-thomas-jefferson-academy-for-advanced-studies.html
31-Jan-2025 12:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
City of Alexandria |
CmDv RFP #2406-Housing Minor Rehab
|
The City of Alexandria’s Community Development Department is soliciting bids, on behalf of eligible Homeowners, for the purpose of entering into a Home Improvement Contract to repair occupied residential structures. Submittal conditions shall be:
https://www.centralauctionhouse.com/rfp22572992-cmdv-rfp-2406-housing-minor-rehab.html
31-Jan-2025 12:00:00 AM CST |
28-Feb-2025 9:00:00 AM CST |
St. Mary Parish Government |
Proposed Pump Station and Discharge Pipe Over the West Atchafalaya Basin Protection Levee Near Calumet
|
The Wax Lake East Drainage District of the Parish of St. Mary, St. Mary Parish, Louisiana, will receive sealed bids for the Proposed Pump Station and Discharge Pipe Over the West Atchafalaya Basin Protection Levee Near Calumet project, at the St. Mary Parish Courthouse Council Meeting Room, Fifth Floor, Franklin, LA 70538, until February 27, 2025, at 10 A.M., local time, at which time and place, they will be publicly opened and read aloud. Bids received after the time set forth above for opening of bids will not be considered and will be returned unopened. The Contract Documents (Plans, Information for Bidders, Bid Form, Specifications and other pertinent documents) may be examined at the following locations: • Miller Engineers & Associates, Inc. – 601 Main Street; Franklin, Louisiana 70538
https://www.centralauctionhouse.com/rfp38694199-proposed-pump-station-and-discharge-pipe-over-the-west-atchafalaya-basin-protection-levee-near-calumet.html
31-Jan-2025 12:00:00 AM CST |
27-Feb-2025 10:00:00 AM CST |
Diocese of Houma-Thibodaux |
Hurricane Ida Repairs - Vandebilt Catholic High School - Building C – Second Floor Repairs
|
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 Vandebilt Catholic High School, 209 South Hollywood Road, Houma, LA 70360. The deadline for receipt of bids is 2:00 PM on Thursday, February 27th, 2025, at which time bids will be opened and read aloud in a meeting room at the Diocese Office, 2779 Highway 311, Schriever, LA 70395.<br /> <br />FOR: Hurricane Ida Repairs<br /> Vandebilt Catholic High School<br /> Building C – Second Floor Repairs<br />DDG Job #: 23-1193<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.<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 />The successful bidder shall be required to furnish the owner with a performance and payment bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is of prime importance. All 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 Thursday, February 20th at 10:00 AM, at Vandebilt Catholic High School.<br />The Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of Vandebilt Catholic High School<br />Jeremy Gueldner, President<br /> Vandebilt Catholic High School<br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 30th, 2025<br />SECOND DATE: February 6th, 2025<br />THIRD DATE: February 13th, 2025
https://www.centralauctionhouse.com/rfp35574511-hurricane-ida-repairs--vandebilt-catholic-high-school--building-c-second-floor-repairs.html
30-Jan-2025 6:00:00 PM CST |
27-Feb-2025 2:00:00 PM CST |
Greater Lafourche Port Commission |
Fourchon Beach Maintenance Restoration and Protection
|
Sealed paper bids or electronic bids for the construction of the following project which generally consists of contractor provided hauled in sand to be transferred by a discharge pipeline to the beach and shaped for fill for beach restoration, 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 <b>2:00 p.m. on Thursday, March 6, 2025</b> at which time and place bids will be publicly opened and read. No bids will be received after 2:00 p.m. <br /><br />IMPROVEMENTS TO: Fourchon Beach Maintenance Restoration and Protection (S1912)<br />LOCATED IN: LAFOURCHE PARISH <br />TYPE OF CONSTRUCTION: HEAVY CONSTRUCTION<br /> <br />CONTRACTING AGENCY: GREATER LAFOURCHE PORT COMMISSION, 16829 East Main Street, Cut Off, Louisiana 70345<br />PROPOSAL GUARANTY: 5% of the Amount of Bid payable to GREATER LAFOURCHE PORT COMMISSION<br /> <br />ENGINEER: Angelette Design, LLC 13379 Highway 3235, Larose, Louisiana 70373, 985.798.7700<br /> <br />There will be a non-mandatory pre-bid conference held on <b>Wednesday, February 19, 2025 at 2:00 p.m.</b> at the Greater Lafourche Port Commission located at 16829 East Main Street, Cut Off, Louisiana 70354.<br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 General Provisions of the Office of Public Works and Intermodal Transportation and must include all the information required by the bid form. Bid forms are available from the Engineer and Central Auction House 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 />No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds a Louisiana State Contractor’s License, in full force and effect in compliance with the Louisiana State Licensing Board for Contractors and Louisiana Public Bid Law.<br />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 />Bids can be mailed by US Postal Service, hand delivered or overnight courier to 16829 East Main Street, Cut Off, Louisiana 70345, or submitted online through www.centralauctionhouse.com. The bid forms may be examined online at www.centralauctionhouse.com. Plans, specifications, and bid forms may be obtained from the Engineer upon payment of $150.00. In accordance with R.S. 38:2212 (D), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids. <br />The right is reserved to reject bids and waive informalities.<br /><br />The estimate for the project is $19,783,000.<br /><br />GREATER LAFOURCHE PORT COMMISSION<br />CHETT CHIASSON, Executive Director<br />January 27, 2025
https://www.centralauctionhouse.com/rfp35557065-fourchon-beach-maintenance-restoration-and-protection.html
30-Jan-2025 5:30:00 PM CST |
06-Mar-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147003 LABOR, MATERIALS, AND NECESSARY ESSENTIALS TO PROVIDE AND INSTALL ONE (1) NEW UREHTANE DECORATIVE SIGN AND ONE (1) NEW POLYSTYRENE MONUMENT STYLE SIGN FOR THE JEFFERSON PARISH PARKWAYS DEPARTMET
|
LABOR, MATERIALS, AND NECESSARY ESSENTIALS TO PROVIDE AND INSTALL ONE(1) NEW UREHTANE DECORATIVE SIGN AND ONE(1) NEW POLYSTYRENE MONUMENT STYLE SIGN FOR THE JEFFERSON PARISH PARKWAYS DEPARTMET
https://www.centralauctionhouse.com/rfp35599950-5000147003-labor-materials-and-necessary-essentials-to-provide-and-install-one-1-new-urehtane-decorative-sign-and-one-1-new-polystyrene-monument-style-sign-for-the-jefferson-parish-parkways-depa.html
30-Jan-2025 2:51:00 PM CST |
05-Feb-2025 11:00:00 AM CST |
Lafayette Consolidated Government |
PARC AUTO DU CENTRE VILLE JOINT RENOVATIONS
|
NOTICE TO CONTRACTORS: REQUEST FOR QUOTE<br /> <br />Notice is hereby given that sealed quotes will be received either electronically at https://www.centralbidding.com/ or in the office of Mathew Broussard, Purchasing and Property Management Division, Lafayette Consolidated Government Building located at 705 West University Avenue, Lafayette, LA 70502 until 10:00 A.M.. Central Time on Thursday, February 13, 2025, for the following:<br /> <br />PARC AUTO DU CENTRE VILLE – JOINT RENOVATIONS<br /> <br />and will, at that time and location, be opened and read aloud in the office of the Department of Purchasing located at 705 W. University, Lafayette, LA 70502. Quotes received after the above specified time shall not be considered and shall be returned unopened to the sender. We will schedule a conference call at 337-291-5100 to provide an option for you to listen to the results over the phone rather than attend the opening in person.<br /> <br />Scope of Services: The project will consist of , but not be limited to, the contractor supplying the labor, equipment, superintendence, material, etc. to saw existing concrete, stress and anchor strands, and place new concrete as required per drawings and documents provided. All work to be completed within 40 working days from issuance of Notice to Proceed.<br /> <br />Documents are VIEW ONLY on the supplier portal website listed above. Printed (hard) copies of the bidding documents including the plans and specifications are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, Louisiana 70502 are available for $50 per set, non-refundable. NOTE: NO CASH ACCEPTED – ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT . Plans, specifications, and quote documents shall be available up until twenty-four (24) hours before the quote opening date. Questions relative to the plans and specifications shall be addressed to Matthew Broussard, Lafayette Consolidated Government, Department of Purchasing (337) 291-8088 (
[email protected]).<br /> <br />Contractors submitting quotes electronically via the supplier portal are required to provide the same documents as contractors submitting through the mail or by hand delivery. Regardless of the quote results, the contractor will have 48 hours from the opening of the quotes to provide the Lafayette Consolidated Government the original quote documents.<br /> <br />Bids and Bid Bonds. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid. If a contractor fails to provide the original hard copies of the bid documents within 48 hours of the bid opening, their bid shall be considered non-responsive.<br /> <br />Performance and Payment Bond. Performance and Payment Bond is required for this project.<br /> <br />Quotes. Otherwise, quotes should be mailed to the Purchasing Division, Lafayette Consolidated Government, P. O. Box 4017-C, Lafayette, LA 70502, or delivered in person to the Office of Purchasing located at 705 W. University, Lafayette, LA 70502 Questions regarding submitting this quote may be directed to Matthew Broussard at
[email protected] (337-291-8088).<br /> <br /><br /> <br /> <br />Quotes must be signed in accordance with LRS Title 38:2212 B5. A corporate resolution or certificate of authority authorizing the person signing the quote is required to be submitted with the quote. Failure to submit a corporate resolution or certificate of authority with the bid shall be cause for the rejection of the quote.<br /> <br />Each quote shall be accompanied by a certified check, cashier's check or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base price 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, 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, which is either domiciled in Louisiana or owned by Louisiana residents, that is in good standing and licensed to write bid bonds. 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 contractor may withdraw his quote for at least forty-five (45) days after the time scheduled for the opening of quotes. Each quote shall be submitted only on the quote form provided with the specifications. The successful contractor may be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the quotation documents.<br /> <br />Quotes will be evaluated by the Purchaser based on the lowest responsible quote submitted which is also in compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />If the project is asbestos or hazardous waste, contractors submitting quotes in the amount of $1.00 or more shall be properly licensed in accordance with Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950.<br /> <br />Contractors shall be licensed for the classification of “MUNICIPAL AND PUBLIC WORKS CONSTRUCTION” or “HIGHWAY, STREET AND BRIDGE CONSTRUCTION”. Contractors or contracting firms submitting quotes 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 quote is enclosed. Quotes 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, out of Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBE’s (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBE’s 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 might be obtained by calling (337) 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp83939710-parc-auto-du-centre-ville-joint-renovations.html
30-Jan-2025 11:00:00 AM CST |
13-Feb-2025 10:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0713 OEM SRP & MAS FOR KUBOTA CONSTRUCTION EQUIPMENT
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 19, 2025, for the following:<br /> <br />A25-0713 OEM SRP & MAS FOR KUBOTA CONSTRUCTION EQUIPMENT<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 12, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp74938428-a25-0713-oem-srp-mas-for-kubota-construction-equipment-.html
30-Jan-2025 11:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0166 OEM SRP for Police Vehicles
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 19, 2025, for the following:<br /> <br />A25-0166 OEM SRP FOR POLICE VEHICLES<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 12, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp45658442-a25-0166-oem-srp-for-police-vehicles-.html
30-Jan-2025 11:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Livingston Parish Public Schools |
RFP 25-04: Internet Access
|
RFP 25-04: Internet Access<br /><br />Questions:<br />Bridget Demonica<br />
[email protected]<br />225-686-4224
https://www.centralauctionhouse.com/rfp67074410-rfp-25-04-internet-access.html
30-Jan-2025 8:00:00 AM CST |
10-Mar-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
RFP 25-03: WIDE AREA NETWORK CONNECTIVITY
|
RFP 25-03: WIDE AREA NETWORK CONNECTIVITY<br /><br />QUESTIONS:<br />Bridget Demonica<br />
[email protected]<br />225-686-4224
https://www.centralauctionhouse.com/rfp92596207-rfp-25-03-wide-area-network-connectivity.html
30-Jan-2025 8:00:00 AM CST |
10-Mar-2025 10:00:00 AM CDT |
Bienville Parish School Board |
Job#2024-11 Site Improvements for Arcadia High School
|
<div style="text-align: justify;">Notice is hereby given that the Bienville Parish School Board will receive sealed bids from LA licensed general contractors until 2:00 P.M., Tuesday March 04, 2025, for:</div> <div style="text-align: center;">JOB #2024-11 SITE IMPROVEMENTS<br />TO ARCADIA HIGH SCHOOL<br />ARCADIA, LOUISIANA<br /> </div><div style="text-align: justify;">Bids will be accepted until the date and time specified and will be publicly opened and read aloud at that time in the School Board’s Office, 1956 First Street Arcadia, Louisiana 71001. All submittal packages will be stamped or marked to acknowledge timely receipt. Sole responsibility for proper mailing or delivery of any bid in compliance with this advertisement is that of the bidder. Bids received after the date and time of opening will not be considered.</div> <div style="text-align: justify;">A non-mandatory Pre-bid Conference will be held at 10:00 A.M. on Wednesday, February 19, 2025 at Arcadia High School: 967 Daniels Street, Arcadia, Louisiana 71001. Bidders must check in at the office.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the base bid and all alternates and must be in the form of a certified check, cashier's check or bid bond written by a company licensed to do business in the State of Louisiana.<br /> <br />Complete bid documents may be obtained from Yeager, Watson & Associates, LLC, 118 S. Trenton St., Ruston, LA 71270-4432, (318) 202-5708, upon receipt of deposit of $200.00 for each set of documents. The deposit is fully-refundable to all plan holders upon return of the documents, in good condition, no later than fifteen (15) days after receipt of bids. The deposits for all other sets of documents will not be refunded. Bid-related materials and electronic submittal of bids may be found at: WWW.CENTRALBIDDING.COM. For questions relating to the electronic bidding process, please call Central Bidding at (225) 810-4814. Electronic bid documents are also available for a purchase price of $20 from the architect’s office or by membership to following Plan Rooms: LAGC, ConstructConnect, Dodge, or ISqFt.<br /> <br />The Bienville Parish School Board is an equal opportunity agency dedicated to a policy of non-discrimination regarding Title VI, the Civil Rights Act of 1964, Title IX, and Section 504 of the Rehabilitation Act of 1973.<br /> <br />The Bienville Parish School Board reserves the right to reject any and all bids.<br /> </div>Dr. Byron Lyons <br />Superintendent <br />Bienville Parish School Board<br /> <br />Publication Dates:<br /> January 30, 2025<br />February 6, 2025<br />February 13, 2025
https://www.centralauctionhouse.com/rfp38070850-job2024-11-site-improvements-for-arcadia-high-school.html
30-Jan-2025 8:00:00 AM CST |
04-Mar-2025 2:00:00 PM CST |
St. Charles Parish Hospital |
Invitation to Bidders - Ochsner Chabert - Steam System Improvements
|
Leonard J Chabert Medical Center<br />Ochsner Chabert Steam System Improvements<br /> <br />Sealed bids will be received for Ochsner Chabert Steam System Improvements at: Leonard J Chabert Director of Facilities Management, Attn: Craig Guillot, 1978 Industrial Blvd., Houma, LA 70363, PROJECT NUMBER: 2409601 or via Central Auction House. A general description of the project is to Demolish and remove existing condensate pump and flash tank, Provide and install new condensate pump skid, extend condensate lines from existing flash tank to new pump location, Run new 6” vent thru mechanical room roof, re-working of piping, traps, vents, vacuum break, etc. at existing humidifiers and the majority of the work involved will take place in the confined space of the underground utility corridor between the central plant and the hospital. The bid date will be Thursday February 27, 2025 at 2:00 pm CST. Any bid received after this time will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in Mechanical work. Each bid shall be accompanied by a bid bond, certified check or cashier’s check for an amount equal to five percent (5%) of the total base bid. An executed affidavit must be submitted prior to bid award. Bids will be publicly opened and read aloud. Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.cityblueprint.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at: YKH Consulting, LLC, 3701 Hessmer Ave, Metairie, LA 70002, PHONE (504) 264-5112. Bids may also be submitted electronically by going to www.centralauctionhouse.com. Contractors opting to submit an electronic bid will be required to register on the website and pay a one-time annual service fee for this service.<br /> <br />The successful bidder shall be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the contract amount. A MANDATORY PRE-BID MEETING WILL BE HELD at 2:00 pm on Thursday, February 13, 2025 at Leonard J Chabert Medical Center Maintenance office, 1978 Industrial Blvd., Houma, LA 70363.
https://www.centralauctionhouse.com/rfp93692591-invitation-to-bidders--ochsner-chabert--steam-system-improvements.html
30-Jan-2025 6:00:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
St. Charles Parish Government |
P220501 Asphalt Maintenance 2024-25
|
The Contract Work comprises the repair of existing asphalt streets and the placement of shoulder material in St. Charles Parish, Louisiana.
https://www.centralauctionhouse.com/rfp51864835-p220501-asphalt-maintenance-2024-25.html
30-Jan-2025 12:00:00 AM CST |
25-Feb-2025 10:00:00 AM CST |
Lafourche Parish School District |
LaFourche Parish School District-Cut Off Elementary School Fan Coil Unit Replacement
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School District until 2:00 PM on Thursday, 2-27-25, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the Cut Off Elementary School Vertical Fan Coil Unit Replacement<br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid EnclosedOfficial bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One hundred forty-seven (147) 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 />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 CONSTRUCTION that is in full force and effect.<br />A MANDATORY Pre-bid Conference will be held at 3:30 PM on Tuesday, 2-18-25 at the project site, Cut Off Elementary School, 177 West 55th St., Cut Off, LA 70345.<br /> <br />Lafourche Parish School Board<br />Ray Bernard, President<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: 1-30-25<br />SECOND DATE: 2-6-25<br />THIRD DATE: 2-13-25
https://www.centralauctionhouse.com/rfp40663231-lafourche-parish-school-district-cut-off-elementary-school-fan-coil-unit-replacement.html
30-Jan-2025 12:00:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
St. John the Baptist Parish Public Schools |
Bid 25.18 Award and Incentives
|
St John the Baptist Parish School Board is accepting Bids for Award and Incentives until February 26 @ 1:00Pm
https://www.centralauctionhouse.com/rfp22579512-bid-2518-award-and-incentives-.html
29-Jan-2025 1:00:00 PM CST |
26-Feb-2025 1:00:00 PM CST |
Jefferson Parish Government |
5000147164 TWO (2) YEAR CONTRACT FOR A SUPPLY OF RUBBER STEEL TOE BOOTS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS - ENGINEERING
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147164<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 13, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract for a Supply of Rubber Steel Toe Boots for the<br />Jefferson Parish Department of Public Works - Engineering<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 29 and February 5, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp93640453-5000147164-two-2-year-contract-for-a-supply-of-rubber-steel-toe-boots-for-the-jefferson-parish-department-of-public-works--engineering.html
29-Jan-2025 12:29:00 PM CST |
13-Feb-2025 2:00:00 PM CST |
St. John the Baptist Parish Public Schools |
RFP General Maintenance supplies
|
The St. John the Baptist Parish School Board will receive sealed bids for General Maintenance Supplies
https://www.centralauctionhouse.com/rfp2728990-rfp-general-maintenance-supplies-.html
29-Jan-2025 11:00:00 AM CST |
26-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0714 OEM SRP & MAS FOR KUBOTA AGRICULTURAL EQUIPMENT
|
<br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 13, 2025, for the following:<br /> <br />A25-0714 OEM SRP & MAS FOR KUBOTA Agricultural EQUIPMENT<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 7, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp62640124-a25-0714-oem-srp-mas-for-kubota-agricultural-equipment.html
29-Jan-2025 11:00:00 AM CST |
13-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147167 Labor, Materials, and Equipment Needed to Provide a Three (3) Year Contract for Smooth and Rough Median/Roadside Herbicide Spraying for the Jefferson Parish Department of Parkways and all Jefferson Parish Agencies and Municipalities
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147167<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 25, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor, Materials, and Equipment Needed to Provide a Three (3) Year Contract for Smooth and Rough Median/Roadside Herbicide Spraying for the Jefferson Parish Department of Parkways and all Jefferson Parish Agencies and Municipalities<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 29, February 5 and 12, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp93635981-5000147167-labor-materials-and-equipment-needed-to-provide-a-three-3-year-contract-for-smooth-and-rough-medianroadside-herbicide-spraying-for-the-jefferson-parish-department-of-parkways-and-all-j.html
29-Jan-2025 10:42:00 AM CST |
25-Feb-2025 2:00:00 PM CST |
St. John the Baptist Parish Public Schools |
RFP 25.57 E-RATE LICENSES FOR JUNIPER NETWORK
|
ST. JOHN THE BAPTIST PARISH SCHOOL BOARD ACCEPTING PROPOSAL FOR E-RATE LICENSING UNTIL 2/25/2025
https://www.centralauctionhouse.com/rfp53104839-rfp-2557-e-rate-licenses-for-juniper-network.html
29-Jan-2025 10:00:00 AM CST |
25-Feb-2025 10:00:00 AM CST |
St. John the Baptist Parish Public Schools |
Bid 25.08 Bus Parts
|
The St. John the Baptist Parish School Board will receive sealed bids - BUS PARTS<br />
https://www.centralauctionhouse.com/rfp77348646-bid-2508-bus-parts-.html
29-Jan-2025 10:00:00 AM CST |
26-Feb-2025 10:00:00 AM CST |
St. Tammany Parish School Board |
BID 1875 GOOGLE WORKSPACE FOR EDUCATION LICENSES
|
ALL BIDS MUST BE SUBMITTED PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp40654774-bid-1875-google-workspace-for-education-licenses.html
29-Jan-2025 9:00:00 AM CST |
17-Feb-2025 2:00:00 PM CST |
St. Tammany Parish School Board |
Pontchartrain-Tchefuncte Schools, Replacement of Cafeteria and Gymnasium HVAC Units, STPSB Project No. P0411
|
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 Pontchartrain-Tchefuncte Schools, Replacement of Cafeteria and Gymnasium HVAC Units, STPSB Project No. P0411 on the 27th day of February, 2025 at 2:00 p.m. (Time shall be established by the PBX clock at the above referenced address), at which time and place bids will be publicly opened and read aloud.<br /> <br />Complete Bidding Documents provided by the Engineer, Ritter Consulting Engineers, 2014 West Pinhook, Suite 200, Lafayette, LA 70508, 337-984-8498, 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 $90.00 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 12th day of February, 2025 at 11:30 a.m. at the project site, Tchefuncte Middle School, 1530 W. Causeway Approach, Mandeville, LA 70471. Bidders are strongly urged to attend and participate in the conference. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 A(1)(f)(i). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Visitors on St. Tammany Parish Public School campuses are required to check in at the front office of the school. If there are any questions regarding this project, please contact the St. Tammany Parish Public School System Construction Department at 985-898-3287.<br /> <br />Print Dates: Wednesday, January 29, 2025<br /> Wednesday, February 5, 2025<br /> Wednesday, February 12, 2025
https://www.centralauctionhouse.com/rfp8746370-pontchartrain-tchefuncte-schools-replacement-of-cafeteria-and-gymnasium-hvac-units-stpsb-project-no-p0411.html
29-Jan-2025 9:00:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147098 TWO (2) YEAR CONTRACT TO PROVIDE READY MIX CONCRETE FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS (WB)- STREETS AND ALL JEFFERSON PARISH AGENCIES AND MUNICIPALITIES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147098<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 13, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract to Provide Ready Mix Concrete for the Jefferson Parish<br />Department of Public Works - Streets and All Jefferson Parish Agencies and Municipalities (WB)<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 29 and February 5, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp93697950-5000147098-two-2-year-contract-to-provide-ready-mix-concrete-for-the-jefferson-parish-department-of-public-works-wb-streets-and-all-jefferson-parish-agencies-and-municipalities-.html
29-Jan-2025 8:57:00 AM CST |
13-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147161 Two (2) Year Contract to Provide Landscape and Chemical Maintenance on the Westbank Expressway from US 90 to Terry Parkway for the Jefferson Parish Department of Parkways
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147161<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 6, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract to Provide Landscape and Chemical Maintenance on the Westbank Expressway from US 90 to Terry Parkway for the Jefferson Parish Department of Parkways<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at the General Government Building, 200 Derbigny Street, Suite 4400, Gretna, LA 70053 on February 14, 2025 at 9:00 AM However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 29, February 5 and 12, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp93622405-5000147161-two-2-year-contract-to-provide-landscape-and-chemical-maintenance-on-the-westbank-expressway-from-us-90-to-terry-parkway-for-the-jefferson-parish-department-of-parkways.html
29-Jan-2025 8:46:00 AM CST |
06-Mar-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Urban Asphalt Street Overlay & Rehabilitation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 27th day of February, 2025 for the following:<br /> <br />Urban Asphalt Street Overlay & Rehabilitation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc. to furnish and install asphalt, soil cement base course, striping, reflectors, drainage pipe, asphalt speed lumps, parking lot improvements and all other incidentals associated with this work for those streets identified in the specifications contained in the bid documents. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, drainage, etc. to this listing should the additional funding become available. All work is to be completed within one hundred twenty (120) working days from issuance of the Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/29, 2/2, 2/9<br />DPR 968925<br /> <br />
https://www.centralauctionhouse.com/rfp69610866-urban-asphalt-street-overlay-rehabilitation-project-2025.html
29-Jan-2025 8:00:00 AM CST |
27-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Parc International Improvements
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:00 PM Central Time on the 27th day of February, 2025 for the following:<br /> <br />Parc International Improvements<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of renovation of existing Parc International buildings, pavilions, and various site improvements. All existing painted surfaces of buildings, pavilions and site fixtures shall be power washed and prepared for new paint, including but not limited to: painted concrete, railings, fencing, steel structure, hollow metal doors, decorative metal, and all other existing painted surfaces. New electrical panels for Main Stage and food trucks, new electrical connections for food trucks, and new electrical receptacles throughout the site and at all exterior buildings to be provided. Upgrades to Concession Pavilions include new electrical outlets and new electrical and mechanical fixtures, Restroom building renovation include new HVAC system, new electrical fixtures, and outlets, new flooring, interior paint, new restroom stall doors, and new ADA compliant lavatories, and restroom accessories. Greenroom buildings at the Main Stage shall receive new interior lighting fixtures. Stage Equipment Buildings to receive new interior paint and new electrical receptacles. Decorative flags at the Main Stage to be replaced by identical vinyl flags.<br />Alternate 1: Greenroom Buildings shall receive new interior electrical outlets and light fixtures, new plumbing fixtures, new toilet compartments, new interior CMU and woods walls, new flooring, new acoustical ceiling tiles, new ADA compliant restroom accessories, new millwork, and new interior paint.<br />Alternate 2: Existing site lighting pole to be replaced with new LED light fixtures poles. New unisex bathrooms to be added to existing Restroom Building. This includes demolition of portions of existing exterior and interior walls and installation of new interior wood walls and exterior CMU/brick veneer walls, new exterior doors and hardware, demolition of existing concrete pavers and installation of new ramp and pavers, new handrail, new brick and concrete planters/benches, new HVAC, new interior and exterior electrical outlets and light fixtures, new plumbing fixtures, new flooring, new acoustical ceiling tile and gypsum board ceilings, and new ADA compliant restroom accessories.<br />Alternate 3: New Dumpster Enclosure building, adjacent to Parc International, and consisting of two storage buildings interconnected with a fenced enclosure. The building requires new electrical services and plumbing fixtures, CMU/brick veneer walls, modified bitumen roof, bar joints, new doors and door hardware, and paint.<br />All Base Bid work to be completed within three hundred fifty (350) calendar days from issuance of Notice to Proceed. Refer to Sections 010100 Summary of Work and 010300 Alternates for contingent additional calendar days of completion of Alternate Bid work if accepted.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $210 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on February 13, 2025 at 2:00 PM on site at Parc International, located at 200 Garfield St, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/29, 2/2, 2/9<br />DPR 993554<br /> <br />
https://www.centralauctionhouse.com/rfp53224290-parc-international-improvements.html
29-Jan-2025 8:00:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
Iberville Parish Government |
RFQ GRANT MANAGEMENT SERVICES PERTAINING TO PARISH'S NATURAL GAS DISTRIBUTION INFASTRUCTURE SAFETY AND MODIFICATION PROJECT
|
https://www.centralauctionhouse.com/rfp98955729-rfq-grant-management-services-pertaining-to-parishs-natural-gas-distribution-infastructure-safety-and-modification-project.html
29-Jan-2025 8:00:00 AM CST |
05-Mar-2025 2:00:00 PM CST |
Iberville Parish Government |
Engineering Svcs Pertaining to Parish's Natural Gas Distribution Infastructure Safety and Modernization Project
|
https://www.centralauctionhouse.com/rfp43309631-engineering-svcs-pertaining-to-parishs-natural-gas-distribution-infastructure-safety-and-modernization-project.html
29-Jan-2025 8:00:00 AM CST |
05-Mar-2025 2:00:00 PM CST |
Vermilion Parish School Board |
BID 2025.768 - PURCHASE OF WELDING MACHINES FOR VARIOUS SCHOOLS WITHIN VERMILION PARISH
|
NOTICE TO BIDDERS <br /><br />Sealed bids will be received by the Vermilion Parish School System in the Charles Campbell Curriculum Annex Center, Board Room, 216 South Jefferson Street, Abbeville, Louisiana until One (1:30) P.M. for Purchasing Welding Machines for various schools in Vermilion Parish on Tuesday, February 18, 2025 or online @ www.centralbidding.com at which time the sealed bids will be publicly opened and read for the following: <br /><br />Bid 2025.768 - PURCHASE OF WELDING MACHINES FOR VARIOUS SCHOOLS WITHIN VERMILION PARISH<br /><br />BID OPENING: Tuesday, February 18, 2025 at 1:30 p.m.<br /><br /> <br /><br />Bids must be sealed and the envelope marked: " Bid 2025.768 - PURCHASE OF WELDING MACHINES FOR VARIOUS SCHOOLS WITHIN VERMILION PARISH, Bid opening: February 18, 2025 @ 1:30 P.M., and include the bidders name and address." <br /><br />Specifications and bid forms for the above may be obtained by emailing Lori Fontenot, (
[email protected]), visiting www.vpsb.net, or online @ www.centralbidding.com. <br /><br />Bids submitted prior to this date and time should be properly marked on the outside of a sealed envelope and should be mailed or delivered to Lori Fontenot, Purchasing Agent, Vermilion Parish School System, 220 South Jefferson Street, or P. O. Drawer 520, Abbeville, Louisiana 70511. Written receipts for bids will be issued according to law. Bids can be submitted through www.centralbidding.com also.<br /><br />The Vermilion Parish School System reserves the right to reject any and/or all bids, and to waive any informalities incident thereto. <br /><br />VERMILION PARISH SCHOOL SYSTEM <br /><br />Thomas J. Byler <br /><br />Secretary-Treasurer <br /><br />PUBLICATION DATES: <br /><br />January 29 and February 5, 2025
https://www.centralauctionhouse.com/rfp60819545-bid-2025768--purchase-of-welding-machines-for-various-schools-within-vermilion-parish.html
29-Jan-2025 7:00:00 AM CST |
18-Feb-2025 1:30:00 PM CST |
Jefferson Parish Sheriff's Office |
25-FEB-2601 2025 Nissan Vehicles
|
<br />Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 10:00 a.m. Wednesday February 26, 2025 at the Jefferson Parish Sheriff’s Office Administrative Complex, 1233 Westbank Expressway, Harvey, La. 4th floor, room 411. Bid will be opened at 10:00 a.m., Wednesday February 26, 2025 and read aloud for:<br /> <br />2025 Nissan Vehicles<br /> <br />Detailed list of specifications is available at the above address. The Sheriff, Parish of Jefferson, reserves the right to accept or reject any and all bids in whole or in part and waive formalities.<br /> <br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />Bid # 25-FEB-2601<br /> <br />ADV: The New Orleans Advocate<br />January 29, February 5 and 12, 2025
https://www.centralauctionhouse.com/rfp50211585-25-feb-2601-2025-nissan-vehicles.html
29-Jan-2025 6:00:00 AM CST |
26-Feb-2025 10:00:00 AM CST |
Lincoln Parish School Board |
Lincoln Parish School Board_Ruston High School Parking Improvements_Project Number 24016_January2025
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS<br />RUSTON HIGH SCHOOL PARKING IMPROVEMENTS<br />LINCOLN PARISH SCHOOL BOARD<br />Project Number: 24016</b><br /> </div>Sealed bids for the construction of the following project will be received by the Lincoln Parish School Board, in the meeting room of the Lincoln Parish School Board office, located at 410 South Farmerville Street, Ruston, Louisiana 71270, either by mail or hand delivery, no later than 2:00 PM. local time on Thursday, February 27, 2025, at which time all bids will be publicly opened and read aloud. Bids received after the 2:00 PM. deadline will be returned to the bidder unopened.<div style="text-align: center;"> </div><div style="margin-left: 80px;"><b>PROJECT: RUSTON HS PARKING IMPROVEMENTS FOR LINCOLN PARISH SCHOOL BOARD</b></div><div style="margin-left: 80px;"><b>PROJECT CLASSIFICATION: Highway, Streets, and Bridges</b><br />CONTRACT TIME: 45 Calendar Days</div><div style="margin-left: 80px;">LIQUIDATED DAMAGES: $500.00 per Calendar Day<br />BUDGET: $290,000.00</div><br />A Pre-Bid Conference will be held at 10:00 a.m. local time on Wednesday, February 19, 2025, at the Lincoln Parish School Board Office located at 410 South Farmerville Street in Ruston, Louisiana. Owner Telephone (318) 255-1430 and Fax (318) 255-3203. Representatives from the OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference.<br /><br />The contractors have the option of submitting their bid to the location stated above or submitting their bid electronically at www.CENTRALBIDDING.com. The complete Contract Bid Documents, including drawings and specifications, will be available online at www.CENTRALBIDDING.com. Hard copy sets of the drawings and specifications are also available upon request with a deposit of $75.00 for each set of documents, or $10.00 for a CD containing pdf images of the same bidding documents, from the office of DeForest Engineering Consultants, LLC located at 925 North Trenton, Ruston, Louisiana 71270 (318-548-6711). Deposit is fully refundable to all bonafide prime bidders upon return of the documents, in good condition, not later than ten (10) days after receipt of bids. The deposit of all other hard copy sets of documents will be refunded 50% upon return of documents as stated <br />above. Any Prime Bidder not bidding must return documents seven (7) days prior to bid in order to receive full deposit.<br /><br />A Certified Check or Cashier’s Check, payable to the Lincoln Parish School Board 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. If the Bid Bond option is chosen by the contractor, the Bid Bond shall be on the form that is included as part of the bidding documents. 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 /><br />Bids shall be received only on proposal forms furnished by the Engineer that are included as part of the bidding documents.<br /><br />The Bidder is advised that the Lincoln Parish School board is an Equal Opportunity Employer.<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. 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 /><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 /><br />The bid proposal is firm for a period of forty-five (45) 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 Lincoln 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 /><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 /><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 34CFR Part 85, Section 85.105 and 85.110.<br />
https://www.centralauctionhouse.com/rfp69053558-lincoln-parish-school-board_ruston-high-school-parking-improvements_project-number-24016_january2025.html
29-Jan-2025 12:00:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
City of Alexandria |
Bid# 2505 Operating Supplies-Wastewater
|
It is the intent of the City of Alexandria to secure pricing on Operating Supplies, for use by the City of Alexandria Wastewater Department. Said material to be inventoried by the Central Warehouse Department and issued to the using department on an “as needed” basis.
https://www.centralauctionhouse.com/rfp93654967-bid-2505-operating-supplies-wastewater.html
29-Jan-2025 12:00:00 AM CST |
11-Mar-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2507 Cast/Ductile Iron and Related Accessories
|
It is the intent of the City of Alexandria to secure pricing on CAST/DUCTILE IRON & RELATED ACCESSORIES, for use by the City of Alexandria Water Department. Said material is to be inventoried by the Central Warehouse Department.<br />
https://www.centralauctionhouse.com/rfp8778707-bid-2507-castductile-iron-and-related-accessories.html
29-Jan-2025 12:00:00 AM CST |
11-Mar-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2506 Operating Supplies-Gas
|
It is the intent of the City of Alexandria to secure pricing on Operating Supplies – Gas for use by the City of Alexandria Gas Department. Said material to be inventoried by the Central Warehouse Department and issued to the using department on an “as needed” basis.<br />
https://www.centralauctionhouse.com/rfp11898880-bid-2506-operating-supplies-gas.html
29-Jan-2025 12:00:00 AM CST |
11-Mar-2025 10:00:00 AM CDT |
Town of Jean Lafitte |
ADVERTISEMENT FOR BID FOR A 2025 INTERNATIONAL MODEL HV507 Truck or Equivalent
|
<b>ADVERTISEMENT FOR BID FOR A 2025 INTERNATIONAL MODEL HV507 Truck or Equivalent</b><br /><br />The Town of Jean Lafitte is accepting sealed bids for a 2025 International Model HV507 Truck or equivalent.<br />Bids will be received at the Leo Kerner Multipurpose Complex located at 4917 City Park Drive, Lafitte, LA or online at www.centralauctionhouse.com. until Friday, February 14, 2025 at 10:00 a.m. and then at said location and time publicly open and read aloud. Bids can also be emailed to
[email protected]. Any bid received after the specified time and date will not be considered. <br /><br />For additional information contact: Yvette Crain at (physical address 4917 City Park Drive) or mailing address at 2654 Jean Lafitte Blvd., Lafitte, LA 70067 or
[email protected]. (504) 689-2208 or online at www.centralauctionhouse.com. <br /><br />Bids must be submitted on LOUISIANA UNIFORM PUBLIC WORK BID FORM<br />ALL WRITTEN BIDS, UNLESS OTHERWISE PROVIDED FOR, MUST BE SUBMITTED ON, AND IN ACCORDANCE WITH, FORMS PROVIDED AND PROPERLY SIGNED.<br />BIDS SUBMITTED IN THE FOLLOWING MANNER WILL NOT BE ACCEPTED:<br />A. BID SUBMITTED ON PAPER CONTAINS NO SIGNATURE INDICATING INTENT TO BE BOUND.<br />B. BID FILLED OUT IN PENCIL.<br /><br />The town 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 />In accordance with L.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 />Any person with disabilities requiring special accommodation must contact the town no later than seven (7) days prior to bid opening. <br /><br />DATES PUBLISHED:<br />Wednesday, January 29, 2025<br />Wednesday, February 5, 2025
https://www.centralauctionhouse.com/rfp98210564-advertisement-for-bid-for-a-2025-international-model-hv507-truck-or-equivalent.html
29-Jan-2025 12:00:00 AM CST |
14-Feb-2025 10:00:00 AM CST |
New Orleans Public Belt Railroad |
INVITATION TO BID 3106: PROVIDE MOBIL DIOL 9 RD 20W40 OR EQUIVALENT GRADE LUBRICANT OIL
|
<div style="text-align: center;">NEW ORLEANS PUBLIC BELT RAILROAD COMMISSION FOR THE PORT OF NEW ORLEANS<br /> <br />INVITATION TO BID 3106:<br /> <br />PROVIDE MOBIL DIOL 9 RD 20W40 OR EQUVALENT GRADE LUBRICANT OIL</div> <br />Notice is hereby given that the New Orleans Public Belt Railroad Corporation (NOPB) is soliciting bids for Provide Mobil Diol 9 Rd 20w40 Or Equivalent Grade Lubricant Oil, which consists of purchasing oil in accordance with the specifications. Official bid documents are available for download from Central Bidding at www.centralbidding.com and the Sebconnect App.<br /> <br />NOPB strongly encourages the acquisition of goods and services from and direct participation of eligible business entities (“EBEs”) as defined in the NOPB’s Small Business Opportunity Program. The Program is a race- and gender-neutral program intended to provide additional contracting and p r o c u r e m e n t opportunities for certified eligible businesses by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of<br />those contracts.<br /> <br />NOPB desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by EBEs. By providing equitable opportunities for EBEs, NOPB derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services<br /> <br />Bidders should present a responsible plan that provides for participation of qualified EBEs. Bidders should clearly state EBE participation goals and their plan for implementation of the same in their bid. Bidders should also include information relative to the participation levels Bidder has managed on other prior projects.<br /> <br />Participation shall be counted toward meeting the contract goals only by business entities certified designated in the Program. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. Participation shall include work opportunities in planning, development, construction, and operation of the Project.<br /> <br />NOPB accepts the following certifications: (1) the SLDBE program run by the City of New Orleans, (2) the state of Louisiana’s Department of Economic Development’s SBE Hudson Initiative program, (3) The Louisiana Unified certification Program, or (4) the Federal Small business Enterprise Program. Bids shall include evidence of a current certification<br /><br />BID SUBMISSION: NOPB will accept ELECTRONIC BIDS for this Project until 11:00 a.m. CDT on Monday, February 24, 2025 (the “Proposal Submission Deadline”). Any Proposal received after the Proposal Submission Deadline will not be considered.<br /> <br />Electronic bids must be submitted for this project at www.centralbidding.com For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. <br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810- 4814. The bidder must attach a completed and signed digital copy of the Bid Form, Proof of Authority and any other documents required in the Bidding Documents. The NOPB shall not be responsible if a bidder cannot complete or submit an electronic bid. Bidders shall be responsible for receiving confirmation that the bid was successfully delivered prior to the Bid Submission Deadline.<br /> <br />Bid OPENING: Immediately following the Bid Submission Deadline, Bid will be opened at NOPB's office located at 4822 Tchoupitoulas St. NOLA 70115 in accordance with the bid documents.<br /> <br />NOPB CONTACT: Questions must be submitted by Respondents in writing to
[email protected] by Friday, February 14, 2025 5:00pm CDT. As necessary, addenda to this RFP will be issued to all respondents receiving this RFQ. Questions and answers and all forms required will be posted on www.centrabidding.com and SEBConnect App.
https://www.centralauctionhouse.com/rfp40649698-invitation-to-bid-3106-provide-mobil-diol-9-rd-20w40-or-equivalent-grade-lubricant-oil.html
28-Jan-2025 12:00:00 AM CST |
24-Feb-2025 11:00:00 AM CST |
Chennault International Airport Authority |
2025 Airfield Markings Project
|
<div style="text-align: center;"><b>ADVERTISEMENT FOR BID</b></div> <br />SEALED BIDS for construction at the Chennault International Airport consisting of the 2025 Airfield Markings Project (CWF Bid No. 25-03) will be received by the Chennault International Airport Authority at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana 70615, until 2:00 p.m. CST on Tuesday, February 25, 2025. Bids will then be publicly opened and read aloud. Bids received after the 2:00 p.m. deadline will be returned to the bidder unopened via certified mail. Received bids will be referred to the Chennault International Airport Authority (CIAA) for action and award.<br /> <br />A Pre-Bid teleconference will be held on Wednesday, February 12, 2025, at 2:00 p.m. Representatives from the Owner and Engineer will be available to discuss the project. Although the teleconference is not mandatory, bidders are encouraged to attend and participate. The conference call number is 469-965-2511, access code 625286277#.<br /> <br />Contract Documents including bid proposal forms, plan sheets, and specifications for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com. Please submit questions for the project 72 hours prior to bid opening through www.civcastusa.com in the Q&A portal.<br /> <br />Bids shall be received only on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Bids shall be received only on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.<br /> <br />Bid proposals, amendments to bids, or requests for withdrawal of bids, which are received after the time specified for bid opening, shall not be considered for any cause whatsoever.<br /> <br />An acceptable bid bond, cashier's check or certified check payable to the CIAA, in an amount equal to five percent (5%) of the bid price, shall be submitted with each bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required.<br /> <br />On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope. Bidders must be licensed in the following category: SPECIALTY – LIMITED SPECIALTY SERVICES. The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued.<br /> <br />The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.<br />This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.<br /> <br />Bids may be held by the CIAA for a period of forty-five (45) calendar days after the date and hour set for the opening. The CIAA reserves the right to reject any or all Bids for just cause.<br /> <br />W. Kevin Melton Advertise: January 28, 2025<br />Executive Director February 4, 2025<br />Chennault International Airport Authority February 11, 2025
https://www.centralauctionhouse.com/rfp76410507-2025-airfield-markings-project.html
28-Jan-2025 12:00:00 AM CST |
25-Feb-2025 2:00:00 PM CST |
Greater Lafourche Port Commission |
Furnishing and Delivering One New & Unused Super Long Reach Marsh Buggy Excavator Caterpillar 330 or Equivalent
|
Sealed bids will be received on <b>Tuesday, February 18, 2025</b> by the Greater Lafourche Port Commission (GLPC) located at 16829 East Main Street, Cut Off, Louisiana 70345 until <b>2:00 PM</b> for <b>Furnishing and Delivering One (1) New & Unused Super Long Reach Marsh Buggy Excavator Caterpillar 330 or Equivalent.</b><br />At exactly 2:00 P.M., all bids will be publicly opened and read at the GLPC office. Subsequent to the opening, the bids will be evaluated by the appropriate parties and will be presented to the board for approval in accordance with the Louisiana Public Bid Law.<br />Any bid submitted must be on the forms obtained from the GLPC. Sealed envelopes shall be marked “Furnishing and Delivering One (1) New & Unused Super Long Reach Marsh Buggy Excavator Caterpillar 330 or Equivalent” and can be delivered by regular mail, hand delivered or overnight courier service to 16829 East Main Street, Cut Off, LA 70345, or submitted online through www.centralauctionhouse.com. For online submittals, you will have to 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 />Copies of specifications and proposal forms shall be examined online at https://www.centralauctionhouse.com/rfp.php?cid=68 or obtained from GLPC at no cost in person, by emailing
[email protected], by calling 985-632-6701, or from our website at https://portfourchon.com/news-events/public-notices. Please contact Brandon Allemand at 985-691-1783 for any clarification or information with regard to the specifications.<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 bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br />Bidders are required to comply with La.R.S. 38:2212 and La.R.S. 38:2212.1 as may be amended (further described in the Instruction 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 />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, Bid Proposals must; (a) be fully completed, signed and be responsive in all respects to the conditions of the Notice to Contractors and Instructions to Bidders; (b) be made on the Bid Forms provided and submitted intact as part of the Contract Documents; (c) be accompanied by the required items listed in the appropriate sections of the Bidding documents.The successful bidder must register with the Lafourche Parish Sales and Use Tax Department for use tax purposes. The Greater Lafourche Port Commission reserves the right to reject any and all bids in accordance with State Bid Law.<br />/s/ Chett Chiasson, Executive Director<br />Publications:<br />Daily Comet on January 30, 2025 and February 6, 2025<br />Lafourche Gazette: February 5, 2025 and February 12, 2025<br />
https://www.centralauctionhouse.com/rfp60884337-furnishing-and-delivering-one-new-unused-super-long-reach-marsh-buggy-excavator-caterpillar-330-or-equivalent.html
27-Jan-2025 6:00:00 PM CST |
18-Feb-2025 2:00:00 PM CST |
Morehouse Parish Police Jury |
Morehouse Parish Police Jury - FY 2023 LCDBG Street Improvements
|
Advertisement for Bids<br /> <br />Project No. 2404-60-EN (LCDBG NO. 2000889612)<br />Owner:<br />Morehouse Parish Police Jury<br />Owner<br />125 E. Madison Avenue <br />Address<br />Bastrop, LA 71220 <br /> <br />Sealed bids marked "Sealed Bid –Morehouse Parish Police Jury Community Development Block Grant Project for Fiscal Year 2023 to be financed by the State of Louisiana CDBG Program” will be received by the Owner for the construction of the project described as follows: FY 2023 LCDBG STREET IMPROVEMENTS.<br /> <br />Proposals shall be addressed to the Morehouse Parish Police Jury, and delivered to theOffice of Police Jury located at (address) 125 E. Madison Avenue, Bastrop, LA 71220 not later than 10:00AM (local time), on the 25th day of February, 2025. Sealed bids to be marked "Sealed Bid –Morehouse Parish Police Jury Community Development Block Grant Project for Fiscal Year 2023 to be financed by the State of Louisiana CDBG Program” Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 A.M. (local time) on the25th day of February, 2025, at Morehouse Parish Police Jury, located at 125 E. Madison Avenue, Bastrop, LA 71220. The information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the following locations:<br /> <br />Morehouse Parish Police Jury Service Group Unlimited, LLC<br />125 E. Madison Avenue 116 Smelser Road<br />Bastrop, Louisiana 71220 Monroe, Louisiana 71202<br />(318) 281-4132 (318) 331-1171<br /> <br />Copies may be obtained at this office upon payment of a deposit of $ 150. This 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.<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<br />accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />Each bidder must have must have an active Unique Entity ID (SAM), as registered and 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<br />conditions provided in the Information for Bidders. Sureties used for obtaining bonds must<br />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<br />opening thereof.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working<br />days of the receipt of the Notice to Proceed.<br /> <br />The Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.<br /> <br />Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin. 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 />Any person with disabilities requiring special accommodations must contact the Morehouse Parish Police Jury of 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 Section 3 and minority owned businesses to submit bid proposals.<br /> <br />The Contractor shall be licensed with the Louisiana State Licensing Board in:<br />HIGHWAY, STREET AND BRIDGE CONSTRUCTION<br /> <br />Project No. 2404-60-EN <br />Estimated Cost: $ 330,210 (LA R.S. 38:2212(H))<br /> <br /> <br />January 15, 2025 <br /> <br />Date Terry Matthews, President<br /> <br /> <br />Run in the Legal Notices of the Ouachita Citizen<br />On January 23, January 30, February 6, and February 13, 2025<br /> <br />The Ouachita Citizen<br />4423 Cypress Street<br />West Monroe, La 71291<br />Tele: (318) 396-0602<br />Fax: (318) 396-0900
https://www.centralauctionhouse.com/rfp93442658-morehouse-parish-police-jury--fy-2023-lcdbg-street-improvements.html
27-Jan-2025 6:00:00 PM CST |
25-Feb-2025 10:00:00 AM CST |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Plaquemine - FY 2022/2023 LGAP Drainage Improvements (Desobry Street)(Re-Advertisement) - 11727
|
ADVERTISEMENT FOR BIDS<br /> <br />OWNER: City of Plaquemine <br /> Attn: City Clerk’s Office <br />Mailing: P. O. Box 675, Plaquemine, LA 70765-0675 <br />Physical: Plaquemine City Hall, First Floor, Room 103, 23640 Railroad Ave., Plaquemine, LA 70764<br /> <br />Separate sealed BIDS for FY 2022/2023 LGAP Drainage Improvements (Desobry Street) (Re-Advertisement) will be received by<br /> <br />City of Plaquemine,<br />Attn: City Clerk’s Office<br />Mailing: P. O. Box 675, Plaquemine, LA 70765-0675<br />Physical: Plaquemine City Hall, First Floor, Room 103, 23640 Railroad Ave., Plaquemine, LA 70764<br />until 10:00 AM (local time) on February 10, 2025.<br />The bids will be publicly opened and read aloud on the 10th day of February 2025 at 10:00 AM at:<br /> <br />Plaquemine City Hall, Third Floor<br />Mayor’s Conference Room<br />23640 Railroad Avenue<br />Plaquemine, LA 70764<br /> <br />Any BIDDER sending his BID by mail or submitting in person must be addressed to:<br /> <br /> City of Plaquemine<br />City Clerk’s Office <br />P. O. Box 675 <br />Plaquemine, LA 70765-0675 <br /> <br />Attention: FY 2022/2023 LGAP Drainage Improvements (Desobry Street) (Re-Advertisement)<br /> PEC Project No. 11727<br /> <br />Complete Bid Documents, Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of the Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be downloaded from the Professional Engineering Consultants (PEC) Plan Room as hosted by Central Bidding https://www.centralbidding.com (subject to fees and conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online bidding portal. Bids will be received by mail and/or hand delivery to the location as stated above.<br /> <br />Complete Bid Documents may also be examined by emailing
[email protected] or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Municipal and Public Works. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />OWNER<br />CITY OF PLAQUEMINE<br />BY: /s/ JOHN “JB” BARKER, MAYOR<br /> <br />PUBLICATION/DATES<br />Post South<br /> <br />Thursday, January 16, 2025<br />Thursday, January 23, 2025<br />Thursday, January 30, 2025<br />
https://www.centralauctionhouse.com/rfp93419570-city-of-plaquemine--fy-20222023-lgap-drainage-improvements-desobry-streetre-advertisement--11727.html
27-Jan-2025 4:35:00 PM CST |
10-Feb-2025 10:00:00 AM CST |
Jefferson Parish Sheriff's Office |
25-FEB-1201 2024 International Trucks
|
Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 10:00 a.m. Wednesday February 12, 2025 at the Jefferson Parish Sheriff’s Office Administrative Complex, 1233 Westbank Expressway, Harvey, La. 4th floor, room 411. Bid will be opened at 10:00 a.m., Wednesday February 12, 2025 and read aloud for:<br /> <br />International Trucks<br /> <br />Detailed list of specifications is available at the above address. The Sheriff, Parish of Jefferson, reserves the right to accept or reject any and all bids in whole or in part and waive formalities.<br /> <br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />Bid # 25-FEB-1201<br /> <br />ADV: The New Orleans Advocate<br />January 22, 29 and February 5, 2025
https://www.centralauctionhouse.com/rfp35877492-25-feb-1201-2024-international-trucks.html
27-Jan-2025 8:00:00 AM CST |
12-Feb-2025 10:00:00 AM CST |
Lafourche Parish Fire District No. 3 |
Fire Central Training Tower
|
Lafourche Parish Fire District 3 will receive sealed bids before 3:00 P.M., Thursday, February 27th, 2025 at GIS Engineering, LLC, 197 Elysian Drive, Houma, Louisiana, 70363 for the following Hurricane Ida Recovery Project:<br /><br /><b>Fire Central Training Tower <br />HIR-FCTT</b><br /> <div style="text-align: justify;">Complete Bid Documents prepared by GIS Engineering, LLC, 197 Elysian Drive, Houma, LA, for this Project are available in electronic form. They may be obtained without charge and without deposit from www.csrsinc.com/LPFD3. Bid Documents may also be obtained from www.centralbidding.com for a nominal charge or subscription. Printed copies are not available from the Owner or Architect, but arrangements can be made to obtain printed Bid Documents through most reprographic firms. Bidders are responsible for any</div>subscription, downloading, reproduction or mailing costs.<br /> <div style="text-align: justify;">No Bid shall be considered or accepted unless the bid is accompanied by 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 on the Bid Bond Form contained in the Front End Documents written by a surety company licensed to do business in Louisiana with a 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 this state and who is residing in this state.<br /> </div><div style="text-align: justify;">Bids shall be accepted only from Contractors who are licensed under LS R.S. 37:2150- 2163 for the classification of 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 LA. R.S. 38:2212 (B) (2), (5) and/or LA. R.S. 39:1594 (C) (4). <br /> </div><div style="text-align: justify;">A Pre-Bid Conference will be conducted at Lafourche Parish Fire District No. 3 Headquarters, 17462 West Main Street, Cut Off, Louisiana, on Monday, February 10th, 2025 at 3:00 P.M. Attendance is nonmandatory. </div><br />Each bid must be placed in an envelope, sealed and marked on the outside: <div style="text-align: justify;">“Bid Enclosed for Fire Central Training Tower, HIR-FCTT to be opened at GIS Engineering, LLC Office, 197 Elysian Drive, Houma, LA, 70363 on Thursday, February 27th, 2025 at 3:00 P.M. Refer to Instructions for Bidders for other requirements on outside of envelope. <br /> </div><div style="text-align: justify;">Bid may also be submitted by electronic means via website www.centralbidding.com. Free registration is required in order to submit a bid via the Central Bidding website.<br /> </div><div style="text-align: justify;">The Owner reserves the right to reject any and all bids for just cause as permitted by LA. R.S. 38:2214 (B). The ability of an entity to reject any bid is applicable only when administered in accordance with the Public Bid Law. In accordance with LA. R.S. 38:2212 (B) (1), the provisions and requirements of this section, and those stated in</div>the Bidding Documents shall not be waived by any public entity.
https://www.centralauctionhouse.com/rfp58563085-fire-central-training-tower.html
27-Jan-2025 12:00:00 AM CST |
27-Feb-2025 3:00:00 PM CST |
Lafayette Consolidated Government |
SOUTH SEWAGE TREATMENT PLANT IMPROVEMENTS HEADWORKS AND CHLORINE CONTACT CHAMBER
|
NOTICE TO CONTRACTORS<br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the<br />office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University<br />Avenue, Lafayette, Louisiana, until 3:00 PM Central Time on the 6th day of March, 2025 for the following:<br />South Sewage Treatment Plant Improvements Headworks and Chlorine Contact Chamber<br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University<br />Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall<br />be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone<br />number 337-291-5100.<br />Scope of Services: The work includes the construction of a new preliminary treatment unit complete with fine<br />screens and grit removal equipment, new raw wastewater flow distribution box, construction of a new chlorine<br />contact chamber, Parshall Flume, piping, instrumentation and controls, painting, electrical work and other<br />appurtenant and related items of construction. Work to be completed within 420 calendar days from issuance of<br />Notice to Proceed.<br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding<br />(www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For<br />questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may<br />request the electronic bid package from Christian Janes at
[email protected].<br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through<br />the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid<br />security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic<br />bid.<br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of<br />Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a<br />Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br />Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the<br />bidding documents shall be addressed to Christian Janes at
[email protected]..<br />Contractors are requested to attend a pre-bid meeting, which will be held on February 13, 2025 at 10:00 AM<br />at the South Sewer Treatment Plant located at 231 W. Bayou Parkway, Lafayette, LA.<br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette<br />Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates.<br />If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the<br />Treasury Financial Management Service list of approved bonding companies which is published annually in the<br />Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of<br />the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as<br />shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid<br />bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a<br />company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a<br />guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract<br />documents within ten (10) days.<br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall<br />be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five<br />(45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form<br />provided within the specifications. The successful bidder will be required to execute performance and labor and<br />material payment bonds in the full amount of the contract as more fully defined in the bid documents. No<br />contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids.<br />Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be<br />required to execute performance and labor and material payment bonds in the full amount of the contract as more<br />fully defined in the bid documents.<br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also<br />in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and<br />all bids for just cause in accordance with LA R.S. 38§2214.B.<br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are<br />licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license<br />number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the<br />classification of “Municipal and Public Works Construction”. Bids in the amounts specified above which have<br />not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative<br />to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business<br />Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services<br />and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business<br />enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which<br />disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-<br />8410.<br />PURCHASING DIVISION<br />Lafayette Consolidated Government<br />PUBLISH DATES: 01-22-25; 01-26-25; 02-02-25<br />DPR 992312
https://www.centralauctionhouse.com/rfp18797296-south-sewage-treatment-plant-improvements-headworks-and-chlorine-contact-chamber.html
24-Jan-2025 8:00:00 AM CST |
06-Mar-2025 3:00:00 PM CST |
Terrebonne Parish School District |
Child Nutrition Milk Bid 021125
|
ADVERTISEMENT FOR BIDS<br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids at its Purchasing Department, 201 Stadium Drive, Houma, Louisiana, until the hour of ten o’clock AM (10:00 AM), February 11, 2025, for MILK PRODUCTS. Any bid received after the specified time and date of 10:00 AM on February 11, 2025, will be returned unopened. Bids will be publicly opened and acknowledged at 10:00 AM on February 11, 2025, 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 January 31, 2025, 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 documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids 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 />Mr. Dane Voisin, President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br />Publication Dates: Friday, January 24, 2025<br /> Friday, January 31, 2025<br /> <br /> <br />This Institution is an Equal Opportunity Employer
https://www.centralauctionhouse.com/rfp44844231-child-nutrition-milk-bid-021125.html
24-Jan-2025 8:00:00 AM CST |
11-Feb-2025 10:00:00 AM CST |
State of Louisiana Military Department |
Hammond Airport RC Chiller Replacement, Hammond, Louisiana
|
See attached Solicitaion: Hammond Airport RC Chiller Replacement, Hammond, Louisiana
https://www.centralauctionhouse.com/rfp9369631-hammond-airport-rc-chiller-replacement-hammond-louisiana.html
24-Jan-2025 12:00:00 AM CST |
12-Mar-2025 11:00:00 AM CDT |
Central Louisiana Regional Port |
7863-Central LA Regional Port-Construction of Site Improvements on 45 Acre Tract
|
ADVERTISEMENT FOR BIDS<br /> <br />CENTRAL LOUISIANA REGIONAL PORT<br />CONSTRUCTION OF SITE IMPROVEMENTS<br />ON 45 ACRE TRACT<br /> Separate sealed bids for the construction of the Construction of Site Improvements on 45 Acre Tract will be received by the Central Louisiana Regional Port, at the office of Meyer, Meyer, LaCroix & Hixson, Inc., 100 Engineer Place, Alexandria, Louisiana until 2:00 p.m. local time on Wednesday, February 19, 2025, 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 Central Louisiana Regional Port c/o Meyer, Meyer, LaCroix & Hixson, Inc., 100 Engineer Place, Alexandria, Louisiana 71303.<br /> <br />The Bidding Documents may be examined at the office of the Engineer:<br /> <br /> MEYER, MEYER, LACROIX & HIXSON, INC.<br /> TELEPHONE (318) 448-0888<br /> 100 ENGINEER PLACE<br /> ALEXANDRIA, LOUISIANA 71303<br /> <br />Bidding documents on a USB flash drive shall 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 or from the electronic bid submittal option as noted in the Advertisement. Any requests for bid documents must be accompanied by payment in full. Prime Bidders must obtain Bidding Documents from the Office of the Engineer OR Central Auction House website.<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 />Successful bidder must have an active Unique Entity ID (UEI), as verified on www.sam.gov, prior to award of contract.<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 may elect to submit bids electronically via the internet. Electronic bids are available for submission at www.centralauctionhouse.com. The bid security required by this solicitation shall be submitted online. Bidders can contact Central Auction House at (225) 810-4814 with any questions about the process of submitting bids electronically.<br /> <br />Bidders electing to submit bids electronically shall follow the required procedures. 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 /> <br />Date: January 16, 2025 /s/ Ben Russo Executive Director<br /> <br />Publishing Dates: January 24, 31, and February 7, 2025
https://www.centralauctionhouse.com/rfp22633391-7863-central-la-regional-port-construction-of-site-improvements-on-45-acre-tract.html
24-Jan-2025 12:00:00 AM CST |
19-Feb-2025 2:00:00 PM CST |
St. John the Baptist Sheriff's Office |
RFQ FOR PROFESSIONAL A/E SERVICES
|
ST. JOHN THE BAPTIST PARISH SHERIFF OFFICE<br />1801 West Airline Highway<br />LaPlace, LA 70068<br /> <br />Request for Statements of Qualifications<br />for<br />Professional A/E Services for<br /> <br />Design and all related services for construction new building<br /> <br />The St John the Baptist Sheriff’s Office hereby issues a Request for Qualifications (RFQ) for one firm that possesses Professional Architect and Design qualifications for the purpose of preparing plans and specifications for the construction of a new Sheriff Office Admin Building in LaPlace, Louisiana. <br /> <br />Interested parties are invited to secure a Request for Qualifications from St. John the Baptist Parish Sheriff Office, 1801 W. Airline Hwy. LaPlace, LA 70068 (985) 652-9513 or by emailing a request to
[email protected] or electronic RFQ Packets can be obtained and submitted at www.centralauctionhouse.com.<br /> <br />All responses received will be evaluated in accordance with the selection criteria identified in the request for statements of qualifications packet. That packet also identifies the scope of services to be performed by the selected firm.<br /> <br />Each Consultant Firm shall provide a submittal package following the included format based on the designated point evaluation/score sheet. Applicants shall include sufficient information about the firm’s qualifications to assist the Sheriff’s Office in making the proper determinations about their capabilities.<br /> <br />All qualification statements must be submitted on the supplied packet in a sealed envelope to the Sheriff’s Office, 1801 W. Airline Highway, LaPlace, LA 70068. The Quotation number and closing date/time must be referenced on the outside of the envelope (lower left corner). Submissions must be received by the Sheriff’s Office prior to 10:00 a.m. on February 28, 2025.<br /> <br />St. John the Baptist Parish Sheriff’s Office is an Equal Opportunity Employer. Persons requiring reasonable accommodation to respond to this solicitation are requested to contact Jeffrey Clement at (985) 652-9513 to discuss their particular needs.<br /> <br /> <br />Publish: January 22, 2025<br /> January 29, 2025<br /> February 5, 2025
https://www.centralauctionhouse.com/rfp6578213-rfq-for-professional-ae-services.html
23-Jan-2025 6:00:00 PM CST |
28-Feb-2025 10:00:00 AM CST |
Ouachita Parish School Board |
RFP FS 1-26 CNPC USDA COMMODITY PROCESSING
|
Sealed bids will be received by the Child Nutrition Director, Ouachita Parish School Board, 920 Thomas Road, West Monroe, LA 71292, or P.O. Box 2957, West Monroe, LA 71294 until 10:00 A.M. C.S.T. Friday February 21, 2025. Beginning at 10:00 A.M. bids will be will be publicly opened:<br /><br /><b>RFP FS1-26 CNPC USDA Commodity Processing Proposal </b><br /><br />Bid information can be obtained from Ouachita Parish System, Child Nutrition Program Director, Jo Lynne Correro, 920 Thomas Road, West Monroe, LA 71292, phone 318-398-1990; email:
[email protected]. This is a Request for Proposal. Award will be based on the highest overall score to the most qualified responsive bidder. The OPSB Child Nutrition Services reserves the right to reject any and/or all bids as prescribed by Statute. <br /><br />Ouachita Parish School Board is an equal opportunity provider and employer. <br /><br />Bidders also have the option to submit bids electronically. To submit a bid electronically, bidders must register at Central Bidding by visiting either <a href="https://www.centralbidding.com/">https://www.centralbidding.com</a> or <a href="https://www.centralauctionhouse.com/">https://www.centralauctionhouse.com</a> . For technical questions relating to the electronic bidding process for Central Bidding call Support 833.412.5717. Fees to submit electronically may apply. Payments of fees are the responsibility of the bidder. Submission of an electronic bid requires an electronic bid bond and a digital signature.
https://www.centralauctionhouse.com/rfp44897931-rfp-fs-1-26-cnpc-usda-commodity-processing.html
23-Jan-2025 6:00:00 PM CST |
21-Feb-2025 10:00:00 AM CST |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
St Gabriel, Louisiana - Miscellaneous Wastewater Upgrades - Contract No. 1 Lagoon Sludge Removal And Pump Replacement - 11702-1
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />St. Gabriel, Louisiana (herein referred to as the "Owner") hereby solicits sealed bids for the Miscellaneous Wastewater Upgrades – Contract No. 1 Lagoon Sludge Removal And Pump Replacement project described as follows:<br /> <br />STATEMENT OF WORK: Sunshine WWTP and Delta WWTP Sludge Dredging, Dewatering, and Disposal<br /> PEC Project No. 11702.05-1<br /> <br />Sealed Bids shall be addressed to the St. Gabriel, Louisiana, and delivered to the 5035 Iberville St. (P.O. Box 597), St. Gabriel, LA 70776 not later than 2:00 pm, on the 12th day of February, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on the __12th_ day of February, 2025, at the St Gabriel City Hall located at 5035 Iberville Street, St. Gabriel, LA 70776.<br /> <br />Complete Bid 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). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Municipal and Public Works. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br /> <br />OWNER<br />St. Gabriel, Louisiana<br />BY: Mayor Lionel Johnson, Jr.<br /> <br /> <br />PUBLICATION/DATES:<br /> Post South<br /> <br /> Thursday, January 16, 2025<br /> Thursday, January 23, 2025<br /> Thursday, January 30, 2025<br />
https://www.centralauctionhouse.com/rfp98920627-st-gabriel-louisiana--miscellaneous-wastewater-upgrades--contract-no-1-lagoon-sludge-removal-and-pump-replacement--11702-1.html
23-Jan-2025 5:00:00 PM CST |
12-Feb-2025 2:00:00 PM CST |
St. Charles Parish Government |
Bid# 1001 2 Year Contract for Electrical Repairs & Plant Maintenance for the Department of Waterworks
|
Bid# 1001 2 Year Contract for Electrical Repairs & Plant Maintenance for the Department of Waterworks
https://www.centralauctionhouse.com/rfp69106134-bid-1001-2-year-contract-for-electrical-repairs-plant-maintenance-for-the-department-of-waterworks.html
23-Jan-2025 4:30:00 PM CST |
13-Feb-2025 11:00:00 AM CST |
Food & Nutrition Services Diocese of Lafayette |
Solid waste
|
For the removal of Solid Waste (Dumpsters) at school sites.
https://www.centralauctionhouse.com/rfp6568127-solid-waste.html
23-Jan-2025 3:00:00 PM CST |
25-Feb-2025 12:45:00 PM CST |
Food & Nutrition Services Diocese of Lafayette |
Grease Traps 2025
|
For the cleaning of Grease traps and oil drums at school sites.
https://www.centralauctionhouse.com/rfp21956124-grease-traps-2025.html
23-Jan-2025 3:00:00 PM CST |
25-Feb-2025 12:45:00 PM CST |
Assumption Parish School Board |
Pierre Part Primary - French Hall HVAC Replacement
|
DIVISION 00 - DIVISION OF THE CONTRACT<br />SECTION 00 11 13 – ADVERTISEMENT FOR BIDDERS<br /> <br />ADVERTISEMENT FOR MECHANICAL BIDS<br /> <br />Sealed bids will be received on Tuesday, February 18, 2025 by the Assumption Parish School Board, at the School Board Office, 4901 Highway 308, in Napoleonville, Louisiana until 2:00 P.M. Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly 2:00 P.M., all bids will be publicly opened and read aloud for the furnishing of item/items listed below in the School Board Purchasing Office. After this time, bids will not be accepted and returned unopened. 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 Assumption 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 Assumption Parish School Board. Printed copies of the Bid Documents are not available from the Engineer or Owner.<br /> <br />WORK DESCRIPTION:<br /> <br />ASSUMPTION PARISH SCHOOL BOARD<br />PIERRE PART ELEMENTARY SCHOOL<br />FRENCH HALL HVAC REPLACEMENT<br />3321 HWY 70 S<br />PIERRE PART, LOUISIANA 70339<br /> <br />An On-Site Mandatory Pre-Bid Conference shall be held for bidders on Tuesday, January 28, 2025, commencing at 10:00 AM at PIERRE PART ELEMENTARY SCHOOL, 3321 HWY 70 S, in PIERRE PART, LOUISIANA, 70339.<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 />Bids 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(A)(1)(c).<br /> <br />All Bid packages shall be accompanied with the following:<br /><br />Bid Security in an amount equal to not less than FIVE PERCENT (5%) of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the ASSUMPTION PARISH SCHOOL DISTRICT. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form.<br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(A)(1)(C) or LA R.S. 38:2212(0). <br />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 />The time of completion of this project is of prime importance. All of the work required shall be completed within one hundred fifty (150) calendar days from the 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 />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of MECHANICAL WORK.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least thirty (30) 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 Assumption Parish School Board. The ASSUMPTION PARISH SCHOOL BOARD reserves the right to waive any informalities in awarding the bid in the best interest of Assumption Parish.<br /> <br />It is imperative that the successful bidder must register with the Assumption Parish Sales and Use Tax Department for Use Tax purposes, and it is understood that all applicable state and local Sales Use Taxes are included in each bid amount.<br /> <br />Lee Meyer, Jr., President<br />Assumption Parish School Board <br /> <br />FIRST PUBLICATION: Tuesday, January 21, 2025<br />SECOND PUBLICATION: Tuesday, January 28, 2025<br />THIRD PUBLICATION: Tuesday, February 4, 2025
https://www.centralauctionhouse.com/rfp56621337-pierre-part-primary--french-hall-hvac-replacement.html
23-Jan-2025 3:00:00 PM CST |
18-Feb-2025 2:00:00 PM CST |
Ouachita Parish School Board |
18-25 Copy Paper
|
See Attachments
https://www.centralauctionhouse.com/rfp73671837-18-25-copy-paper.html
23-Jan-2025 2:00:00 PM CST |
14-Feb-2025 2:00:00 PM CST |
Ouachita Parish School Board |
RFP14-25 -- Kitchen Cameras
|
See Attachments
https://www.centralauctionhouse.com/rfp39455748-rfp14-25--kitchen-cameras.html
23-Jan-2025 2:00:00 PM CST |
25-Feb-2025 10:00:00 AM CST |
Capital Area Transit System (CATS) |
ReBid ITB 2024-BusChargStationInstall-006
|
PUBLIC NOTICE<br />Invitation to Bid <br />Bus Charging Stations Installation<br />REBID - Solicitation ITB #2024-BusChargStationInstall-006<br /> <br />The <b>Capital Area Transit System</b> (CATS), a political subdivision of the State of Louisiana, operating the public transit system in EBR Parish is accepting Bids for Bus Charging Stations Installation. <b>Sealed bids are due to CATS Procurement Department by February 27, 2025, at 10:00 am (local time) at 2250 Florida Blvd., Baton Rouge, LA 70802. </b>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) or CATS via email
[email protected] with a subject line name of the bid name. 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 February 14, 2025. 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 <b>mandatory pre-site visit</b> will be held on February 11, 2025 at 10:00 am, at CATS 2250 Florida Blvd., Baton Rouge, La. 70802 (front lobby).
https://www.centralauctionhouse.com/rfp6515026-rebid-itb-2024-buschargstationinstall-006.html
23-Jan-2025 11:30:00 AM CST |
27-Feb-2025 10:00:00 AM CST |
Terrebonne Parish Recreation District 7 |
Little Caillou Restroom and Concession
|
INVITATION TO BIDDERS<div style="text-align: justify;">Sealed bids will be received on Wednesday, February 19th, 2025, by Terrebonne Parish Recreation District No. 7 (TPRD7), at the office of All South Consulting Engineers, 5300 LA-311, in Houma, Louisiana until 2:00 P.M as shown on the Conference Room Clock, and TPRD7 shall at that time and place publically open the bids and read them aloud.<br /> </div><div style="text-align: justify;">Bid documents are posted on http://www.centralauctionhouse.com/rfp.php?cid=65. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> </div><div style="text-align: justify;">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: ATTN: Mr. Michael B. Slovensky, P.E.<br /> All South Consulting Engineers, LLC<br /> 5300 LA-311<br /> Houma, Louisiana 70360<br /><br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /><br />Project Name: Little Caillou Restroom and Concession<br />Project No: 059-005-01(A)<br /> </div><div style="text-align: justify;">Project Description: The project consists of furnishing all labor, equipment and materials necessary for the procurement and installation of a precast concrete building to be located at 4373 Bayouside Drive, Houma, LA 70363. Work includes, but is not limited to, connection of utilities and other associated work.</div><div style="text-align: justify;"><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 All South Consulting Engineers, LLC, 5300 LA-311, Houma, Louisiana 70360. In accordance with Louisiana Public Bid Law, prime bidders shall be charged a deposit of $100.00 and upon return of the plans and specifications in good condition within ten (10) days from the bid opening shall be refunded the deposit. Digital copies of bid documents will be provided free of charge to any prospective bidder, who holds the proper license and registers with the Project Engineer. Please contact Michael B. Slovensky, P.E. by sending email request to
[email protected] and copy Jeremy Perkins
[email protected] for any clarification or information regarding the specifications.<br /><br />A Non-mandatory Pre-Bid Conference will be held on Thursday, January 30th, 2025, at 2:00 pm at the office of All South Consulting Engineers, LLC, 5300 LA-311, Houma, Louisiana 70360.<br /><br />TERREBONNE PARISH RECREATION DISTRICT NO. 7 reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /><br /><u>/s/ Donald Tivet</u><br />DONALD TIVET, CHAIRMAN<br />TERREBONNE PARISH RECREATION DISTRICT NO. 7<br /><br />PUBLISH:<br />01-23-2025<br />01-30-2025<br />02-06-2025</div>
https://www.centralauctionhouse.com/rfp45634561-little-caillou-restroom-and-concession.html
23-Jan-2025 6:00:00 AM CST |
19-Feb-2025 2:00:00 PM CST |
St. Charles Parish Public Schools |
RFP for St. Charles Parish Public Schools: Call to Artists Trailblazers Memorial Project
|
Request for Proposals St. Charles Parish Public Schools: Call to Artists Trailblazers Memorial Project
https://www.centralauctionhouse.com/rfp80752285-rfp-for-st-charles-parish-public-schools-call-to-artists-trailblazers-memorial-project.html
23-Jan-2025 12:00:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
St. Charles Parish Public Schools |
St. Charles Parish Public Schools Transportation Department Proposal for Contract Bus Washing
|
St. Charles Parish Public Schools Transportation Department Proposal<br /> for<br /> Contract Bus Washing<br />
https://www.centralauctionhouse.com/rfp37003404-st-charles-parish-public-schools-transportation-department-proposal-for-contract-bus-washing.html
23-Jan-2025 12:00:00 AM CST |
20-Feb-2025 12:00:00 PM CST |
Livingston Parish Government |
Livingston Parish Disaster Emergency Feeding Plan
|
REQUEST FOR PROPOSALS FOR<br />EMERGENCY FEEDING FOR LIVINGSTON PARISH EMPLOYEES DURING A DECLARED STATE OF EMERGENCY<br /> <br />The Parish of Livingston is soliciting a Request for Proposal (RFP)/Solicitation from professionals to provide debris monitoring and management 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 for Emergency Feeding for Livingston Parish Employees during a Declared State of Emergency. 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] by mailing a written request to Mr. Shannon Dyer, Deputy 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 3:00 p.m. on Thursday, February 20, 2025. 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 Emergency Feeding for Livingston Parish Employees During a Declared State of Emergency” 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 />
https://www.centralauctionhouse.com/rfp9329852-livingston-parish-disaster-emergency-feeding-plan.html
23-Jan-2025 12:00:00 AM CST |
20-Feb-2025 3:00:00 PM CST |
St. Charles Parish Hospital |
SCPH Intensive Outpatient Program St. Charles Parish Hospital
|
<p>ADVERTISEMENT FOR BIDS <br /> <br />Project Title: SCPH – Intensive Outpatient Program <br />Owner: St. Charles Parish Hospital, Managed by Ochsner Health <br />Description: New construction of outpatient clinic for psychological group therapy.<br />Location: 146 Hall Drive, Luling, Louisiana 70070 <br /> <br />Sealed bids will be received until the hour of 2:00 PM CST, on February 18, 2025 <br />by St. Charles Parish Hospital District #1 in the large conference room in the Education <br />Training Center at St. Charles Parish Hospital, 1057 Paul Maillard Rd., Luling, LA 70070 and all <br />bids will be publicly opened and read. <br /> <br />SCPH – Intensive Outpatient Program <br /> <br />To Obtain Bidding Documents: <br /> <br />Licensed General Contractors or their agent may obtain one (1) set of the complete bidding <br />documents from AQ Studios, 1100 Poydras St., Ste. 3550, New Orleans, LA 70163. Contractors <br />shall call ahead at (504) 523-4375 to coordinate pick-up. <br /> <br />Alternately, Bidding documents may be accessed online through a uniform and secure <br />electronic interactive system. WWW.CENTRALBIDDING.COM <br /> <br />No bidding documents will be issued later than 24 hours prior to the date and time set for the <br />bid opening. Late bids will not be accepted. <br /> <br />Bids received in violation of LSA-R.S. 37:2163 (failure to provide contractor’s license number <br />on the bid envelope) shall be stamped “Rejected”, returned unopened to the bidder and shall <br />not be read aloud. <br /> <br />Contractors are provided the option to submit bid for public contracts through a uniform and <br />secure electronic interactive system: WWW.CENTRALBIDDING.COM Comply with electronic <br />bidding as stated in the Louisiana Bid Law 2212.1. <br /> <br />Sealed bids must have project name boldly displayed on outside of envelope. <br /> <br />Each bid must be accompanied by certified check, cashier's check or bid bond made payable <br />to St. Charles Parish Hospital and acceptable to the owner in the amount equal to five (5%) of <br />the total amount bid, including all alternates, and payable without condition to the owner as <br />guarantee that the bidder, if awarded the contract, will promptly execute a contract in <br />accordance with his/her proposal and all terms and conditions of the contract documents. A <br />bid bond shall comply with LSA-R.S. 38:2218(B) and 38:2219, as applicable. <br /> <br />The owner reserves the right to reject any and all bids, waive formalities and to reject non-conforming,<br />non-responsive, unbalanced or conditional bids or bids submitted by non-responsible<br />parties pursuant to the law. Bids which deviate from the project plan and <br />specifications will not be considered.</p><p> </p><p>SCPH – Intensive Outpatient Program <br />St. Charles Parish Hospital District #1 <br />1057 Paul Maillard Rd. <br />Luling, LA 70070 <br /> <br />A Mandatory Pre-Bid Conference will be held on 02/04/2025 at 2:00 PM CST located in the <br />large conference room in the Education Training Center at St. Charles Parish Hospital, 1057 <br />Paul Maillard Rd., Luling, LA 70070. Walk through of area will follow. Please note that <br />attendees arriving later than 2:05 PM will not be granted admittance to the meeting. Bids <br />received from Contractors who did not attend the mandatory pre-bid conference will not be <br />considered. <br /> <br />Published in the Bids and Proposal Section of the Herald Guide Newspaper on <br />01/23/25, 01/30/25 and 02/06/25. </p>
https://www.centralauctionhouse.com/rfp9337621-scph-intensive-outpatient-program-st-charles-parish-hospital.html
23-Jan-2025 12:00:00 AM CST |
18-Feb-2025 2:00:00 PM CST |
Pointe Coupee Parish Government |
RE-BID: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage and OEP Facility
|
ADVERTISEMENT FOR BID<br />Sealed bids will be received by the Point Coupee Parish Government, 160-A E. Main Street, New Roads, LA 70760 on Wednesday, February 19, 2025 at 2:00 PM from Commercial Building Contractors, and then at said office publicly opened and read aloud for construction of the project described as follows:<br /> <br />Project Name: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage and OEP Facility<br /> <br /> Project No. 24014<br /> <br />General Scope of project:<br />The project consists of the construction of a new 5,000 S.F. pre-engineered metal building containing offices and storage space. The project also includes renovating an existing storage building, approximately 5400 S.F., which will include selective demolition, installation of new wire storage cages, demolition and infill of existing windows, new doors, painting, new mechanical system, lighting, and a new SBS roof system. The project also includes the construction of a new parking lot and expansion of a second parking lot. Parking lot A is approximately 13,138 S.F. Parking lot B is approximately 20,500 S.F. Additionally, it includes full repairs of the courthouse parking lot, approximately 8175 S.F. Miscellaneous site work is included such as new outdoor benches and light poles in front of the existing courthouse.<br /> <br />All bids must be in accordance with the Bid Documents and any bid received after the time and date of the bid opening will be returned unopened.<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.centralbidding.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:<br /> <br />Mougeot Architecture, LLC Telephone: 225-767-1717<br />10343 Siegen Lane <br />Building 7, Suite A Email:
[email protected]<br />Baton Rouge, LA 70810 <br /> <br />No questions or pre-approvals will be accepted after February 12, 2025.<br /> <br />Bids from only the respective contractors obtaining plans, must be submitted on bid form provided in the bid documents.<br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractors state license number and the name of the project for which the bid is submitted. If forwarded by mail or hand delivery the sealed envelope containing the bid must be enclosed in another envelope addressed to the following:<br /> <br /> <br />VIA U.S. Mail Pointe Coupee Parish Government (Attn: Jeanne Hendrix)<br />Sealed Bid: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage and OEP Facility<br />160-A E Main Street, New Roads, LA 70760<br /> <br />VIA Fed Ex /UPS<br />or Hand Delivered: 160-A E Main Street, New Roads, LA 70760 (Attn: Jeanne Hendrix)<br />Sealed Bid: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage and OEP Facility<br />Contractor Name: _________________________________________<br />LA State Contractor License Number: __________________________<br /> <br />Electronic Bids: www.centralbidding.com until February 19, 2025, at 2:00 PM<br /> <br />Bids received after the above specified date and time will not be considered.<br /> <br />RS 38:2218. Evidence of good faith; countersigning<br />To address the above requirement for electronic bids Pointe Coupee Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br /> <br />A. A copy of the bid bond, certified check, or cashier's check, must be attached to bid document submitted electronically<br /> <br />B. The original bid bond document, certified check, or cashier's check, must be received in our <br /> office no later than 48 hours after bid opening date and time (Mailing; Pointe Coupee Parish<br /> Government, 160-A East Main Street, New Roads, LA 70760 – Physical; 160-A East Main Street, New Roads, Louisiana 70760)<br /> <br />C. The bid-bond, certified check, or cashier's check, envelope must be clearly labeled as a<br /> “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address.<br /> <br />All bids must be accompanied by bid security equal to five (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 form made payable to Pointe Coupee Parish Government written by a surety company licensed to do business in Louisiana, signed by the surety’s agency or attorney-in-fact. Surety must be listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond, or must be Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A. M. 2019.<br /> <br />Best’s Key Rating Guide. If surety qualified by virtue of its Best’s listing, the amount of the Bond may not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key rating Guide. The bid Bond shall be in favor of the Pointe Coupee Parish Government and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligations of less than five (5%) by any method is acceptable.<br /> <br />Beginning at 2:00 PM on February 19, 2025 bids will be downloaded. No bids are accepted after 2:00 p.m. Bids may be submitted electronically at www.centralbidding.com. Once logged in, users must click on Point Coupee Parish Government to view current advertisement listings. This listing is titled “Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage and OEP Facility”. Pointe Coupee 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 />A Non-Mandatory Pre-Bid Conference will be held on Thursday, February 6, 2025 - 2:00 PM (Local Time) at the project site (206 Court Street, New Roads, Louisiana 70760). Contractors should have obtained a set of plans and specifications prior to this time.<br /> <br />Contract, if awarded, will be on the basis stated in the Instructions to Bidders. No bid may be withdrawn for a period of 45 days after bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq. Bidders must comply with provisions of R.S. 38:2212.10. <br /> <br />The successful bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount. Surety must be listed currently on the U.S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal to or greater than the contract amount, or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If surety is qualified other than by listing on the policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A.M. Best’s Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key Rating Guide nor fifteen percent of policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety’s agent or attorney-in-fact.<br /> <br />The Pointe Coupee Parish Government reserves the right to disqualify any Bid, response to a Request for Qualifications, or Request for Proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana. Pointe Coupee Parish Government reserves the right to reject any and all bids for just cause.<br /> <br />Major Thibaut, Parish President<br /> Pointe Coupee Parish Government<br />LEGAL AD TO RUN:<br />PC BANNER - 1/23/25, 1/30/25, 2/6/25
https://www.centralauctionhouse.com/rfp28898761-re-bid-pointe-coupee-parish-government-new-pointe-coupee-courthouse-storage-and-oep-facility.html
23-Jan-2025 12:00:00 AM CST |
19-Feb-2025 2:00:00 PM CST |
Iberville Parish Government |
LA HIGHWAY 1 DRAINAGE IMPROVEMENTS NEAR INDUSTRIAL BOULEVARD
|
The work is generally described as follows:<br /> <br />Installation of 332 feet of 42” steel drain pipe beneath the rights-of-way of Union Pacific Railroad and LA Highway 1 for drainage improvements, including clearing, grubbing and stripping for ditch work, ditch grading, erosion control, etc., located approximately 1,195 feet south of the intersection of Woodlawn Road and LA Highway 1, Plaquemine, Iberville Parish, Louisiana.
https://www.centralauctionhouse.com/rfp90628124-la-highway-1-drainage-improvements-near-industrial-boulevard.html
23-Jan-2025 12:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
RFP 0496 - To Provide Lead-Based Paint Hazard Inspections and Related Services for the Parish of Jefferson Residential and Commercial Rehabilitation Projects for the Lead Based Hazard Reduction Grant for the Jefferson Parish Department of Community
|
<br />REQUEST FOR PROPOSAL<br /> RFP 0496<br /> <br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide Lead-Based Paint Hazard Inspections and Related Services for the Parish of Jefferson Residential and Commercial Rehabilitation Projects for the Lead Based Hazard Reduction Grant for the Jefferson Parish Department of Community Development<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 hereof. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br /> <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 https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br /> <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 February 25, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<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: January 22 , 29 and February 05, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp37038582-rfp-0496--to-provide-lead-based-paint-hazard-inspections-and-related-services-for-the-parish-of-jefferson-residential-and-commercial-rehabilitation-projects-for-the-lead-based-hazard-reduction-grant-.html
22-Jan-2025 8:30:00 PM CST |
25-Feb-2025 3:30:00 PM CST |
Lafayette Consolidated Government |
Acadiana Center for the Arts Roof Replacement and Repairs
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:30 PM Central Time on the 20th day of February, 2025 for the following:<br /> <br />Acadiana Center for the Arts Roof Replacement and Repairs<br /> <br />and will, shortly thereafter, be opened and read aloud in Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The work of this project shall consist of the complete removal and replacement of the existing roof system on the above referenced building. The existing roof system shall be removed down to the existing roof deck(roof deck to remain) and replaced as described in the contract documents. This work is inclusive of but not limited to removal of the roofing system at the parapets, associated blocking, expansion joints, base and turn up flashings, and coping and replacement of same as well as any tie ins to existing curbs, roof drainage system, and penthouse components. All work shall be completed within one hundred fifty (150) calendar days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $250.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on February 3, 2025 at 10:00 AM at the Acadiana Center for the Arts located at 101 W. Vermilion Street , Lafayette, LA 70501<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1-22-25, 1-26-25, 02-02-25<br />DPR 989951<br /> <br />
https://www.centralauctionhouse.com/rfp75111378-acadiana-center-for-the-arts-roof-replacement-and-repairs.html
22-Jan-2025 10:00:00 AM CST |
27-Feb-2025 2:30:00 PM CST |
St. Tammany Parish School Board |
Cypress Cove Elementary, Exterior Cleaning, Painting and Masonry Waterproofing, Phase II, STPSB Project No. R0133
|
<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 Cypress Cove Elementary, Exterior Cleaning, Painting and Masonry Waterproofing, Phase II, STPSB Project No. R0133 on the 25th day of February, 2025 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, Piazza Architecture Planning, APAC, 847 Galvez St., Ste. 200, Mandeville, LA 70448, 985-626-1564, may be obtained through City Blueprint & Supply Co. located at 1200 West Causeway Approach, Suite 24, Mandeville, LA 70471, upon payment of a deposit of $80.00 for each set of documents. Deposits are refundable as provided for by law. Complete Bidding Documents are also available in electronic form. Electronic documents can be downloaded at no cost ($0.00) from City Blue Print at www.cityblueprint.com and are also available at www.centralbidding.com. Printing costs from electronic download of documents are the responsibility of the prospective bidder. Bid documents should be obtained through City Blueprint or at www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the 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 12th day of February, 2025 at 9:00 a.m. at the project site, Cypress Cove Elementary, 540 S. Military Road, Slidell, LA 70461. Bidders are strongly urged to attend and participate in the conference. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 A(1)(f)(i). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Visitors on St. Tammany Parish Public School campuses are required to check in at the front office of the school. If there are any questions regarding this project, please contact the St. Tammany Parish Public School System Construction Department at 985-898-3287.<br /> <br />Print Dates: Wednesday, January 22, 2025<br /> Wednesday, January 29, 2025<br /> Wednesday, February 5, 2025</div>
https://www.centralauctionhouse.com/rfp55999226-cypress-cove-elementary-exterior-cleaning-painting-and-masonry-waterproofing-phase-ii-stpsb-project-no-r0133.html
22-Jan-2025 9:00:00 AM CST |
25-Feb-2025 2:00:00 PM CST |
City of Kenner, LA |
SEALED BID 25-6869 EMERGENCY EQUIPMENT RENTAL
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6869</div> <br />01/22/2025<br />EMERGENCY EQUIPMENT RENTAL<br />Sealed Bid No. 25-6869<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><b> <br />Emergency Equipment Rental</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until February 24th, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />January 22nd, 2025<br />January 29th, 2025<br />February 5th, 2025
https://www.centralauctionhouse.com/rfp80527992-sealed-bid-25-6869-emergency-equipment-rental.html
22-Jan-2025 8:30:00 AM CST |
24-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6866 CONTRACT TO SUPPLY SIGN POLES, BRACKETS AND MISCELLANEOUS SIGN SUPPLIES
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6866</div> <br />01/22/2025<br />CONTRACT TO SUPPLY SIGN POLES, BRACKETS AND MISCELLANEOUS SIGN SUPPLIES<br />Sealed Bid No. 25-6866<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><b> <br />Supply Sign Poles, Brackets and Miscellaneous Sign Supplies</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until February 20th, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />January 22nd, 2025<br />January 29th, 2025<br />February 5th, 2025<br />
https://www.centralauctionhouse.com/rfp4613909-sealed-bid-25-6866-contract-to-supply-sign-poles-brackets-and-miscellaneous-sign-supplies.html
22-Jan-2025 8:30:00 AM CST |
20-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6864 CONTRACT TO SUPPLY ASPHALTIC PAVING MATERIALS AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6864</div> <br />January 22, 2025<br />Contract to Supply Asphaltic Paving Material as needed<br />Sealed Bid No. 25-6864<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Contract to Supply Asphaltic Paving Materials</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until February 21st, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />January 22nd, 2025<br />January 29th, 2025<br />February 5th, 2025
https://www.centralauctionhouse.com/rfp80501625-sealed-bid-25-6864-contract-to-supply-asphaltic-paving-materials-as-needed.html
22-Jan-2025 8:30:00 AM CST |
21-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6862 CONTRACT TO SUPPLY READY MIX CONCRETE AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /><br />Sealed Bid No. 25-6862</div><div>January 22, 2025</div><div>CONTRACT TO SUPPLY READY MIX CONCRETE AS NEEDED</div><div>Sealed Bid No. 25-6862</div><div><br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:</div><div style="text-align: center;"><br />CONTRACT TO SUPPLY READY MIX CONCRETE AS NEEDED<br /><br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until Monday, February 24, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<br /><br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div><div>All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.</div><div style="text-align: right;"><br /><br />CITY OF KENNER</div><div style="text-align: right;">/s/Elizabeth Herring</div><div style="text-align: right;">Chief Financial Officer</div><div style="text-align: right;">Advertisement:</div><div>The Advocate<br />January 22, 2025<br />January 29, 2025</div><div>February 5, 2025</div>
https://www.centralauctionhouse.com/rfp80525645-sealed-bid-25-6862-contract-to-supply-ready-mix-concrete-as-needed.html
22-Jan-2025 8:30:00 AM CST |
24-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6863 CONTRACT TO PROVIDE MASONRY SUPPLIES AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID</div><div style="text-align: center;"><br />Sealed Bid No. 25-6863</div><br />January 22, 2025<br />CONTRACT TO PROVIDE MASONRY SUPPLIES AS NEEDED<br />Sealed Bid No. 25-6863<br /><br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><br />CONTRACT TO PROVIDE MASONRY SUPPLIES AS NEEDED</div><br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until Tuesday, February 25, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<div style="text-align: center;"><br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062<br /> </div>All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<div style="text-align: right;"><br />CITY OF KENNER<br />/s/Elizabeth Herring<br />Chief Financial Officer</div><br /><br />Advertisement:<br />The Advocate<br />January 22, 2025<br />January 29, 2025<br />February 5, 2025
https://www.centralauctionhouse.com/rfp4660475-sealed-bid-25-6863-contract-to-provide-masonry-supplies-as-needed.html
22-Jan-2025 8:30:00 AM CST |
25-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6865 CONTRACT TO PROVIDE UNIFORMS, BADGES, AND ACCESSORIES FOR KENNER FIRE DEPARTMENT
|
<div style="text-align: center;">INVITATION TO BID<br /><br />Sealed Bid No. 25-6865<br /> </div>January 22, 2025<br />CONTRACT TO PROVIDE UNIFORMS, BADGES, AND ACCESSORIES<br />FOR KENNER FIRE DEPARTMENT<br />Sealed Bid No. 25-6865<br /><br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><br />CONTRACT TO PROVIDE UNIFORMS, BADGES, AND ACCESSORIES</div><div style="text-align: center;">FOR KENNER FIRE DEPARTMENT<br /> </div>Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until Wednesday, February 26, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<div style="text-align: center;"><br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062<br /> </div>All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<div style="text-align: right;">CITY OF KENNER<br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate<br />January 22, 2025<br />January 29, 2025<br />February 5, 2025
https://www.centralauctionhouse.com/rfp97212458-sealed-bid-25-6865-contract-to-provide-uniforms-badges-and-accessories-for-kenner-fire-department.html
22-Jan-2025 8:30:00 AM CST |
26-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
25-6870 CONTRACT TO SUPPLY BATTURE DIRT AND SAND AS NEEDED
|
<div style="text-align: center;">INVITATION TO BID<br /><br />Sealed Bid No. 25-6870<br /> </div>January 22, 2025<br />CONTRACT TO SUPPLY BATTURE DIRT AND SAND AS NEEDED<br />Sealed Bid No. 25-6870<br /><br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><br />CONTRACT TO SUPPLY BATTURE DIRT AND SAND AS NEEDED<br /> </div>Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until Thursday, February 27, 2025 at 9:45am, by the City of Kenner in the Finance Department located at:<div style="text-align: center;"><br />1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062<br /> </div>All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<div style="text-align: right;">CITY OF KENNER<br />/s/Elizabeth Herring<br />Chief Financial Officer</div><br />Advertisement:<br />The Advocate<br />January 22, 2025<br />January 29, 2025<br />February 5, 2025
https://www.centralauctionhouse.com/rfp89919396-25-6870-contract-to-supply-batture-dirt-and-sand-as-needed.html
22-Jan-2025 8:30:00 AM CST |
27-Feb-2025 9:45:00 AM CST |
Jefferson Parish Government |
5000146710 - Harvey Volunteer Fire Department Maintenance Facility
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146710<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 27, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <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 />Harvey Volunteer Fire Department<br />Maintenance Facility<br />Gretna Blvd.<br />Harvey, Louisiana 70058<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 bid amount, 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 N-Y Associates, Inc., 2750 Lake Villa Drive, Metairie, LA 70003 attn. Michael Schmidt Phone: 504-885-0500 by licensed contractors upon receipt of $350.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at Harvey Fire Station #64, 1801 Gretna Blvd., Harvey, LA 70058 on February 6, 2025 at 10:00 am. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 22, 29 and February 5, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp91568958-5000146710--harvey-volunteer-fire-department-maintenance-facility.html
22-Jan-2025 8:30:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
EQ Convenience Center
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 20th day of February, 2025 for the following:<br /> <br />Environmental Quality Convenience Center <br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: A convenience center for the daily use of dropping off various types of materials from a raised pad down into roll-off style dumpsters. The project includes, but is not limited to, a pavilion type covers to accommodate monthly drop off, fencing and gates, an entrance check-in building, an employee break room, and drainage, including an oil/water separator. All work to be completed in one hundred eighty (180) working days for issuance of Notice to Proceed. <br /> <br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $240 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on February 6, 2025 at 2:00 PM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/22, 1/26, 2/2<br />DPR 992855<br /> <br />
https://www.centralauctionhouse.com/rfp63160898-eq-convenience-center-.html
22-Jan-2025 8:00:00 AM CST |
20-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Rural Asphalt Street Overlay and Rehabilitation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:15 AM Central Time on the 20th day of February, 2025 for the following:<br /> <br />Rural Asphalt Street Overlay and Rehabilitation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc to furnish and install asphalt, soil cement base course, striping, reflectors, drainage pipe, asphalt speed lumps, parking lot improvements and all other incidentals associated with this work for those streets identified in the specifications contained in the bid documents. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, drainage, etc. to this listed should the additional funding become available. All work is to be completed within one hundred twenty (120) workings days from issuance of the Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/22, 1/26, 2/2<br />DPR 968853<br /> <br /> <br />
https://www.centralauctionhouse.com/rfp14114368-rural-asphalt-street-overlay-and-rehabilitation-project-2025.html
22-Jan-2025 8:00:00 AM CST |
20-Feb-2025 10:15:00 AM CST |
Lafayette Consolidated Government |
2025 Distribution Transformer Stock Material Re-Bid
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 11:00 AM Central Time on the 18th day of February, 2025 for the following:<br /> <br />2025 Distribution Transformer Stock Material Re-Bid<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders may attend the bid opening in person, but are highly encouraged to call into the bid openings at the following phone number: 337-291-5100.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Morgan Broussard at
[email protected]..<br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8262 (Attn: Christian Janes). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the quotation form provided with the specifications.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling (337) 291-8410.
https://www.centralauctionhouse.com/rfp71122040-2025-distribution-transformer-stock-material-re-bid.html
22-Jan-2025 8:00:00 AM CST |
06-Mar-2025 11:00:00 AM CST |
Lafayette Consolidated Government |
Water Distribution and Production As-Needed Construction
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 PM Central Time on the 20th day of February, 2025 for the following:<br /> <br />Water Distribution and Production As-Needed Construction<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: Work shall consist of various activities included but not limited to the repair, replacement, and installation of water distribution, treatment, and production lines, appurtenances, and other related/applicable work.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />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 />Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Christian Janes at
[email protected]..<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Municipal and Public Works Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1-22-25; 1-26-25; 2-2-25<br />DPR 991405<br /> <br />
https://www.centralauctionhouse.com/rfp37740839-water-distribution-and-production-as-needed-construction.html
22-Jan-2025 8:00:00 AM CST |
20-Feb-2025 3:00:00 PM CST |
City of New Iberia |
LIL BROOKLYN PARK – CITY OF NEW IBERIA
|
<b>OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />LIL BROOKLYN PARK – CITY OF NEW IBERIA</b><br /> <br />Sealed bids will be received by the City of New Iberia at any time or day prior to, but not later than 2:00 PM CST on Wednesday, February 19th, 2025 for the above listed general construction work.<br /> <br />A non-mandatory pre-bid conference will be held on at 9:00 AM CST on Wednesday, February 5th, 2025 at the proposed site location, 164 Rosier Street (corner of Rosier Street and Henry Street), New Iberia, LA 70563, for all bidders of record. Representatives of the Owner and Architect will be present to discuss the project. Bidders are strongly encouraged to attend and participate in the conference.<br /> <br />Bids may be mailed to the City of New Iberia, Attn. City Clerk or delivered to the Mayor’s Office, 457 East Main St., Suite 300, New Iberia, LA 70560, between the hours of 8:30 AM and 4:30 PM on any working day prior to the bid opening or delivered at the time of the bid opening as listed below.<br /> <br />All bids, with a properly executed envelope, will be opened and read at 2:00 PM CST on Wednesday, February 19th, 2025 in the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor). Bids will be publicly opened and read aloud to all in attendance.<br /> <br />Proposed contract documents may be obtained by calling the office of Paul J. Allain, Architect APAC at 337-365-9493. After depositing $100.00 for one compact disc of contract documents, deposits on the first set of documents furnished, 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. No hard copy sets of contract documents will be provided for bidding and/or construction. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bid must be accompanied by a bid security (certified check, cashier’s check or bid bond with power of attorney for an amount equal to 5% of the total bid. Money orders and/ or company checks will not be acceptable. Such security will be no less than 5% of the net amount bid, excluding taxes.<br /> <br />Once the NOTICE TO PROCEED is issued, the project must be substantially completed in<br />180 calendar days. Rain delay days will be accepted. Liquidated damages are $100.00 per calendar day.<br /> <br />The City of New Iberia reserves the right to reject any and all bids for just cause in accordance with the Public Bid Law LA R.S. 38§2214.B.<br /> <br />If there are any questions regarding bidding procedures, contact Paul J. Allain, Architect APAC located at 109 N. Weeks Street, New Iberia, LA 70560; 337-365-9493; or
[email protected].<br /> <br />Publication dates: January 22nd, 2025; January 29th, 2025; & February 5th, 2025;<br /> <br />Approved By: Mayor Freddie DeCourt
https://www.centralauctionhouse.com/rfp69680050-lil-brooklyn-park-city-of-new-iberia.html
22-Jan-2025 3:00:00 AM CST |
19-Feb-2025 2:00:00 PM CST |
Terrebonne Parish Consolidated Government |
25-0007 12 8-oz Variety Candles (Box 7)
|
https://www.centralauctionhouse.com/rfp3590229-25-0007-12-8-oz-variety-candles-box-7.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0001 10- Variety Scent Candles (Box 1)
|
10-- Variety scented candles
https://www.centralauctionhouse.com/rfp61914781-25-0001-10-variety-scent-candles-box-1.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0002 11-Variety Scent and size Candles (Box 2)
|
11 Variety of scented candles and sizes
https://www.centralauctionhouse.com/rfp51881312-25-0002-11-variety-scent-and-size-candles-box-2.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0003 10-Variety Scented candles (Box 3)
|
10 -- Variety scented candles
https://www.centralauctionhouse.com/rfp51808696-25-0003-10-variety-scented-candles-box-3.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0004 10- Variety of Scented and Size candles (Box 4)
|
10-Variety of scented and size candles (Box 4)
https://www.centralauctionhouse.com/rfp28873679-25-0004-10-variety-of-scented-and-size-candles-box-4.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0005 12 8oz variety scented candles ( Box 5)
|
12- 8 oz variety scented candles (Box 5)
https://www.centralauctionhouse.com/rfp18030599-25-0005-12-8oz-variety-scented-candles-box-5.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0006 24 8oz Assorted Scented Candles ( Box 6
|
24 8 oz Variety Scented Candles ( Box 6)
https://www.centralauctionhouse.com/rfp49508163-25-0006-24-8oz-assorted-scented-candles-box-6.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0008 10-Assorted Variety and Scents (Box 8)
|
https://www.centralauctionhouse.com/rfp61923977-25-0008-10-assorted-variety-and-scents-box-8.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0009 12 Assorted Variety Scents (Box 9)
|
12 Assorted Variety Scents (Box 9)
https://www.centralauctionhouse.com/rfp23821878-25-0009-12-assorted-variety-scents-box-9.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0010 12-Assorted Scents Candles(Box 10)
|
12 Assorted Scented Candles Box 10
https://www.centralauctionhouse.com/rfp61945953-25-0010-12-assorted-scents-candlesbox-10.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0011 24 8 oz Assorted Scented Candles Box 11
|
24 8oz Asscorted Scented Candles
https://www.centralauctionhouse.com/rfp37210262-25-0011-24-8-oz-assorted-scented-candles-box-11.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0012 20 8oz Assorted Scented Candles Box 12
|
20 8 oz Assorted Scented Candles Box 12
https://www.centralauctionhouse.com/rfp79944025-25-0012-20-8oz-assorted-scented-candles-box-12.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0013 11 Teacup Candles with Saucers and Creamer Candles (Box 13)
|
25-0013 11 Teacup Candles with Saucers and Creamer Candles (Box 13)
https://www.centralauctionhouse.com/rfp61918923-25-0013-11-teacup-candles-with-saucers-and-creamer-candles-box-13.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0014 18 Variety Scented Candles (Box 14)
|
18 Variety Scented Candles (Box 14)
https://www.centralauctionhouse.com/rfp61953857-25-0014-18-variety-scented-candles-box-14.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0015 12-Citrnonella bug repellant,7 healing hemp candles Box 15
|
https://www.centralauctionhouse.com/rfp51847023-25-0015-12-citrnonella-bug-repellant7-healing-hemp-candles-box-15.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0016 10 8 oz Assorted Scented Candles Box 16
|
https://www.centralauctionhouse.com/rfp28855900-25-0016-10-8-oz-assorted-scented-candles-box-16.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0017 12 20 oz Assorted Scents Box 17
|
https://www.centralauctionhouse.com/rfp51807202-25-0017-12-20-oz-assorted-scents-box-17.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0019 24 Assorted Scented Candles Box 19
|
https://www.centralauctionhouse.com/rfp3555165-25-0019-24-assorted-scented-candles-box-19.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0020 17 Assorted Scented Candles Box 20
|
https://www.centralauctionhouse.com/rfp61902470-25-0020-17-assorted-scented-candles-box-20.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0021 4 -64 oz Assorted Scented Candles w/ wick 1 64 oz without Box 21
|
https://www.centralauctionhouse.com/rfp61902416-25-0021-4-64-oz--assorted-scented-candles-w-wick-1-64-oz-without--box-21.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0022 17-8 oz Assorted Scented Candles Box 22
|
https://www.centralauctionhouse.com/rfp61984597-25-0022-17-8-oz--assorted-scented-candles-box-22.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0023 15-8 oz Assorted Scents (Box 23)
|
25-0023 15-8 oz Assorted Scents (Box 23)
https://www.centralauctionhouse.com/rfp80565186-25-0023-15-8-oz-assorted-scents-box-23.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0024 18-8 oz Assorted Scented Candles Box 24
|
https://www.centralauctionhouse.com/rfp35033912-25-0024-18-8-oz--assorted-scented-candles-box-24.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0025 4- Decorative dough bowls with Candles Box 25
|
https://www.centralauctionhouse.com/rfp80581546-25-0025-4-decorative-dough-bowls-with-candles-box-25.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0026 5 healing hemp candles, 3 assorted candles with oil Box 26
|
25-0026 5 healing hemp candles, 3 assorted candles with oil Box 26
https://www.centralauctionhouse.com/rfp27700312-25-0026-5-healing-hemp-candles-3-assorted-candles-with-oil-box-26.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0027 10-Assorted Wax Candles (Box 27)
|
https://www.centralauctionhouse.com/rfp55973373-25-0027-10-assorted-wax-candles-box-27.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0028 12-Assorted Wax Candles (Box 28)
|
https://www.centralauctionhouse.com/rfp27779756-25-0028-12-assorted-wax-candles-box-28.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0029 12 20oz-Assorted Wax Candles (Box 29)
|
https://www.centralauctionhouse.com/rfp65862262-25-0029-12-20oz-assorted-wax-candles-box-29.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0030 26 Assorted Size Scented used/damaged candles (Box 30)
|
https://www.centralauctionhouse.com/rfp65839100-25-0030-26-assorted-size-scented-useddamaged-candles-box-30.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0031 8 pks Wax melts (4 Magnolia Breeze, 4 Eucalyptus Spearmint)(Bag 1)
|
https://www.centralauctionhouse.com/rfp85670872-25-0031-8-pks-wax-melts-4-magnolia-breeze-4-eucalyptus-spearmintbag-1.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0032 8 pks Wax melts (4 Magnolia Breeze, 4 Eucalyptus Spearmint)(Bag 2)
|
https://www.centralauctionhouse.com/rfp55945424-25-0032-8-pks-wax-melts-4-magnolia-breeze-4-eucalyptus-spearmintbag-2.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0034 8 pks Wax melts (4 Creole Lady, 4 Eucalyptus Spearmint)(Bag 4)
|
https://www.centralauctionhouse.com/rfp55918573-25-0034-8-pks-wax-melts-4-creole-lady-4-eucalyptus-spearmintbag-4.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0035 8 pks Wax melts (4 Creole Lady, 4 Apple Maple Bourbon)(Bag 5)
|
https://www.centralauctionhouse.com/rfp65878584-25-0035-8-pks-wax-melts-4-creole-lady-4-apple-maple-bourbonbag-5.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0036 8 pks Wax melts (4 Swamp Lady, 4 Apple Maple Bourbon)(Bag 6)
|
https://www.centralauctionhouse.com/rfp65888394-25-0036-8-pks-wax-melts-4-swamp-lady-4-apple-maple-bourbonbag-6.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0037 8 pks Wax melts (4 Wine Cellar, 4 Peach Bellini)(Bag7)
|
https://www.centralauctionhouse.com/rfp14457271-25-0037-8-pks-wax-melts-4-wine-cellar-4-peach-bellinibag7.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0038 8 pks Wax melts (4 Wine Cellar, 4 Peach Bellini)(Bag 8)
|
https://www.centralauctionhouse.com/rfp65869753-25-0038-8-pks-wax-melts-4-wine-cellar-4-peach-bellinibag-8.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0039 8 pks Wax melts (4 Creole Lady, 4 Bayou Pine)(Bag 9)
|
https://www.centralauctionhouse.com/rfp65881252-25-0039-8-pks-wax-melts-4-creole-lady-4-bayou-pinebag-9.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0040 8 pks Wax melts (4 Golden Meadows, 4 Pumpkin Caramel Crunch)(Bag 10)
|
https://www.centralauctionhouse.com/rfp65833719-25-0040-8-pks-wax-melts-4-golden-meadows-4-pumpkin-caramel-crunchbag-10.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0041 8 pks Wax melts (4 Frankincense and Myrhh, 4 Apple Maple Bourbon)(Bag 11)
|
https://www.centralauctionhouse.com/rfp80807480-25-0041-8-pks-wax-melts-4-frankincense-and-myrhh-4-apple-maple-bourbonbag-11.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0043 8 pks Wax melts Unknown Assorted Scents)(Bag 13)
|
https://www.centralauctionhouse.com/rfp80761420-25-0043-8-pks-wax-melts-unknown-assorted-scentsbag-13.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0044 8 pks Wax melts Unknown Assorted Scents)(Bag 14)
|
https://www.centralauctionhouse.com/rfp27729162-25-0044-8-pks-wax-melts-unknown-assorted-scentsbag-14.html
22-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
LaSalle Parish School Board |
Security Fencing for LaSalle Parish Schools
|
https://www.centralauctionhouse.com/rfp73376115-security-fencing-for-lasalle-parish-schools.html
22-Jan-2025 12:00:00 AM CST |
19-Feb-2025 10:00:00 AM CST |
St. Mary Parish Government |
6" WATERLINE REPLACEMENT ALONG YELLOW BAYOU ROAD
|
The St. Mary Parish Water & Sewer Commission No. 3, acting through its President, Mike M. Ortiz, will receive<br />sealed bids for the 6” Waterline Replacement Along Yellow Bayou Road project, which consists of<br />furnishing and installing approximately 1,955 linear feet of 6” waterline pipe, at the St. Mary Parish<br />Courthouse, 5th Floor, Franklin, Louisiana 70538, until February 20, 2025, at 10 A.M. local time, at which time<br />and place, they will be publicly opened and read aloud. Bids received after the time set forth above for opening<br />of bids will not be considered and will be returned 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<br />• St. Mary Parish Water & Sewer Commission No. 3 Administrative Office – 9331 LA Hwy. 182;<br />Centerville, Louisiana 70522
https://www.centralauctionhouse.com/rfp50369864-6-waterline-replacement-along-yellow-bayou-road.html
22-Jan-2025 12:00:00 AM CST |
20-Feb-2025 10:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
M13022 Rolling Stage or Approved Equal
|
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 13, 2025 for the following:<br /> <br />M13022 ROLLING STAGE or Approved Equal<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on January 30, 2025 at 9:00 a.m. The address is 275 S River Road, Baton Rouge, LA 70802. Questions regarding the site visit may be directed to Desmond Doucette @ (225) 921-5011.<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 February 4, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /><br /> <br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.<br /> <br />NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. February 13, 2025 for the following:<br /> <br />M13022 ROLLING STAGE or Approved Equal<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br />Mandatory Pre-Bid Conference:<br />Bidders / contractors MUST attend the Mandatory Pre-Bid Conference on February 4, 2025 at 9:00 a.m. The address is 275 S River Road, Baton Rouge, LA 70802. Questions regarding the site visit may be directed to Desmond Doucette @ (225) 921-5011.<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 February 4, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /><br /> <br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp51814789-m13022-rolling-stage-or-approved-equal.html
21-Jan-2025 12:00:00 AM CST |
13-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
RFQ 2025-01-0910 - Air Service Development for BR Metropolitan Airport
|
NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed Statement of Qualifications (“SOQ”) will be received by the City of Baton Rouge and the Parish of East Baton Rouge Purchasing Division until 2:00 PM CST on February 20, 2025, in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, LA 70802 for:<br /> <br />RFQ 2025-01-0910<br />Air Service Development for the Baton Rouge Metropolitan Airport<br /> <br /> <br /> <br />This project will be in strict compliance with all applicable Airport rules and regulations, and all Federal, State, and Local laws and regulations.<br /> <br />Copies of the Request for Qualifications may be obtained from LaPAC<br />(https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central<br />Bidding (http://www.centralauctionhouse.com) or by email request to:<br /> <br />
[email protected]<br /> <br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self-enrollment. NOTE: This RFQ is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFQ.<br /> <br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is February 6, 2025 at 5:00 PM CST.<br /> <br />SOQ received after the above specified time will not be considered. SOQ will be opened immediately after proposal opening time in Room 806, of City Hall. All interested parties are invited to be present.<br /> <br /> <br /> <br />Teleconference Call-in information for Public Access to RFQ Opening:<br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFQ opening time on the date of RFQ opening.<br /> <br /> <br />The right to reject any and all SOQs and to waive irregularities and informalities is reserved.<br /> <br /> <br />The employees of the Greater Baton Rouge Airport District and members of the Greater Baton Rouge Airport Commission request that all consultants, sub-consultants, contractors, vendors or others involved with this project not contact any employee, Metropolitan Council Member, or Airport Commission Member concerning this project during the selection process period (initial advertisement – final selection), except to submit written questions as provided above.<br />The selection committee will meet on February 28, 2025 at 10:00 AM at the Baton Rouge Metropolitan Airport, Suite 300, Terminal Building, 9430 Jackie Cochran Drive, Baton Rouge, Louisiana to select the consultant for the services advertised herein.<br />The selection committee meeting is open to the Public, and representatives from all interested firms are invited to be present.<br /> <br />The negotiated fee and contract agreement may subject to Metropolitan Council approval and authorization of the Mayor-President to execute the contract for professional services for these professional services. <br /><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 />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp45673706-rfq-2025-01-0910--air-service-development-for-br-metropolitan-airport.html
20-Jan-2025 12:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
ANNUAL UPGRADE, MAINTENANCE AND SUPPORT OF BARRACUDA MESSAGE ARCHIVER 850
|
<br />REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 10:00 a.m., Monday, March 31, 2025, for the following:<br />ANNUAL UPGRADE, MAINTENANCE AND SUPPORT OF<br />BARRACUDA MESSAGE ARCHIVER 850<br />AGREEMENT FOR ONE YEAR ON TWO ARCHIVERS<br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp4280912-annual-upgrade-maintenance-and-support-of-barracuda-message-archiver-850.html
17-Jan-2025 10:00:00 AM CST |
31-Mar-2025 10:00:00 AM CDT |
Port of New Orleans |
Request for Proposals - Elevator and Escalator Maintenance and Repair Services
|
Request for Proposals - Elevator and Escalator Maintenance and Repair Services per RFP documents provided.
https://www.centralauctionhouse.com/rfp27765732-request-for-proposals--elevator-and-escalator-maintenance-and-repair-services-.html
17-Jan-2025 8:00:00 AM CST |
10-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
Bid 62-24-15A: Improvements at Scott M. Brame Middle School
|
ADVERTISEMENT OR INVITATION TO BID<br /> <br />RAPIDES PARISH SCHOOL BOARD<br /> <br />IMPROVEMENTS AT SCOTT M. BRAME MIDDLE SCHOOL (RPSB BID #62-24-15A)<br /> <br />Separate sealed bids for IMPROVEMENTS AT SCOTT M. BRAME MIDDLE SCHOOL (RPSB Bid #62-24-15A) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH STREET, ALEXANDRIA, LOUISIANA 71301, until 2:00<br />p.m. (Central Time), on February 26, 2025 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br /> <br />HOLLY & SMITH ARCHITECTS<br />100 E. Vermilion Street, Suite 406<br />LAFAYETTE, LOUISIANA 70501<br />(337) 279-2010<br /> <br />The Scope of Work Includes: Five classrooms, including two CBT classroom, teachers workroom, restrooms and a new Gymnasium. Also included are renovations to existing building and all other work indicated in the Contract Documents.<br /> <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 10:00 a.m. on February 12, 2025 at Scott M. Brame Middle School, 4800 Dawn Street, Alexandria, LA. 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 />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<br />(7) days prior to bid opening.<br /> <br />RAPIDES PARISH SCHOOL BOARD ATTN: MS. ELIZABETH DOMITE, CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br /> <br />Advertisement Dates:<br /> <br />January 17, 2025<br />January 24, 2025<br />January 31, 2025
https://www.centralauctionhouse.com/rfp31454951-bid-62-24-15a-improvements-at-scott-m-brame-middle-school.html
17-Jan-2025 8:00:00 AM CST |
26-Feb-2025 2:00:00 PM CST |
Morgan City Harbor & Terminal District |
Slip Maintenance Dredging at Bollinger Morgan City
|
Sealed bids will be received on Tuesday, February 18, 2025, by the Morgan City Harbor and Terminal District (MCHTD), at the District’s 7327 Highway 182 1st Floor Media Room, in Morgan City, Louisiana until 12:00 P.M, and MCHTD shall at that time and place publically open the bids and read them aloud.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY FACILITY PLANNING AND CONTROL OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br />FOR: Dock Expansion – Bulkheading, State Drydock & related Dredging<br /> Slip Maintenance Dredging at Bollinger Morgan City<br /> <br /> PROJECT NUMBER: 36-P15-23-01<br /> <br />Complete Bid Documents may be obtained from:<br /> GIS Engineering LLC<br /> 197 Elysian Dr., Houma, Louisiana, 70363<br /> 985-219-1000<br /> Ann Schouest<br />
[email protected] <br /> <br />upon deposit of $ 125.00 for each set of documents. Deposit on the first set is fully refundable to all Prime Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent of the deposit of all other sets of documents will be refunded upon return of documents as stated above.<br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />A PRE-BID CONFERENCE WILL BE HELD at 10:30 AM on Thursday, January 30, 2025 at the Morgan City Harbor and Terminal District (MCHTD), at the District’s 7327 Highway 182 1st Floor Media Room, in Morgan City, Louisiana.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Heavy Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />Bid documents are posted on http://www.centralauctionhouse.com. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620. <br /><br />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: Port of Morgan City Admin Office<br /> 7327 Highway 182<br /> Morgan City, Louisiana 70381<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 />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.
https://www.centralauctionhouse.com/rfp55968758-slip-maintenance-dredging-at-bollinger-morgan-city.html
17-Jan-2025 12:00:00 AM CST |
18-Feb-2025 12:00:00 PM CST |
Beauregard Parish Police Jury |
New Asphalt Distributor Truck and 2000 Gallon Tank
|
ADVERTISEMENT FOR BIDS<br /> <br />The Beauregard Parish Police Jury does hereby advertise for sealed bids and will open on:<br /> <br />Thursday, February 06, 2025 <br />At the Beauregard Parish Police Jury Office, 201 West Second Street, DeRidder Louisiana, at 10:00 a.m. Bids will be accepted through 9:30 a.m. on Thursday, February 6, 2025. <br />For the following item(s):<br /><br />One (1) New Asphalt Distributor Truck with 2000 Gallon Tank. <br />All bids must be submitted on the PARISH BID FORM located in the bid packet which may be obtained at the Beauregard Parish Police Jury Office, located at 201 West 2ND Street, DeRidder LA, or by calling (337)463-7019, or electronically at www.centralbidding.com. <br />Bids may be held by the Parish of Beauregard for a period not to exceed thirty (30) days from the date of opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to award. <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Bid, and are available online at www.centralbidding.com <br />The Board reserves the right to reject any and all bids and to waive informalities. <br />All bids MUST SEALED and be plainly marked on the outside of the envelope:BID FOR “DISTRIBUTOR TRUCK”<br /> <br />PUBLISH DATES: Friday, January 17, 2025, and Friday, January 24, 2025<br /> <br />/s/ Tina Simmons<br />Purchasing Agent<br />
https://www.centralauctionhouse.com/rfp98664742-new-asphalt-distributor-truck-and-2000-gallon-tank-.html
17-Jan-2025 12:00:00 AM CST |
06-Feb-2025 9:30:00 AM CST |
Calcasieu Parish School System |
Additions to Western Heights
|
NOTICE TO BIDDERS<br /> <br /> <br /> <br />The Calcasieu Parish School Board will receive sealed bids before 2:00 P.M. February 27th 2:00 P.M. at the Calcasieu Parish School Board, Planning & Construction Department, Chennault Facilities, 3800 Mallard Cove Drive, P.B. #506, Lake Charles, Louisiana 70615 Additions to Western Heights SD # 23 Bond Funds Bid # 2025-03PC Complete plans, and specifications may be obtained from King Architect, Inc. 1312 Sampson Street, Westlake, La.70669<br /> <br />No Bid shall be considered or accepted unless the bid is accompanied by 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 Calcasieu Parish School Board Bid Bond Form contained in the Front End Documents written by a surety company licensed to do business in Louisiana with a 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 this state and who is residing in this state.<br /> <br />Bids shall be accepted only from contractors who are licensed under LS R.S. 37:2150-2163 for the classification of 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 LA. R.S. 38:2212 (B) (2), (5) and/or LA. R.S. 39:1594 (C) (4).<br /> <br />Mandatory Pre-Bid February 11th at 2:00 P.M. Location:1100 Elizabeth St. Westlake La.70669<br />Each bid must be placed in an envelope, sealed, and marked on the outside, “Additions to Western Heights Sd # 23 Bond Funds, bid # 2025-03PC at the Calcasieu Parish School Board, Planning & Construction Department, Chennault Facilities, P.B. #506, Lake Charles, Louisiana 70615”.<br /> <br />Bid may also be submitted by electronic means security/password protected to this location, ensuring the following information is included on all pages of all correspondence: www.centralauctionhouse.com.<br /> <br /> <br /> <br />The Owner reserves the right to reject any and all bids for just cause as permitted by LA. R.S. 38:2214 (B). The ability of an entity to reject any bid is applicable only when administered in accordance with the Public Bid Law. In accordance with LA. R.S. 38:2212 (B) (1), the provisions and requirements of this section, and those stated in the Bidding Documents shall not be waived by any public entity.<br /> <br />A fee may be required for the Bidding Documents in accordance with LA. R.S. 38:2212 (D).<br /> <br /> <br /> Dr. Jason VanMetre, Secretary<br /> Calcasieu Parish School Board<br /> <br />Pc: Bourne , Brown Architect or Designer, State License Board for Contractors, Daily Journal of Commerce, F. W. Dodge, File<br /> <br /> <br />Publish in the American Press Newspaper January 17th, 24th, and 31st.
https://www.centralauctionhouse.com/rfp28885203-additions-to-western-heights.html
16-Jan-2025 11:00:00 PM CST |
27-Feb-2025 1:00:00 PM CST |
City of Sulphur |
Verdine Water Treatment Phase 3 Improvements A8-19089-DB3
|
ADVERTISEMENT FOR BIDS<br />Issued By<br />City of Sulphur<br />101 N. Huntington St.<br />Sulphur, LA 70663<br /> <br />General Notice<br />Separate sealed Bids for Verdine Water Treatment Phase 3 Improvements, City of Sulphur; M.A. Project No. A8-19089-DB3 will be received by the Mayor and City Council, at the City Hall, 101 N. Huntington St, Sulphur, Louisiana 70663 until 10:00 A.M (Central Standard Time), on Thursday, February 13, 2025, and shall at that time and place be publicly opened and read aloud. Scope of work includes Phase 3 Improvements of the Verdine Water Treatment Plant including the construction of new raw well water iron reduction system prior to existing manganese greensand pressure filtration system consisting of new Clarifier Plate Settler and factory coated glass-lined bolted steel open top clarifier tank, new factory coated glass-lined Clarifier Effluent Retention storage tank (closed roof), pressure filter transfer pumps, iron sediment rotary lobe pump system, new factory coated glass-lined bolted steel open top Backwash Waste Decant tank with floating decanter equipment, demolition of existing concrete backwash waste storage tank, new chemical injection vaults, new electromagnetic water flow meters, and water treatment facility civil sitework and piping improvements, etc.<br />Work Classification<br />Work Classification: Municipal and Public Works Construction and Heavy Construction<br />Obtaining the Bidding Documents<br />Electronic copies of the Bidding Documents may be obtained from the Issuing Office of Meyer & Associates, Inc. (337) 625-8353, located at 600 N. Cities Service Hwy., Sulphur, LA 70663. A Bidding Document deposit is not required. In order to submit a bid, Bidders must obtain an original set of electronic Bidding Documents from Meyer & Associates, Inc. or the approved electronic bid website defined herein said advertisement. <br />Access to electronic bidding is available through the Bidding Documents Website http://www.centralbidding.com.<br />Run Dates<br />Thursday, January 16, 2025<br />Thursday, January 23, 2025<br />Thursday, February 6, 2025<br /> /s/ Mike Danahay, Mayor
https://www.centralauctionhouse.com/rfp80730648-verdine-water-treatment-phase-3-improvements-a8-19089-db3.html
16-Jan-2025 6:00:00 PM CST |
13-Feb-2025 10:00:00 AM CST |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Bogalusa - City of Bogalusa Street Repair / Central Business District - 11723
|
CITY OF BOGALUSA<br />214 Arkansas Avenue, Bogalusa, LA 70427<br />SECTION C-111<br />ADVERTISEMENT FOR BIDS<br />Sealed Bids for the construction of the Street Repair/Central Business District will be received by the City of Bogalusa, at the office located at 214 Arkansas Avenue, Bogalusa, LA 70427, until 2:00 p.m. (local time) on February 13th, 2025, at which time the Bids received will be “publicly” opened and read. <br />The Project consists of constructing roadway improvements consisting of pavement, overlay and associated items.<br />Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.<br />The Issuing Office for the Bidding Documents is: Professional Engineering Consultants Corporation, 7600 Innovation Park Drive, Baton Rouge, LA 70820, 225-769-2810,
[email protected]. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Thursdays between the hours of 7:30 a.m. to 5:30 p.m., and may obtain copies of the Bidding Documents from the Issuing Office.<br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />Bidding Documents also may be examined at:<br />Complete bidding documents for this project are available in electronic form & can be downloaded from the following designated website: http://www.centralbidding.com under Professional Engineering Consultants Corporation (subject to fees & conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a planroom or source other than the designated website. The designated website will be updated periodically with addenda. Prospective bidders are solely responsible for obtaining the most up – to – date Bidding Documents from the designated website. Bids will NOT be accepted through the online bidding portal. Bids will be received by mail, and/or delivery as stated above.<br />Printed copies of the Bidding Documents may be obtained from the Issuing Office, during the hours indicated above, upon payment of a deposit of $150.00 for each set. Bidders who return full sets of the Bidding Documents in good condition (suitable for re-use) within 30 days after receipt of Bids will receive a full refund in accordance with the Louisiana Public Bid Law. Checks for Bidding Documents shall be payable to “Professional Engineering Consultants Corp.”. Upon request and receipt of the document deposit indicated above plus a non-refundable shipping charge, the Issuing Office will transmit the Bidding Documents via delivery service. The shipping charge amount will depend on the shipping method selected by the prospective Bidder. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidder’s date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office.<br /><br />Bid security shall be furnished in accordance with the Instructions to Bidders.<br />Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All listed iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The deminimis and minor components waiver apply to this contract.”<br /> <br />Owner: City of Bogalusa<br />By: /s/ Tyrin Truong<br />Title: Mayor<br /> <br />Advertisement to be published:<br /> <br />Wednesday, January 15, 2025<br />Wednesday, January 22, 2025<br />Wednesday, January 29, 2025
https://www.centralauctionhouse.com/rfp3565906-city-of-bogalusa--city-of-bogalusa-street-repair-central-business-district--11723.html
16-Jan-2025 2:50:00 PM CST |
13-Feb-2025 12:00:00 AM CST |
Capital Area Transit System (CATS) |
2025-BakerMicrotransit-001
|
https://www.centralauctionhouse.com/rfp46636726-2025-bakermicrotransit-001.html
16-Jan-2025 9:30:00 AM CST |
13-Feb-2025 10:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bids for TPCG IT Building Elevator Replacement
|
Sealed bids will be received until the hour of 2:00 pm February 12, 2025, by Terrebonne Parish<br />Consolidated Government Purchasing Division at 301 Plant Road, Houma Louisiana and<br />reviewed for furnishing all supervision, labor, materials, equipment, etc. and performing all work<br />necessary for: TPCG IT Building Elevator Replacement.<br />Bid documents are posted on http://www.centralauctionhouse.com/rfp.php?cid=65. To view<br />these, download, and receive bid notices by e-mail, you must register with Central Auction House<br />(CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy.<br />For information about the electronic submittal process, contact Ted Fleming with Central Auction<br />House at 1-225-810-4814.<br />Each bid shall be either hand delivered by the bidder or his agent, or such bid shall be sent<br />by United States Postal Service registered or certified mail with a return receipt requested<br />or shall be submitted electronically with Central Auction House (CAH). Bids shall not be<br />accepted or taken, including receiving any hand delivered bids, on days which are<br />recognized as holidays by the United States Postal Service.<br />The mailing address for bids is TPCG Purchasing Division<br />301 Plant Road<br />Houma, Louisiana 70363<br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail<br />to deliver the bids timely shall not be considered due cause for the scheduled time of the bid<br />opening to be extended.<br />Project Name: TPCG IT Building Elevator Replacement<br />The time stipulation in LA RS 38:2215 for award of contract is not applicable because the contract<br />is to be financed in whole or in part by federal or other funds which may not be readily available<br />at the time bids are received.<br />This Project shall require a Louisiana Contractors license number for Building Construction or<br />Municipal and Public Works Construction.<br />Electronic drawings and specifications are on file and can be secured from YKH Consulting LLC<br />or Royal Engineering via email at
[email protected];<br />
[email protected] for any clarifications or information with regard to the<br />drawings and specifications.<br />Terrebonne Parish Consolidated Government is an Equal Opportunity Employer. Terrebonne<br />Parish Consolidated Government also encourages all small and minority-owned firms and<br />women’s business enterprises (DBE’s including MBE’s, WBE’s and SBE’s) to apply.<br />A mandatory Pre-Bid Conference will be held on January 29, 2025 at 10 am at the office of the<br />Terrebonne Parish Consolidated Government Purchasing Division, located at 301 Plant Road,<br />Houma, Louisiana 70363.
https://www.centralauctionhouse.com/rfp43525037-bids-for-tpcg-it-building-elevator-replacement.html
16-Jan-2025 8:00:00 AM CST |
12-Feb-2025 2:00:00 PM CST |
Terrebonne Parish School District |
Child Nutrition Kitchen Equipment Bid 020525
|
ADVERTISEMENT FOR BIDS<br />Notice is hereby given that the Terrebonne Parish School Board will receive sealed bids/quotes at its Purchasing Department, 201 Stadium Drive, Houma, Louisiana, until the hour of one-thirty (1:30 PM), February 5, 2025 for KITCHEN EQUIPMENT. Any bid received after the specified time and date of 1:30 PM on February 5, 2025 will be returned unopened. Bids will be publicly opened and acknowledged at 1:30 pm on February 5, 2025 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 January 16, 2025 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 />Mr. Dane Voisin, President<br />TERREBONNE PARISH SCHOOL BOARD<br /> <br />Publication Dates: Thursday, January 16, 2025<br /> Wednesday, January 22, 2025<br /> <br /> <br />This Institution is an Equal Opportunity Employer
https://www.centralauctionhouse.com/rfp10033465-child-nutrition-kitchen-equipment-bid-020525.html
16-Jan-2025 8:00:00 AM CST |
05-Feb-2025 1:30:00 PM CST |
Tangipahoa Parish Government |
FINN MODEL T120 HYDROSEEDER OR EQUIVALENT
|
NOTICE IS HEREBY GIVEN THAT SEALED BIDS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, TUESDAY, FEBRUARY 18, 2025, AT 10:00 A.M. IN THE TPC CHAMBERS, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp15196095-finn-model-t120-hydroseeder-or-equivalent.html
16-Jan-2025 12:24:00 AM CST |
18-Feb-2025 10:00:00 AM CST |
St. James Parish Government |
Vehicles Annual Bid
|
Notice to Bidders <br />St. James Parish Government will be accepting sealed bids on current year or newer vehicles. These vehicles are listed in Article V, of the general specifications section of this document. Sealed bids will be opened in the St. James Parish Council Chambers, located at 5800 HWY 44, Convent, LA 70723 at 10:00 AM, February 18, 2025<br /> <br />Prospective bidders must bid on all items as listed and must meet minimum requirements as specified in the bid documents. Vehicle specifications and documents are available from the St. James Parish Government, Department of Operations, 5800 HWY 44, Convent, LA 70723, Room 311.<br /> <br />The envelope containing the bid must be marked "Annual Vehicle Bid, Department of Operations” clearly on the outside of the envelope.<br /> <br />All bids must be complete and include the delivery schedule and warranty.<br /> <br />Immediate delivery and availability of parts, service, and warranty will be considered in the awarding of bids.<br /> <br />The Council reserves the right to reject all bids and to waive any formalities.<br /> <br />Advertise Dates<br />News Examiner<br /> <br />January 16, 2025<br />January 23, 2025<br />January 30, 2025<br /> <br />Rick Webre
https://www.centralauctionhouse.com/rfp74531648-vehicles-annual-bid.html
16-Jan-2025 12:00:00 AM CST |
18-Feb-2025 10:00:00 AM CST |
Facility Planning and Control - Division of Administration |
Precisoin Agriculture Training Facility, Fletcher Techinical Community College (FTCC), Schriever, Louisiana
|
<b>ADVERTISEMENT FOR BIDS</b><br />Sealed bids will be received for the State of Louisiana by the Division of Administration and shall be directed to the Office of Facility Planning and Control, 1201 North Third Street, Claiborne Office Building, Suite 7-160, Baton Rouge, Louisiana, 70802 or P.O. Box 94095, Baton Rouge, Louisiana, 70804-9095. The deadline for receipt of bids is 2:00 PM on Thursday, February 20, 2025, at which time bids will be opened and read aloud in a public meeting in the Claiborne Office Building, Conference Room 1-145.<br /><br />FOR: <b>Precision Agriculture Training Facility<br /> Fletcher Technical Community College (FTCC)<br /> Schriever, Louisiana</b><br /><br />PROJECT NUMBER: <b>19-731-21-01, F.19002367</b><br /><br />Complete Bidding Documents for this project are available in electronic form. They may be obtained without charge and without deposit from <b>Gros Flores Positerry, LLC</b>. 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 />Questions about this procedure shall be directed to the Designer at:<br /><br /><b>Gros Flores Positerry, LLC<br />104 Rue Angelique, Suite A<br />Thibodaux, LA 70301<br />Telephone: 985-447-9931<br />E-mail:
[email protected]</b><br /><br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /><br /><b>A PRE-BID CONFERENCE WILL BE HELD at 9:00 AM on Tuesday, February 04, 2025 at<br />Fletcher Technical Community College (FTCC), Room 213/217, 1407 Hwy. 311, Schriever, LA 70395.</b><br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of <b>Building Construction</b>. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section and those stated in the bidding documents shall not be waived by any entity.<br /><br />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The State shall incur no obligation to the Contractor until the Contract Between Owner and Contractor is fully executed.<br /><br />Facility Planning and Control is a participant in the Small Entrepreneurship (SE) Program (the Hudson Initiative) and the Veteran-Owned and Service-Connected Disabled Veteran-Owned (LaVet) Small Entrepreneurships Program. Bidders are encouraged to consider participation. Information is available from the Office of Facility Planning and Control or on its website at https://www.doa.la.gov/doa/fpc/.<br /><br />If you have a disability and would like to request an accommodation in order to participate in this meeting, please contact Christina Cardona at
[email protected] or (225) 342-6060 as soon as possible but no later than 48 hours before the scheduled meeting.<br /><br />STATE OF LOUISIANA<br />DIVISION OF ADMINISTRATION<br />FACILITY PLANNING AND CONTROL<br />ROGER E. HUSSER, JR., DIRECTOR
https://www.centralauctionhouse.com/rfp60447267-precisoin-agriculture-training-facility-fletcher-techinical-community-college-ftcc-schriever-louisiana.html
16-Jan-2025 12:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Port of Iberia |
Port Improvements, Unifab Road Warehouse & Site Improvements, Initial Improvements
|
Sealed bids for the construction of the following project will be received at the office of the Port of Iberia (POI) Board of Commissioners, at the POI Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, until 12:00 P.M. on February 11, 2025 at which time and place bids will be publicly opened and read. No bids will be received after 12:00 P.M.<br /> <br />STATE PROJECT NO: H.015864 (321)<br /> <br />STATE PROJECT NAME: Port Improvements<br /> Unifab Road Warehouse and Site Improvements<br /> Initial Improvements, (Phase I of SPN H.015864)<br /> Iberia Parish<br /> <br />IMPROVEMENTS TO: Port Infrastructure Improvements Program, Port of Iberia<br /> <br />LOCATED IN: Iberia Parish, Louisiana<br /> <br />TYPE OF CONSTRUCTION: Building Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia (POI) Board of Commissioners<br /> 4611 South Lewis Street<br /> New Iberia, LA 70562<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <br />SCOPE OF WORK: This is a site improvements project at the Port of Iberia. CONTRACTOR is responsible for performing repairs and improvements at the existing Building C as outlined in the Contract Documents to improve the functionality and appearance of the facility. The scope of work includes mobilization, pressure washing and painting the building exterior, relocation of existing chain link fencing and security gates, metal building system improvements, electrical & lighting, and all other specified work and incidental work required to successfully complete the project in accordance with the Contract Documents.<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 />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 Engineer upon payment of $150.00. In accordance with R.S. 38:2212 D deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br /> <br />Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html<br />To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.<br /> <br />A Non-Mandatory Pre-Bid meeting will be held on January 28, 2025 at 2:30 P.M. at the Port of Iberia District Office, located at 4611 S. Lewis St., New Iberia, LA. Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. <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.
https://www.centralauctionhouse.com/rfp96521730-port-improvements-unifab-road-warehouse-site-improvements-initial-improvements.html
15-Jan-2025 6:00:00 PM CST |
11-Feb-2025 12:00:00 PM CST |
Jefferson Parish Government |
5000147002 Jefferson Parish Fire Station No. 15 HVAC Replacement
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147002<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 20, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Jefferson Parish Fire Station No. 15<br />HVAC Replacement<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 IMC Consulting Engineers, 2714 Independence Street, Metairie, LA, 70006 (tel. 504-831-9119) by licensed contractors upon receipt of $250.00 per set hard copy or $25.00 per set for electronic copy on CD. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00 AM on January 31, 2025 at Fire Station No. 15, 1101 North Service Road, Metairie, LA 70005. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp29189218-5000147002-jefferson-parish-fire-station-no-15-hvac-replacement.html
15-Jan-2025 3:06:00 PM CST |
20-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146705 Jefferson Parish Recreation Department East Bank - New Warehouse Building
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146705<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 25, 2025, and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053, beginning at 2:30 p.m. on each bid opening date for the following project:<br />JEFFERSON PARISH RECREATION DEPARTMENT EAST BANK– NEW WAREHOUSE BUILDING<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001 (PHONE: 504-885-9895) by licensed contractors upon receipt of $75.00 for a hard copy set and/or a non-refundable fee of $25.00 for an electronic set on a USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at Jefferson Parish Recreation Department - Downstairs Conference Room, 6921 Saints Drive, Metairie, LA 70003 on Thursday, January 30, 2025, at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025.<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/rfp36596052-5000146705-jefferson-parish-recreation-department-east-bank--new-warehouse-building.html
15-Jan-2025 1:50:00 PM CST |
25-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147091 Two (2) Year Contract, with No Option to Renew, for Dispensing of On-Site and Off-Site Consignment Motor Fuels, East and West Bank of Jefferson Parish for Fleet Management and All Parish Municipalities'
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147091<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 25, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Two (2) Year Contract, with No Option to Renew, for Dispensing of On-Site and Off-Site Consignment Motor Fuels, East and West Bank of Jefferson Parish for Fleet Management and All Parish Municipalities<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp15895987-5000147091-two-2-year-contract-with-no-option-to-renew-for-dispensing-of-on-site-and-off-site-consignment-motor-fuels-east-and-west-bank-of-jefferson-parish-for-fleet-management-and-all-paris.html
15-Jan-2025 1:21:00 PM CST |
25-Feb-2025 2:00:00 PM CST |
Food & Nutrition Services Diocese of Lafayette |
Produce #8-2025-4
|
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 />9 week Produce Contract<br />July 24th, 2024 at 1:00 PM<br />September 11th,2024 at 1:00 PM<br />November 20th, 2024 at 1:00 PM<br />February 5th, 2025 at 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].<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp58880086-produce-8-2025-4.html
15-Jan-2025 1:00:00 PM CST |
05-Feb-2025 12:50:00 PM CST |
Jefferson Parish Government |
5000146949 Two (2) Year Contract to Supply Herbicides, Labor and Equipment to Control Weeds and Undesired Vegetation on Drainage Canals, Ditches and Servitudes on the East and West Bank of Jefferson Parish for the Jefferson Parish Department Drainage
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146949<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 13, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Contract to Supply Herbicides, Labor and Equipment to Control Weeds and Undesired Vegetation on Drainage Canals, Ditches and Servitudes on the East and West Bank of Jefferson Parish for the Jefferson Parish Department of Public Works- Drainage<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025.<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp58412487-5000146949-two-2-year-contract-to-supply-herbicides-labor-and-equipment-to-control-weeds-and-undesired-vegetation-on-drainage-canals-ditches-and-servitudes-on-the-east-and-west-bank-of-jefferson-p.html
15-Jan-2025 1:00:00 PM CST |
13-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
RFP 0495 To Provide a Status Youth Alternative Program to Divert Non-Delinquent at Risk Youth from Court processing and into expedited services that more clearly meet their needs for the Parish of Jefferson Department of Juvenile Services -Parishwide
|
REQUEST FOR PROPOSAL<br />RFP 0495<br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide a Status Youth Alternative Program to Divert Non-Delinquent at Risk Youth from Court processing and into expedited services that more clearly meet their needs for the Parish of Jefferson Department of Juvenile Services (Parishwide)<br />The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified Proposers who are interested in providing Scope of Work as defined in Part II hereof. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on February 21, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp58466684-rfp-0495-to-provide-a-status-youth-alternative-program-to-divert-non-delinquent-at-risk-youth-from-court-processing-and-into-expedited-services-that-more-clearly-meet-their-needs-for-the-parish-of-jef.html
15-Jan-2025 12:00:00 PM CST |
21-Feb-2025 3:30:00 PM CST |
St. John the Baptist Parish Public Schools |
Bond Project - Security Upgrades and Improvements at Laplace Elementary School
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, until 2:00 P.M. C.S.T. on Tuesday, February 18th, 2025 for the Security Upgrades and Improvements at Laplace Elementary School project located at 393 Greenwood Drive, Laplace, Louisiana 70068.
https://www.centralauctionhouse.com/rfp61650186-bond-project--security-upgrades-and-improvements-at-laplace-elementary-school-.html
15-Jan-2025 10:00:00 AM CST |
15-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Lafayette Fire Station 13 Roof Replacement and Interior and Exterior Water Damage Repairs
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 PM Central Time on the 13th day of February 2025 for the following:<br /> <br />Lafayette Fire Station 13 Roof Replacement and Interior and Exterior Water Damage Repairs<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: Scope of work includes, but is not limited to, renovation of the interior of the building by removals and replacement of existing ceilings, light fixtures, and HVAC Ductwork. Paint interior. Installation of new spray foam insulation at existing roof deck. Installation of retrofit Standing Seam metal roof and metal soffits. Coating existing exterior wall finishes. Work shall be completed within 150 calendar days.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $88.97 (Eighty-eight dollars and 97/100) per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 21, 2025 at 10:00 AM at the Lafayette Fire Station 13 located at 6507 Johnston Street, Lafayette, LA 70503.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 984400<br /> <br />
https://www.centralauctionhouse.com/rfp88505486-lafayette-fire-station-13-roof-replacement-and-interior-and-exterior-water-damage-repairs.html
15-Jan-2025 10:00:00 AM CST |
13-Feb-2025 4:00:00 PM CST |
Lafayette Consolidated Government |
Lafayette Fire Station 12 Roof Replacement and Interior and Exterior Water Damage Repairs
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:30 PM Central Time on the 13th day of February 2025 for the following:<br /> <br />Lafayette Fire Station 12 Roof Replacement and Interior and Exterior Water Damage Repairs<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: Scope of work includes, but is not limited to, renovation of the interior of the building by removals and replacement of existing ceilings, light fixtures, and HVAC Ductwork. Paint interior. Installation of new spray foam insulation at existing roof deck. Installation of retrofit Standing Seam metal roof and metal soffits. Coating existing exterior wall finishes. Work shall be completed within 150 calendar days.<br /> <br />In accordance with Louisiana RS 38:2212., vendors may submit their bid electronically at the website listed above. Bidding Documents are available to view only at the website. Bidders may request the electronic bid package from Keirston St. Amant at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $88.97 (Eighty-eight dollars and 97/100) per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Keirston St. Amant at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 21, 2025 at 12:00 PM at the Lafayette Fire Station 12 located at 2856 Verot School Road, Lafayette, LA 70508.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 984399<br />
https://www.centralauctionhouse.com/rfp26933658-lafayette-fire-station-12-roof-replacement-and-interior-and-exterior-water-damage-repairs.html
15-Jan-2025 10:00:00 AM CST |
20-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147022 LABOR, MATERIALS, AND EQUIPMENT NEEDED TO INSTALL INCLUSIVE PLAYGROUND AT PARC DES FAMILLES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147022<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 25, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor, Materials, and Equipment Needed to Install Inclusive Playground at<br />Parc Des Familles <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.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at on January 31, 2025 at 9:00AM. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp58416326-5000147022-labor-materials-and-equipment-needed-to-install-inclusive-playground-at-parc-des-familles.html
15-Jan-2025 9:39:00 AM CST |
25-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000146881 LAFRENIERE PARK BIKE PATH – PHASE 1 3000 DOWNS BLVD., METAIRIE, LA 70003 - PROJECT NO. 2023-056-REC
|
<br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146881<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 27, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <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 />Lafreniere Park Bike Path - Phase 1<br />3000 Downs Blvd., Metairie, LA 70003<br />Project No. 2023-056-REC<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, Phone: 504.885.9892 by licensed contractors upon receipt of a non-refundable fee of $25.00 for an electronic set on a compact disc, or a hard copy set will be available upon request for a deposit of Sixty ($60.00) dollars per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on January 30, 2025 at The Laferniere Park (Foundation Center) located at 3000 Downs Blvd., Metairie, LA 70003. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678. <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp58891936-5000146881-lafreniere-park-bike-path-phase-1-3000-downs-blvd-metairie-la-70003--project-no-2023-056-rec.html
15-Jan-2025 9:02:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Rural Asphalt Street Preservation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:30 AM Central Time on the 13th day of February, 2025 for the following:<br /> <br />Rural Asphalt Street Preservation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but not limited to, the contractor supplying the labor, equipment, superintendence, material, etc., to furnish and install micro surfacing overlay, scrub seal overlay, asphalt patches, striping, reflectors, and all other incidentals associated with this work for those streets identified in the specifications contained in the document. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, etc. to this listing should additional funding become available. All work to be completed within eighty (80) working days from issuance of the Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 968881<br /> <br />
https://www.centralauctionhouse.com/rfp69666571-rural-asphalt-street-preservation-project-2025.html
15-Jan-2025 9:00:00 AM CST |
13-Feb-2025 10:30:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6861 RESTROOM FACILITY AT BUDDY LAWSON PLAYGROUND
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6861<br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <br /><b>City of Kenner Buddy Lawson Playground Restroom Building</b></div> <br />The proposed work (“Work”) includes: Construction of a new accessible restroom building at Buddy Lawson Playground for the City of Kenner. The structure has 284 square feet of interior space and a total area of 482 square feet. The restroom structure is elevated above base flood elevation and consists of two-family type restrooms, a concrete porch, ramp, sand steps. The porch, ramp, and steps have galvanized steel pipe handrails. A portion of the existing site paving is to be removed and replaced as part of this project. Additional new site paving is also included in the project.<br /> <br />Sealed bids will be received until <b>February 18, 2025 at 9:45AM</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on <b>January 29, 2025 at 10:00 a.m.</b> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br />Copies of Contract Documents for review or for use in preparing bids may be obtained from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, upon deposit of $75.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /> <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br /> <br />January 15, 2025<br />January 22, 2025<br />January 29, 2025
https://www.centralauctionhouse.com/rfp58897993-sealed-bid-25-6861-restroom-facility-at-buddy-lawson-playground.html
15-Jan-2025 9:00:00 AM CST |
18-Feb-2025 9:45:00 AM CST |
City of Kenner, LA |
SEALED BID 25-6860 FASSBENDER COMMUNITY CENTER ROOF REPAIR
|
<div style="text-align: center;">INVITATION TO BID<br />Sealed Bid No. 25-6860<br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /><b>Fassbender Community Center Roof Repairs.</b></div><br />The proposed work (“Work”) includes:<br />Removing the existing modified bitumen roof system and replacing with new TPO membrane over sloped, rigid insulation. Rebuild existing parapets to accommodate the new roof height. Remove asphalt shingles and decking from the entrance and install new metal roof panels. Raise existing rooftop units and curbs to accommodate new sloped roof construction.<br /><br />Sealed bids will be received until <b>Thursday, February 13, 2025 at 9:45 a.m</b>., by the City of Kenner in the Finance Department located at:<div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div><br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /><br />There will be a pre-bid meeting on <b>Tuesday, January 28, 2025 at 10 a.m</b>. at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encouraged to attend.<br /><br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /><br />Copies of Contract Documents for review or for use in preparing bids may be obtained from either: Meyer Engineers, Ltd.’s Plan Room via Central Bidding at - https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom, fees are applicable to Central Bidding Membership;. Or may be picked up from Meyer Engineers, Ltd., upon deposit of $50.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /><br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <div style="text-align: right;">CITY OF KENNER<br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate: January 15, 22, and 29, 2025
https://www.centralauctionhouse.com/rfp29103689-sealed-bid-25-6860-fassbender-community-center-roof-repair.html
15-Jan-2025 9:00:00 AM CST |
13-Feb-2025 9:45:00 AM CST |
Jefferson Parish Government |
5000146982 Rehabilitation of the Transcontinental & Belle Lift Station (E8-1) Department of Sewerage
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146982<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 20, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />REHABILITATION OF THE TRANSCONTINENTAL & BELLE<br />LIFT STATION (E8-1)<br />SEWER CAPITAL IMPROVEMENT PROGRAM PROJECT NO.<br />D55124<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from ECM Consultants, Inc., 1301 Clearview Pkwy Suite 200, Metairie, LA, Phone: 504-885-4080 or fax 504-885-1439 by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are<br />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 Gretna, La 70053 on January 30, 2025 at 10:00 a.m. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 15, 22 and 29, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp36548622-5000146982-rehabilitation-of-the-transcontinental-belle-lift-station-e8-1-department-of-sewerage.html
15-Jan-2025 9:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147073 THREE (3) YEAR LABOR ONLY CONTRACT TO TROUBLESHOOT, REPAIR, INSTALL, AND CALIBRATE COMMERCIAL KITCHEN EQUIPMENT FOR THE JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147073<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until<br />2:00 p.m., February 11, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson<br />Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Three (3) Year Labor Only Contract to Troubleshoot, Repair, Install, and Calibrate Commercial Kitchen Equipment for the Jefferson Parish Department of General Services<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 15, 22, and 29, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp58497841-5000147073-three-3-year-labor-only-contract-to-troubleshoot-repair-install-and-calibrate-commercial-kitchen-equipment-for-the-jefferson-parish-department-of-general-services.html
15-Jan-2025 8:01:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-66(re-Bid) Surplus Sale of Adjudicated Property Located at 621 Clinton St., Chauvin, LA 70344 (100%) (Parcel # 34769)
|
PARCEL 6 TRACT 6, "MAP SHOWING TRACT 6 DIVISION OF PROPERTY OF LLOYD, CLAUDE, DRUIS & LYES BOURG, JR. IN SECTION 6 T19S R18E.<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ul> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li></ul><ul> <li><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ul>
https://www.centralauctionhouse.com/rfp8926889-bid-23-sp-66re-bid-surplus-sale-of-adjudicated-property-located-at-621-clinton-st-chauvin-la-70344-100-parcel-34769.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-28(Re-bid) Surplus Sale of Adjudicated Property Located at 1423 Gautreaux St. (100%) (Parcel # 25132)
|
LOT 10 BLOCK 9 EAST SIDE GAUTREAUX STREET, DEWEYVILLE. CB 651/135<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ol style="list-style-type:lower-alpha;"> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li value="2"><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li> <li value="3"><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ol>
https://www.centralauctionhouse.com/rfp8962171-bid-24-sp-28re-bid-surplus-sale-of-adjudicated-property-located-at-1423-gautreaux-st-100-parcel-25132.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-29(Re-Bid) Surplus Sale of Adjudicated Property Located at 1215 Hwy 55 (100%) (Parcel # 30741)
|
LOTS 1 & 2 BLOCK 1 MONTEGUT HEIGHTS SUBD. CB 1769/44<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ol style="list-style-type:lower-alpha;"> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li value="2"><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li> <li value="3"><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ol>
https://www.centralauctionhouse.com/rfp41534112-bid-24-sp-29re-bid-surplus-sale-of-adjudicated-property-located-at-1215-hwy-55-100-parcel-30741.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
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)
|
LOT 6 OF REDIVISION OF BLOCKS 7 & 15 ADDEN. 4 MONTEGUT HEIGHTS S/D.<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ul> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation. </b></li> <li><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property. </b></li></ul><ul> <li><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ul>
https://www.centralauctionhouse.com/rfp95401604-bid-23-sp-68re-bid-surplus-sale-of-adjudicated-property-located-at-130-wilderness-st-montegut-la-70377-100-parcel-31777.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-31(Re-bid) Surplus Sale of Adjudicated Property Located at 109 Laura Lynn Ln. (100%) (Parcel # 49234
|
LOT 21 ADDEN. 2 PHASE B, SOUTHWOOD PLACE SUBD.<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ol style="list-style-type:lower-alpha;"> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li value="2"><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li> <li value="3"><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ol>
https://www.centralauctionhouse.com/rfp60026636-bid-24-sp-31re-bid-surplus-sale-of-adjudicated-property-located-at-109-laura-lynn-ln-100-parcel-49234.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 20-S/P-39 (Re-Bid) Surplus Sale of Adjudicated Property Located at 117, 119, 121 Avet St., Dulac, LA (100%) (Parcel #43330 & 26385)
|
PARCEL #43330 ON THE LEFT DESCENDING BANK OF BAYOU GRAND CAILLOU. LOTS 9, 10 & 11 BLOCK 1 AVET SUBD. ALSO TRACT 60' ON NORTH LOT 9, 60' ON NORTH LOT 10, 60' ON NORTH LOT 11 AVET SUBD. BEING A PORTION OF TRACT A-3. ALSO TRACT EAST OF AVET SUBD. & AVET STREET BY DEPTH OF SURVEY OR CONFIRMATION.<br />PARCEL #26385 ON THE LEFT DESCENDING BANK OF BAYOU GRAND CAILLOU. BOUNDED ABOVE BY JOHN PORTIER ETALS. BOUNDED BELOW BY FRANCIS AVET. TRACT KNOWN AND DESIGNATED BY THE LETTERS "A3" ON MAP RECORDED IN INSTRUMENT #252524, LOCATED IN SECTION 85 T19S R17E. LESS FRACTIONAL LOT 60 X 12' SOLD TO FRANCIS A. AVET CB 429/614. LESS 12 X 120 FT. STRIP IN REAR OF LOTS 7 & 8 SOLD CB 661/700. LESS PORTION OF TRACT "A3" SOLD TO MERLIN J. AVET. CB 1592/679<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><br /> <ul style="list-style-type: circle;"> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation. </b></li> <li><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property. </b></li> <li><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ul>
https://www.centralauctionhouse.com/rfp64480166-bid-20-sp-39-re-bid-surplus-sale-of-adjudicated-property-located-at-117-119-121-avet-st-dulac-la-100-parcel-43330-26385.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-33(re-bid) Surplus Sale of Adjudicated Property Located at 708 Wilson Ave. (56.8541%) (Parcel # 15773)
|
LOTS 4 & 5 BLOCK 3. LOTS 4 & 5 BLOCK 6 JASTREMSKI ADDITION.<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ol style="list-style-type:lower-alpha;"> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li> <li><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ol>
https://www.centralauctionhouse.com/rfp27897252-bid-24-sp-33re-bid-surplus-sale-of-adjudicated-property-located-at-708-wilson-ave-568541-parcel-15773.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-95(Re-bid) Surplus Sale of Adjudicated Property Located at 171 Marjorie St., Dulac, 70353 (100%) (Parcel # 27928)
|
LOT 18 BLOCK 1 A.J. AUTHEMENT SUBD. #2.<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ol style="list-style-type:lower-alpha;"> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li> <li><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ol>
https://www.centralauctionhouse.com/rfp35488706-bid-22-sp-95re-bid-surplus-sale-of-adjudicated-property-located-at-171-marjorie-st-dulac-70353-100-parcel-27928.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 24-S/P-36(Re-bid) Surplus Sale of Adjudicated Property Located at 404 Eighth St. (32.2916%) (Parcel # 13132)
|
BOUNDED ABOVE BY EMILE DAIGLE (S/D) REALTY CO. BOUNDED BELOW BY CLYDE MARTIN NOW OR FORMERLY. LESS LOT 100 X 362' IN REAR OF BLOCK 14 JASTREMSKI ADDITION SOLD CB 219/680 COMPRISED IN SECTION 96 T17S R17E. ALSO LOT 5 BLOCK 15 AS SHOWN ON PLAT RECORDED IN CB 282/2 LESS TRACTS SHOWN ON PLAT RECORDED IN CB<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ul> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li></ul><ul> <li><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ul>
https://www.centralauctionhouse.com/rfp2000058-bid-24-sp-36re-bid-surplus-sale-of-adjudicated-property-located-at-404-eighth-st-322916-parcel-13132.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-63 Surplus Sale of Adjudicated Property Located at 213 Stovall St., Houma, LA 70364 (100%) (Parcel # 26197)
|
LOT 27 GUS WALKER SUBDIVISION<br /><b>Sec. 14-322. Violators prohibited from acquiring immovable property declared surplus</b><ul> <li><b>Any person cited for a violation of this Chapter subsequent to the first violation shall be barred from purchasing any immovable property declared surplus by the Terrebonne Parish Consolidated Government, including but not limited to adjudicated property. (a) for one year from the date of issuance of the second citation, (b) for two years from the date of issuance of the third citation, and (c) permanently from the date of issuance of the fourth citation.</b></li> <li><b>Any person whose property becomes subject to an order of condemnation under this Chapter shall be permanently barred from purchasing any immovable property declared surplus by the TPCG, including but not limited to adjudicated property.</b></li></ul><ul> <li><b>Any person who is in violation of this Chapter shall remain barred from purchasing immovable surplus properties until each original or subsequent violation has been remedied, regardless of whether the time for barring has lapsed. Remedy, for these purposes, shall include the payment of any fines and liens</b></li></ul>
https://www.centralauctionhouse.com/rfp74651628-bid-23-sp-63-surplus-sale-of-adjudicated-property-located-at-213-stovall-st-houma-la-70364-100-parcel-26197.html
15-Jan-2025 8:00:00 AM CST |
17-Feb-2025 12:00:00 AM CST |
Terrebonne Parish Consolidated Government |
Project 24-121 Houma Bayou Walk Lighting and Painting Project
|
Sealed bids will be received on February 11, 2025, by the Terrebonne Parish Consolidated Government Purchasing Division on behalf of the Houma Restoration District Commission, at 301 Plant Road, in Houma, Louisiana until 2:00 P.M as shown on the Purchasing Division Conference Room Clock, and, at that time sealed bids shall be publicly opened and read aloud in the Purchasing Division Conference Room.<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: Terrebonne Parish Consolidated Government <br />Purchasing Division, For the Houma Restoration District<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: Houma Bayou Walk Lighting and Painting Project<br /> <br /> Project Number: 24-121<br /> <br />Project Description: To provide labor, materials and to repair and/or restore guardrails by painting and installing lighting according to specifications provided with the bid documents.<br /> <br /> This Project shall require a Louisiana Contractors license number for Electrical Work.<br /> <br /> Bidding Documents for this Project are on file in the office of the Terrebonne Parish Consolidated Government, Purchasing Division, 301 Plant Road, Houma, Louisiana. <br /> <br />Please contact Electrical Engineer-ADG, Richard LeBlanc at
[email protected] or Structural Engineer-Providence, Murtada Mousa at
[email protected] for any clarification or information with regard to the specifications.<br /> <br />A non-mandatory Pre-bid Conference will be held on January 30, 2025, at 10:00 am at the office of Terrebonne Parish Consolidated Government, Planning & Zoning, 1st floor, 8026 Main Street, Houma LA.<br /> <br />The Terrebonne Parish Consolidated Government on behalf of the Houma Restoration District Commission reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br />
https://www.centralauctionhouse.com/rfp64895723-project-24-121-houma-bayou-walk-lighting-and-painting-project.html
15-Jan-2025 8:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Mounted Patrol Offices
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 13th day of February, 2025 for the following:<br /> <br />Mounted Patrol Offices<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services The work shall consist of, but is not limited to, renovations to the Lafayette Police Department Mounted Patrol Offices facility that generally consists of the construction of new offices, tack room, break room, and restroom/shower areas inside of an existing metal building. All work to be completed within one hundred twenty (120) workings days from the issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $210.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting which will be held on January 30th,2025 at 2:00 p.m. on site of the Mounted Patrol Offices located at 1200 Lajaunie Rd, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES 1/15, 1/19, 1/26<br />DPR 985862<br /> <br />
https://www.centralauctionhouse.com/rfp78432637-mounted-patrol-offices-.html
15-Jan-2025 8:00:00 AM CST |
13-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Urban Asphalt Street Preservation Project 2025
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:15 AM Central Time on the 13th day of February, 2025 for the following:<br /> <br />Urban Asphalt Street Preservation Project 2025<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of, but is not limited to, the contractor supplying the labor, equipment, superintendence, material, etc., to furnish and install micro surfacing overlay, scrub seal overlay, asphalt patches, striping, reflectors, and all other incidentals associated with this work for those streets identified in specifications contained in the document. Lafayette Consolidated Government reserves the right to add additional streets, parking lots, etc., to this listing should additional funding become available. All work to be completed within eighty (80) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $35 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Highway Street and Bridge Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/15, 1/19, 1/26<br />DPR 976458<br /> <br />
https://www.centralauctionhouse.com/rfp69688176-urban-asphalt-street-preservation-project-2025.html
15-Jan-2025 8:00:00 AM CST |
13-Feb-2025 10:15:00 AM CST |
Lafayette Consolidated Government |
Two 230kV SF6 Circuit Breakers
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 6th day of February, 2025 for the following:<br /> <br />Two 230kV SF6 Circuit Breakers<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212 electronic bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Morgan Broussard at
[email protected].<br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8263 (Attn: Morgan Broussard). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the quotation form provided with the specifications.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling (337) 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp90605466-two-230kv-sf6-circuit-breakers.html
15-Jan-2025 8:00:00 AM CST |
27-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
RFP LCG Website Redevelopment
|
<br />Notice is hereby given that sealed proposals will be received in the office of the Purchasing Division at Lafayette Consolidated Government’s building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 p.m. Central Time on the __14th day of _February__, 2025 for the following:<br /> <br />RFP FOR THE LAFAYETTELA.GOV WEBSITE REDEVELOPMENT<br /> <br />and will, shortly thereafter, be opened and the NAMES ONLY read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Proposals received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Sealed proposals may be hand carried or mailed to the address listed above.<br /> <br />Copies of the proposal specifications are available to VIEW ONLY on the website at www.centralbidding.com. [HJK1] [HJK2] [HJK3] [HJK4] Vendor may request an electronic copy of the RFP by email to Heather Kestler at
[email protected] or by phone at the number below. <br /> <br />Vendors shall submit one (1) marked Original, five (5) exact copies marked Copy, one (1) electronic version and one (1) Redacted Copy [JB5] [JB6] [JB7] [JB8] of the proposal at the date and time specified. Proposals received after the due date and time shall be returned unopened to the vendor. Each proposal shall follow the instructions listed in the RFP regarding submittal of their proposal. <br /> <br /> <br />Proposals will be evaluated by the Purchaser based on the evaluation criteria outlined in the Request for Proposals. Lafayette Consolidated Government reserves the right to reject any and all proposals or any portions thereof, to waive informalities and to select the proposal that best suits its needs. LCG further reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms that the Vendor can offer. At its discretion, LCG reserves the right to request best and final offers from the RFP finalists. The Vendor should be prepared to accept this RFP for incorporation into a contract resulting from this RFP. The contract may incorporate some or all of the Vendor’s proposal. It is understood that the proposal will become a part of the official file on this matter without obligation to LCG.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises[JB9] [JB10] [JB11] in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES 1/15, 1/19, 1/26<br />DPR[HJK12] [HJK13] # 978149<br />Affidavit of Publication<br /> <br />
https://www.centralauctionhouse.com/rfp44856645-rfp-lcg-website-redevelopment-.html
15-Jan-2025 8:00:00 AM CST |
15-Feb-2025 3:00:00 PM CST |
Lafayette Consolidated Government |
DOWNTOWN SIDEWALKS/CURB/OVERLAY PHASE II
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:30 PM Central Time on the 6th day of February, 2025 for the following:<br /> <br />DOWNTOWN SIDEWALKS/CURB/OVERLAY PHASE II<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services The work shall consist of, but is not limited to, the contractor supplying labor, equipment, superintendence, material, etc. to accomplish the removal of asphalt surfacing, concrete pavement, concrete curb and gutter, concrete walks and drives, catch basins, storm drain pipe, and pavement markings; construction of concrete walks and drives, concrete curb and gutter, catch basins, storm drain pipe, and placing pavement markings. Additionally, the project includes the adjustment of light poles, utility values and boxes, fire hydrants, and other miscellaneous work. All work is to be completed within one hundred and twenty (120) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $190.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting which will be held on January 21,2025 at 10:30 a.m. in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY, STREET, AND BRIDGE CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES 1/8, 1/12, 1/19<br />DPR 944439<br />
https://www.centralauctionhouse.com/rfp26961151--downtown-sidewalkscurboverlay-phase-ii.html
15-Jan-2025 8:00:00 AM CST |
06-Feb-2025 2:30:00 PM CST |
Rapides Parish School Board |
Bid 62-25-05: Chiller Replacement at Alexandria Senior High School
|
ADVERTISEMENT<br /> <br />INVITATION TO BID<br /> <br />Sealed bids will be received in the Purchasing Department of the Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana 71301 until 2:00 PM, Thursday, February 20, 2025 for:<br /> <br /> Chiller Replacement at Alexandria Senior High School<br /> <br />(BID NO. 62-25-05) <br /> <br />After stamping to acknowledge timely receipt, the bids will be publicly opened and read by the Executive Committee and/or staff of the Rapides Parish School Board. Sole responsibility for proper delivery of bid is that of the bidder. Any offer received after closing time (2:00 PM, Thursday, February 20, 2025) will be returned unopened.<br /> <br />To obtain specifications and bid forms, please contact the RPSB Purchasing Department by emailing your request to
[email protected] or sending your written request to 619 Sixth Street, Alexandria, LA 71301. Specifications and bid forms are also available at www.centralbidding.com; fees may be associated with the use of this site.<br /> <br />All bids must be accompanied by an original bid security equal to five (5%) of the total amount bid and must be in the form of a Certified Check, Cashier’s Check, Bank Money Order or Bid Bond written by a company licensed to do business in the State of Louisiana.<br /> <br />There will be a Mandatory Pre-Bid Meeting on Thursday, February 6, 2025 at 10:00 AM at Alexandria Senior High – Front Office Entrance.<br /> <br />Award will not be made on the date of the bid opening, but will be awarded by the School Board at a later meeting.<br /> <br />Subject to the provisions of R.S. 38:2211, et seq., the Rapides Parish School Board reserves the right to reject any or all bids for just cause. Each bidder, shall submit with their bid satisfactory evidence that they have complied with the requirements of the LA Contractor's Licensing Law, Louisiana R.S. 37:2150, et seq., and are fully qualified to enter into contract with the Rapides Parish School Board. <br /> <br />Bid envelopes shall be marked "Chiller Replacement at Alexandria Senior High School – Bid # 62-25-05”, Contractor’s Name and Contractor’s License Number and delivered to:<br /> <br />Purchasing Department<br />Rapides Parish School Board<br />619 Sixth Street<br />Alexandria, Louisiana 71301<br /> <br />By /s/ Ms. Elizabeth A. Domite, CPA, CGMA, CLSBA, CGFO <br />/t/ Ms. Elizabeth A. Domite, CFO<br />RAPIDES PARISH SCHOOL BOARD<br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp9381583-bid-62-25-05-chiller-replacement-at-alexandria-senior-high-school.html
15-Jan-2025 8:00:00 AM CST |
20-Feb-2025 2:00:00 PM CST |
Rapides Parish School Board |
RFP 26-30: Category 1 Internet Service Provider E-Rate Services
|
ADVERTISEMENT<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide goods and services to the District to obtain a solution for internet services throughout Rapides Parish in the District’s schools and support facilities. Rapides Parish School Board is seeking Internet services to all schools and administrative offices.<br />Proposal information may be obtained by sending a request to
[email protected] or from centralbidding.com; fees may be associated with the use of this site.<br />Sealed proposals will be received in the Purchasing Department of the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025. Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and should be marked “RFP # 26-30: Category 1 Internet Service Provider E-Rate Services” with the proposer’s name.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp9345783-rfp-26-30-category-1-internet-service-provider-e-rate-services.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
RFP 26-40: Category 1 Wide Area Network E-Rate Services
|
ADVERTISEMENT<br />Request for Proposal (RFP) for Category 1 Wide Area Network E-Rate Services (RFP #26-40)<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide goods and services to the District to obtain a solution for E-Rate services throughout Rapides Parish in the District’s schools and support facilities. Rapides Parish School Board is seeking Internet services to all schools and administrative offices.<br />Proposal information may be obtained by sending a request to
[email protected] or from www.centralbidding.com; fees may be associated with the use of this site.<br />Sealed proposals will be received in the Purchasing Department, in the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025. Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and shall be marked “RFP # 26-40 Category 1 Wide Area Network E-Rate Services” with the proposer’s name.<br />Late proposals arriving after the state due date and time will not be considered and will be returned unopened.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br /> <br /> <br /> <br />Publication Dates: January 15, 2025<br />January 22, 2025<br />January 29, 2025
https://www.centralauctionhouse.com/rfp9336658-rfp-26-40-category-1-wide-area-network-e-rate-services.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
RFP 26-41A: Category 2 E-Rate Firewall Smartnet Services
|
ADVERTISEMENT<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide Category 2 E-Rate Firewall Smartnet Services to the District and its schools. Proposers must be registered and qualified with the FCC to provide E-rate discounts where applicable. <br />Proposal information may be obtained by sending a request to
[email protected] or from www.centralauctionhouse.com (fees may be associated with the use of this site).<br />Sealed proposals will be received by the Purchasing Department, in the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025. Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and should be clearly marked with the proposer’s name and “RFP # 26-41A Category 2 E-Rate Firewall Smartnet Services”.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp9314265-rfp-26-41a-category-2-e-rate-firewall-smartnet-services.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
RFP 26-41B: Category 2 E-Rate Technology Supplies
|
ADVERTISEMENT<br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers/contractors who can demonstrate their ability to provide Category 2 E-Rate Technology Supplies to the District and its schools. Proposers must be registered and qualified with the FCC to provide E-Rate discounts where applicable. <br />Proposal information may be obtained by sending a request to
[email protected] or from www.centralauctionhouse.com (fees may be associated with the use of this site).<br />Sealed proposals will be received by the Purchasing Department, in the Rapides Parish School Board Office, 619 Sixth Street, Alexandria, Louisiana, 71301, until 11:00 A.M., February 19, 2025 Proposals will be received until the stated date and time; late proposals arriving after the stated date and time will not be considered and will be returned unopened. Proposals must be in a sealed envelope and should be clearly marked with the proposer’s name and “RFP # 26-41B Category 2 E-Rate Technology Supplies”.<br />Any questions concerning the RFP must be addressed in writing via email to Kathy Baden at
[email protected].<br /> <br /> <br />Publication Dates: January 15, 2025<br /> January 22, 2025<br /> January 29, 2025
https://www.centralauctionhouse.com/rfp75198464-rfp-26-41b-category-2-e-rate-technology-supplies.html
15-Jan-2025 8:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0033 8 pks Wax melts (4 Creole Lady, 4 Lexton Sugarcane)(Bag 3)
|
https://www.centralauctionhouse.com/rfp65829554-25-0033-8-pks-wax-melts-4-creole-lady-4-lexton-sugarcanebag-3.html
15-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0042 8 pks Wax melts Unknown Assorted Scents)(Bag 12)
|
https://www.centralauctionhouse.com/rfp89949105-25-0042-8-pks-wax-melts-unknown-assorted-scentsbag-12.html
15-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
Terrebonne Parish Consolidated Government |
25-0045 8 pks Wax melts Unknown Assorted Scents)(Bag 15)
|
https://www.centralauctionhouse.com/rfp65153904-25-0045-8-pks-wax-melts-unknown-assorted-scentsbag-15.html
15-Jan-2025 12:00:00 AM CST |
10-Feb-2025 8:00:00 AM CST |
State of Louisiana Military Department |
JB Museum BAS Retrofit, Jackson Barracks, New Orleans, Louisiana
|
See attached Solicitation for: JB Museum BAS Retrofit, Jackson Barracks, New Orleans, Louisiana
https://www.centralauctionhouse.com/rfp14143331-jb-museum-bas-retrofit-jackson-barracks-new-orleans-louisiana.html
15-Jan-2025 12:00:00 AM CST |
12-Feb-2025 11:00:00 AM CST |
Port of Iberia |
Port Improvements, East and West Yard Expansion & Site Improvements, Building D Repairs (Phase VII of SPN H.011928)
|
Sealed bids for the construction of the following project will be received at the office of the Port of Iberia (POI) Board of Commissioners, at the POI Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, until 11:00 A.M. on February 11, 2025 at which time and place bids will be publicly opened and read. No bids will be received after 11:00 A.M.<br /> <br />STATE PROJECT NO: H.011928 (327)<br /> <br />STATE PROJECT NAME: Port Improvements<div style="margin-left: 200px;">East & West Yard Expansion & Site Improvements</div> Building D Repairs<br /> (Phase VII of SPN H.011928)<br /> Iberia Parish<br /> <br />IMPROVEMENTS TO: Port Infrastructure Improvements Program, Port of Iberia<br /> <br />LOCATED IN: Iberia Parish, Louisiana<br /> <br />TYPE OF CONSTRUCTION: Building Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia (POI) Board of Commissioners<br /> 4611 South Lewis Street<br /> New Iberia, LA 70562<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <br />SCOPE OF WORK: This is a site improvements project at the Port of Iberia. CONTRACTOR is responsible for performing repairs and improvements on the existing Building D as outlined in the Contract Documents to restore the functionality and appearance of the building. The scope of work includes facility cleanup and scheduled demolition, installation of new structural steel, metal building repairs and improvements, installation of new scheduled personnel and overhead doors, concrete work, electrical and lighting, exterior pressure washing and building painting, insulation and HVAC, and all other work specified in the Contract Documents.<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 />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 Engineer upon payment of $150.00. In accordance with R.S. 38:2212 (D), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.<br />Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html<br />To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.<br /> <br />A Non-Mandatory Pre-Bid meeting will be held on January 28, 2025 at 2:00 P.M. at the Port of Iberia District Office, located at 4611 S. Lewis St., New Iberia, LA. Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. <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 />
https://www.centralauctionhouse.com/rfp15810584-port-improvements-east-and-west-yard-expansion-site-improvements-building-d-repairs-phase-vii-of-spn-h011928.html
15-Jan-2025 12:00:00 AM CST |
11-Feb-2025 11:00:00 AM CST |
City of Mandeville |
MANDEVILLE SEAWALL REPAIRS PROJECT SEGMENT 1
|
INVITATION TO BID<br />CITY OF MANDEVILLE<br /><br />Sealed bids will be received until the hour of 11:00 A.M., local time, Wednesday, February 12, 2025, in the office of the Purchasing Agent, City Hall, Mandeville, Louisiana, 3101 East Causeway Approach, Mandeville, LA 70448; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete MANDEVILLE SEAWALL REPAIRS PROJECT SEGMENT 1, A/E PROJECT NO. 100.21.019; 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 />This contract's work consists of rehabilitating a steel sheet pile seawall and stairs, replacing concrete caps and splash blocks, and installing cathodic protection. A non-mandatory pre-bid conference will be held Thursday, January 23, 2025; 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 Burk-Kleinpeter, Inc., located at 2400 Veterans Memorial Blvd., Suite 310, Kenner, LA 70062; (504-486-5901); 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: MANDEVILLE SEAWALL REPAIRS PROJECT SEGMENT 1<br />A/E PROJECT NO.: 100.21.019<br />Bid Due Date and Time: WEDNESDAY, FEBRUARY 12, 2025; 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.<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: January 15, 22, 29, 2025
https://www.centralauctionhouse.com/rfp26913511-mandeville-seawall-repairs-project-segment-1.html
15-Jan-2025 12:00:00 AM CST |
12-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2024-16-4010 - BR Convention Center Expansion & HQs Hotel Devel. Project
|
NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on April 8, 2025 in Room 826 of City Hall, 222<br />Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Baton Rouge Convention Center Expansion and Headquarters Hotel Development Project<br />RFP Solicitation No.:2024-16-4010<br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is February 11, 2025 at 5:00 PM CST.<br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806 of City Hall. All interested parties are invited to be present.<br /><br />Teleconference Call-in information for Public Access to RFP Opening:<br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening.<br /> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of _25%__of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br />Though not required if receiving solicitation and addenda notices from LaPAC, the City of Baton Rouge, Parish of East Baton Rouge will e-mail or mail addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /><br /> <br />
https://www.centralauctionhouse.com/rfp58847812-rfp-2024-16-4010--br-convention-center-expansion-hqs-hotel-devel-project.html
15-Jan-2025 12:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Economic Development Commission (JEDCO) |
Request for Proposal To Complete Market Studies of Select Corridors in Jefferson Parish
|
NOTICE IS HEREBY GIVEN THAT THE BOARD OF COMMISSIONERS OF THE JEFFERSON PARISH ECONOMIC DEVELOPMENT COMMISSION (JEDCO) will receive proposals electronically through Central Bidding or at JEDCO’s Administration Building, located at 700 Churchill Parkway in Avondale, LA 70094 on February 13, 2025, on or before the hour of 2:00 p.m., for the development of market studies in select corridors of Jefferson Parish. All proposers must submit sealed proposals with their qualifications, relevant experience, and proposed cost to develop market studies and associated work detailed in the RFP. A copy of the Request for Proposals may be picked up at the JEDCO’s Administration Building, 700 Churchill Parkway, Avondale, LA 70094, or by contacting JEDCO at (504) 875-3908 or email at
[email protected]. The Request for Proposals will be available on JEDCO’s website at http://www.jedco.org/public-notifications/ from January 15 to February 13, 2025. JEDCO reserves the right to reject any and all proposals, to modify the terms of the RFP within three (3) days of the deadline for submission, negotiate with one or more of the firms, to call for additional proposals, or to refrain from accepting any proposal. The contract that JEDCO expects to award shall in no event become effective until an award of contract is approved by resolution of JEDCO’s Board of Commissioners or its Executive Committee. JEDCO’s policy in awarding a proposal will be based primarily on the most qualified firm and the proposed cost to provide the required services. JEDCO will carefully investigate each firm’s background and experience in the production of like services.<br /><br />No RFP submittals will be accepted after the deadline.<br /><br />Affidavits are not required to be submitted with the Request for Proposals, but shall be submitted prior to contract approval, including any subs.<br /><br />Insurance is not required to be submitted with the Request for Proposals, but shall be submitted prior to contract approval, including any subs.
https://www.centralauctionhouse.com/rfp9317661-request-for-proposal-to-complete-market-studies-of-select-corridors-in-jefferson-parish.html
15-Jan-2025 12:00:00 AM CST |
13-Feb-2025 2:00:00 PM CST |
V.B. Glencoe Charter School |
Milk Bid 2024-2025
|
INVITATION TO BIDDERS<br />BID - PURCHASE OF MILK PRODUCTS<br /> <br />Notice is hereby given that sealed bids will be received by School Food Service Authority, V.B. Glencoe Charter School, until 10:00 a.m. on Monday, February 10, 2025 at V.B. Glencoe Charter School, located at 4491 Hwy 83 Franklin, LA 70538, for the purchase of Milk & Juice products for the remainder of the 2024 - 2025 school year. All bids will be opened at 10:10 am on Monday, February 10, 2025. The public is invited to attend.<br />Specifications, instructions to bidders and bid form may be obtained at no cost from V.B. Glencoe Charter School, 4491 LA Hwy 83 Franklin, LA 70538 - Katie Bouillion, CFO. (337-923-6900) Official bid documents are also available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />The School Food Service Authority, V.B. Glencoe Charter School reserves the right to disqualify any bid as unresponsive and reserves the right to reject any and all bids that exceed the budgeted amount for this procurement.<br />For any questions regarding bidding procedures, please contact Katie Bouillion, CFO.<br /> <br />This institution is an equal opportunity provider.<br /> <br />Publication Dates<br />Wednesday, January 15, 2025<br />Wednesday, January 22, 2025<br />Wednesday, January 29, 2025<br /> <br />ALL BIDDERS SHALL ADDRESS A PLAIN ENVELOPE TO V.B. GLENCOE CHARTER SCHOOL CLEARLY MARKED - "BID - MILK PRODUCTS" DUE MONDAY, FEBRUARY 10, 2025 AND TO THE ATTENTION OF KATIE BOUILLION, CFO.<br /> <br />ALL BIDS NOT CLEARLY MARKED WILL NOT BE ACCEPTED.<br /> <br />
https://www.centralauctionhouse.com/rfp7759863-milk-bid-2024-2025.html
15-Jan-2025 12:00:00 AM CST |
10-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.5110 GENERATOR STEP-UP TRANSFORMER
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 10th day of February, 2025 for the following:<br /> <br />167118.5.5110 GENERATOR STEP-UP TRANSFORMER RE-BID<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Generator Step-up Transformer and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between January 1, 2028, and April 1, 2028<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on January 22, 2025 at 1:00 p.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Webex using the following link: https://lus.webex.com/lus/j.php?MTID=m184add20e59799a405f4fa40e080fdb7 or by calling into 1-408-418-9388 and using access code 2490 545 6214##. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp74506709-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711855110-generator-step-up-transformer.html
14-Jan-2025 8:00:00 AM CST |
07-Mar-2025 4:00:00 PM CST |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.5120 AUXILIARY TRANSFORMER
|
NOTICE TO CONTRACTORS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 7th day of March, 2025 for the following:<br /> <br />167118.5.5120 AUXILIARY TRANSFORMER<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Work: The scope of Work shall consist of all engineering, design, fabrication, testing, packaging and delivery of a Auxiliary Transformer and its accessories and including manufacturer's field services at the Job Site. All Work shall be completed between January 1, 2028, and March 1, 2028<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically shall include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S. 44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />A sample cover sheet with this statement is included with the bid documents.<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s submission.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written evidence of authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00) per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be directed to Christian Janes by email at
[email protected].<br /> <br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br /> <br />Bidders are requested to attend a non-mandatory pre-bid meeting, which will be held on January 22, 2025 at 2 p.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at 1314 Walker Rd., Lafayette, LA 70506. Bidders unable to attend the pre-bid in person can attend by joining through Webex using the following link: https://lus.webex.com/lus/j.php?MTID=mee0e28ea0565385ff9eec9dac751385a or by calling into 1-408-418-9388 and using access code 2489 338 1847##. Alternatively, a meeting invite can be forwarded to you via email by contacting Christian Janes at (337) 291-8262 or
[email protected].<br /> <br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the Contract Documents within ten (10) working days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br />In accordance with Public Bid Law, bids are valid for a period of forty-five (45) calendar days from the time of the opening of bids.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp74583753-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711855120-auxiliary-transformer.html
14-Jan-2025 8:00:00 AM CST |
07-Mar-2025 4:00:00 PM CST |
Central Community School System |
Central Community School System Central HS Chiller Replacements
|
<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for the major classification of <b>MECHANICAL</b> are requested by Central Community School System for construction of:<br /><br />Project Name: Central High School Chiller Replacements<br />10200 East Brookside Drive Baton Rouge, LA 70818<br />Project Number: 23400<br /> <br />Bids will be received at the main office of the Central Community School System located at 11576 Sullivan Road, Baton Rouge, LA 70818 until 2:00 PM., Local Time on Tuesday, February 11, 2025.<br /><br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit their bids electronically by using Central Auction House (www.CentralAuctionHouse.com).<br /><br />Complete bids docs may be obtained online at www.CentralAuctionHouse.com or from the Engineer:<br /><br />Associated Design Group, Inc.<br />3909 West Congress<br />Lafayette, LA 70506 (337)234-5710<br />
[email protected] <br /><br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data in writing directly from the Engineer. 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 issued to all plan holders.<br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of <b>MECHANICAL</b>. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />The successful Bidder will be allowed Two Hundred and Seventy Five (275) calendar days to complete the Chiller Replacement Project from the date established in a Notice to Proceed. Liquidated Damages will be assessed at $500.00 for each consecutive calendar day for which work is not substantially completed beyond the date set as the completion date in the Notice to Proceed.<br /><br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in the form of either a certified check or a bid bond.<br /> <br /><b>A MANDATORY Pre-Bid Conference will be held at 10:00 AM on Friday, January 31, 2025 at Central Community School System Office, located at 11576 Sullivan Road, Baton Rouge, LA 70818. Attendance at this Pre-Bid Conference is MANDATORY and bidders must be present for the entire conference in order to submit a bid. At the completion of the pre-bid conference, a walk through the project site at Central High School will occur.</b><br /><br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Non-Collusion Affidavit, the Affidavit certifying compliance with R.S. 38:2212.10 regarding an employee verification system, the No Convictions Affidavit required by R.S. 38:2227, and other required affidavits/documentation as specified in the Bid Documents must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may be withdrawn from a period of 45 days after the bid opening except as provided by law. Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing law,<br />R.S. 37:2151 et seq.<br /><br />The Central Community School System reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br /><br />Roxanne Atkinson, President Central Community School System<br /> <br />Jason Fountain, Superintendent Central Community School System<br /> <br /> Advertisement Dates: Tuesday, January 14, 2025<br /> Tuesday, January 21, 2025<br /> Tuesday, January 28, 2025
https://www.centralauctionhouse.com/rfp11234419-central-community-school-system-central-hs-chiller-replacements.html
14-Jan-2025 12:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Terrebonne Parish Consolidated Waterworks District No. 1 |
Tank Painting and Repair 24-25 – North Terrebonne, Dumas, Cocodrie Tank
|
Sealed bids will be received on Wednesday, February 12, 2025, by the Board of Commissioners of Consolidated Waterworks District No. 1, at 8814 Main Street, Houma, Louisiana, until 2:00 p.m. At exactly 2:00 p.m., all bids will be publicly opened and read in the Board meeting room. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Board for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Sealed bids shall be either hand-delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. Bids may also be delivered by a package or express delivery service or carrier. However, if this form of delivery is utilized, the form of delivery receipt utilized by said carrier or service shall be considered as a sufficient written receipt received by the bidder.<br /> <br />Bid documents will be posted on https://www.centralauctionhouse.com/rfpc91-terrebonne-parish- consolidated-waterworks-district-no-1.html. To view these, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids & bid bonds electronically or by paper copy. Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened.<br />Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />All proposals must be sealed and addressed as follows:<br />PROPOSAL: Consolidated Waterworks District No. 1<br />Tank Painting and Repair 24-25 – North Terrebonne, Dumas, Cocodrie Tank<br />Project L-06-24-03<br />LICENSE NO.: <br /> <br />Work on which proposals are invited consists of repairs including coating rehabilitation, structural repairs and repair or replacement of other appurtenances at multiple tank locations throughout the water district.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the bidding documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. Unlicensed contractors must note on the bid envelope that their bid is being submitted under R.S. 37:2157, Paragraph (A)(6) of the Louisiana Contractor’s Law.<br />Specifications and proposal forms are on file in the office of High Tide Consultants, LLC, 700 Canal Blvd., Thibodaux, Louisiana 70301, and a single copy may be obtained by each prospective bidder upon the payment of $100.00 per set (non-refundable) to cover the cost of printing. Please contact B. Shane<br /><br />Guin, PE, Principal-in-Charge, for any clarification or information with regard to the plans and specifications.<br /> <br />A Pre-Bid Conference will be held on Wednesday, January 29, 2025, at 10:00 a.m. at the office of Consolidated Waterworks, located at 8814 Main Street, Houma, LA 70363. Following the conference, a project tour may be conducted, weather or conditions permitting. All prospective bidders are cordially invited and encouraged to attend the Pre-bid conference.<br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(A) (1) (C) or LA R.S. 38:2212(0).<br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Consolidated Waterworks District #1. Failure to do so will result in the bid/bids being declared non-responsive and shall be cause for rejection.<br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. The Consolidated Waterworks District #1, reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br />/s/ Teri Chatagnier <br />Teri Chatagnier, President Board of Commissioners,<br />Consolidated Waterworks District No. 1<br />Terrebonne Parish, Louisiana
https://www.centralauctionhouse.com/rfp97819991-tank-painting-and-repair-24-25-north-terrebonne-dumas-cocodrie-tank.html
14-Jan-2025 12:00:00 AM CST |
12-Feb-2025 2:00:00 PM CST |
Meyer Engineers - Central Bidding Plan Room |
CITY OF KENNER BUDDY LAWSON PLAYGROUND RESTROOM BUILDING
|
<div style="text-align: center;"><u>INVITATION TO BID</u><br /> <br />Sealed Bid No. 25-6861</div> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b><i>City of Kenner Buddy Lawson Playground Restroom Building</i></b></div> <br />The proposed work (“Work”) includes: <b><i>Construction of a new accessible restroom building at Buddy Lawson Playground for the City of Kenner. The structure has 284 square feet of interior space and a total area of 482 square feet. The restroom structure is elevated above base flood elevation and consists of two-family type restrooms, a concrete porch, ramp, sand steps. The porch, ramp, and steps have galvanized steel pipe handrails. A portion of the existing site paving is to be removed and replaced as part of this project. Additional new site paving is also included in the project.</i></b><br /> <br />Sealed bids will be received until <b><u>10:00 A.M., February 18, 2025 at 9:45 a.m.</u></b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /><b>There will be a pre-bid meeting on January 29, 2025 at 10:00 a.m. at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.</b><br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with <b><u>Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001</u></b>, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /><br />Copies of Contract Documents for review or for use in preparing bids may be obtained from <b><u>Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001</u></b>, upon deposit of <b><u>$75.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive.</u></b> Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. <br /> <div style="text-align: right;"><b>CITY OF KENNER</b><br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer<br /> </div>Advertisement:<br />The Advocate<br /> <br />January 15, 2025<br />January 22, 2025<br />January 29, 2025
https://www.centralauctionhouse.com/rfp60645199-city-of-kenner-buddy-lawson-playground-restroom-building.html
14-Jan-2025 12:00:00 AM CST |
18-Feb-2025 9:45:00 AM CST |
Meyer Engineers - Central Bidding Plan Room |
FASSBENDER COMMUNITY CENTER ROOF REPAIRS
|
<div style="text-align: center;"><u>INVITATION TO BID</u><br />Sealed Bid No. 25-6860<br /> </div>The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><b><u>Fassbender Community Center Roof Repairs.</u></b></div><br />The proposed work (“Work”) includes:<br /><b>Removing the existing modified bitumen roof system and replacing with new TPO membrane over sloped, rigid insulation. Rebuild existing parapets to accommodate the new roof height. Remove asphalt shingles and decking from the entrance and install new metal roof panels. Raise existing rooftop units and curbs to accommodate new sloped roof construction.</b><br />Sealed bids will be received until <b><u>Thursday, February 13, 2025 at 9:45 a.m.</u>, by the City of Kenner in the Finance Department located at:</b><div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div>All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /><br /><b>There will be a pre-bid meeting on <u>Tuesday, January 28, 2025 at 10 a.m.</u> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encouraged to attend.</b><br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with <b><u>Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001</u></b>, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /><br />Copies of Contract Documents for review or for use in preparing bids may be obtained from either: Meyer Engineers, Ltd.’s Plan Room via Central Bidding at - <a href="https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom">https://www.centralauctionhouse.com/Category/10741/MeyerEngineers-CentralBiddingPlanRoom</a>, fees are applicable to Central Bidding Membership;. Or may be picked up from Meyer Engineers, Ltd., upon deposit of <b><u>$50.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive.</u></b> Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids.<br /><br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. <div style="text-align: right;"><b>CITY OF KENNER</b><br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate: January 15, 22, and 29, 2025
https://www.centralauctionhouse.com/rfp371549-fassbender-community-center-roof-repairs.html
14-Jan-2025 12:00:00 AM CST |
13-Feb-2025 9:45:00 AM CST |
Tangipahoa Parish Government |
TPG-2025-001 TPG MAINTENANCE OVERLAY PROGRAM
|
NOTICE ISH HERE BY GIVEN THAT SEALED BIDS OR ELECTRONIC SUBMITTALS WILL BE RECEIVED BY THE TANGIPAHOA PARISH GOVERNMENT UNTIL, WEDNESDAY, FEBRUARY 12, 2025, AT 10:00 A.M. IN THE TPC CHAMBERS, COURTHOUSE ANNEX, 206 E. MULBERRY STREET, AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp74538832-tpg-2025-001-tpg-maintenance-overlay-program.html
13-Jan-2025 9:55:00 AM CST |
12-Feb-2025 10:00:00 AM CST |
Lafourche Parish School District |
Lafourche Parish School Board: Hurricane Ida - HVAC Renovations at South Lafourche High School
|
<div style="text-align: center;">LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</div>Sealed bids will be received by the Lafourche Parish School Board until 2:30 PM on February 6, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the 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 Wednesday, January 22, 2025 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 />Marian Fertitta, President<br />Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 10, 2025<br />SECOND DATE: January 13, 2025<br />THIRD DATE: January 21, 2025
https://www.centralauctionhouse.com/rfp15080198-lafourche-parish-school-board-hurricane-ida--hvac-renovations-at-south-lafourche-high-school.html
10-Jan-2025 2:30:00 PM CST |
06-Mar-2025 2:00:00 PM CST |
Lafourche Parish School District |
Lafourche Parish School Board: Bus Fleet Facility
|
<div style="text-align: center;">LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</div>Sealed bids will be received by the Lafourche Parish School Board until 2:00 PM on Thursday, February 06, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the LPSB Bus Fleet Facility, Lockport, LA.<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 in within Three Hundred (300) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /><br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br /><br />A MANDATORY Pre-bid Conference will be held on Wednesday, January 22, 2025 at 10:00 AM, located at the Project Site,<br /> <br />Lafourche Parish School Board<br />Marian Fertitta, President<br />Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 10, 2025<br />SECOND DATE: January 13, 2025<br />THIRD DATE: January 21, 2025
https://www.centralauctionhouse.com/rfp11070945-lafourche-parish-school-board-bus-fleet-facility.html
10-Jan-2025 2:00:00 PM CST |
13-Feb-2025 2:00:00 PM CST |
Jefferson Parish Public School System |
Hurricane Ida Damage Repair at Truman 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, February 4, 2025 for Hurricane Ida Damage Repair at Truman School, Project No. 2023-29. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer Albert Architecture & Urban Design, APLLC, 2739 Conti Street, New Orleans, LA 70119, ­­Phone: <a href="tel:504-827-0056">504-827-0056</a> for a deposit of $175.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Tuesday, January 28, 2025 at 3:00 p.m. at Truman School, 5417 Ehret Road, 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 Construction.
https://www.centralauctionhouse.com/rfp34100251-hurricane-ida-damage-repair-at-truman-school.html
10-Jan-2025 12:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Jefferson Parish Public School System |
Hurricane Ida Damage Repair at Janet 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, February 11, 2025 for Hurricane Ida Damage Repair at Janet School, Project No. 2023-23. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer Albert Architecture & Urban Design, APLLC, 2739 Conti Street, New Orleans, LA 70119, ­­Phone: <a href="tel:504-827-0056">504-827-0056</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 Thursday, January 30, 2025 at 3:00 p.m. at Janet School, 2500 Bent Tree Blvd., 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 Construction.
https://www.centralauctionhouse.com/rfp59054173-hurricane-ida-damage-repair-at-janet-school.html
10-Jan-2025 12:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
St. Bernard Parish Sheriff's Office |
St. Bernard Parish Sheriff's Office New Warehouse and Office
|
BID ADVERTISEMENT<br />ST. BERNARD SHERIFF’S OFFICE, PARISH OF ST. BERNARD, STATE OF LOUISIANA<br /><br />PROJECT NAME: St. Bernard Parish Sherrif’s Office New Warehouse and Office<br />Sealed Bids will be received by the St. Bernard Parish Sheriff’s Office, Administration Building,<br />Second Floor Tax Collection located at, #2 Courthouse Square, Chalmette, Louisiana, 70043, at the<br />receptionist's desk during the normal business hours of 8:30 A.M. to 4:30 P.M. Monday through<br />Friday, or electronically submitted on www.centralbidding.com until February 5, 2025, at 2:00 P.M.<br />Local Time. Sealed bids delivered to any other St. Bernard Sheriff’s Office location or other room<br />number will not be considered.<br /><br />Bids shall be addressed to the St. Bernard Parish Sheriff’s Office. Bid envelopes shall be sealed,<br />display the name and address of the bidder, the bidders Louisiana license number and be clearly<br />marked on the outside of the envelope with “St. Bernard Parish Sheriff’s Office, New Warehouse and<br />Office.” Any bids received after the specified time and date will not be considered. The sealed<br />bids will be officially opened publicly and read aloud.<br /><br />Bid documents may be viewed at the St. Bernard Sheriff’s Office Administration Building located at<br />#2 Courthouse Square Chalmette, Louisiana, 70043 on the 2?? Floor at the Tax Collection reception<br />desk, and may be secured electronically by email request at bids@pi?aec.com or downloaded at<br />www.centralbidding.com.<br /><br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the<br />base bid and all alternates. The form of this security shall be as stated in the Instructions to<br />Bidders included in the Bid Documents for this project. The successful Bidder shall be required to<br />furnish a Performance and Payment Bond written as described in the Instructions to Bidders included<br />in the Bid Documents for this project.<br /><br />The Prime contractor must certify that he and his subcontractors to be used for the project hold an<br />active Louisiana license by displaying his license number and Major Classification of “Building<br />Construction” on the bid envelope. In the case of an electronic bid proposal, a contractor may<br />submit an authentic digital signature on the electronic bid proposal accompanied by the<br />contractor's license number to meet the requirements of this Paragraph. If the bid does not display<br />the contractor’s license number the bid shall be automatically rejected, the bid shall be returned<br />to the bidder marked “Rejected,” and shall not be read aloud.<br /><br />Questions regarding the bid documents and budget shall be made in writing to the designer of record<br />no later than January 24, 2025 at 2:00 P.M. Local Time to bids@pi?aec.com and<br />
[email protected]. All communication submitted by bidders must copy John Vickers, SBSO<br />Director of Administration email address,
[email protected] whether in electronic or paper format.<br />The bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid<br />may be withdrawn for a period of forty?five (45) days after receipt of bids, except under the<br />provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject or cancel any and all bids for just cause. In accordance<br />with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section and those stated in<br />the bidding documents shall not be waived by any entity.<br /><br />When this project is financed either partially or entirely with State Bonds or financed in whole or<br />in part by federal or other funds which are not readily available at the time bids are received,<br />the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds<br />by the Bond Commission or the availability of federal or other funds.<br /><br /><br />LA R.S. 38:2295 requests shall include a detailed product comparison to the contract documents.<br />Requests with insufficient data and product comparison outline will not be reviewed.<br /><br />All Respondents are encouraged to attend the Pre?Bid Conference on January 15, 2025, at 2:00 P.M.<br />beginning at the St. Bernard Sheriff’s Office, third floor conference room located in the<br />administration building at #2 Courthouse Square Chalmette, Louisiana, 70043. An on?site tour of the<br />project site will take place immediately following the conclusion of the Pre?Bid Conference.<br /><br />St. Bernard Sheriff’s Office is an Equal Opportunity Employer. St. Bernard Sheriff’s Office<br />encourages all small and minority?owned firms and women’s business enterprises (DBE’S, including<br />MBE’s, WBE’s) Veteran Owned, Service? Connected Disabled Veteran?Owned to consider participation.<br /><br />The St. Bernard Sheriff’s Office encourages the participation of qualified SECTION 3 and DBEs,<br />including MBEs, WBEs, Veteran Owned, Service?Connected Disabled Veteran?Owned and labor surplus<br />area firms desiring to submit bids to a Prime contractor, subcontractor, supplier, or equipment<br />vendors are encouraged to participate. SBSO requires prime contractors, when subcontracts are let,<br />to take affirmative steps to select such firms.<br /><br />Verification of Contractor Eligibility:<br />The St. Bernard Sheriff’s Office is required to ensure that all contractors meet all eligibility<br />requirements. The following steps shall be taken to verify and document contractor eligibility for<br />all services procured.<br /><br />Prime Contractor Clearance<br />Prior to the award of a construction contract with a prime contractor, SBSO must obtain contractor<br />clearance from SAM.gov. . All proposers are encouraged to register your firm at the following<br />website: https://www.sam.gov/portal/public/SAM/.<br /><br />Any person with disabilities requiring special accommodations must contact the St. Bernard<br />Sheriff’s Office at 504? 271?2504 no later than seven (7) days prior to the bid opening.<br />John Vickers, Director of Administration<br /><br />Publication Dates: <br />January 10, 2025<br />January 17, 2025<br />January 24, 2025<br />
https://www.centralauctionhouse.com/rfp92328444-st-bernard-parish-sheriffs-office-new-warehouse-and-office.html
10-Jan-2025 12:00:00 AM CST |
05-Feb-2025 2:00:00 PM CST |
Lafourche Parish School District |
Hurricane Ida - Galliano Elementary School Annex Building Outside Air Renovations for the Lafourche Parish School Board (Project No. GES-2501)
|
<div style="text-align: center;"><b>LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</b></div><br />Sealed bids will be received by the <u><i><b>Lafourche Parish School Board until 3:00 PM on Thursday, February 6, 2025</b></i></u>, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the <b>Hurricane Ida – Galliano Elementary School Annex Building Outside Air Renovations for the Lafourche Parish School Board</b>.<br /><br /><b>Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.</b><br /><br /><b>All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following:</b><ol> <li>Hurricane Ida – Galliano Elementary School Annex Building Outside Air Renovations</li> <li>Project No. GES-2501</li> <li>Date</li> <li>Contractor’s name, address and license number</li> <li>Sealed Bid Enclosed</li></ol><br />Official bid documents can be downloaded from Central Bidding at <u><b>www.centralbidding.com</b></u>. Electronic bids and/or reverse auction bids can be submitted at <b><u>www.centralbidding.com</u></b>. 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/Engineer 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 by <b>July 15, 2025</b>. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for <u><b>MECHANICAL</b></u> or <u><b>BUILDING CONSTRUCTION</b></u> that is in full force and effect.<br /><br /><b>A <u>NON-MANDATORY</u> Pre-bid Conference will be held on <u>Tuesday, January 28, 2025 at 2:30 PM at Galliano Elementary School</u></b> located at 148 West 158th Street, Galliano, Louisiana 70354.<br />Any other questions on this project should be made to the Engineer:<br /> <br /> Castagnos Goodwin Utley Engineers, L.L.C.<br /> 200 LA-24<br /> Schriever, LA 70395<br /> Telephone: (985) 876-4200<br /> <br />Contract Documents may also be reviewed at the office of the Engineer.<br /> <br /> Lafourche Parish School Board<br /><br /> <b>Marian Fertitta, President</b><br /> <b> Jarod Martin, Superintendent</b><br /> <br />ADVERTISING DATES:<br /><br />FIRST ADVERTISEMENT: Thursday, January 09, 2025<br />SECOND DATE: Thursday, January 16, 2025<br />THIRD DATE: Thursday, January 23, 2025
https://www.centralauctionhouse.com/rfp52276690-hurricane-ida--galliano-elementary-school-annex-building-outside-air-renovations-for-the-lafourche-parish-school-board-project-no-ges-2501.html
09-Jan-2025 3:00:00 PM CST |
06-Feb-2025 3:00:00 PM CST |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Slaughter - 2025 Slaughter Road Rehabilitation - 11743-2
|
ADVERTISEMENT FOR BIDS<br /> <br />Town of Slaughter (herein referred to as the "Owner") hereby solicits sealed bids for the 2025 Slaughter Road Rehabilitation project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11743): Asphalt road patching, cold planing, soil cement/lime treatment of base, asphalt overlay, shoulder material and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the Town of Slaughter, and delivered to the Slaughter Town Hall, 3337 Church Street (Post Office Box 29), Slaughter, LA 70777) not later than 10:00 a.m. on Thursday, February 6th, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 a.m. on Tuesday, February 6th, 2025, at the Slaughter Town Hall located at 3337 Church Street, Slaughter, LA 70777.<br /> <br />Complete Bid Documents, Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of the Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be downloaded from the Professional Engineering Consultants (PEC) Plan Room as hosted by Central Bidding https://www.centralbidding.com (subject to fees and conditions). For any questions regarding the website call Central Bidding at 225-810-4814. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Bids will not be accepted through the online bidding portal. Bids will be received by mail and/or hand delivery to the location as stated above.<br /> <br />Complete Bid Documents may also be examined by emailing
[email protected] or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />OWNER<br />TOWN OF SLAUGHTER<br />BY: /s/ JANIS LANDRY, MAYOR<br /> <br />PUBLICATION/DATES<br /> The Watchman / The Advocate<br /> <br />Wednesday, January 8, 2025<br />Wednesday, January 15, 2025<br />Wednesday, January 22, 2025
https://www.centralauctionhouse.com/rfp43420153-city-of-slaughter--2025-slaughter-road-rehabilitation--11743-2.html
09-Jan-2025 8:25:00 AM CST |
06-Feb-2025 10:00:00 AM CST |
Lafourche Parish School District |
Ida Repairs to Bayou Blue Middle School Gymnasium
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School District until 2:00 PM on Tuesday, February 11, 2025, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the Hurricane Ida Repairs to Bayou Blue Middle School Gymnasium.<br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid EnclosedOfficial bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within One-hundred (100) Calendar Days from the Notice to Proceed. Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the Instruction To Bidders, for each and every day that such completion of the work is delayed beyond the prescribed dates, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to the effect such payment in full. Provided, however that the Owner shall promptly notify the Contractor in writing of the manner the amount retained, deducted, or claimed as liquidated damages was computed.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect.<br />A NON-MANDATORY Pre-bid Conference will be held on January 29, 2025 at 10:00am at the school located at 196 Mazerac St. Houma, La. 70364.<br /> <br />Lafourche Parish School Board<br />Ray Bernard, President<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: January 9,2025<br />SECOND DATE: January 16, 2025<br />THIRD DATE: January 23, 2025
https://www.centralauctionhouse.com/rfp90626509-ida-repairs-to-bayou-blue-middle-school-gymnasium.html
09-Jan-2025 8:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
Lafourche Parish Government |
Hurricane Ida Repairs to Lafourche Government Complex (Phase 2 Buildback)
|
OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br /><b>Electronic bids for the HURRICANE IDA REPAIRS LAFOURCHE GOVERNMENT COMPLEX (PHASE 2 BUILDBACK), Architect’s Project Number 2117DBB, will be received electronically by the LAFOURCHE PARISH GOVERNMENT until 2:00 PM on THURSDAY, FEBRUARY 13, 2025, at which time bids will be retrieved from the Central Auction House (CAH) website and read aloud at the Lafourche Parish Government Complex, 402 Green Street, Thibodaux, LA 70301. Only electronic bids submitted on www.centralbidding.com will be accepted.</b><br /> <br />Bid documents are posted on www.centralbidding.com. To view these, download, receive bid notices by email, and submit the bid, you must register with Central Auction House (CAH). Vendors/Contractors must submit their bids electronically. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620. 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. 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 Government.<br /> <br />The successful lowest responsible and responsive bidder shall be required to furnish the Owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. The Bidder agrees to commence work under this contract not later than the date indicated in the Owner’s written Notice to Proceed. All of the work required shall be completed within 450 calendar days from the Notice to Proceed. Should the Contractor neglect, refuse or fail to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the amount of calendar days indicated above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as indicated in Article 9 of the Instructions to Bidders for each and every day that such completion of the work is delayed beyond the prescribed date / calendar days, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to affect such payment in full. Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner in which the amount retained, deducted, or claimed as liquidated damages was computed. It is hereby further stipulated that the Professional of Record receives hourly compensation as indicated in the Owner/Architect Agreement for continued contract administration for the Project. This hourly compensation shall be deducted from monies which may become due and payable to the Contractor.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect. Bidder shall certify that he meets all licensing requirements of Louisiana and is duly and currently licensed under LA. R.S. 37:2150-2164.<br /> <br /><b>A MANDATORY Pre-bid Conference will be held on THURSDAY, JANUARY 30, 2025, at 10:00 AM at the Lafourche Parish Government Office located at 402 Green Street, Thibodaux, LA</b>. At the MANDATORY Pre-Bid the design professional shall pass around a Sign-In Sheet prior to beginning the formal meeting. The sign-in sheet shall have an area to fill in the signature of the person representing a contractor, the company being represented, the Louisiana license number of the contractor, phone and fax number of the Contractor, and an email address of the Contractor. The Architect prefers that all of the five above items be filled out at the pre-bid. (The information required may be emailed to our office before or 24 hrs. after the Mandatory Pre-Bid at
[email protected]. Emailing this information to our office shall not relieve the contractor of the requirement to be represented at the Mandatory Pre-Bid Conference.) The sign-in sheet shall be collected by the design professional prior to the completion of the meeting. Contractors shall not be allowed to sign the sign-in sheet after it is collected by the design professional. Contractors shall also be required to sign the sign-out sheet after the entire pre-bid conference is complete. (All Contractors shall sign the sign-in sheet and the sign-out sheet in order to bid this project.) Note: Bids shall be accepted only from contractors that attended the entire Pre-bid Conference. All questions from bidders shall be submitted by email to
[email protected]. <b>All questions sent by email shall have the project name in the subject area of the email. The last day to submit questions from the MANDATORY Pre-bid Conference on this project is TUESDAY, FEBRUARY 4, 2025, at 5:00 PM. The response to questions shall be THURSDAY, FEBRUARY 6, 2025.</b><br /> <br />All drawings, specifications and other Contract Documents for the project are on file and open for review at the office of Gossen-Holloway-Cortez, 315 East Second Street, Thibodaux, Louisiana.<br /> Lafourche Parish Government<br /> Archie Chaisson, Parish President<br />ADVERTISEMENT DATES:<br />FIRST ADVERTISEMENT – THURSDAY, JANUARY 9, 2025<br />SECOND ADVERTISEMENT – THURSDAY, JANUARY 16, 2025<br />THIRD ADVERTISEMENT – THURSDAY, JANUARY 23, 2025
https://www.centralauctionhouse.com/rfp63137715-hurricane-ida-repairs-to-lafourche-government-complex-phase-2-buildback.html
09-Jan-2025 12:00:00 AM CST |
13-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
SOQ 25-004 Routine engineering Services for Streets Projects (Supplemental)
|
PUBLIC NOTICE<br />SOQ 25-004<br /> <br />Routine Engineering Services for Streets Projects (Supplemental)<br /> <br /> The Parish of Jefferson, authorized by Resolution No. 145518 is hereby soliciting Statements of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in providing routine engineering services for Streets Projects in Jefferson Parish, who are not one of the fifty-four (54) persons or firms approved by Resolution No. 144993, dated September 25, 2024. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine streets contracts for the remainder of the two-year period beginning September 25, 2024.<br /> <br />Deadline for Submissions: 3:30 p.m. on February 21, 2025<br /> <br />The following criteria will be used to evaluate the statement of the firms submitting: <br />1) Professional training and experience in relation to the type of work required for the routine engineering services - 35 points;<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of routine engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points;<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of routine engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points; <br />4) Past Performance by person or firm on Parish contracts - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.).<br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).);<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.);<br />7) Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points; <br /> The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br />one principal who is a professional engineer who shall be registered as such in Louisiana<br />a professional in charge of the project who is a professional engineer who shall be registered as such in Louisiana with a minimum of five (5) years’ experience in the disciplines involved<br />one employee who is a professional engineer registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline.) <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform architectural, engineering, surveying, and laboratory and field services tasks.<br /> The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<br /> <br />The person or firm submitting a Statement of Qualification (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: January 8, 15 and 22, 2025
https://www.centralauctionhouse.com/rfp90683922-soq-25-004-routine-engineering-services-for-streets-projects-supplemental.html
08-Jan-2025 1:15:00 PM CST |
21-Feb-2025 3:30:00 PM CST |
Jefferson Parish Government |
Bid 50-00146819 Two Year Contract for the Restoration of Sidewalks and Driveways for the Jefferson Parish Department of Public Works - Engineering
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146819<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 11, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two Year Contract for the Restoration of Sidewalks and Driveways for the Jefferson Parish Department of Public Works - Engineering<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount 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 />A MANDATORY Pre-Bid Conference will be held at General Government Building on January 24, 2025 at 10:00 a.m. in the Jefferson Parish Purchasing Department, located at 200 Derbigny Street, Suite 4400, Gretna, LA 70053. All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: January 08, 15 and 22, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp24175946-bid-50-00146819-two-year-contract-for-the-restoration-of-sidewalks-and-driveways-for-the-jefferson-parish-department-of-public-works--engineering.html
08-Jan-2025 12:00:00 PM CST |
25-Feb-2025 2:00:00 PM CST |
Jefferson Parish Government |
SOQ 25-002 Routine Engineering Services for Drainage Projects (Supplemental)
|
PUBLIC NOTICE<br />SOQ 25-002<br /> <br />Routine Engineering Services for Drainage Projects (Supplemental)<br /> <br /> The Parish of Jefferson, authorized by Resolution No. 145514 is hereby soliciting a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in providing routine engineering services for Drainage Projects in Jefferson Parish, who are not one of the fifty-one (51) persons or firms approved by Resolution No. 144663, dated August 7, 2024. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine drainage contracts for the remainder of the two-year period beginning August 7, 2024.<br /> <br />Deadline for submissions: 3:30 p.m. on February 21, 2025<br /> <br />The following criteria will be used to evaluate the statement of the firms submitting: <br />1) Professional training and experience in relation to the type of work required for the routine engineering services - 35 points;<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of routine engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points;<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of routine engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points; <br />4) Past Performance by person or firm on Parish contracts - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.).<br />5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).);<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.);<br />7) Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points; <br /> The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br />one principal who is a professional engineer who shall be registered as such in Louisiana<br />a professional in charge of the project who is a professional engineer who shall be registered as such in Louisiana with a minimum of five (5) years experience in the disciplines involved<br />one employee who is a professional engineer registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline.) <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform architectural, engineering, surveying, and laboratory and field services tasks.<br /> The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<br /> <br />The person or firm submitting a Statement of Qualification (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No submittals will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br />ADV: The New Orleans Advocate: January 8, 15 and 22, 2025
https://www.centralauctionhouse.com/rfp24192701-soq-25-002-routine-engineering-services-for-drainage-projects-supplemental.html
08-Jan-2025 11:23:00 AM CST |
21-Feb-2025 3:30:00 PM CST |
Jefferson Parish Government |
SOQ 25-005-Provide Professional Engineering Services for the Sala Avenue Historic District Drainage Feasibility Analysis and Improvements Project
|
CORRECTED<br />POSTPONED DUE TO WINTER WEATHER<br />PUBLIC NOTICE<br />SOQ #25-005<br /> <br />Sala Avenue Historic District Drainage Feasibility Analysis and Improvements<br /> <br />The Parish of Jefferson, authorized by Resolution No 145576. is hereby soliciting a Statement of Qualifications ((TEC) Professional Services Questionnaire) for persons or firms interested and qualified to provide Professional Engineering Services for the Sala Avenue Historic District Drainage Feasibility Analysis and Improvements Project (Council District 2).<br /> <br /> <br />Original Deadline for Submissions: 3:30 p.m., January 23, 2025<br /> <br />Postponed Deadline for Submissions: 3:30 p.m., February 7, 2025<br /> <br /> <br />General<br /> <br />The scope of work associated with this project consists of streetscape and drainage improvements to the Sala Avenue corridor between River Road and 4th Street in the City of Westwego. The intention for the project is to beautify and improve the drainage of the corridor for a 10-year design storm utilizing alternative drainage methods, such as green infrastructure (bioswales, permeable pavement, rain gardens, etc.). Jefferson Parish anticipates the project will require the following supplemental services: hydraulic analysis, geotechnical services, surveying, landscape architecture, and resident inspection.<br /> <br />Compensation<br /> <br />Compensation for the required design services will be made on an hourly rate basis or a fixed fee basis, or a combination of both, depending on scope and complexity of the work. The Parish reserves the right to determine the method of payment (hourly or fixed) for each individual assignment.<br /> <br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized burdened rate in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br /> <br />For fixed fee work, the fee shall be negotiated with the firm by the Jefferson Parish Department of Capital Projects and shall be mutually agreeable to both parties.<br /> <br />Compensation for supplemental services, if required, shall be in the form of a “lump sum” or hourly rate for each supplemental service, which shall be mutually agreeable to the Parish and the Consultant.<br /> <br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br /> <br />Minimum Requirements for Selection<br /> <br />The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional engineer in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional engineer in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:”; of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional engineer in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline (Section D. of TEC Professional Services Questionnaire). <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br /> <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications: <br /> <br />1) Professional training and experience in relation to the type and magnitude of work required for the particular project – (Maximum points awarded shall be 35).<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – (Maximum points awarded shall be 10).<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel – (Maximum points awarded shall be 20). <br />4) Past Performance on a project in which the person or firm assisted a governmental entity in dealings with Disaster Recovery and any other projects relating to CDBG – (Respondent should provide a list of completed Disaster Recovery projects and/or similar CDBG projects for which firm has provided verifiable references) (Maximum points awarded shall be 10).<br />5) Location of the principal office – Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points). Location of the principal office shall only factor into the evaluation criteria if adequate competition (two or more firms that are responsive and responsible) are located within Jefferson Parish - (Maximum points awarded shall be 15).<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded) - (Maximum points awarded shall be 15).<br />7) Prior successful completion of projects of the type and nature of engineering services, as defined, for which firm has provided verifiable references - (Maximum points awarded shall be 5).<br /> <br />Project will include Federal Disaster and Resiliency funds and therefore will include associated federal requirements, including Section 3, as applicable. Statements of Qualifications from Minority, Female-Owned, and local firms / individuals are invited.<br /> <br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members, shall be deemed qualified to perform these professional services.<br /> <br />The person or firm submitting a Statement of Qualification ((TEC) Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a ((TEC) Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications ((TEC) Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br /> <br /> <br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br /> <br />No Statements will be accepted after the deadline.<br /> <br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br /> <br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br /> <br /> <br />ADV: The New Orleans Advocate: January 8, & 15, 2025<br />Corrected Postponed Due to Winter Weather: January 29, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp21220634-soq-25-005-provide-professional-engineering-services-for-the-sala-avenue-historic-district-drainage-feasibility-analysis-and-improvements-project-.html
08-Jan-2025 9:53:00 AM CST |
07-Feb-2025 3:30:00 PM CST |
Jefferson Parish Government |
5000146985 Eastbound West Esplanade Avenue Improvements (Haring Road to Hudson Street) Project No. 2020-012A- RBP
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146985<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., February 13, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />EASTBOUND WEST ESPLANADE AVENUE IMPROVEMENTS<br />(HARING RD. TO HUDSON ST.)<br />JEFFERSON PARISH PROJECT NO. 2020-012A-RBP<br /> <br />The project consists of mill & overlay, asphalt pavement, concrete pavement, sidewalks, driveways, curb & gutter, waterline improvements, drainage improvements, pavement striping, and related work.<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. All bidders must show the Bid Number on the outside of their bid envelope. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from T. Baker Smith, LLC, 6660 Riverside Dr. Suite 101 Metairie, LA 70003 Phone: 504-323-3460 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 LRS-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 9:00 a.m. on January 23, 2025 at Joseph S. Yenni Building, 1221 Elmwood Park Blvd. Room 405, Jefferson, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: January 8, 15 and 22, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp24190645-5000146985-eastbound-west-esplanade-avenue-improvements-haring-road-to-hudson-street-project-no-2020-012a-rbp.html
08-Jan-2025 9:45:00 AM CST |
27-Feb-2025 2:00:00 PM CST |
St. Tammany Parish School Board |
St. Tammany Junior High School, Termite Damage Repair at Gymnasium/Locker Room
|
<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 St. Tammany Junior High School, Termite Damage Repair at Gymnasium/Locker Room, STPSB Project No. P0514 on the 4th day of February, 2025 at 2:00 p.m. (Time shall be established by the PBX clock at the above referenced address), at which time and place bids will be publicly opened and read aloud.<br /> <br />Complete Bidding Documents provided by the Engineer, Dammon Engineering, Inc., 554 Old Spanish Trail, Slidell, LA 70458, 985-649-5832, 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 $60.00 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 22nd day of January, 2025 at 3:30 p.m. at the project site, St. Tammany Junior High School, 701 Cleveland Avenue, 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, January 8, 2025<br /> Wednesday, January 15, 2024<br /> Wednesday, January 22, 2024</div>
https://www.centralauctionhouse.com/rfp44685400-st-tammany-junior-high-school-termite-damage-repair-at-gymnasiumlocker-room.html
08-Jan-2025 9:00:00 AM CST |
06-Feb-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Electric Stock Material - Group 3 Re-Bid
|
NOTICE TO BIDDERS<br /><br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 am Central Time on the 11th day of February, 2025 for the following:<br /> <br />2025 Electric Stock Material – Group 3 Re-Bid<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. 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. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders may attend the bid opening in person, but are highly encouraged to call into the bid openings at the following phone number: 337-291-5100.<br /> <br />In accordance with Louisiana RS 38:2212 vendors may submit their bid electronically at the website listed above. Biddings documents are available to view only at the website above. Vendors may request the bid package electronically from Morgan Broussard at
[email protected]. Vendors wishing to submit their bid electronically must register online with Lafayette Consolidated Government, in order to establish an account.<br /> <br />Vendors submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Purchasing Office located at 705 West University Avenue, Lafayette, LA 70506. Telephone number (337) 291-8263 (Attn: Morgan Broussard). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the quotation form provided with the specifications.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling (337) 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp78452762-electric-stock-material--group-3-re-bid.html
08-Jan-2025 8:00:00 AM CST |
11-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Switzerland Road Bridge Replacement
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 7th day of February, 2025 for the following:<br /> <br />Switzerland Road Bridge Replacement<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The work to be performed by the contractor includes but is not limited to removing the existing railroad flat car superstructure and timber abutment and installing a new concrete box culvert bridge with associated roadway reconstruction, subsurface drainage work, channel improvements, etc. All work to be completed within one hundred and twenty (120) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated Government as a potential supplier at the website listed above. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $130.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 22, 2025 at 10:30 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAYM STREET AND BRIDGE CONSTRUCTION OR HEAVY CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/8, 1/12, 1/19<br />DPR 952779<br /> <br />
https://www.centralauctionhouse.com/rfp78409491-switzerland-road-bridge-replacement-.html
08-Jan-2025 8:00:00 AM CST |
07-Feb-2025 10:30:00 AM CST |
Lafayette Consolidated Government |
Serenity Road Bridge Replacement
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 6th day of February, 2025 for the following:<br /> <br />Serenity Road Bridge Replacement<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The project consists of the removal and replacement of an existing bridge on Serenity Road in Lafayette Parish, LA. The existing bridge and pilings have deteriorated and are being replaced in this project with cast-in-place concrete box culvert. Roadway, drainage and channel improvement will be performed in the proposed improvements. All work to be completed within 120 working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $140.00 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on January 22, 2025 at 9:30 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY, STREET AND BRIDGE CONSTRUCTION OR HEAVY CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 1/8, 1/12, 1/9<br />DPR 985853<br /> <br />
https://www.centralauctionhouse.com/rfp78485405-serenity-road-bridge-replacement-.html
08-Jan-2025 8:00:00 AM CST |
18-Feb-2025 10:00:00 AM CST |
Iberia Parish School Board |
RFP 1162 - Wide Area Network and Internet Access Services (24-25)
|
RFPs are DUE by 12:00 noon CST on Wednesday, Februay 5, 2025
https://www.centralauctionhouse.com/rfp1411047-rfp-1162--wide-area-network-and-internet-access-services-24-25.html
08-Jan-2025 7:00:00 AM CST |
05-Feb-2025 12:00:00 PM CST |
City of Youngsville |
WATER LINE INTERCONNECTIONS 2024
|
The work includes the installation of water lines to interconnect the City of Youngsville water system and other appurtenant and related items of construction.<br />
https://www.centralauctionhouse.com/rfp74635747-water-line-interconnections-2024.html
08-Jan-2025 6:00:00 AM CST |
11-Feb-2025 10:00:00 AM CST |
State of Louisiana Military Department |
CMF High-Volume, Low-Speed Fan Installation, Pineville, Louisiana 71360
|
See attached Solicitation for: CMF High-Volume, Low-Speed Fan Installation, Pineville, Louisiana 71360
https://www.centralauctionhouse.com/rfp69629899-cmf-high-volume-low-speed-fan-installation-pineville-louisiana-71360.html
08-Jan-2025 12:00:00 AM CST |
19-Feb-2025 11:00:00 AM CST |
Diocese of Houma-Thibodaux |
Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church, Interior Restoration Building
|
Sealed Bids will be received by the Diocese of Houma-Thibodaux on behalf of and for the benefit of St. Charles Borromeo Church at the Diocese of Houma-Thibodaux Pastoral Center, 2779 Highway 311, Schriever, LA 70395, until 3:00 pm, Thursday, February 6, 2025, at which time all bids will be opened and read aloud.<br /><br />For: Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church<br /> Interior Restoration Building “A” – Church, Administration & Rectory<br /> 1985 Highway 308, Thibodaux, LA 70301<br /><br /> OWNER’S PROJECT NUMBER: PACS-1-925<br /> ARCHITECT'S PROJECT NUMBER: 2201C<br /><br />The estimated probable construction cost for the Base Bid for this project is $550,000.00.<br /><br />Bids shall be submitted in accordance with LA R.S. 37:2163, in an envelope displaying the Contractor’s license number, except bids submitted electronically, which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br /><br />It is highly recommended that each bid shall be enclosed in a sealed envelope and displaying legibly on the exterior, the following information:<br /> 1. Address to Owner: The Roman Catholic Church for the Diocese of Houma-Thibodaux, on behalf of and for the benefit of the Congregation of St. Charles Borromeo Catholic<br /> Church, 2779 Highway 311, Schriever, LA 70395<br /> 2. Name of Project: Hurricane Ida Damage Repairs to St. Charles Borromeo Catholic Church – Interior Restoration Building “A” Church, Administration & Rectory, 1985<br /> Highway 308, Thibodaux, LA 70301<br /> 3. Contractor’s Name: <br /> 4. Contractor’s Address: <br /> 5. Contractor’s License #: <br /> 6. Include the words: “SEALED BID ENCLOSED”<br /><br /><br />Bid documents will be posted on www.centralbidding.com. To view, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy. Electronic Bids can be submitted at www.centralbidding.com . Contact Central Bidding at (225)810-4814 concerning any questions about this process.<br /><br />Any bids received after the above-mentioned time will be returned unopened.<br /><br />All bids shall be accompanied by bid security for Bids exceeding $100,000 in an amount of five percent (5%) of the sum of the base bid and all alternates (No bid security required for bids under $100,000). The form of security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful bidder will be required to furnish a performance and payment bond written by a company licensed to do business in Louisiana in an amount equal to one hundred percent (100%) of the contract amount.<br /><br /><br /><br /><br />A Mandatory Pre-Bid Conference will be held at the site, in the Administration Conference Room at 3:00 PM on Thursday, January 23, 2025.<br /><br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of “Building Construction”. Bidder is required to comply with the provisions and requirements of LA. R.S. 38:2212(B)(5). No bid may be withdrawn for a period of thirty (30) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with LA. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The Owner shall incur no obligation to the Contractor until the Contract between the Owner and Contractor is fully executed.<br /><br />Advertise January 7, 2025 / January 15, 2025 / January 23, 2025
https://www.centralauctionhouse.com/rfp34101776-hurricane-ida-damage-repairs-to-st-charles-borromeo-catholic-church-interior-restoration-building-.html
07-Jan-2025 7:00:00 AM CST |
13-Feb-2025 3:00:00 PM CST |
North Oaks Medical Center |
Contact Center Software
|
This Request for Proposal (RFP) is issued by North Oaks Health System for the purpose of procuring contact center software and implementation services at its North Oaks Medical Center and Rehab Center campuses. Specifically, the scope will include:<br /> <br />Acquisition and implementation of advanced, scalable contact center software and components.<br />Integration with Cisco’s CUCM VOIP system.<br />Epic EMR Integration.<br />Physician Credentialing Software Integration<br />Infor (ERP) System Integration<br />Training/Education
https://www.centralauctionhouse.com/rfp31605792-contact-center-software.html
07-Jan-2025 12:01:00 AM CST |
07-Feb-2025 5:00:00 PM CST |
Port of New Orleans |
Request for Proposals - Construction Management Services for the Louisiana International Terminal
|
<div style="text-align: center;"><b>REQUEST FOR PROPOSALS<br />Construction Management Services for the Louisiana International Terminal</b></div> <br /> <br />Notice is hereby given that the Board of Commissioners of the Port of New Orleans (“Board”) is seeking proposals from qualified firms licensed to do business in the state of Louisiana (“Respondent(s)” or “Prime Consultant(s)”) who have demonstrated commensurate experience and expertise for providing Construction Management Services for the Louisiana International Terminal (the “Services”)<br /> <br /> Official Request for Proposal (RFP) documents can be downloaded from Central Bidding at www.centralbidding.com and the SEBConnectApp. <br /> <br /><b>PRE-PROPOSAL MEETING: </b> <b>A pre-proposal meeting will be held on Wednesday, January 22, 2025 at 10:00 a.m. CST in the Auditorium located on the 1st floor of the Port of New Orleans’ Administration Building at 1350 Port of New Orleans Place, New Orleans, LA 70130.</b><br /> <br /><b>PROPOSAL SUBMISSION:</b> <b>Proposals must be submitted electronically, no later than 10:00 AM (CDT), on Thursday February 27, 2025, 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 /><b>All inquiries shall be directed to the Procurement Department at
[email protected] by Friday, February 14, 2025 at 5:00PM (CDT).</b> 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 />
https://www.centralauctionhouse.com/rfp63187036-request-for-proposals--construction-management-services-for-the-louisiana-international-terminal-.html
06-Jan-2025 12:00:00 AM CST |
27-Feb-2025 10:00:00 AM CST |
Lafourche Parish School District |
Golden Meadow Middle - Demolition and Campus Improvements
|
LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the Lafourche Parish School District until <b> 2:00 PM on Thursday, February 6, 2025</b>, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read-aloud for the <b>Golden Meadow Middle Demolition and Campus Improvements, South Bayou Drive, Golden Meadow, LA 70357.</b><br />Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.<br />It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:<br />Addressed to the Owner<br />Name of the Project<br />Contractor’s name and address<br />Sealed Bid 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.<br />No project Contract Documents will be provided by the Architect or Owner.<br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br />Each bid shall be accompanied by a bid security of NOT less than five (5%) percent of the total bid amount.<br />Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.<br />The successful bidder shall be required to furnish the owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. All of the work required shall be completed within <b>six hundred and sixty (660) Calendar Days from the Notice to Proceed.</b> Should the Contractor neglect, refuse to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as scheduled in the 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 />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for <b>BUILDING CONSTRUCTION</b> that is in full force and effect.<br /><b>A MANDATORY Pre-bid Conference will be held at 10:00 AM on Tuesday, January 14, 2025; at the project site</b> (Golden Meadow Middle School - address above)<br /> <br />Lafourche Parish School Board<br />Valerie Bourgeois, President<br /> Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: 12/27/2024<br />SECOND DATE: 01/02/2025<br />THIRD DATE: 01/09/2025
https://www.centralauctionhouse.com/rfp73397772-golden-meadow-middle--demolition-and-campus-improvements.html
27-Dec-2024 7:00:00 AM CST |
11-Feb-2025 2:30:00 PM CST |
St. James Parish Government |
FY2024 Roadway Rehabilitation
|
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by the ST. JAMES PARISH GOVERNMENT (herein referred to as “Owner”) for the construction of the FY2024 Roadway Rehabilitation project described as follows:<br /> <br />Project Description: Milling of asphaltic concrete, asphaltic concrete overlay, pavement patching, and related work. <br /> <br />Sealed bids shall be addressed to St. James Parish Government, and delivered to the St. James Parish Courthouse, 2nd Floor, Council Chambers, located at 5800 LA Hwy. 44, Convent, Louisiana 70723, not later than 10:00 AM (Central Standard Time), on the 23rd day of January, 2025 and thereafter, sealed bids will be publicly opened and read aloud at the Council Chambers, located at the 2nd Floor, Parish Courthouse, 5800 LA Hwy. 44, Convent, Louisiana 70723. Any bid received after the specified time and date will not be considered.<br /> <br />The Bidding Documents (including Instructions to Bidders, Bid Form, Contract, Construction Drawings and Specifications and other related documents) may be examined at St. James Parish Operations office, 3rd Floor, 5800 Hwy 44, Convent, LA 70723 between the hours of 9:00 AM and 3:00 PM, Monday through Friday. (contact Ryan Larousse at
[email protected]). Printed copies may be obtained from the office of the Engineer, Crescent Engineering & Mapping, LLC, located at 315 E. Second St., Thibodaux, LA 70301. A single set of Bidding Documents may be obtained from this office upon payment of $150.00 per set (non-refundable) to cover the cost of printing, payable to Crescent Engineering & Mapping, LLC. Validation of the Contractor’s license and proper classification will be made prior to issuance of Bidding Documents. This Project shall require a Louisiana Contractors license for Classification II – Highway, Street and Bridge Construction. Bidders shall show his/her license number on the exterior of the sealed envelope submitting the bid in accordance with LA Revised Statute 37:2163.<br /> <br />A Pre-bid Conference will be held on Tuesday, January 14th, 2025 at 10:00 AM (Central Standard Time) in the Parish Courthouse, 3rd Floor, Operations Department Conference Room, located at 5800 LA Hwy. 44, Convent, Louisiana. Attendance at the pre-bid conference is Non-Mandatory.<br /> <br />Bid documents will be posted on www.centralbidding.com. To view these, download, and receive bid notices by e-mail, Contractors 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.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance with the Louisiana State Bid Law.<br /> <br />The Owner requires that each bidder attach to his/her 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 persons with disabilities requiring special accommodations must contact the St. James Parish Government no later than seven (7) days prior to the bid opening.<br /> <br /> <br /> St. James Parish Government<br /> <br /> <br /> Rick Webre, Operations Director<br /> <br /> <br />Please publish this ad in the<br />News Examiner on the following dates:<br />December 19, 2024<br />December 26, 2024<br />January 9, 2025
https://www.centralauctionhouse.com/rfp50546065-fy2024-roadway-rehabilitation-.html
19-Dec-2024 12:00:00 AM CST |
05-Feb-2025 10:00:00 AM CST |
St. Martin Parish Government |
ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4 WATER SYSTEM IMPROVEMENTS PROJECT 2 – WATER DISTRIBUTION SYSTEM IMPROVEMENTS FOR THE ST. MARTIN PARISH GOVERNMENT
|
Notice is hereby given that sealed bids will be received electronically at http://www.centralbidding.com and at the Carroll J. Fuselier Parish Council Meeting Room, at the St. Martin Parish Annex Building, 301 West Port Street, St. Martinville, LA 70582, until 10:30 a.m., Thursday, February 6, 2025, for:<br /> <br />ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT NO. 4 WATER SYSTEM IMPROVEMENTS<br />PROJECT 2 – WATER DISTRIBUTION SYSTEM IMPROVEMENTS<br />FOR THE<br />ST. 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 Furnishing and Installing Approximately 32,770’ of 4” – 8” C-900/DR-18 Water Main, 20,830’ of 2”- 3” SDR 26 Water Main, 980’ of 4” – 8” DIPS/SDR 11 PE Water Main, 11,700’ of 3/4" – 2” SDR 9<br />PE Service Tubing, 384’ of 3/4" – 2” Service Connections, and 890 Automatic Read Meters. Along with Associated Work.<br /> <br />No Pre-Bid Conference will be held on this project.<br />
https://www.centralauctionhouse.com/rfp15931151-st-martin-parish-consolidated-waterworks-district-no-4-water-system-improvements-project-2-water-distribution-system-improvements-for-the-st-martin-parish-government.html
18-Dec-2024 6:00:00 PM CST |
06-Feb-2025 10:30:00 AM CST |
Jefferson Parish Government |
5000147023 LABOR AND MATERIALS NEEDED TO RESURFACE AND CONVERT FOUR (4) TENNIS COURTS INTO THREE (3) TENNIS COURTS AND ONE (1) BASKETBALL COURT AT ROSETHORN PLAYGROUND
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147023<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., January 23, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Labor And Materials Needed to Resurface and Convert Four (4) Tennis Courts into<br />Three (3) Tennis Courts and One (1) Basketball Court at Rosethorne Playground<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: December 18 and 25, 2024, and January 1, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp86304138-5000147023-labor-and-materials-needed-to-resurface-and-convert-four-4-tennis-courts-into-three-3-tennis-courts-and-one-1-basketball-court-at-rosethorn-playground.html
18-Dec-2024 8:53:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
St. John the Baptist Parish Government |
Bid 2024.44 Canal Maintenance Project
|
Bid 2024.44 Canal Maintenance Project
https://www.centralauctionhouse.com/rfp86398832-bid-202444-canal-maintenance-project.html
18-Dec-2024 8:00:00 AM CST |
10-Feb-2025 9:45:00 AM CST |
City of Abbeville |
Water Treatment Plant Improvements for the City of Abbeville
|
<div style="text-align: center;"><b>NOTICE TO BIDDERS</b></div><br />Notice is hereby given that sealed bids will be received by the Mayor and Council of the City of Abbeville, Vermilion Parish, Louisiana, on-line with http://www.centralbidding.com and at 101 North State Street, in the Council Meeting Room, Abbeville, Louisiana, <b>until 2:00 p.m., Thursday, February 6, 2025</b>, for:<br /> <div style="text-align: center;"><b>WATER TREATMENT PLANT IMPROVEMENTS<br />FOR THE<br />CITY OF ABBEVILLE </b><br /> </div>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 Project Consists of Constructing – A New Solids Contact Clarifier, A New Waste Sludge Pump Station, A New Sludge Thickener with a Sludge Withdrawal Pump Station, A New Backwash Transfer Pump Station, A New Backwash Settling Tank, Yard Piping Modifications, Lime Feed System Modifications, Chemical Feed System Modifications, Electrical Work, and Associated Miscellaneous Work.<br /> <br />The Project is funded by the DOA/OCD – Water Sector Program and by the LDH Drinking Water Revolving Loan Fund as well as a grant from the Delta Regional Authority.<br /> <br />Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.<br /> <br />A Mandatory Pre-Bid Conference will be held at 2:00 p.m. on Wednesday, January 29, 2025, at the City Council Meeting Room, located at 101 North State Street, Abbeville, LA 70511.<br /> <br />Only the bids of Contractors licensed under Louisiana Contractor’s Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, Contractors desiring to bid shall hold license of proper classification under <b>“Municipal and Public Works Construction” and/or “Heavy Construction”</b> in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers.<br /> <br />As evidence of good faith of the bidder, a “Bid Guarantee” equivalent to 5% of the base bid plus any additive alternates, consisting of a firm commitment, such as a bid bond, certified check, or cashier’s check, 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. 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 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 successful Contractor will be required to execute a Performance Bond and a Payment Bond in the full amount of the contract as more fully defined in the Bidding Documents.<br /> <br />Bidding documents (plans, specifications, and any published addenda) may be examined and obtained on all business days at the following location during the specified hours:<br /> <br />1. Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095Telephone: 337.232.0777 / Fax: 337.232.0851<br /> Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m.<br /> Friday: 8:00 a.m. to 12:00 Noon<br /> <br />2. The City of Abbeville’s on-line bid submittal service.<br /><br />Contractors, sub-contractors, and suppliers may also view and download the plans, specifications, and any published addenda at https://www.centralbidding.com. For assistance on how to register on-line or if encountering problems with the web site, contact 225.810.4814 or 866.570.9620. Properly licensed contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include the Bid Form, Bid Security with Power of Attorney Certification, and Certificate of Resolution/Authority. Regardless of the bid results, the Contractor will have 48-hours from opening of bids to provide the Owner the original documents. If a certified check or cashier’s check is submitted as the bid security, electronic copies of both the front and back of the check shall be included with the electronic bid. If a Contractor fails to provide the original hard copies of these documents within 48-hours of the bid opening, bid shall be considered non-responsive.<br /> <br />3. A $201.00 Deposit on a set of paper documents shall be fully refunded upon return of the paper documents no later than 10-days after receipt of bids. On other sets of documents furnished, the deposit less the actual cost of reproduction ($196.00), shall be refunded upon return of the documents no later than 10-days after receipt of bids.<br /> <br />4. Complete Bid Documents for this project are also available in electronic form and may be obtained without charge and without deposit from Sellers & Associates, Inc. Plan holders are responsible for their own reproduction costs.<br /> <br />5. Ordering Plans and Specifications shall be directed to:
[email protected]<br />Project questions shall be directed to the Design Engineer:
[email protected]<br /> <br /><b>LDH-DWRLF Statements: “Equal Opportunity in Employment”: </b> All qualified applicants will receive consideration for employment without regard for race, color, religion, sex, or national origin. 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. “Wage Determinations”: “The bidding documents include a Wage Determination for the project based on the current U.S. Department of Labor wage rates obtained from Wage Determinations Online (http://www.wdol.gov). The Wage Determination will be re-checked ten days before the bid opening, and if it has been revised, the revised version will be issued to bidders as an addendum”.<br /> <br />Bidding documents shall be available until twenty-four (24) hours before the bid opening date. No bidder may withdraw his bid for at least 45-days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Louisiana Uniform Public Work Bid Form provided in the specifications. The Owner reserves the right to reject any and all bids for just cause. In accordance with R.S. §38:2212, the provisions and requirements of this section and those stated in the bidding documents shall not be waived by any public entity.<br /> <br />By order of the Aldermen of the City of Abbeville, Abbeville, LA.<br /> <br /><u>s/Roslyn White</u> <u> s/Kathleen Faulk</u><br />Mayors City Clerk<br /><br />Publication Dates: Wednesday: December 18, 2024, January 8, 2025, and January 15, 2025<br />Official Journal: The Abbeville Meridional
https://www.centralauctionhouse.com/rfp90021371-water-treatment-plant-improvements-for-the-city-of-abbeville.html
18-Dec-2024 8:00:00 AM CST |
06-Feb-2025 2:00:00 PM CST |
City of Baton Rouge - Parish of East Baton Rouge |
RENOVATIONS TO THE SCOTLANDVILLE BRANCH LIBRARY PHASE II CITY PARISH PROJECT NO. 21-ASC-CP-1449
|
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: December 13th, December 20th, and December 27 th, 2024 NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge (City-Parish) will receive electronic or paper bids for the construction of the following project: RENOVATIONS TO THE SCOTLANDVILLE BRANCH LIBRARY PHASE II 7373 SCENIC HWY., BATON ROUGE, LOUISIANA 70807 CITY PARISH PROJECT NO. 21-ASC-CP-1449 PROJECT DESCRIPTION: Renovations and additions to the existing Scotlandville Branch Library. Bid Package with Plans and Specifications may be obtained online at www.centralauctionhouse.com. Alternately, paper copies may be obtained through most reprographic vendors for their printing cost. All Bids shall be made on the Bid Package Forms. Statutory Forms (Bid Package Part 1-A) shall be submitted to the Purchasing Division prior to Bid Opening: Certification Regarding Debarment, Suspension and Other Responsibility Matters Attestation of No Past Criminal Convictions Legal Citizen Affidavit Non-Collusion & Non-Solicitation Affidavit Bid Forms (Bid Package Part 1) submitted shall be accompanied by a Certified Check or Cashier's Check payable to the Parish of East Baton Rouge, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Building Construction, and must show their license number on the face of the bid envelope. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, La RS 37:2150-2163 for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. Bids will be received online through www.centralauctionhouse.com or in an envelope delivered to the Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802 until the BID OPENING 2:00 PM Local Time, Thursday, January 16th, 2025 with no exceptions. At Bid Opening in Purchasing Division Room 826 City Hall, electronic Bids and Bid Bonds will be downloaded, then all electronic and paper Bids will be publicly read aloud. Bidders and/or their authorized representatives are invited. Bid results can also be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp The contract shall be awarded to the lowest responsible and responsive bidder. In accordance with Louisiana Revised Statute (La RS) 38:2214 B, the City-Parish reserves the right to reject any and all bids exceeding the preconstruction cost estimate, or for just cause. In accordance with La RS 38:2212 B (1), the provisions and requirements stated in the Bid Package and this advertisement shall not be waived by any entity. Bids shall be firm for a period of 45 days from the date of the Bid Opening, except as allowed per La RS 38:2214 C. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 7% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. A non-mandatory pre-bid conference will be held at 10:00 AM on Friday, December 27th, 2024 on the site of the Scotlandville Branch Library building, located at 7373 Scenic. Hwy., Baton Rouge, LA 70807. All parties interested in this project are invited to attend this conference. For additional information regarding the construction documents, please contact Bid related: Purchasing Division (225) 389-3259; General Documents related: Rob Gray, AIA, LEED BD+C, (225) 389-4694 or
[email protected] and Architectural and Construction Documents related: Lynn Bradley, Stantec (225) 765- 7400 or
[email protected]
https://www.centralauctionhouse.com/rfp17231363-renovations-to-the-scotlandville-branch-library-phase-ii-city-parish-project-no-21-asc-cp-1449-.html
13-Dec-2024 8:00:00 AM CST |
11-Feb-2025 2:00:00 PM CST |
St. Martin Parish Government |
ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT #4 WATER SYSTEM IMPROVEMENTS PROJECT I – ST. MARTIN INDUSTRIAL PARK PLANT UPGRADES FOR THE ST. MARTIN PARISH GOVERNMENT
|
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., Tuesday, February 11, 2025, for:<br /><br />ST. MARTIN PARISH CONSOLIDATED WATERWORKS DISTRICT #4 WATER SYSTEM IMPROVEMENTS<br />PROJECT I – ST. MARTIN INDUSTRIAL PARK PLANT UPGRADES FOR THE<br />ST. 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 />The Project Consists of Furnishing Materials, Labor, and Equipment to Construct and Install New Pumps, Valves, Flow Meters, and Associated Work for the Water Treatment Plant Upgrades.<br /> <br />Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.<br />A Mandatory Pre-Bid Conference will be held at 2:00 p.m. on Wednesday, December 11, 2024, at the office of St. Martin Parish Government, 301 W. Port Street, St. Martinville, LA 70582.<br />
https://www.centralauctionhouse.com/rfp29157280-st-martin-parish-consolidated-waterworks-district-4-water-system-improvements-project-i-st-martin-industrial-park-plant-upgrades-for-the-st-martin-parish-government.html
04-Dec-2024 8:00:00 AM CST |
11-Feb-2025 10:00:00 AM CST |
St. John the Baptist Parish Public Schools |
RFP 25.31 Property Insurance
|
The St. John the Baptist Parish School Board. The sealed proposals will be received until: 10:00 A.M. February 5, 2025<br />
https://www.centralauctionhouse.com/rfp22044494-rfp-2531-property-insurance-.html
09-Oct-2024 10:00:00 AM CDT |
05-Feb-2025 10:00:00 AM CST |
Sample Listings |
TAF Sample
|
This is a sample for demonstration purposes only.<br /><br />This is where the language from the public advertisement would be placed so the potential vendor has immediate access.<br /><br />EXAMPLE<br /><br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the 2022 Asphalt Street Rehabilitation Program project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11631): Base Bid – Asphalt milling, soil cement/lime treatment base work, asphalt patching, asphalt overlay, shoulder material, thermoplastic striping, markers, manhole/drainage grate/valve box adjustments and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Baker and delivered to the City Hall at 3325 Groom Road, Baker, LA 70714 not later than 2:00 p.m., on Wednesday, July 20, 2022. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, July 20, 2022, at the City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />The Owner has chosen the method of plan distribution to be via hard copies of the plans and specifications pursuant to LA R.S. 38:2212 as available through the office of the Engineer.<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractor’s license and classifications will be made prior to release of bid documents.<br /> <br />Pursuant to the Louisiana Revised Statute, vendors/contractors now have the option to submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 800-990-9339. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractor’s past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
https://www.centralauctionhouse.com/rfp96404192-taf-sample.html
29-Jul-2022 9:41:15 AM CDT |
31-Dec-2026 2:00:00 PM CST |
Sample Listings |
Sample Materials/Supplies Bid - (OPEN)
|
<br /><div style="text-align: center;"><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.
https://www.centralauctionhouse.com/rfp80115682-sample-materialssupplies-bid--open.html
08-Jun-2022 10:13:00 AM CDT |
31-Dec-2026 10:00:00 AM CST |
Sample Listings |
Sample Public Works Bid - June 8 (OPEN)
|
<br /><div style="text-align: center;"><br /><b>ADVERTISEMENT FOR BID</b></div> <br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />This is only a sample Advertisement for bid.<br />
https://www.centralauctionhouse.com/rfp75990837-sample-public-works-bid--june-8-open.html
08-Jun-2022 9:57:00 AM CDT |
31-Dec-2026 10:00:00 AM CST |
Sample Listings |
Sample Reverse Auction (1 year solicitation period)
|
This is an example of a Reverse Auction with a 1 Year Solicitation Period.
https://www.centralauctionhouse.com/rfp57701569-sample-reverse-auction-1-year-solicitation-period.html
22-Jun-2021 9:00:00 AM CDT |
31-Dec-2025 10:00:00 AM CST |
Sample Listings |
Sample Electronic Bid - Bid period open for addenda demonstration
|
Advertisement for Demonstration
https://www.centralauctionhouse.com/rfp28314654-sample-electronic-bid--bid-period-open-for-addenda-demonstration.html
30-Nov-2017 11:44:15 AM CST |
30-Dec-2026 11:00:00 AM CST |